Agreement Between the CMB and Ribbeck Engineering, Inc. for Professional Design Services for the North Beach Town Center (North Shore D) Neighborhood Improvement Project Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�� �' 3��� 1
C'unu�act No. 24-524-0i
,
AGREEMENT BETWEEN
CfTY OF MIAMI BEACH
AND
RIBBECK ENGINEERING INC.
FOR
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER (NORTH
SHORE D) NEIGHBORHOOD IMPROVEMENT PROJECT
RESOLUTION NO. 2025-33511
1
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Conh�act No.24-524-01
TABLE OF CONTENTS
DESCRIPTION: PAGE
ARTICLE 1. DEFINITIONS.........................................................................................................3
ARTICLE 2. BASIC SERVICES..................................................................................................8
ARTICLE 3. THE CITY'S RESPONSIBILITIES.........................................................................13
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST................................................15
ARTICLE 5. ADDITIONAL SERVICES ....................................................................................17
ARTICLE 6. REIMBURSABLE EXPENSES..............................................................................19
ARTIC�E 7. COMPENSATI�N FOR SERVICES......................................................................19
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS .................................20
ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS.........................................................21
ARTICLE 10. TERMINATION OF AGREEMENT......................................................................21
ARTICLE 11. INSURANCE......................................................................................................23
ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS.....................................................24
ARTICLE 13. ERRORS AND OMISSIONS..............................................................................25
ARTICLE 14. LIMITATION OF LIABILITY................................................................................25
ARTICLE15. NOTICE.............................................................................................................25
ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW.....26
ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS...........................................................28
ARTICLE 18. MISCELLANEOUS PROVISIONS.......................................................................29
SCHEDULE A—SCOPE OF SERVICES..................................................................................36
SCHEDU�E A-1 —CONSULTANT SERVICE ORDER (CSO)...................................................37
SCHEDULE A-1 —SCHEDULE OF PAYMENTS......................................................................38
SCHEDULE B— CONSULTANT COMPENSATI�N SCHEDULE.............................................39
SCHEDULE C — HOURLY BILLING SCHEDULE .....................................................................40
SCHEDULE D— CONSTRUCTION COST BUDGET................................................................41
SCHEDULE E — PROJECT SCHEDULE (TIMELINE) FOR PHASE 1A....................................42
SCHEDULE F—ANTI-HUMAN TRAFFICKING CERTIFICATION ............................................43
ATTACHED SEPARATELY:
ATTACHMENT A: Resolution and Commission Award Memorandum
ATTACHMENT B: Addenda and Request for Qualifications (RFQ) Solicitation
ATTACHMENT C: Consultant Proposal Response to RFQ and Sunbiz
2
Uocuscgn Envebpe ID:10U9D'32SB-5115-493SBD2D�5880B70CDff9
('unlraa vu Zt.g/,I.III
A�REEMENT
F3E1'WE�N THE CITY OF MIAMI BEACH
ANO
RIBBECK ENGINEERING INC,
FOR
PROFESSIONAL DESlGN SERVICES FOR THE NORTH BEACH TOWN CENTER (NORTH
SHORE D)NElGH80RHOOD IMPROVEMENT PRWECT
1.1�. 1 ! .? 4���:
This Agreement�riade arid enter�d into .___ _ {the 'Effective Date"), by and
between the CITY OF MIAMI BEAGH,a municipal corporation existing under the laws of the State
of Florida, having its pnncipal officPs at 1700 Convention Ce�ter Dnve, Miami Beach. Florida,
33139, (here�nafler �e{errea to as the "City"), R168ECK ENGINEERING ING. a Flonda
cnrporation having its local office at 14335 SW 12Q StreeL Suite 205, Miami, Flonda 33186
(hereinafter referred to as"ConsultanC').
WITNESS� TH:
WHEREAS, the RFQ No. 2024-524 DF (the ''RFQ") was intended to provide ac,cess to
architectural and engfneering firms in accordance with the Flo�ida ConsultanYs Competitrva
Negotiation Act;
WHEREA3, on February 26. 2025, lhe City Gommission approved Resolution Na. 2025-
335�1 t, authorizmg the City to enter into negofiations with Ri�Deck Engineering Inc and, �t
s��ccessful, execute an agreement with Consultant pursuant to ths RFQ, and
WHEREAS, the City and Consultant have negotiated the Fallowing agreement pursuant to
the RFQ.
NOW THEREFORE, the City and ConsultanL in cons�deration of the mutual covenants
and agreement hereln contained,agree as follows:
AR7ICLE '1. DEFINITIONS
t 'I Definitions. The definit�or�s included i�i this Section are not exhausUv� of atl definitions
used in this Agreanent. AddiGonal terms may be defined in other Contracl Oocuments. The
following terms shall have the meanings speciFied herein unless otlienrvise stated herein:
aDDITIONAL SERVICES: "Additional Services" shall mean those sc:rvices, in add�tion to the
Basic Services in this Agreement, as described �n Article 5 and the Consultant Servlce Order,
whir_h the Consultant shall perform, at the City's oplion, and which must be d��ly aulhorized. in
writing, by the City Manager or his authanzed desic�neo, prior to commencement of same.
ARPLICABLE LAWS: "Applicable Laws' means all la�vs, standes. codes (including, but not
limited to, bu�IcJ�ng coaes), ardmancas. n�les, regutat�ons, lawful orders and decrees �f
gnvernmental aulhontiss having jurisdiction over the Pro�ect, the Project Site or the Parties.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Conh�act No.24-524-QI
BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents
recommended by the Consultant (and approved by the City) as being within the Construction
Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates.
BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform
in accordance with the terms of the Agreement, as described in Article 2 and the Scope of
Services set forth in Schedule A hereto. Any Services not specifically enumerated as Additional
Services (as defined herein) shall also be considered Basic Services.
CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal
corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida,
33139. In all respects hereunder, City's obligations and performance is pursuant to City's position
as the owner of the Project acting in its proprietary capacity. In the event City exercises its
regulatory authority as a governmental body including, but not limited to, its regulatory authority
for code inspections and issuance of Building Department permits, Public Works Department
permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority
and the enforcement of any Applicable Laws shall be deemed to have occurred p�rsuant to Gity's
regulatory authority as a governmental body and shall not be attributable in any manner to City
as a Party to this Agreement.
CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the
City.
CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The
City Manager shall also be construed to include any duly authorized representatives designated
by the City Manager in writing, including the Project Administrator, with respect to any specific
matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations
reserved to the City Commission under this Agreement, or to regulatory or administrative bodies
having jurisdiction over the Project).
CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount
budgeted and established by the City to provide for the cost of construction of the Work for the
Project ("Construction CosY'), as set forth in Schedule D.
CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100%
completed) plans, technical specifications, drawings, schematics, documents, and diagrams
prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements
for the construction of the Project. The Construction Documents shall set forth in full all details
necessary to complete the construction of the Project in accordance with the Contract Documents.
Construction Documents shall not be part of the Contract Documents, until (a)the Consultant has
submitted completed Construction Documents to the City and (b) they have been reviewed and
approved by the City and any agencies having jurisdiction in accordance with the procedures as
otherwise provided by the Contract Documents. However, approval by the City shall not in any
way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's
obligations to ensure the Construction Documents are constructible, in compliance with all
Applicable Laws and in accordance with the Contract Documents.
CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant"shall mean
the qualified and properly professionally licensed design professional in the State of Florida and
4
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
as otherwise required by any entities, agencies, boards, governmental authorities and/or any
other professional organizations with jurisdiction governing the professional practice area for
which the design professional has been engaged by City and who will perform (or cause to be
performed through Subconsultants acceptable to the City} all architectural, design and
engineering services required under this Agreement and/or Consultant Service Order and wi�l
serve as the "architect of record" and/or "engineer of record" for the Project. When the term
"Consultant" is used in this Agreement it shall also be deemed to include any officers, employees,
or agents of Consultants, and any other person or entity acting under the supervision, direction,
or control of Consultant to provide any architectural, design, engineering or similar professional
services with respect to the Project ("Subconsultants"). The Consultant shall not be replaced by
any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant
that may perform services on behalf of the Consultant shall be a qualified and properly
professionally licensed design professional in the State of Florida and as otherwise required by
any entities, agencies, boards, governmental authorities and/or any other professional
organizations with jurisdiction governing the professional practice area for which the
Subconsultant has been engaged by Consultant to perform professional design services in
connection with the Project.
The following Subconsultants are hereby approved by the City:
CHA Consulting, Inc.
Green Dade, Inc
HDR, Inc.
HML Public Outreach LLC
HR Engineering Services, Inc.
Longitude Surveyors, LLC
Metric Engineering Inc.
CONSULTANT SERVICE ORDER: Consultant Service Order(CSO) shall mean any work order
issued in writing by the City to Contractor(in substantial form as in Schedule A-1 attached hereto),
that specifically describes and delineates the particular Additional Services which may be required
of Consultant that is the subject of such Consultant Service Order, and which may include studies
or study activity, and/or professional services as defined in Section 287.055 of the Florida
Statutes. CSOs must be approved pursuant to Contract Approva�Authority Procedures 03.02 and
03.03.
CONTRACT AMENDMENT: "Contract AmendmenY' shall mean a written modification to the
Agreement approved by the City(as specified below)and executed between City and Consultant,
covering changes, additions, or reductions in the terms of this Agreement including, without
limitation, authorizing a change in the Project, or the method and manner of performance thereof,
or an adjustment in the fee and/or completion dates. Changes to a CSO shall not be considered
a contract amendment.
Contract Amendments shall be approved in accordance with Section 2-369 of the City Code and
Contract Approval Authority Procedure 03.02 or as amended. The City Manager reserves the
right to seek and obtain concurrence of the City Commission for approval of any such Contract
Amendment.
CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement(together with all
exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all
Design Documents and Construction Documents. The Contract Documents shall also include,
5
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
without limitation (together with all exhibits, addenda, and written amendments issued thereto),
the Request For Qualifications (RFQ), instructions to bidders, bid form, bid bond, Design Criteria
Package (if any), the Contract for Construction, surety payment and performance bonds,
Conditions af the Contract for Construction (General, Supplementary, and other Conditions),
Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change
Directive(s), and/or approved written order(s)for a minor change in the Work.
CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding
agreement between City and Contractor for performance of the Work covered in the Contract
Documents, inciuding, without limitation, a general contractor, construction manager, design-
builder or any other duly licensed construction contractor selected pursuant to any other
procurement methodology available under Florida law.
CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company,
corporation,joint venture,or other entity contracting with City far performance of the Work covered
in the Contract Documents.
DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise,
performance-oriented drawings or specifications of a design-build Project, prepared for the
purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a
response to a City request for proposal, or to permit the City to enter into a negotiated design-
build contract. The Design Criteria Package must specify performance-based criteria for the
design-build Project, including the legal description of the site, survey information concerning the
site, interior space requirements, material quality standards, schematic layouts and conceptual
design criteria of the project, cost or budget estimates, design and construction schedules, site
development requirements, provisions for utilities, stormwater retention and disposal, and parking
requirements applicable to the project.
DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications,
schematics and all other documents which set forth in full the design of the Project and fix and
describe in detail the size, configuration and character of the Project concerning all items of the
Project necessary for the final preparation of the 100% completed, permitted Construction
Documents in accordance with the requirements of the Contract Documents including, without
limitation, all architectural and engineering elements as may be appropriate. Design Documents
shall not be part of the Contract Dacuments, until (a) the Consultant has submitted completed
Design Documents to the City and (b) they have been reviewed and approved by the City and
agencies having jurisdiction in accordance with the procedures as provided by the Contract
Documents. However, approval by the City shall not in any way be construed, interpreted and/or
deemed to constitute a waiver or excuse ConsultanYs obligations to ensure the Design
Documents are constructible, in compliance with all Applicable Laws and in accordance with the
Contract Documents.
MAJOR CONSTRUCTION PROJECT: "Major Construction ProjecY' means any building
construction, improvement, or demolition with a value of$5 million or greater, or as amended.
PROJECT: The "ProjecY' shall mean that certain City capital project described in the Scope of
Services set forth in Schedule A hereto.
Proiect Cost: The "Project CosY', shall mean the estimated total cost of the Project,
6
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-52d-01
as prepared and established by the City, including the estimated Construction Cost
and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by
the City, in its sole discretion, to accommodate approved modifications or changes to
the Project or scope of work.
Proiect Scope: The "Project Scope" shall mean the description of the Project, as
described in Schedule A hereto.
PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated
by the City Manager who shall be the City's authorized representative to issue directives and
notices on behalf of the City with respect to all matters concerning the Services of this Agreement
(exciusive of those authorizations reserved to the City Manager or City Commission under this
Agreement, or to regulatory or administrative bodies having jurisdiction over the Project).
PROPOSAL DOGUMENTS: "Proposal Documents" shall mean the RFQ, together with all
amendments or addenda thereto (if any), which is incorporated by reference to this Agreement
and made a part hereof; provided, however, that in the event of an express confiict between the
Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in
response to the RFQ is included for reference purposes only and shall not be incorporated as
part of this Agreement, except with respect to ConsultanYs representations regarding the
qualifications and experience of Consultant and its key personnel, its commitment to provide the
key personnel listed therein, and its capability to perform and deliver the Services in accordance
with this Agreement and consistent with the all representations made therein.
SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and
referred to as follows:
Schedule A— Scope of Services
Schedule A-1 — Consultant Service Order& Payment Schedule
Schedule B— Consultant Compensation
Schedule C — Hourly Bilting Rate Schedule
Schedule D— Construction Cost Budget
Schedule E —Project Schedule
Schedule F—Anti-Human Trafficking Certification
SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and
any Additional Services(as approved by the City), all as described in Schedule A hereto.
SERVIGES: "Services" shall mean all services, work, and actions by the Consultant performed
pursuant to or undertaken under this Agreement.
SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost
including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing,
general consultant, financing, permitting fees and other similar costs, as determined by the City,
that are not considered as direct costs for the construction of the Project.
STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable
Construction CosY' shall mean the detailed estimate prepared by Consultant in Construction
Standard Index(CSI)format or other format approved by the Project Administrator,which includes
the Consultant's estimated total construction cost to the City of the Work for the Project (as
established in the Contract Documents, as they may be amended from time to time). The
Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each
7
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Canh'act No. 24-524-Oi
e{ement of the Praject and incfude a breakdown of the fees, general conditions and construction
contingency for the Project. Costs shall be adjusted to the projected bid date to take inta account
anticipated price escalation.
WORK: "Work" shall mean a{I labor, materials, equipment, supplies, tools, machinery, utilities,
fabrication, transportation, insurance, bonds, permits and conditions thereof, building code
changes and government approva{s, licenses, tests, quality assurance and(or quality control
inspections and related certifications, surveys, studies, and other items, work and services that
are necessary or apprapriate for the total construction, installation, and functioning af the Project,
tagether with all additional, collateral and incidental items, and work and services required for
delivery of a completed, fully functionai and functioning Project as set forth in the Contract
Documents.
ARTlCLE 2. BASIC SERVIGES
2.1 The Consuitant shall provide Basic Services for Phase 1A of the Project, as more
particularly described in Schedule A. For purposes of consistency with the Basis of Design Report
(BODR),the overall scope of the Project is divided into two phases,as more particularly described
in Schedule A: (i) Phase 1, and (ii)future Phase 2. Phase 1 will be compieted in two subphases,
as more particularly described in Schedule A: (i) Phase 1A, and (ii)future Phase 1 B.
2.2
(a) The Services for Phase 1A wiil be commenced by the Consultant upon receipt of
a written notice to proceed ("Natice to Proceed") with any of the specific tasks identified in
Schedule A(each, a "Task")signed by the City Manager or the Project Administrator. Consultant
shall countersign the Natice to Proceed upon receipt and return the signed copy to the City. A
separate Notice to Proceed issued by the Project Administrator shatl be required prior to
commencement of each task (as same are set forth in Schedule A hereto). Consultant shall
have na entitlement to perfarm (or be compensated for)the Services corresponding with any task
under this Agreement, unless such task is authorized by a Natice to Proceed.
(b} Proposed Phase 1B Services. Phase 1B, as outlined in the BODR and described in
Schedule A, represents the remaining portion of the Phase 1 scope that has been deferred due
to current budget limitations. It is included in this Agreement for reference purposes only. At the
City's sole discretion, and subject to the availability of funds, the City may elect to add Phase 1 B
to the scope of this Agreement through a contract amendment approved by the City Commission.
In the event of such amendment, Phase 1 B services will commence in the manner described in
Section 2.2 (a).
(c) Proposed Phase 2 Services. Phase 2, as autlined in the BODR and described in Schedule
A, represents a future scape of services included in this Agreement for reference only. At the
City's sole discretion, and subject ta the availability of funds, Phase 2 may be added to the scope
of this Agreement through a contract amendment approved by the City Commission. In the event
of such amendment, Phase 1A services will commence as described in Section 2.2(a).
2.3 As it relates to the Services and the Project, Consultant warrants and represents to the
City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees
ta comply with all Applicable Laws, whether now in effect or as may be amended or adopted from
time to time, and shall further take into account all known pending changes to the foregoing of
which it should reasonably be aware.
2.4 The Consultant warrants and represents to the City that all of the Services required under
R
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
('��ntract No. 2d-5�4-01
this Agreement shall be performed in accordance with the standard of care normally exercised in
the design of comparable projects in South Florida. Consultant warrants and represents to the
City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to
perform the Services. Consultant warrants and represents to the City that it is responsible for the
technical accuracy of the Services (including, without iimitation, the Design Documents
contemplated in Schedule A hereto). Consultant further warrants and represents that the
approved and permitted Construction Documents shall constitute a representation by Consultant
to City that the Project, if constructed as required by the Contract Documents, wiil be fully
functional, suitable and sufficient for its intended purposes.
2.5 The ConsultanYs Basic Services may consist of various tasks, including planning, design,
bidding/award, preparation of a DCP, studies, construction administration, and Additional
Services (as may be approved), ali as further described in the Scope of Services; and shall also
include any and all of ConsultanYs responsibilities and obligations with respect to the Project, as
set forth in the General Conditions of the Contract for Construction.
2.6 RESPONSIBILITY F�R CLAIMS AND LIABILITIES: No action or omission by City shall
waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents
and that Consultant shall remain fully liable for all work performed by Consultant including,without
limitatian, any design errors or omissions. Written decisions and/or approvals issued by the City
shall not constitute nor be deemed a release of the responsibility and liability of the Consultant
(or any Subconsultants), for the accuracy and competency of the Design Documents and
Construction Documents, nor shall any City approval and/or decisions be deemed to be an
assumption of such responsibility by the City for a defect, error or omission in the Design
Documents and the Construction Documents. Moreover, neither the City's inspection, review,
approval or acceptance of, nor payment for, any Services required under the Agreement shall be
construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities
under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or
of any cause of action arising out of the performance of the Agreement. The Consultant shall be
and remain liable to the City in accordance with Applicable Laws for all damages to City caused
by any failure of the Consultant or to comply with the terms and conditions of the Agreement or
by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the
performance of the Agreement.
2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in
this respect, the parties agree as follows:
2.7.1 Term: The term of this Agreement shall commence upon execution by the City
and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall
be in effect until all Services are completed or all Services authorized under Notices to
Proceed are completed and accepted, whichever is later. Notwithstanding the preceding
Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the
Scope of Services, including the time for completion of the work and/or services for the
Project.
2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with
the standard of professional skill and care required by this Agreement, and the orderly
progress of the Work.
2.7.3 Recognizing that the construction of other projects within the City may affect
9
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
<'ontract No.24-52401
scheduling of the construction for the Project, the Consultant shall diiigently coordinate
performance of the Services with the City (through the Project Administrator) in order to
provide for the safe, expeditious, economical and efficient compietion of the Project,
without negatively impacting concurrent work by others. The Consultant shall coordinate
the Services with all of its Subconsultants, as well as other consultants, including, without
limitation, City provided consultants (if any).
2.7.4 The Services shall be performed in a manner that shall conform to the Scope of
Services. The Consultant may submit requests for an adjustment to the completion time
for the Scope af Services, if made necessary because of undue delays resulting from
untimely review taken by the City (or authorities having jurisdiction over the Project) to
approve the ConsultanYs submissions, or any other portion of the Services requiring
approval by the City (or other governmental authorities having jurisdiction over the
Project). Consultant shall immediately provide the Project Administrator with written notice
stating the reason for the particular delay; the requested adjustment(i.e. extension)to the
Project Schedule; and a revised anticipated schedule of completion. Upon receipt and
review of ConsultanYs request(and such other documentation as the Project Administrator
may require), the Project Administrator may grant a reasonable extension of time for
completion of the particular work involved, and authorize that the appropriate adjustment
be made to the Project Schedule. The Project Administrator's approval (if granted) shall
be in writing.
2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative
working relationship with the Project Administrator, Contractor, and any and all other individuals
and/or firms that have been contracted, or otherwise retained, to perform work on the Project.
2.9 The Consultant shall perform its duties under this Agreement in a competent, timely and
professional manner, and shall be responsible to the City for any failure in its performance,except
to the extent that acts or omissions by the City make such performance impossible.
2.10 The Consultant is responsible for the professional quality, technical accuracy,
completeness, performance and coordination of all Services required under the Agreement any
Consultant Service Orders (including the services performed by Subconsultants), within the
specified time period and specified cost. The Consultant shall perform the Services utilizing the
skill, knowledge, and judgment ordinarily possessed and used by a proficient consuitant with
respect to the disciplines required for the performance of such Services in the State of Florida.
The Consultant is responsible for, and shall represent to City that the Services conform to the
City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be
and remain liable to the City for all damages to the City caused by the ConsultanYs Services,
breaches of this Agreement, and/or negligent acts, errors and/or omissions in the performance of
the Services, which damages may include the costs incurred by the City with respect to
replacement or repair of any defective or non-conforming construction Work until (i) twelve (12)
months following final acceptance of the Work, or (ii) the applicable statute of limitations period,
whichever is later. In addition to all other rights and remedies which the City may have, the
Consultant shall, at its expense, re-perform all or any portion of the Services to correct any non-
conforming and/or insufficient services which result from the Consultant's failure to perform in
accordance with the above standards. The Project Administrator shall notify the Consultant, in
writing, of any non-conforming and/or insufficient services and shall approve the method and
timing of the corrections.
10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
2.10.1 The Consultant shall be responsible for non-conforming and/or insufficient,
defective services and any resulting non-conforming, insufficient, and/or defective
construction work re-performed within twelve (12) months following final acceptance and
shall be subject to further re-performance, repair and replacement for twelve (12) months
from the date of initial re-performance, not to exceed twenty-four months (24) from final
acceptance.
2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for
review to other consultants (engaged by the City at its expense) any or all parts of the Services
and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify,
review, or consider any Services performed by Consultant (including, without limitation,
contractors, other design professionals, and/or other consultants retained by the City), the intent
of such requirement is to enable the Consultant to receive input from others' professional
expertise to identify any discrepancies, errors or omissions that are inconsistent with industry
standards for design or construction of comparable projects; or which are inconsistent with
Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by
the City under this Agreement. Consultant will use reasonable care and skill, in accordance and
consistent with customary professional standards, in responding to items identified by other
reviewers in accordance with this subsection. Consultant shall receive comments from reviewers,
in writing, including, without limitation (and where applicable), via a set of marked-up drawings
and specifications. Consultant shall address comments forwarded to it in a timely manner. The
term "timely" shall be defined to mean as soon as possible under the circumstances, taking into
account the timelines of the Project schedule.
2.11.1 The Consultant is advised that a performance evaluation of the Services rendered
throughout this Agreement will be completed by the City and kept in the City's files for
eva{uation of future solicitations.
2.12 Consultant agrees that when any portion of the Services relates to a professional service
which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal
entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified
duly licensed certified personnel to provide same.
2.13 Gonsultant agrees to designate, in writing, within five (5) calendar days after receiving a
signed Notice to Proceed, a qualifled licensed professional to serve as its project manager
(hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and
responsible to act on behalf of Consultant with respect to directing, coordinating and
administrating all aspects of the Services. Consultant's Project Manager (as well as any
replacement) shall be subject to the prior written approval of the City Manager or the Project
Administrator. Replacement (including reassignment) of an approved Project Manager shall not
be made without the prior written approval of the City Manager or his designee (i.e. the Project
Administrator).
2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice
from the City Manager or the Project Administrator {which notice shall state the cause
therefore), to promptly remove and replace a Project Manager, or any other personnel
employed or otherwise retained by Gonsultant for the Project(including, without limitation,
any Subconsultants).
2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any
non-public information concerning the Services or the Project, without the prior written consent of
Il
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-52401
the City Manager or the Project Administrator, unless such disciosure is incident to the proper
performance of the Services; or the disclosure is required pursuant to Florida Public Records
laws; or, in the course of judicial proceedings, where such information has been properly
subpoenaed. Consultant shall also require Subconsultants to comply with this subsection.
2.15 The City and Consultant acknowledge that the services, as described in the Agreement
and any Consultant Service Orders,do nat delineate every detail and minor work task required to
be pertormed by Consultant to complete the work and/or services described and delineated under
Schedule A and any Consultant Service Orders issued to Consultant by the City. If, during the
course of performing work, services and/ar tasks, Consultant determines that work and/or
services should be performed which is, in the Consultant's reasonable opinion, outside the level
of effort originally anticipated, then Consultant shall prompt�y notify the Project Administrator, in
writing, and shall obtain the Project Administrator's written consent before proceeding with such
work and/or services. if Consuitant proceeds with any such additional work and/or services
without obtaining the prior written consent of the Project Administrator, said work and/or services
shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be
within the scope of services delineated in Schedule A (whether or not speci�cally addressed in
the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute
authorization or approval by the City to perform such work. Performance of any such work and/or
services by Consultant without the prior written consent of the Project Administrator shall be
undertaken at ConsultanYs sole risk and liabifity.
2.16 Consultant shall establish, maintain, and categorize any and all Project documents and
records pertinent to the Services and shall provide the City, upon request, with copies of any and
all such documents and/or records. In addition, Consuitant shall provide electronic document fites
to the City upon completion of the Project.
2.17 THE CITY HAS NO �BLIGATION TO ASSIST, FACILtTA7E AND/OR PERFORM IN
ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER
CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR
ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL
NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED ANDIOR CONSTITUTE AN
ASSUMPTION BY THE CITY QF CONSULTANT'S OBLIGATIONS, A WAIVER OF
CONSULTANT'S OBLIGATIONS ANDIOR EXCUSE ANY BREACH BY CONSULTANT OF ITS
OBLIGATIUNS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATIQN IN THE
PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATfONS SHAL�NOT PRECLUDE THE
CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO
PERFQRM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS
AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY
ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY
CI.AIM,ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S
PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF
CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT �IMITATION, ASSISTING WITH
OBTAtNiNG PERMITS OR WITH COORDINATIG?N WITH UTILITIES, OR OTHER MATTERS
RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLlCT BETWEEN THIS SECTION
AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT
DOCUMENTS, THIS SECTION SHALL GOVERN.
2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements
of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be
amended from time to time, addressing applicabie Leadership in Energy and Environmental
12
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
(�ona�act No.24-�21-01
Design (LEED) compliance requirements.
2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with
those commitments made by the Consultant in its Proposal and during the competitive solicitation
selection process and interview. Such services shall be undertaken and performed pursuant to
appropriate written agreements between the Consu�tant and the Subconsultants, which shall
contain provisions that preserve and protect the rights of the City under this Agreement. Nothing
contained in this Agreement shall create any contractual relationship between the City and the
Subconsultants.
The Consultant shall not retain, add, or replace any Subconsultant without the prior written
approval of the City Manager, in response to a written request from the Consultant stating the
reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants
responsible for significant portions of the Services to be inserted on the plans and specifications.
The Consultant shall be ultimately responsible for ensuring the ConsultanYs and all of its
Subconsultants' compliance with the requirements of this Section and any other provision of the
Agreement and/or Consultant Service Order. With respect to the performance of work by
Subconsultants, the Consultant shall, in approving and accepting such work, ensure the
professional quality, completeness, and coordination of the Subconsultant's work.
The Consuftant shall, upon the request of the City, submit to the City such documentation and
information as the City reasonably requests to evidence the creation, standing, ownership and
professional licensure of the Consultant (and Subconsultants), including organizational
documents, operating agreements and professional licensure documentation, and copies of the
ConsultanYs contracts with the Subconsultant with respect to the Project. However, the City's
failure to request such documentation or evidence and/or failure to enforce in any way the terms
and provisions of this Section, the Agreement and/or any other Consultant Service Order during
the Project does not excuse, waive and/or condone in any way any noncompliance of the
requirements set forth therein including, without limitation, the professional licensure
requirements. Any approval of a Subconsultant by the City shall in no way shift from the
Consultant to City the responsibility for the quality and acceptability of the services performed by
the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant,
and shall not be cause for any increase in compensation to the Consultant for payment of the
Services.
ARTICLE 3. THE CITY'S RESPONSIBILITIES
3.1 The City Manager shall designate a Project Administrator, who shall be the City's
authorized representative to act on City's behalf with respect to the City's responsibilities or
matters requiring City's approval under the Contract Documents. The Project Administrator shall
be authorized (without limitation) to transmit instructions, receive information, and interpret and
define City policies and decisions with respect to the Services and the Project. The Project
Administrator shall have full authority to require the Consultant to comply with the Contract
Documents, provided, however, that any failure of the Project Administrator to identify any
noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver
of, or excuse, the ConsultanYs obligation to comply with the requirements of the Contract
Documents.
3.2 The City shall make available to Consultant, for the convenience of the Consultant only,
information that the City has in its possession pertinent to the Project. Consultant hereby agrees
and acknowledges that, in making any such information available to Consultant, the City makes
13
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
C'onu•act No.24-524-01
no express or implied certification, warranty, and/or representation as to the accuracy or
completeness of such information and assumes no responsibility whatsoever with respect to, the
sufficiency, completeness or accuracy of such information. The Consultant understands, and
hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary
all information furnished by the City, and that it is solely responsible for the accuracy and
applicability of all such information used by Consultant. Such verification shall include, without
limitation, visual examination of existing conditions in all locations encompassed by the Project,
where such examination can be made without using destructive measures (i.e. excavation or
demolition). Survey information shall be spot checked to the extent that Consultant has satisfied
itself as to the reliability of the information.
3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and
insurance counseling services for the Project (including, without limitation, auditing services to
verify the ConsultanYs applications for payment, or to ascertain that Consultant has properly
remitted payment due to its Subconsultants or vendors).
3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or
non-conformance with the Contract Documents, the City, through the Project Administrator, shatl
give prompt written notice thereof to the Consultant.
3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall
render any administrative approvals and decisions required under this Agreement, in writing, as
reasonably expeditious for the orderly progress of the Services and of the Work.
3.6 The City Commission shall be the final authority to do or to approve the following actions
or conduct, by passage of an enabling resolution or amendment to this Agreement:
3.6.1 Except where otherwise expressly noted in the Agreement or the Contract
Documents, the City Commission shall be the body to consider, comment upon, or
approve any amendments or modifications to this Agreement.
3.6.2 The City Commission shall be the body to consider, comment upon, or approve any
assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall
be defined to also include sale of the majority of the stock of a corporate consultant.
3.6.3 Contract Amendments shall be approved in accordance with Contract Approval
Authority Procedure 03.02 or as amended.
3.7 Except where otherwise expressly noted in this Agreement, the City Manager shali serve
as the City's primary representative to whom administrative (proprietary) requests for decisions
and approvals required hereunder by the City shall be made. Except where otherwise expressiy
noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and
authorizations which may include, without limitation, proprietary review, approval, or comment
upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the
City by Consultant.
3.7.1 The City Manager shall have prior review and approval of the Project Manager
(and any replacements) and of any Subconsultants (and any replacements).
3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions
on matters arising pursuant to this Agreement which are not otherwise expressly provided
14
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Conh'act No.24-�24-U1
for in this Agreement. In his/her discretion, the City Manager may aiso consult with the
City Commission on such matters.
3.7.3 At the request of Gonsultant, the City Manager shall be authorized, but not
required, to reallocate monies already budgeted toward payment of the Consultant;
provided, however, that the ConsultanYs compensation (or other budgets established by
this Agreement) may not be increased without the prior approval of the City Commission,
which approval (if granted at all) shall be in its sole and reasonable discretion.
3.7.4 Contract Amendments shall be approved in accordance with Contract Approval
Authority Procedure 03.02 or as amended.
3.7.5 The City Manager may, in his/her sole discretion,form a committee or committees,
or inquire of, or consult with, persons for the purpose of receiving advice and
recommendations relating to the exercise of the City's powers, duties, and responsibilities
under this Agreement or the Contract Documents.
3.7.6 The City Manager shall be the City Commission's authorized representative with
regard to acting on behalf of the City in the event of issuing any default notice(s) under
this Agreement, and, should such default remain uncured, in terminating the Agreement
(pursuant to and in accordance with Article 10 hereof).
3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf
of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction
the suitability of the Project, or portions thereof, detailed in such documents for the purposes
intended therefor by the City, and may not be relied upon in any way by the Consultant or any
other third party as a substantive review thereof.
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST
4.1 The City has established a Construction Cost Budget for the Project, set forth in Schedule
D. Consultant shall design the Project within a range of plus or minus ten percent(+/-10%)of the
Construction Cost Budget. As part of the Basic Services, Consultant shall design and/or re-design
the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions
necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the
City to review and discuss cost estimates, cost-saving alternatives, and implementation ar
revision of the Design Documents and Construction Documents to address such items, as
necessary to meet the established budget parameters set forth in the City Construction Budget.
4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at
each stage of completion of the Design Documents and at completion of the Construction
Documents, unless otherwise specified in a written directive of the Project Administrator.
4.2.1. At completion of the conceptual design (at such stage of completion of the Design
Documents as may be specified by the Project Administrator), Consultant shall provide the City a
Statement of Probable Construction Cost, which must include an estimated Construction Cost for
the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost
Budget. If at the foregoing stage of design the ConsultanYs Statement of Probable Construction
Cost exceeds the City's Construction Budget by more than fifteen percent(15%), then the Project
Administrator shall provide notice therevf to the Consultant. Consultant shall then identify the
cause(s} for the difference and recommend in writing for the City's approval any modification in
15
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
the Design Documents necessary to conform to the Consultant's estimated total costs in the
Statement of Probable Construction Cost to within fifteen percent(15%)of the City's Construction
Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall
incorporate such modifications within the Design Documents as part of the Basic Services and at
no additional cost to the City.
4.2.2. At the 30%and 60%completion of the Design Documents, Consultant shal!update
its Statement of Probable Construction Cost, which must include an estimated Construction Gost
for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost
Budget. If at the foregoing stages of design the ConsultanYs Statement of Probable Construction
Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project
Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the
cause(s) for the difference and recommend in writing for the City's approval any modification in
the Design Documents necessary to conform to the Consultant's estimated total costs in the
Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction
Budget. Upon obtaining Citys approval of any proposed modifications, Consuitant shall
incorporate such modifications within the Design Documents as part of the Basic Services and at
no additional cast to the City.
4.2.3. At the 90% stage completion of the Design Documents and at compietion of the
Construction Documents, Consultant shall update its Statement of Probable Construction Cost,
which must include an estimated Construction Cost for the Project within a range of plus or minus
five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design the
Consuitant's Statement of Probable Construction Cost exceeds the City's Gonstruction Budget
by more than five percent (5%), the Project Administrator shail provide notice thereof to the
Consultant. Consultant sha�l then identify the cause(s) for the difference and recommend in
writing for the Gity's approval any modification in the Design Documents necessary to conform to
the Consultant's estimated total costs in the Statement of Probable Construction Cost to within
five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval,
Consultant shall promptly modify the Design Documents or Construction Documents within the
time period specified by the Project Administrator (which time period for completion shail not
exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic
Services and at no additional cost to the City.
4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction
Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the
costs of each element and include a breakdown of the fees, general conditions and a reasonable
and appropriate construction contingency.
4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction
Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for
the Project as an experienced design professional familiar with the construction industry,
provided, however, that Consultant cannot(and does not)guarantee that bids or negotiated prices
will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or
otherwise provided) by Consultant.
4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of
Probable Cost by more than fifteen percent (15%), and Consultant fails to justify the price
difference between the best Base Bid and the Statement of Probabie Cost, the Project
Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design
I6
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No. 24-524-01
the Project within the Project Scope, construction schedule, sequence of Work, or such other
action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and
Consultant shall provide any required revisions to the Contract Documents (including, without
limitation, the Construction Documents) within the time period specified by the Project
Administrator (which time period for completion shall not exceed ninety (90) days from the date
Consultant is notified to re-design), and shall provide re-bidding services, as many times as may
be reasonably requested by the City, as part of the Basic Services and at no additional cost to
the City, in order to bring any resulting, responsive and responsible bids within fifteen percent
(15%)of the ConsultanYs final updated Statement of Probable Cost.
4.5. The Construction Cost Budget shall not be exceeded without fully justifiable,
extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the
control of the parties. Any expenditure above this amount shall be subject to prior City
Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the
City Commission. The City Commission shall have no obligation to approve an increase in the
Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City
Commission may, at its sole and absolute discretion, terminate this Agreement(and the remaining
Services)without any further liability to the City.
4.6. The City Commission may, at its sole and absolute discretion, and without relieving
Consuftant of its obligations under this Agreement to design the Project to the Construction Cost
Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following
options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its
option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining
Services without any further liability to the City; (4)select as many deductive alternatives as may
be necessary to bring the lowest and best bid within the Construction Cost Budget.
ARTICLE 5. ADDITIONAL SERVICES
5.1 Additional Services shall only be performed by Consultant following receipt of written
authorization by the Project Administrator (which authorization must be obtained prior to
commencement of any such additional work by Consultant). The written authorization shall
contain a description of the Additional Services required; a lump sum negotiated at the time of the
request for additional services or an hourly fee (in accordance with the rates in Schedule C
hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed"
amount; the amended Construction Cost Budget(if applicable); the time required to complete the
Additional Services; and an amended Project Schedule(if applicable). "Not to Exceed"shall mean
the maximum cumulative hourly fees atlowable (or, in the case of Reimbursable Expenses, the
maximum cumulative expenses allowable), which the Consultant shall not exceed without further
written authorization of the Project Administrator.The"Not to Exceed"amount is not a guaranteed
maximum cost for the additional work requested (or, in the case of Reimbursables, for the
expenses), and all costs applicable to same shall be verifiable through time sheets (and, for
Reimbursabtes, expense reviews).
5.2 Additional Services include the following:
5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of
existing facilities, and surveys or inventories in connection with construction performed by
City.
5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which
17
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contra�t No.24-524-01
arises from subsequent circumstances and causes which could not reasonably have been
foreseen at the time of execution of this Agreement (excluding conditions determined by
ali prior studies available to Consultant and excluding circumstances and causes resulting
from error, omission, inadvertence, or negligence of Consultant).
5.2.3. Citv-Repuested Revisions to Construction Documents: Making revisions to
Construction Documents resulting in or from City-requested changes in Scope of Work
involving new program elements, when such revisions are inconsistent with written
approvals or instructions previously given by City and/or are due to causes beyond the
control of Consultant.
5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or
subpoena to appear and give testrmony, preparing to serve or serving as an expert witness
in connection with any state or federal couR action to which the Consultant is not a party
in its own name, that is not instituted by the Consultant or in which the performance of the
Consultant is not in issue.
5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re-
negotiating contracts {except for Contract Document revisions and re-bidding services
required under Section 4.4 hereof, which shall be provided at no additional cost to City).
5.2.6. Models: Preparing professional perspectives, models or renderings in addition to
those provided for in this Agreement except insofar as these are otherwise useful or
necessary to the Consuftant in the provision of Basic Services.
5.2.7. Threshold Insqection/Material Testinq and Inspection: Providing threshold
inspection services and material testingJspecial inspection services, pr�vided that
Consuttant, as part of the Basic Services, shall report on the progress the Work, including
any defects and deficiencies that may be observed in the Work.
5.2.8 Pre-Desiqn Survevs & Testin�c: Environmental investigations and site evaluations,
provided, however, that surveys of the existing structure required to complete as-built
documentation are not additional services.
5.2.9 Geotechnical enqineerinq. Providing geotechnical engineering services or site
surveys.
5.3 Additional services may be requested by the City using a Consultant Service Order(CSO).
For each proposed Consultant Service Order, Consultant shall provide the City wifh a cost
proposal on a lump sum or not-to-exceed basis, based on the fee schedule set forth in
Schedule A-1 hereto. Pursuant to, City of Miami 8each Procurement Ordinance, and
Citywide Procedure 03.02.
Except as specified herein, services that are required for completion of the Construction
Documents shall be part of Consultant's Basic Services.
18
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
('untrac�Vo.'_4-52�1-i)I
ARTICLE 6. REIMBURSABLE EXPENSES
6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project
Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project
Administrator(along with any supporting receipts, proof of payment by the Consultant, and other
back-up material requested by the Project Administrator). Consultant shall certify as to each such
invoice and/or voucher that the amounts and items claimed as reimbursabie are "true and correct
and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited
to, the following:
• Cost of reproduction, courier, and postage and handling of drawings, plans,
specifications, and other Project documents(excluding reproductions for the office
use of the Consultant and its Subconsuttants, and courier, postage and handling
costs between the Consuttant and its Subconsultants).
• Costs for reproduction and preparation of graphics for community workshops.
• Permit fees required by City of Miami Beach regulatory bodies having jurisdiction
over the Project(i.e. City permit fees).
Reimbursable Expenses and/or Contingency are allowance(s) set aside by the City and shall
include actual expenditures (no markups allowed) made by the Consultant in the interest of the
Project, provided such expenses are authorized in advance by the City. The Reimbursable
Expenses and/or Contingency allowance(s), as specified herein, belongs to, and shall be
controlled by the City (i.e. unused partions will be retained by the City and shall not be paid to
Consultant).
Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in
writing, by the City Manager or corresponding DepartmenYs Director. Invoices or vouchers for
Reimbursable Expenses shall be submitted to the corresponding Department's Director (along
with any supporting receipts and other back-up material required to support the amount invoiced,
and as requested by the corresponding Department's Director). Consultant shall certify as to each
such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and
correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring
proof of payment) by the Consultant shall be invoiced, without any markups and/or additions.
ARTICLE 7. COMPENSATION FOR SERVICES
7.1 Consultant's "Lump Sum" fee for provision of the Services for Phase 1 A of the Project,
excluding reimbursable allowances and contingency, shall be a not-to-exceed amount of
$7,530,656.75 as more fully delineated in Schedule B hereto. The City has set a reimbursable
allowance for Phase 1A in an amount not-to-exceed $20,000 plus a design contingency in an
amount not to exceed $35,000, for a total Phase 1A value of $7,585,656.75 (Base bid of
$7,530,656.75 ptus reimbursable allowance and contingency of$55,000).
ConsultanYs "Lump Sum" fee for provision of the Services related to future Phase 1 B, as welt as
future Phase 2, may be negotiated and added to this Agreement, at the sole discretion of the City
and subject to availability of funds, through a contract amendment approved by the City
Commission.
7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and
approval of an acceptable invoice by the Project Administrator. Approval of an invoice shall be
19
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.2�-52A-01
seven (7)working days from receipt by the Project Administrator, excluding holidays. Payments
shail be made in proportion to the Services satisfactorily performed, so that the payments for
Services never exceed the progress percentage noted in the ConsultanYs Progress Schedule{to
be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition
to the invoice, the Consultant shall,for Hourfy Rate authorizations, submit a progress report giving
the percentage of completion of the Project and the total estimated fee to completion.
7.3 Approved Additional Services shall be compensated in accordance with the hourly biliing
rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services
shall be included with a Consultant payment request. No mark-up shall be allowed on Additional
Services (whether sub-contracted or not).
7.4 Approved Reimbursable Expenses shali be paid in accordance with Article 6 hereto, up to
the "Not to Exceed" Reimbursable ailowance in the applicabfe Consultant Service Order. Any
request for payment of Reimbursable Expenses shall also be included with ConsultanYs payment
request. No mark-up shali be allowed on Reimbursable Expenses.
7.5 ESCALATION: The initial hourly rates set forth in Schedule C shall remain constant for
the Initial Term of the agreement. Cost adjustments should be limited to changes in the applicable
Bureau of Labor Statistics index for the local region or other verifiable evidence of price increases.
The Consultant's adjustment request must substantiate the requested increase.The City of Miami
Beach, through its city manager, reserves the right to approve a requested adjustment or may
terminate the agreement and readvertise for bids for the goods or services.
7.6 No retainage shall be made from the ConsultanYs compensation on account of sums
withheld by the City on payments to Contractor.
7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the City in a timely
manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent
of the work performed; the total hours of work performed by employee category; and the
respective hourly billing rate associated therewith. In the event Subconsultant work is used, the
percentage of completion shall be identified. Invoices shall also itemize and summarize any
Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project
Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall
accompany the invoice. Invoices shall be submitted to the City at the following address:
Accounts Payable: payablesCa�miamibeachfl.gav
7.7.1 If requested, Consultant shall provide back-up for past and current invoices that
records hours for all work(by employee category}, and cost itemizations for Reimbursable
Expenses (by category}.
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS
8.1 All books, records(whether financial or otherwise),correspondence, technical documents,
and any other records or documents related to the Services and/or Project will be available for
examination and audit by the City Manager, or his/her authorized representatives, at Consultant's
office (at the address designated in Article 15 ["Notices"]}, during customary business hours. All
such records shall be kept at least for a period of three (3)years after ConsultanYs completion of
the Services. Incomplete or incorrect entries in such records and accounts relating personnel
Za
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
('ontract No. 24-524-(11
services and expenses may be grounds for City's disallowance of any fees or expenses based
upon such entries. Consultant shail also bind its Subconsultants to the requirements of this Article
and ensure compliance therewith
ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS
9.1 All notes, correspondence, documents, plans and specifications, designs, drawings,
renderings, calculations, specifications, models, photographs, reports, surveys, investigations,
and any other documents (whether completed or partially completed) and copyrights thereto for
Services performed or produced in the performance of this Agreement, or related to the Project,
whether in its native electronic form, paper or other hard copy medium or in electronic medium,
except with respect to copyrighted standard details and designs owned by the Consultant or
owned by a third party and licensed to the Consultant for use and reproduction, shall become the
property of the City. Consultant shall deliver all such documents to the Project Administrator in
their native electronic form within thirty (30) days of completion of the Services (or within thirty
(30)days of expiration or earlier termination of this Agreement as the case may be). However,
the City may grant an exclusive license of the copyright to the Consultant for reusing and
reproducing copyrighted materials or portions thereof as authorized by the City Manager in
advance and in writing, In addition, the Consultant shall not disclose, release, or make available
any document to any third party without prior written approval from the City Manager. The
Consultant shall warrant to the City that it has been granted a license to use and reproduce any
standard details and designs owned by a third party and used or reproduced by the Consultant in
the performance of this Agreement. Nothing contained herein shall be deemed to exclude any
document from Chapter 119, Florida Statutes.
9.2 The Consultant is permitted to reproduce copyrighted material described above subject to
prior written approval of the City Manager.
9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt
copyrighted material for additional or other work for the City; however, payment to the Consultant
for such adaptations will be limited to an amount not greater than 50°/a of the original fee earned
to adapt the original copyrighted material to a new site.
9.4 The City shall have the right to modify the Project or any components thereof without
permission from the Consultant or without any additional compensation to the Consultant. The
Consultant shall be released from any liability resulting from such modification.
9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of
plans and specifications.
ARTICLE 10. TERMINATION OF AGREEMENT
10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject
to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of
its performance in accordance with the terms and conditions of this Agreement. In the event there
is a lack of adequate funding either for the Services or the Project(or both),the City may terminate
this Agreement without further liability to the City.
10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this
Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1)
violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays
the performance of the Services or any portion thereof; or (3) does not perform the Services or
any portion thereof in a timely and satisfactory manner. In the case of termination for cause by
21
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
the City, the Consultan# shall first be granted a thirty (3Q) day cure period (commencing upon
receipt of the initial written notice of default from the Gity).
10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole
option and discretion, may take over the remaining Services and complete them by
contracting with another consultant(s), or otherwise. The Consultant shall be liable to the
City for any additional cost(s) incurred by the City due to such termination. "Additional
CosY' is defined as the difference between the actual cost of completion of the Services,
and the cast of completion af such Services had the Agreement not been terminated.
10.2.2 In the event of termination for cause by the City, the City shall only be obligated to
pay Consultant for those Services satisfaetorily performed and accepted prior ta the date
of termination (as such date is set forth in, or can be calculated from, the City's initial
written default notice). Upon payment of any amount which may be due ta Consultant
pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant.
1Q.2.3 As a condition precedent to release of any payment which may be due to
Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver
to the Project Administrator any and all Project documents prepared (or caused to be
prepared) by Consultant(including, withaut limitation, those referenced in subsection 9.1
hereof}. The City shall not be responsible for any cost incurred by Consuitant for
assembly, copy, and/or delivery of Project dacuments pursuant to this subsection.
1Q.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for
cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14)
days prior written notice to Consultant,for convenience,without cause, and without penalty, when
(in its sole discretion) it deems such termination to be in the best interest of the City. In the event
the City terminates the Agreement for convenience, Consultant shall be compensated for all
Services satisfactorily performed and accepted up to the termination date(as set forth in the City's
written notice), and for ConsultanYs costs in assembly and delivery to the Project Administrator
of the Project documents (referenced in subsection 1 Q.2.3 above). Upon payment of any amount
which may be due to Consultant pursuant this subsection 1Q.3, the City shall have no further
liability to Consultant.
10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement
for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully
violates any provisions of this Agreement or unreasonably delays payment of the Services or any
portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant
for any Services satisfactorily performed and accepted up to the date of termination; provided,
however, that the City shall first be granted a thirty(30)day cure period(commencing upon receipt
of Consultant's initial written notice).
10.4.1 The Consultant shali have no right to terminate this Agreement for convenience.
10.5 IMPLEMENTATION OF TERMINATION: In the event of termination(whetherforcause
or for convenience}, the Consultai�t shail immediately, upon receipt of the City's written notice of
termination: (1) stop the performance of Services; (2) place no further orders or issue any other
subcantracts, except for those which may have aiready been approved, in writing, by the Project
Administrator; (3) terminate ali existing orders and subcontracts; and (4) promptly assemble ail
Project documents (for delivery to the Project Administrator).
�2
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
(�onh•�ct No.24-�Z4-UI
ARTtCLE 11. INSURANCE
11.1 The Consultant shail maintain the below required insurance in effect prior to awarding the
agreement and for the duration of the agreement. The maintenance of proper insurance coverage
is a material element of the agreement and failure to maintain or renew coverage may be treated
as a material breach of the contract, which could resu(t in withholding of payments or termination
of the Agreement.
A. Workers' Compensation Insurance for all employees of the Contractor as required
by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no iess than
$1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from
this Statute, the Contractor and each employee shall hold the City harmless from any injury
incurred during performance of the Contract. The exempt contractor shall also submit(i)a
written statement detailing the number of employees and that they are not required to carry
Workers' Compensation insurance and do not anticipate hiring any additional employees
during the term of this contract or(ii) a copy of a Certificate of Exemption.
B. Commercial General Liability Ins�rance on an occurrence basis, including products
and completed operations, property damage, bodily injury and personal & advertising
injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general
aggregate.
C. Automobile Liability Insurance covering any automobile, if vendor has no owned
automobiles, then coverage for hired and non-owned automabiles, with limit no less than
$1,000,000 combined per accfdent for bodily injury and property damage.
D. Professional Liability (Errors & Omissions) Insurance appropriate to the
ConsultanYs profession, with limit no less than $2,000,000.
Additional Insured — City of Miami Beach must be included by endorsement as an additional
insured with respect to all liability policies (except Professional Liability and Workers'
Compensationj arising out of work or operations performed on behalf of the consultant including
materials, parts, or equipment furnished in connection with such work or operations and
automobiles owned, leased, hired or barrowed in the form of an endorsement to the cosultant's
insurance.
Notice of Cancellation— Each insurance policy required above shall provide that coverage shali
not be cancelled, except with notice to the City of Miami 8each c/o EXIGIS Insurance Compliance
Services.
Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to
affect the waiver of subrogation on the coverages required. However, this provision applies
regardless of whether the City has received a waiver of subrogation endorsement from the
insurer.
Acceptabitity of Insurers — lnsurance must be placed with insurers with a current A.M. Best
rating of A+or higher. If not rated, exceptions may be made for members of the Florida Insurance
Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and
authorized to do insurance business in the State of Florida.
23
Docusign E�velope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Cuntract No.24-524-01
Verification of Coverage — Conultant shail furnish the City with original certificates and
amendatory endorsements, or copies of the applicable insurance language, effecting coverage
required by this contract. All certificates and endorsements are to be received and approved by
the City before work commences. However, failure to obtain the required documents prior to the
work beginning shall not waive the Consultant's obligation to provide them. The City reserves the
right to require complete, certified copies of all required insurance policies, including
endorsements, required by these specifications, at any time.
CERTIFICATE HOLDER ON ALL COI MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 947
Murrieta, CA 92564
Kindly submit all certificates of insurance,endorsements, exemption letters to our servicing agent,
EXIGIS, at:
Certificates-miamibeach(c�riskworks.com
Special Risks or Circumstances—The City of Miami Beach reserves the right to modify these
requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage,
or other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and
obligation under this section or under any other section of this agreement.
ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS
12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall
indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities,
from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys'
fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of
the Consultant and other persons employed or utilized by the Consultant in the performance of
this Agreement.
The Consultant shali pay all claims and losses in connection therewith and shall investigate all
claims, suits, or actions of any kind or nature in the name of the City, where applicable, including
appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue
thereon. Consultant expressly understands and agrees that any insurance protection required by
this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to
indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and
instrumentalities as herein provided.
12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible
for any claims which may result from any negligent, reckless, or intentionally wrongful actions,
errors or omissions of the Consultant in which the City participated either through review or
concurrence of the ConsultanYs actions. In reviewing, approving or rejecting any submissions by
the Contsultant, or other acts of the Consultant, the City in no way assumes or shares any
responsibility or liability of the Consuitant (including, without limitation its Subconsultants and/or
any registered professionals (architects and/or engineers) under this Agreement).
24
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
ARTICLE 13. ERRORS AND OMISSIDNS
13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes
categorized by the City as caused by an error, an omission, or any combination thereof in the
Contract Documents that were prepared by the Consultant will constitute an additional cost to the
City that would not have been incurred without the error. The damages to the City for errors,
omissions or any combinations thereof shall be calculated as the total cost of any damages or
incremental costs to the City resulting out of the errors or omissions by the Consultant, including,
without limitation, the direct, indirect and/or consequential damages resulting from the
ConsultanYs errors and/or omissions or any combination thereof.
Damages shail include delay damages caused by the error, omission,or any combination thereof.
Should the Consultant disagree that all or part of such damages are the result of errors,omissions,
or any combination thereof,the Consultant may appeat this determination, in writing,to the Project
Administrator. The Project Administrator's decision on all claims, questions and disputes shall be
final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary
or unreasonable, In the event that the Consuttant does not agree with the decision of the Project
Administrator, the Consultant shall present any such objections, in writing, to the City Manager.
The Project Administrator and the Consultant shall abide by the decision of the City Manager.
This paragraph does not constitute a waiver of any party's right to proceed in a court of competent
jurisdiction after the above administrative remedies have been exhausted.
ARTICLE 14. LIMITATION OF LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on its
liability for any cause of action for money damages due to an alleged breach by the City of this
Agreement, so that its liability for any such breach never exceeds the total amount of
compensation/fees due to Consultant for all Services under this Agreement, less any amount(s)
actually paid by City to the Consultant hereunder. Consultant hereby expresses its willingness to
enter into this Agreement, with ConsultanYs recovery from the City for any damages for action for
breach of contract to be limited to the total amount of compensation/fees due to Consultant for all
Services under this Agreement, less any amount(s) actually paid by City to the Consultant
hereunder.
Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant
hereby agrees tnat the City shall not be liable to Consultant for money damages due to an alleged
breach by the City of this Agreement, in an amount in excess of the total amount of
compensation/fees due to Consultant for all Services under this Agreement, which amount shall
be reduced by any amount(s) actually paid by the City to Consultant hereunder.
Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to
be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida
Statutes.
ARTICLE 15. NOTICE
All written notices given to City by Consultant shall be addressed to:
Public Works Department
City of Miami Beach
Attn� John Norris, Public Works Director
1700 Convention Center Drive
25
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
('ontract No. 24-524-01
Miami Beach, Florida 33139
Ph: 305-673-7071 Ext. 6709
Email: johnnorris(a�miamibeachfl.qov
With a copy to:
City Manager's Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Attn: Eric Carpenter
Email: ericcarpenter(a)miamibeachfl.qov
All written notices given to the Consultant from the City shall be addressed to:
Carlos Ribbeck, PE
RIBBECK ENGINEERING INC.
14335 SW 120 Street
Suite 205
Miami, FL 33186
Ph: 954-918-6769
Email: hr{a�ribbeck.co
All notices mailed electronically to either party shall be deemed to be sufficiently transmitted.
ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida
Statutes, as may be amended from time to time.
16.2 The term "public records" shall have the meaning set forth in Section 119.011(12}, which
means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings,
data processing software, or other material, regardless of the physical form, characteristics, or
means of transmission, made or received pursuant to law or ordinance or in connection with the
transaction of official business of the City.
16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition
of"ConsultanY' as defined in Section 119.0701(1)(a), the Consultant shall:
(1) Keep and maintain public records required by the City to perform the service;
(2) Upon request from the City's custodian of public records, provide the City with a
copy of the requested records or allow the records to be inspected or copied within
a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
Florida Statutes or as otherwise provided by law;
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed, except as authorized by law,
for the duration of the contract term and following completion of the Agreement if
the Consultant does not transfer the records to the City;
(4) Upon completion of the Agreement, transfer, at no cost to the City, all public
records in possession of the Consultant or keep and maintain public records
required by the City to perform the service. If the Consultant transfers all public
26
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.'4-524-01
records to the City upon completion of the Agreement, the Consultant shall destroy
any duplicate public records that are exempt or confidential and exempt from public
records disclosure requirements. If the Consultant keeps and maintains public
records upon completion of the Agreement, the Consultant shall meet all
applicable requirements for retaining public records. All records stored
electronically must be provided to the City, upon request from the City's custodian
of public records, in a format that is compatible with the information technology
systems of the City.
16.4 REQUEST FOR RECORDS; NONCOMPLIANCE.
16.4.1 A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City. If the City does not possess the requested
records, the City shall immediately notify the Consultant of the request, and the
Consultant must provide the records to the City or allow the records to be inspected or
copied within a reasonable time.
16.4.2 Consultant's failure to comply with the City's request for records shall constitute
a breach of this Agreement, and the City, at its sole discretion, may: (1)
unilaterally terminate the Agreement; (2)avail itself of the remedies set forth
under the Agreement; and/or(3) avail itself of any available remedies at law or
in equity.
16.4.3 A Consultant who fails to provide the public records to the City within a
reasonable time may be subject to penalties under s. 119.10.
16.5 CIVIL ACTION.
16.5.1 If a civil action is filed against a Consultant to compei production of public records
relating to the City's contract for services, the court shali assess and award against
the Consultant the reasonable costs of enforcement, including reasonable attorneys'fees,
if:
(a) The court determines that the Consuitant unlawfully refused to comply with
the public records request within a reasonable time; and
(b) At least 8 business days before filing the action, the plaintiff provided written
notice of the public records request, including a statement that the Consultant
has not complied with the request, to the City and to the Consultant.
16.5.2 A notice complies witn subparagraph (16.5.1)(b)if it is sent to the City's custodian
of public records and to the Consultant at the ConsultanYs address listed on its contract
with the City or to the ConsultanYs registered agent. Such notices must be sent by
common carrier delivery service or by registered, Global Express Guaranteed, or certified
mail, with postage or shipping paid by the sender and with evidence of delivery, which
may be in an electronic format.
16.5.3 A Consultant who complies with a public records request within 8 business days
after the notice is sent is not liable for the reasonable costs of enforcement.
16.6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS
?�
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
CITY OF MIAMI BEACH
ATTENTION: RAFAEL E. GRANADO, CITY CLERK
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FLORIDA 33139
E-MAIL: RAFAELGRANADO a(�.MIAMIBEACHFL.GOV
PHONE: 305-673-7411
ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS
1. Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has established
the Office of the Inspector General which may, on a random basis, perform reviews,audits,
inspections and investigations on all City contracts, throughout the duration of said
contracts. This random audit is separate and distinct from any other audit performed by
or on behalf of the City.
2. The Office of the Inspector General is authorized to investigate City affairs and
empowered to review past, present and proposed City programs, accounts, records,
contracts and transactions. In addition, the Inspector General has the power to subpoena
witnesses, administer oaths, require the production of witnesses and monitor City projects
and programs. Monitoring of an existing City project or program may include a report
concerning whether the project is on time, within budget and in conformance with the
contract documents and applicable law. The Inspector General shall have the power to
audit, investigate, monitor, oversee, inspect and review operations,activities, performance
and procurement process including but not limited to project design, bid specifications,
(bid/proposal) submittals, activities of the Consultant its officers, agents and employees,
lobbyists, City staff and elected officials to ensure compliance with the Contract
Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City
Code,the City is allocating a percentage of its overall annual contract expenditures to fund
the activities and operations of the Office of Inspector General.
3. Upon ten (10) days written notice to the Consultant, the Consultant shall make all
requested records and documents available to the Inspector General for inspection and
copying. The tnspector General is empowered to retain the services of independent
private sector auditors to audit, investigate, monitor, oversee, inspect and review
operations activities, performance and procurement process including but not limited to
project design, bid specifications, (bid/proposal)submittals, activities of the Consultant, its
officers, agents and employees, Iobbyists, City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.
4. The Inspector General shall have the right to inspect and copy all documents and records
in the ConsultanYs possession, custody or control which in the Inspector General's sole
judgment, pertain to performance of the contract, including, but not limited to original
estimate files, change order estimate files, worksheets, proposals and agreements from
and with successful subcontractors and suppliers, all project-related correspondence,
memoranda, instructions, financial documents, construction documents, (bid/proposal)
�g
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Cuntract No. 24-524-U l
and contract documents, back-change documents, all documents and records which
involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends
received, payroll and personnel records and supporting documentation for the aforesaid
documents and records.
5. The Consultant shall make available at its office at all reasonable times the records,
materiais, and other evidence regarding the acquisition (bid preparation)and performance
of this contract, for examination, audit, or reproduction, until three (3) years after final
payment under this contract or for any longer period required by statute or by other clauses
of this contract. In addition:
i. If this contract is completely or partiaily terminated, the Consultant shall make
available records relating to the work terminated until three (3) years after any
resulting final termination settlement; and
ii. The Consultant shall make available records relating to appeals or to litigation or
the settlement of claims arising under or relating to this contract until such appeals,
litigation, or claims are finally resolved.
6. The provisions in this section shall apply to the Consultant, its officers, agents, employees,
subcontractors and suppliers. The Consultant shall incorporate the provisions in this
section in all subcontracts and all other agreements executed by the Consultant in
connection with the performance of this contract.
7. Nothing in this section shall impair any independent right to the City to conduct audits or
investigative activities. The provisions of this section are neither intended nor shall they
be construed to impose any liability on the City by the Consultant or third parties.
ARTICLE 18. MISCELLANEOUS PROVISIONS
18.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and
construed in accordance with, the laws of the State of Florida, both substantive and remedial,
without regard to principles of conflict of laws. The exclusive venue for any litigation arising out
of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District
Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT,
CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO
A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS
AGREEMENT.
18.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not
discriminate against any employee or applicant for employment for work under this Agreement
because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability,
marital or familial status, or age, and will take affirmative steps to ensure that applicants are
employed and employees are treated during employment without regard to race, color, national
origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age.
18.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act(Section
287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the
convicted vendor list following a conviction for a public entity crime may not submit a bid on a
contract to provide any goods or services to the City, may not submit a bid on a contract with the
City for the construction or repair of a public building or public work, may not bid on leases of real
29
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Cvntract No.24-52401
property to the City, may not be awarded or perform work as a Consultant, supplier,
subconsultant, or subconsuftant under a contract with the City, and may not transact business
with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for
Category Two, for a period of 36 months from the date of being placed on the convicted vendor
list. For violation of this subsection by Consuitant, City shall have the right to terminate the
Agreement without any liability to City, and pursue debarment of Consultant
18.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for Consultant, to solicit or
secure this Agreement, and that it has not paid or agreed to pay any person, company,
corporation, individual or firm, other than a bona fide employee working sole�y for Consultant, any
fee, commission, percentage, gift, or other consideration contingent upon or resulting from the
award or making of this Agreement. For the breach or violation of this subsection, City shall have
the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the
contract price(or otherwise recover)the full amount of such fee, commission, percentage, gift, or
consideration.
18.5 LAWS AND REGULATIONS:
18.5.1 The Consultant shall, during the Term of this Agreement, be governed by all
Applicable Laws which may have a bearing on the Services involved in the Project.
18.5.2 Proiect Documents. In accordance with Section 119.071 (3) (b)(2), Florida
Statutes, entitled "General exemptions from inspecting or copying public records,"
ail building plans, blueprints, schematic drawings, and diagrams, including draft,
preliminary, and final formats, are exempt from the provisions of Section 119.07(1),
Florida Statutes (inspection and copying of public records), and s. 24(a), Article I
of the State Constitution. Information made exempt by this paragraph, with prior
written approval from the City Manager, may be disclosed to another entity to
pertorm its duties and responsibilities; to a licensed architect, engineer, or
Consultant who is performing work on or related to the Project; or upon a showing
of good cause before a court of competent jurisdiction. The entities or persons
receiving such information shall maintain the exempt status of the information.
18.5.2.1 In addition to the requirements in this subsection 18.5.2, the Consultant
agrees to abide by all applicable Federal, State, and City procedures,
as may be amended from time to time, by which the documents are
handled, copied, and distributed which may inciude, but is not limited
to, each employee of Consultant and subconsultants that will be
involved in the Project being required to sign an agreement stating that
they will not copy, duplicate, or distribute the documents unless
authorized by the City Manager, in writing.
16.5.2.2 The Consultant and its subconsultants agree in writing that the Project
documents are to be kept and maintained in a secure location.
16.5.2.3 Each set of the Project documents are to be numbered and the
whereabouts of the documents shall be tracked at all times.
18.5.2.4 A log is developed to track each set of documents logging in the date,
time, and name of the individual(s)that work on or view the documents.
30
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
C��ntract No.24-524-01
18.5.3 E-Verify
18.5.3.1 Consultant shall comply with Section 448.095, Florida Statutes,
"Employment Eligibility" ("E-Verify Statute"), as may be amended from
time to time. Pursuant to the E-Verify Statute, commencing on January
1, 2021, Consultant shall register with and use the E-Verify system to
verify the work authorization status of all newly hired employees during
the Term of the Agreement. Additionally, Consultant shall expressly
require any subconsultant perfarming work or providing services
pursuant to the Agreement to likewise utilize the U.S. Department of
Homeland Security's E-Verify system to verify the employment
eligibility of all new employees hired by the subconsultant during the
contract Term. If Consultant enters into a contract with an approved
subconsultant, the subconsultant must provide the Consultant with an
affidavit stating that the subconsultant does not employ, contract with,
or subcontract with an unauthorized alien. Consultant shall maintain a
copy of such affidavit for the duration of the Agreement or such other
extended period as may be required under this Agreement.
18.5.3.2 TERMINATION RIGHTS.
18.5.3.2.1 If the City has a good faith belief that Consultant has
knowingly violated Section 448.09(1), Florida Statutes, the City shall
terminate this Agreement with Consultant for cause, and the City shall
thereafter have or owe no further obligation or liability to Consultant.
18.5.3.2.2 If the City has a good faith belief that a subconsultant
has knowingly violated the foregoing Subsection 18.5.3.1 but the
Consultant otherwise complied with such subsection, the City will
promptly notify the Consultant and order the Consultant to
immediately terminate the Agreement with the subconsultant.
ConsultanYs failure to terminate a subconsultant shall be an event of
default under this Agreement, entitling City to terminate the
ConsultanYs contract for cause.
18.5_3.2.3 A contract terminated under the foregoing Subsection
18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be
considered as such.
18.5.3.2.4 The City or Consultant or a subconsultant may file an
action with the Circuit or County Court to challenge a termination
underthe foregoing Subsection 18.5.32.1 or 18.5.3.2.2 no later than
20 calendar days after the date on which the contract was
terminated.
18.5.3.2.5 If the City terminates the Agreement with Consultant under
the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a
public contract for at least 1 year after the date of termination of this
Agreement.
18.5.3.2.6 Consultant is liable for any additional costs incurred by the
31
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
City as a result of the termination of this Agreement under this Section
18.5.3.
18.6 FORCE MAJEURE:
18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the
performance of the Consultant or the City's obligations under the Agreement, and (ii) is
beyond the reasonable control of such party unable to perform the obligation, and (iii) is
not due to an intentional act, error, omission, or negligence of such party, and (iv) could
not have reasonably been foreseen and prepared for by such party at any time prior to the
occurrence of the event. Subject to the foregoing criteria, Force Majeure may include
events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism,
sabotage, explosions, embargo restrictions, quarantine restrictions, transportation
accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God
which prevent performance. Force Majeure shali not include technological impossibility,
inclement weather, or failure to secure any of the required permits pursuant to the
Agreement.
18.6.2 If the City or ConsultanYs performance of its contractual obligations is prevented
or delayed by an event believed by to be Force Majeure, such party shall immediately
upon leaming of the occurrence of the event or of the commencement of any such delay,
but in no case within fifteen (15) business days thereof, provide notice of (i) of the
occurrence of event of Force Majeure, (ii)of the nature of the event and the cause thereof,
(iii)of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay,
and(v)of what course of action such party plans to take in order to mitigate the detrimental
effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure
event is a condition precedent to allowance of any relief pursuant to this section; however,
receipt of such notice shall not constitute acceptance that the event claimed to be a Force
Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a
Force Majeure event shall be on the requesting party.
18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the
Agreement during a period when such party is rendered unable, in whole or in part, by
Force Majeure to carry out such obligations. The suspension of any of the obligations
under this Agreement due to a Force Majeure event shall be of no greater scope and no
longer duration than is required. The party shall use its reasonable best efforts to continue
to perform its obligations hereunder to the extent such obligations are not affected or are
only partially affected by the Force Majeure event, and to correct or cure the event or
condition excusing performance and othenivise to remedy its inability to perform to the
extent its inability to perform is the direct result of the Force Majeure event with all
reasonable dispatch.
18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a
Force Majeure event causing the suspension of performance shall not be excused as a
result of such occurrence unless such occurrence makes such performance not
reasonably possible. The obligation to pay money in a timely manner for obligations and
liabilities which matured prior to the occurrence of a Force Majeure event shall not be
subject to the Force Majeure provisions.
18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Force
Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the
32
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Cun[ract No. 2a-524-01
City's payment obligations under the Agreement, and may take such action without regard
to the notice requirements herein. Additionally, in the event that an event of Force Majeure
delays a party's performance under the Agreement for a time period greater than thirty
(3Q} days, the City may, at the sole discretion of the City Manager, terminate the
Agreement on a given date, by giving written notice to Consultant of such termination. If
the Agreement is terminated pursuant to this Section, Consultant shall be paid for any
Services satisfactority performed up to the date of termination; foliowing which the City
shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue
of, this Agreement. In no event will any condition of Force Majeure extend this Agreement
beyond its stated term. Any time extension shall be subject to mutual agreement and shall
not be cause for any claim by the Consultant for extra compensation, unless Additional
Services are required and approved pursuant to Article 5 hereof.
18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of
Consultant's Services, the Consultant shall prepare, without added compensation, all necessary
supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the
Contract Documents prepared by Consultant, including documents prepared by its
subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant
from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract
Documents and other documents or Services related thereto.
18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any
other person, firm, association or corporation, in whole or in part, without the prior written consent
of the City Commission, which consent, if given at all, shall be at the Commission's sole option
and discretion. However, the Consultant will be permitted to cause portions of the Services to be
performed by subconsultants, subject to the prior written approval of the City Manager.
18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself,
his/her partners, successors, fegal representatives and assigns to the other party of the
Agreement and to the partners, successors, legal representatives, and assigns of such party in
respect to all covenants of this Agreement. The Consultant shall afford the City(through the City
Commission) the opportunity to approve or reject all proposed assignees, successors or other
changes in the ownership structure and composition of the Consultant. Failure to do so
constitutes a breach of this Agreement by the Consultant.
18.10 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance
of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all
salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as
necessary to complete said Services.
18.11 INTENT OF AGREEMENT:
18.11.1 The intent of the Agreement is for the Consultant to provide all necessary items
for the proper completion of the Services.The Consultant shall perform, as Basic Services,
such incidental work which may not be specifically referenced, as necessary to complete
the Project.
18.11.2 This Agreement is for the benefit of the parties only and it does not grant rights
to a third party beneficiary, to any person, nor does it authorize anyone not a party to the
Agreement to maintain a suit for personal injuries, professional liability, or property
damage pursuant to the terms or provisions of the Agreement.
33
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No. 24-524-01
18.11.3 No acceptance, order, payment, or certificate of or by the City, or its employees
or agents shail either stop the City from asserting any rights or operate as a waiver of any
provisions hereof or of any power or right herein reserved to the City ar of any rights to
damages herein provided.
18.11.4 7his dacument incorporates and includes all prior negotiations, correspondence,
conversations, agreements, or understandings appiicable to the matters contained
herein; and the parties agree that there are no commitments, agreements, or
understandings concerning the subject matter of this Agreement that are not contained
in this document. Accordingly, the parties agree that no deviation from the terms hereof
shall be predicated upon any prior representations or agreements whether oral or written.
It is further agreed that no modification, amendment or alteration in the terms or
conditions contained herein shall be effective unless memorialized in written document
approval and executed with the same formality and of equal dignity herewith.
18.12 CC?NSULTANT'S CUMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS: Consuitant
agrees to comply with Section 787.06, Florida Statutes, as may be amended from time to time,
and has executed the Anti-Human Trafficking Affidavit, containing the certification of compliance
with anti-human trafficking laws, as required by Section 787.06(13), Florida Statutes, a copy of
which is attached hereto as Schedule F.
18.13 PROHIBITION ON CONTRACTING WITH A BUSINESS ENGAGING IN A BOYCOTT:
Consultant warrants and represents that it is not currently engaged in, and will not engage in, a
boycott, as defined in 5ection 2-375 of the City Code. In accordance with Section 2-375.1(2}(a)
of the City Cade, Consultant hereby certifies that Consultant is not currently engaged in, and for
the duration of the Agreement, will not engage in a boycott of israel.
18.14 PROHIBITIC?N ON CUNTRACTING WITH AN INDIVIDUAL OR ENTITY WHICH HAS
PERFORMED SERVICES FC�R COMPENSATION TO A CANDIDATE FOR CITY ELECTED
OFFICE: Consultant warrants and represents that, within twa(2)years prior to the Effective Date,
Consultant has not received compensation for services performed for a candidate for City elected
office, as contemplated by the prohibitions and exceptions of Section 2-379 of the City Code.
For the avoidance of doubt, the restrictions on contracting with the City pursuant to Section 2-
379 of the City Code shall not applv to the following:
(a) Any individual or entity that provides goods to a candidate for office.
(b) Any individual or entity that provides services to a candidate for office if those same
services are regularly performed by the individual or entity in the ordinary course of
business for clients or customers other than candidates for office. This includes, without
limitation, banks, telephone or internet service providers, printing companies, event
venues, restaurants, caterers, transportation providers, and office supply vendors.
(c) Any individual or entity which performs licensed professional services (including for
example, legal or accounting services).
[BALANCE OF PAGE INTENTIONALLY LEFT BLANK]
34
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D67QCDFF9
Contract No.24-52�i-�I
I�1 WI`f"�IESS WNEREbF, the parties hereta have hereur�to caused these presen(s to b�
signc;d in their nam�s by th�ir duly autharixed officers and principals, att�ste�.1 by their r�,spectivc
. witnssst�s�nd c';ity C;I�rlc �n the day and ye�r first h�reinnbove writt�:n.
Attest Cl'i Y 01=MIAMI �iEACH:
� � � -
---__._ � . ,
Rafael E. Gran�do, City Clerk Eric Carpenker, ity Manager
Date. ���—�r-� ��
Qate.
:�����I,B,F q'�,y,'/
,
:� •: ,
�.INCOR?�`OP���
�''��� .4=�G ��'��,
CONSULTANT: �'�'��''"�`r""'��
Cf� ��
RISBEC E G INC.
i
/
Signa r '! t � ��
C'�� l�s /�zG�����?�.
F'��int Narna
1+� .� 2vz �'
-____.---�-�-
U�t�
�PPFZOVGD AS TD
FC)FZM & LANGUAGE
r� r�U�� ��c�>Cur�o�!
;;� �t(�'1�'� � ���,�t � (i IC 1�,
l,�i'�ity Attornay � _�_ t7e�tE� �.
.}.g
Oa:usign EnvelopelD'70D9D388-S1tr4935$U'ln-SS6D8TOCDFF9
t.nnn.a•r Nu?4�524 tll
iN W17NESs WHGREa�, the parties hareto have he�eunto cAused these presents tc�be
�ign�d tn their nam�by IhQir du�y autl7anzecl officE.rs and principals, atiestF�d by their respective
witnessc�s and Cfty C;I�rlc on ti�e d�y And ya�r first riercinabove writt�n
Attast r;l fY OF MIAMI BEACH:
� 1 � �����
.afaHl E Gr�n�do, Cfry G�rk Er1 Car entei, ` , � -
---- - ----._.._—_ . --- —
P , p ty Manapor
I}CI—:-�--��C�S ---- ____
Date. Oate.
=;��.g���y,
_�� ;
:��� ': •
�.�h;e�?�OtUiED; :
,�c�:
�'�-�• :�k .-�:
CONSULTANI'. �•4,Q=�,••• ^';-`
�y;i6 _
RlBBEC/� E G INC.
,
Sign� r / . . � ---- —
�d� �oS I�s��ecK ,h��..
Pri�t Name _ — _ f-_._ _
1�0 /.3 2UZ)�
__ _._ ___
f}�te
APPROV[:D AS 1'O
FOrZNI& LANGUAGE
� +�C'R FXI.�CUTION
� l�i�!`��t � ��,�I li �i ��
.._ _ � i,
;��C:IIy/�1110Y110y C3�lt�
3i
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
SCHEDULE A—SCOPE OF SERVtCES
(to be attached)
36
_._ ___---.__
�. _�_______ -- -
Docasiyr _nvciope ID:70D9D388-5115 4935-BD2D-586D670CDFF9 ''������� � ���
a�
'1 f — _ _ - �"'' _� ,, -'�" '� ,.
� ,�� •ii i` ��� — . - .►.• . �� - -..�, X"'Y irW
'y � �.� ' ir �r"' 4' �.� `�
�-���+�'-��.._� � +�:,�'�:. � �*- �.. ,�.
�". ' .�� _�_ �,. r - __ .�.� � _ .•AW� t -,�� ��;�
s ±iF. ���ir �iiM'r� :-_=i � ��/ ' �fl +� �ww'f�fl C�,'
�.� �._.'� �: � � �"� '.�„�� ,. _��'i� ���-.�i�': ,.-rtit��� i�
,C �_:�,-� �. .� . � '�' - _ r: ���� �� -�.rn! -�' _ .�w+��, �
'• �.•.�..•� r -� .«�•• .ir � ~ �,'Ol��
" • s-'� 1;' r. �•• w�,�
S , ,�;�'. ����' '• . -!�,� wwe,w���
' ��.i� ;�� . _ `� ^_ 1. / r��.w�.s.^i ,.. S
S-
- ' ��4 � "7 �"�:!.�..i�'-* -
� ' w�� .,, r-1
` t•r ,w. �� � � �'-R' �-�
- .•,.: _, �, 7,, . ;,��
. -�.. ,
_ • `-�-�t-�
n " � . t ��
♦ , � 1� •�
. . .
� � i �
. . � � � � . � .
: ' • ' : • ' • • �
" • " •
� � � , , �
• ' • '
O CTO B E R 2, 2025
Prepared by:
RIBBECK
i'�Engineering, inc,
,.-
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� � , �RIBBECK
, . „ . �►�:.�i�. '-, `Engineering,Inc.
Table of Contents
ProjectObjective: ..............................................................................................................................3
Task 1 Project Management and Coordination .............................................................................19
1.1 Project Management, Contract Management and Meetings ..............................................19
Meetings/Workshops ...................................................................................................................19
Deliverables.................................................................................................................................19
1.2 City and Stakeholder Coordination....................................................................................19
Meetings/Workshops ...................................................................................................................20
1.3 Field Site Visits..................................................................................................................20
Task 2 Field Studies and Data Gathering......................................................................................20
2.1 Subsurface Utility Engineering (SUE)GPR/Designates.....................................................21
Meetings/Workshops ...................................................................................................................21
Deliverables.................................................................................................................................22
2.2 Subsurface Utility Engineering (SUE) Locates/Test Holes.................................................22
Meetings/Workshops ...................................................................................................................22
Deliverables.................................................................................................................................22
2.3 Supplemental Survey........................................................................................................22
Deliverables.................................................................................................................................23
2.4 Geotechnical Engineering Evaluation................................................................................23
Deliverables.................................................................................................................................24
2.5 Tree Inventory and Arborist Report ...................................................................................24
Deliverables.................................................................................................................................24
2.6 Environmental Services.....................................................................................................24
Deliverables.................................................................................................................................25
2.7 Traffic Data Collection.......................................................................................................25
Deliverables.................................................................................................................................26
2.8 Traffic Studies...................................................................................................................26
Deliverables.................................................................................................................................29
2.9 Preliminary Design............................................................................................................29
Deliverables.................................................................................................................................30
Task 3 Support to Stakeholder/Public Involvement, Information Gathering, and Consensus-
BuildingProgram ................................................................................................................................31
3.1 Support for the Development of the Public Outreach Plan.................................................31
Deliverables.................................................................................................................................31
3.2 Support for the implementation of the Public Outreach Plan..............................................31
Deliverables.................................................................................................................................31
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 1
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. 1��. . �; i �,���' �-� �RIBBECK
`Engineering,Inc
3.3 Support the Outreach and Coordination with Major Stakeholders......................................32
Meetings/Workshops ...................................................................................................................32
Deliverables.................................................................................................................................32
Task 4 30% Design Phase and PlanDevelopment........................................................................32
Meetings/Workshops ...................................................................................................................34
Deliverables.................................................................................................................................34
Task5 90% plan development......................................................................................................35
Meetings/Workshops ...................................................................................................................37
Deliverables.................................................................................................................................37
Task6 100% plan development....................................................................................................37
Meetings/Workshops ...................................................................................................................39
Deliverables.................................................................................................................................39
Task 7 BidSet (Signed and Sealed Plans) ....................................................................................39
Meetings/Workshops ...................................................................................................................41
Deliverables.................................................................................................................................41
Task 8 Permitting Set 8� Permitting Services.................................................................................42
8.1 Permit plan development...................................................................................................42
8.2 Permit Coordination and application..................................................................................42
Meetings/Workshops ...................................................................................................................42
Deliverables.................................................................................................................................42
Task 9 Procurement Bid Phase Services......................................................................................43
9.1 Bid Services......................................................................................................................43
Deliverables.................................................................................................................................43
Task 10 Services During Construction............................................................................................43
AttachmentA—Schedule....................................................................................................................46
Attachment B— Design Fee Breakdown...............................................................................................52
AttachmentC—Scope from Subs.....................................................................................................101
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Page ( 2
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
, f . �RIBBECK
,� .� - »
� • • �� f�'*`�-• `Engineering,Inc.
CONSULTANT WORK ORDER PROPOSAL
Date: October 2, 2025
Dear Ms. Valerie Velez:
Ribbeck Engineering, Inc. is pleased to submit this scope to provide engineering services identified
below for the project titled Professional Design Services for the N. Beach Town Center Neighborhood
Improvement Project (RFQ-2024-524-DF).
Project Objective:
The objective of the ultimate project is to harden and revitalize the aging infrastructure and elevate
the roadways to mitigate flooding caused by high tides and severe storms. The project includes
a new stormwater pump station system capable of the collection, conveyance, treatment, and
disposal of the runoff from a high intensity rainfall event. The proposed stormwater pump station
will consist of several components including inlets, manholes, storm drains, pollution control and
filtration structures, injection wells, pump stations,forcemain and outfalls. Blue-Green Stormwater
Infrastructure (BGSI) will be incorporated where feasible to help reduce flooding by providing
increased infiltration of rainwater and to increase water quality by managing non- point source
pollution to receiving waters.
In addition, the City of Miami Beach's (CITY) aging water and sanitary sewer systems will be
upgraded to meet the growing demand due to population growth and the area's redevelopment.
The objective is to take advantage of the improvements of North Shore D by simultaneously
replacing the water and sewer systems minimizing the need for multiple roadway impacts in the
future. While this is a worthwhile objective, it will require careful sequencing and close
coordination with all other utilities to ensure the project is constructible and avoids conflicts with
other utilities.
The CITY's roadways will be raised to meet the required minimum elevations to the extent
feasible and provide harmonization solutions to maintain access to the adjacent properties.At the
forefront of the roadway improvements will be the incorporation of protected bicycle lanes,
exclusive transit lanes, and wider pedestrian sidewalks and outdoor dining areas where possible.
Opportunities for architectural landscaping and urban tactile features that enhance the aesthetics
of the community, including tree canopies, bicycle parking facilities, and potentially LED solar
power lighting will be provided. Incidentat work will include the replacement and upgrading of the
signalization, street lighting, and signage. These features must also align with the aesthetic feel
of the North Shore area.
The project boundaries include 73rd Street to the north, Collins Avenue to the east, 69th Street
to the south and Indian Creek/Dickens Avenue to the west. Boundaries also includes the portion
along 71st street between Indian Creek Drive and Bonita Drive. Figure 1 on the following page
depicts the roadways included in this scope of work.
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 3
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� _ � �RIBBECK
sEngineering,Inc.
,, ,• :. ,,, ' _ � = 1 ,. d:
q�^i`ie • �_. - . _ _ .�.a
� K , ; �-� �� -- �'�� I�r..
.. ].t S • '.. ' "
�r' �` � 1
, , : - �
,, � . .
, . � ..
�� '��r } >�� a t :� - �:. �. � ....,--��;e . . �_ -� � ;
w.a
,
_
. . _ �.rF
n �« �.: —� a�:_ r - .
_ � i
�.
. �� - . �, � +��g�
� "� ��-�, ti, .�,� .-rw x � . ��' �Fe�� �� �. � ' •
� A t
. .r� �.�....�..�� � . �7� � :
� __ ` � �� . . : �,� �.,� . `
W : _ . q�
� t� . � yt' . ` .;,Jre.wr�! . , {� , , . >
; "� ." � «• •J _.aLz.�t�j �5r � ` '��. . J� .. - .
�� �- � - - �- - - �
� � � - ��� _ _ _ � _ _:� �� � . �
�Q�i ���:, �,���t�, ,
,.� ,:_ .7,� k � .. ..� � ...,��1 r ` �� T.��� � 'a'�a �!�
, _ _
. ,
�.aMs v+`'a � � � `i -. . l - 4�2 . ���.m.
; .. , � � _�r¢ .q — ..� .¢��Q .! ..
u t'�N'�", � m ^. +•�'
�.� } _ � Y, � � (� - .
-'� µ . �� T. .r.. ♦ir�4. (`{. .a.-
�.� ; , q .
� . � ��,� �c�E.. � . .. � .
d. s .c,. ..�.'i... Jr'S� � �� .
szsssssis .. � '� � � �'
.. �
.,�s;,9, �. r� ,� .r i y�.-..��
..� Cf� ' � _. Y-- .. �T ������
� --��+ a a� x'� �`' �� � ��:`i �
� .� �� _ T ` � » w
yT y`_ � "'� i; ^ .-.Y�Ia:�� •i
.
r .
_ ,..� . �. � .
�n:.�+�� '^-. - �' r. . .. �� �.� �-'� � -�
+ - � . �: � � 1� � � �+ � }►t� .��Y, .�
.�t � , � �....
`� � t��;' v ._ .� � �' *�~�� ��' �` _
' N 1 � .
�!y„r r . „ . ... . . . ,
° f.�t •� �
LEGENO: 69 5�� - �'�'�
�'^.. 1�y .� '°'es� �
� � t �
SfGNAL17tJ f5'�iHSt'IIUNS � �';� ��
'., s -
;{'� �� � � ..:�.-� . � �! � � �" � `.��
)f NEW IS'GRAVIrY SANITARY ' �
ff MEW 16"FORCE HAIN SANITANY 2 i ..'��•�"���` . �4' ••� ' � .N� ��. i l';-
RGADWAti RECONSTRUCTfON v�` """�`��" �;�;.Y � ���Y`� '�� .".i1 �.,
� y �, t�C-7t. � � � 5_s.
.,, s �:. ���aa:�3 ' `�. .�
`t a� SF �'. � t� t �1 �A
; . . '.,,'�S � . �`�r ��F ■ �
�3�,_�. t
� i ^
� . ,c. _�i a. ' ;.._s�. .� ,4. f .
Figure 1— U/timate Project limits
The project design will consider the following pertinent planning documents and guidelines:
• 2024 Stormwater Modeling and Master Plan Update
• 2019 Water System Master Plan
• 2019 Sewer System Master Plan
• 2040 Miami Beach Comprehensive Plan
• 2020 Road Elevation Strategy and Recommended Sea Level Rise/Tidal Flood Adaptation
Projects
• 2016 Transportation Master Plan
• Bicycle Pedestrian Master Plan
• Blue and Green Stormwater Infrastructure(BGSI)
• Urban Forestry Master Plan (UFMP)
• Miami Beach Street Design Guidelines
• Plan NoBe - North Beach Master Plan, 2016
• North Beach Town Center District, Intensity Increase Study 2014
• Basis of Design Report for North Shore D
• The North Beach Community Redevelopment Agency (CRA) Redevelopment Plan
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 4
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� , �; �-� ,�, ,.y�� �RIBBECK
" ' - � �'`Engineerinq Inc.
As requested and coordinated with the CITY, the Ribbeck Engineering, Inc. (REI) Team has developed
a scope and design fee for Phase 1A as shown on Figure 2 below. It will allow the design and construction
of the CITY's main infrastructure including the 2 pump stations, the drainage main trunk lines, the main
sanitary and water betterment; all along the main roads. In addition, incidental improvements such as
signals, lighting, landscaping and BGCI will be incorporated. The remaining portion of the design will
be included under Future Phases 1 B and 2. The exhibit below depicts the ultimate project layout
including Phase 1A and Future Phases 1 B and 2.
Note: Future Phases 1 B and 2 are included for reference only and may be authorized in the future by
contract amendment when funding is identified and approved.
�'�. � . . �A`r'^.�� . . �:� -x s -. � j� —` ��, �,y., R '`-'�4� ..
' i `"'�r I . 1 ,....aR�'.�
��S �� �} <t ��� a 1 � ..���� ti�,�, �, �
��
� ��'� �,l. _„��s,�• _�.� N,,�, ,y,*�} c�.�
� .,"� �y� �".4�L:;.��",�'+ 1 d� ,r; ;a��}�`'� `x"�:, f. ;iF .:�M
� ;�� "� '� �
� ,��,�,.r.. p , �, .�., �y�
� 1t�*" �y, . .f- �.y-.+c�-.%. � .
� � -a- �v ��,... .,. . ���.:��-�� .'
� , .�'— �:� I�: �,,1._ .;ti `� 4
>>..i, >�a .. - �'� s7� . rv,y,";#.�:.. . , "
r .
, •
� 0 ,
< �
k _. . . ...� . � � '�. ..
. , ,. � ?. ,a,., .
. � ,. . .., a -� ` '����
A 4 � �'a
., w . «
Ki i `� + .� `� .. ,. ' ��
.� , �. � �;i' _ . ` �r
� �
SSS�SS- S �'J _ � . • �' A~y � �v
s .. . . . �� . !
,, f
�� �, ' ' wer....•:
. �, — ��,,,,r._.._.�._
_ — ,
s�, . li�`' � ,.:
� . . -. :;� � .
�� �s,j�
9 j,:� . -
.�T�� . ' . .._... $ . _. •
r��
.., . . � . "' ,� ���'� n. � � �j� � -� '�.
- . ��r 3_� a y.. wi� F'_ .
� �- �. r � kt�r.'�. �F �
� � . .. ) 'i .. ' � . ' 4
LE�FN❑. _c. � � �`'� i
� � -�� � �
o _ :. . . �
SIGNAtfZFD IN�ENSECIIOI+S • � i� • ' '+ ; f;
:. NEVI l5"GflAVIT. SANf�1HY � �� • ,,, ' "�
�
55 NEW Ib'FORCF M IN SA IrR.�✓ � �� � � �� #�
RMpMAY RFCO . HVC,(nr. � ..,r - � ,r L�i�, .
�PHASE iA ' " , � ��� � � � �� . .�
F��URE VNASt 1Fl . N . t' �`fr�-.
�.._�+� 'I. R F��'.�..i'
�JiUAt CHASf 1 ... .J ' . y�_ `n ,���' � ,� { 1
i jr
Figure 2—Project Layout depicting Phase 1A and Future Phases 1B and 2
Scope Understanding
The CITY requested that the Ribbeck Engineering, Inc. team (REI TEAM) provide technical support and
engineering design services for the hardening and revitalizing of the aging infrastructure and to elevate
the CITY's roadways to mitigate flooding caused by high tides and severe storms of the North Beach Town
Center Neighborhood (North Shore D). The REI TEAM will develop design documents, studies, reports
and plans such that they are suitable for permitting and construction. The scope for all design documents
will include all necessary coordination with relevant agencies and departments and acquisition of permits
necessary for construction. The detailed scope required for the completion of this project is outlined
below.
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 5
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. :'' � �,����. � �RIBBECK
`Engineering,Inc.
Discipline Scope Description
Management Project management and oversight will be provided for the duration of the
and General project design and bid phases. This task includes project overall coordination
Tasks and oversight, development and review of project documents, maintenance of
the contract and project filing systems for the project, execution and oversight
of subconsultants, update of project schedule and deliverable list and monthly
progress reports and invoices. Project management and oversight duringPost
Design Services will be negotiated at a later time via a supplemental
agreement.
The REI TEAM will assist preparing technical presentations and/or material for
public meetings during the design life of the project, and will prepare and attend
public meetings including presentations and 3D sketches.
The REI TEAM will attend meetings with agencies including but not limited to
CITY, RER, SFWMD, CRA, NoBe, Miami Beach Trolley, MDT, Miami-Dade
County TS&S, Miami-Dade County DTPW, Miami Beach Parking Authority and
FDOT. The scope includes agency meetings.
The REI TEAM Project Manager will overview the development of
harmonization plans and agreements, and will attend meetings with the
impacted property owners up to 2 times to discuss harmonization approach and
secure license agreements. A list of the anticipated impacted properties that
require harmonization can be found on Table 1.
The REI TEAM Project Manager will conduct bi-weekly virtual progress
meetings with the CITY Project Manager and different CITY offices.
The REI TEAM Project Manager will conduct field reviews of the project site
during the design life of the project to assess existing conditions.
The REI TEAM Project Manager will assist the CITY with the procurement
process.
Public Outreach The public outreach scope includes:
• Virtual progress meeting with CITY staff and the REI TEAM.
• Project CITY and Public Kick-Off Meetings, including development of
collaterals, invitations, graphics and related content. Updating stakeholder
database with meeting attendee information. This will include a stakeholder
matrix, with comments resolution, agreements, and all related information,
including maps with pending property agreements.
• Support for the development and implementation of the Public Outreach
Plan.
• Support the Outreach and Coordination with Major Stakeholders.
• 30% plan development, includes working with the REI TEAM and CITY to
schedule, prepare, execute and prepare action items for 30 percent design
public meeting. This includes door-to-door notifications.
• 90% plan development: Working with the REI TEAM and CITY to
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 6
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. ,. ,, ;
�: �-� �RIBBECK
, �,u L_.�•-.-. `Engineering,lnc.
schedule, prepare, execute and prepare action items for 60 percent.
design public meeting. This includes door-to-door notifications. This task
also includes identifying impacted properties and appropriate contact, as
well as the development of harmonization agreements, scheduling
meetings (and follow up), participating in up to two meetings per
property, tracking progress in log and in corridor map. This assumes 100
properties for harmonization.
• 100% plan development: Working with the REI TEAM and CITY to
schedule, prepare, execute and prepare action items for 90 percent
design public meeting. This includes door-to-door notifications.
Updating stakeholder database with meeting attendee information. This
task also includes ongoing harmonization coordination to finalize the
execution of agreements.
• Bid Set (Signed and Sealed Plans) plan development: Finalizing all logs,
closing out action items,and preparing public outreach archives.
Traffic Traffic data collection, traffic analysis and modeling, and traffic studies
Collection, including lane repurposing concept report will be developed to evaluate any
Analysis and required traffic modifications, as well as optimize the signal phasing, signal
Modeling interphase and signal timings, as well as to obtain concurrence from FDOT for
alterations to typical sections within State Roads.
The traffic data collection will include:
• Traffic data from the Florida Traffic Online (FTO)database
• 72-Hour Volumes Counts for the following roadways to supplement
FTO data:
o Two (2) locations on Indian Creek Drive
o One (1) location on Dickens Avenue
o One (1) location on Abbott Avenue
o One (1) location on Harding Avenue
o Two (2) locations on Collins Avenue
• 6-hour vehicle turning movement counts including pedestrian and
bicycle counts at the following intersections:
1. Harding Av&73 St 15. Harding Av & 74 St
2. Collins Av&71 St 16. Rue Vendome & 71 St
3. Indian Creek Dr 8�67 St 17. Byron Av&73 St
4. Dickens Av 8�72 St 18. Collins Av & 72 St
5. Collins Av&67 St 19. Normandy Dr& Rue
6. Indian Creek Dr 8�69 St 20. Abbott Av 8� Indian Creek Dr
7. Harding Av &71 St 21. Dickens Av & 75 St
8. Collins Av &69 St 22. Abbott Av & 69 St
9. Abbott Av 8�72 St 23. Collins Av & 73 St
10. Harding Av &69 St 24. Abbott Av& 71 St
11. Dickens Av 8�73 St 25. Collins Av & 75 St
12. Indian Creek Dr& 71 St 26. Collins Av/67 St/69 St
13. Bay Dr E & Normandy Dr&71 27. Collins Av & 74 St
14. Harding Av& 75 St
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 7
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� � ��: ��� �; RIBBECK
;'•�.� , '�r'"������i �..�� . ��Engineering,ln�.
The traffic analysis will satisfy the requirements outlined in the FDOT Lane
Repurposing Guidebook. The analysis to be conducted will be comprehensive
and inclusive of data collection activities, existing conditions analysis,
development of future traffic projections, analysis of No Build and Build
conditions, and provision of recommendations for the safe and efficient flow of
multimodal interactions.
A Project Traffic Analysis report (PTAR) will be prepared to document
development of design traffic volumes and results of the traffic analysis for No-
Build and Build Alternatives,which includes the transit, bicycle, and pedestrian
analysis. The analysis may also include emergency evacuation measures
where appropriate to the goals and objectives of the project. The results must
be shown on diagrams for each alternative and discussed in the report. The
PTAR will also summarize the comparison of the operational and safety
performance of all alternatives evaluated in detail and how they perform against
each other.
Information from the PTAR will then be utilized for the development of the Lane
Repurposing Concept Report for submittal and approval by FDOT for all state
roads within the project limits.
A Stage I Intersection Control Evaluation (ICE)will be developed in accordance
with the Manual on Intersection Control Evaluation and the FDM for four (4)
intersections. The ICE evaluation must include evaluation of operation and
geometrics with respect to safety, design year traffic, access management,
physical and right of way constraints, nearby developments, design vehicle,
posted speed limit, and transit operations.
The results of the safety analysis will be documented in the PTAR and will
summarize the findings in the Lane Repurposing Concept Report. The
discussion of the safety analysis will describe existing safety problems and
identify the recommended corrective actions to be applied to the proposed
alternatives.
Survey Supplementary survey scope includes:
• Perform a bathymetric survey for a portion of the body of water adjacent
to police station and fire station parking sites required for outFall and
seawall retrofit design and permitting.
• Perform survey at transition areas of reconstruction to match to existing
grade (north of 73�d Street and south of 69�h Street).
• Perform subsurface utility engineering (SUE) quality level "B"
designates (utility scans).
• Perform subsurface utility engineering (SUE) quality level "A" soft digs
(utility test holes).
Geotechnical The geotechnical scope of work for Phase 1A includes:
• Roadway Borings/Pavement Cores: 23 pavement cores with 23 SPT
borings to measure the existing base and subbase thicknesses. In
addition, these borings will be also utilized for the roadway
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 8
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
h .
�RIBBECK
���v ,i i '�; , �,� �L t�0.�. ` �� �Engineering,In�.
• Stormwater Pipes- Performing 14 SPT borings, each to a depth of 20
feet. The borings conducted for the mast arms will be also used for the
drainage pipes.
• Deep Wells - Proposing 1 deep well boring to a depth of 150 feet.
Samples of water collected from the boreholes will be tested for salinity,
chloride content, and all the testing information will be presented in a
drainage well reasonable assurance report required for FDEP
permitting.
• Mast Arms—28 SPT borings, each to a depth of 25 feet.
• Pump Stations - 3 SPT borings for each pump stations: 1 SPT to 20
feet(generator pad), 1 SPT to 50 feet and 1 SPT to 70 feet.
• Sign Structures-3 SPT borings: 1 SPT to 50 feet for the cantilever sign,
and 2 SPT borings, each to 40 feet for the overhead sign structure.
The geotechnical scope of work for Future Phases 1 B and 2 includes:
• Roadway Borings/Pavement Cores: 10 pavement cores with 10 SPT
i borings to measure the existing base and subbase thicknesses. In
addition, these borings will be also utilized for the roadway.
• Stormwater Pipes - PerForming 2 SPT borings, each to a depth of 20
feet. The borings conducted for the mast arms will be also used for the
drainage pipes.
• Deep Wells - Proposing 1 deep well boring to a depth of 150 feet.
Samples of water collected from the boreholes will be tested for salinity,
chloride content, and all the testing information will be presented in a
drainage well reasonable assurance report required for FDEP
permitting.
• Mast Arms—8 SPT borings, each to a depth of 25 feet.
Utility Complete utility research effort through the Submittal of Sunshine 811 design
Coordination tickets and obtaining all as-builts and utility maps for the Project Area. This
information will be compiled into a utility conflict matrix to be used for conflict
identification and relocation. This will include coordination and conflict
resolution with each utility owner which will then be incorporated into the
design.
Roadway and Typical sections alternative for CITY's roads will be prepared during the
Harmonization preliminary design phase and presented to the CITY for concurrence. The
typical section alternatives will consider the recommendations on the
Transportation Master Plan. The existing conditions will be reviewed, while
proposed alternatives will be analyzed from a safety perspective and any
mitigation measures for congestion impacts will be outlined and implemented.
The scope assumes that the state roads typical sections will remain unaltered.
The scope includes pavement restoration and ADA upgrades on state roads
due to the drainage, sanitary and water underground work.
Typical Sections within CITY roads under Phase 1A include:
1. 69'h Street 5. Dickens Avenue 8. Indian Creek Drive
2. 72"d Street 6. Carlyle Ave.
3. Bonita Drive 7. Byron Ave.
Typical Sections within state roads under Phase 1A include:
1. 71 S�Street
Ribbeck Engineering, Inc. ( 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 9
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
r�v a1 t=�iV;l ��AC�H �RIBBECK
+Engineering,Inc.
Typical Sections within CITY roads under Future Phases 1 B and 2 include:
1. 69'h Street 2. Dickens Avenue 3. Harding Ave.
4. 71 S�Street 5. 73�d Street
Typical Sections within state roads under Future Phases 1 B and 2 include:
1. Abbott Avenue
*Note: Collins Avenue will only require gravity sanitary improvements and no
roadway modifications are anticipated.
Line and grade will also be developed during the pre-design phase, showing
the preliminary horizontal and vertical geometry, as well as the critical areas
which will apply the CITY's Road Adaptation Policy considering harmonization
within private property and ensuring no adverse conditions are created for the
adjacent properties including vehicular access, Americans with Disabilities Act
(ADA) access and stormwater drainage.
The CITY roadways will be raised to meet the required minimum elevations,
established in the 2020 Road Elevation Strategy and Recommended Sea Level
Rise/Tidal Flood Adaptation Projects, to the extent feasible and provide
harmonization solutions that reduce impacts to the adjacent properties. For this
project, the minimum elevations are 4.2 for CITY roads.
Harmonization is anticipated at 98 properties within the project limits and will
require at least 260 roadway harmonization details, including vehicular and
pedestrian access points.The harmonization requirements per phase are listed
below and are detailed on Tables 1 through 3.
• Phase 1 A:
o Harmonization Properties: 74
o Harmonization Details: 185
• Future Phase 1 B:
o Harmonization Properties: 11
o Harmonization Details: 47
• Future Phase 2:
o Harmonization Properties: 13
o Harmonization Details: 28
The scope includes evaluating, analyzing, developing and updating the
harmonization details and plans. In addition, it includes the development of
harmonization agreements for approval and signature by CITY and property
owners. The scope includes attending meetings with the impacted property
owners up to 2 times to discuss harmonization approach and secure license
agreements.
The roadway design scope also includes the development of pay items,
quantities and cost estimates at each submittal. In addition, it also requires the
coordination with FDOT for state roads. In addition, a complete set of plans will
be produced for Phase 1A, and a separate set of plans will be prepared for
Future Phases 1 B and 2 as per the phasing detailed on the Anticipated Design
and Construction Phases under Section I — Project Objective.
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 10
Docusign Envelope ID�.70D9D388-5115�4935-BD2D-586D670CDFF9
Table 1-Phase IA
Summary of Anticipated Harmonizat7on Details and Property Owners to cnordfnate for License Agreements
Loca[ion No. Street Property No.Harmonization of Location No. 5[reet Property No.Harmonization of
Details Details
1 71st Street/Bonita Dr AT&T Acmunting Building 6 38 Bonita Dr Parking 2
2 71st Street/Indian Creek Dr Paramount 71 LLC Shops 2 39 Bonita Dr 7001 Bonita Dr 4
3 715t Street/Bonita Dr MasterTa[too Institute 3 40 Bonita Dr 7055 Boni[a Dr 2
4 71st Street/Indian Creek Dr Howard Chase Real Estate 2 41 Bonita Dr 6970 Bonita Dr 3
5 71st Street/Indian Creek Dr Navarro Pharmacy 1 42 Garlyle Ave 7134 Carlyle Ave 2
6 71st SVeet/Carlyle Ave YES!Cafe 3 43 Carlyle Ave 7130 Carlyle Ave 2
71st Street/Byron Ave/
7 USPS 3 44 CarlyleAve Parking 1
Carlyle Ave
8 715t Street/Byron Ave/ Byron Carlyle iheater 4 45 Carlyle Ave Public Parking 1
Carlyle Ave
9 71st Street/Byron Ave 71st Byron Condominium 2 46 Wrlyle Ave Palma Residence 3
10 71st Street/Byron Ave Parking 3 47 Carlyle Ave 6971 Carlyle Ave 1
11 69th Stree[ 69011ndian Creek Dr 4 48 Carlyle Ave 6961 Carlyle Ave Z
12 69th Street 6881 Indian Creek Dr 1 49 Wrlyle Ave 6955 Carlyle Ave 2
13 69th Street/Byron Ave 401 Blu�Interim Condition) 5 50 Carlyle Ave 6941 Wrlyle Ave 2
14 69th Street 6895 Byron Ave 6 51 Indian Creek Dr 7141 Indian Creek Dr 3
15 69th Street 6896 Jimmy Buffett Mem Hwy 7 52 Indian Creek Dr 71251ndian Creek Dr 1
16 69th Stree[/Abbott Ave Puhllc Storege 3 53 Indian Creek Dr Chase Law 7
17 69th Street/Harding Ave Mimo on the Beach Condo�Interim Condition) 2 54 Indlan Creek Dr Brazillan Fashion 1
18 69th Street 350 69th Street 3 55 Indian Creek Dr Parking 1
19 69fh Street 30069th Street 2 56 Indian Creek Or 69701ndian Creek Or 1
20 69tb Street Pubiix 1 57 Indian Creek Dr/Wrlyle Ave 6961 Indian Creek Dr 4
21 69th Street/Harding Ave Chase Bank Z 58 Indian Creek Dr The Church of Jesus Christ of Lattervday Saints 1
22 72nd Street/Indian Creek Dr 650 72nd Street 4 59 Indian Creek Dr 6931 Indian Creek Dr 2
23 Rntl Street 600 72nd Street 6 60 Indian Creek Dr 69151ndian Creek Or 3
24 72nd Street/Carlyle Ave 72 Park 9 61 Indian Creek Dr MB Fire Department 2
25 72nd SVeet North Shore Park 4 6z Indian Creek Dr MB Police Station 2
26 72nd Street/Abbott Ave Cliniwre Driveway 1 63 Byron Ave 7101 Byron Ave 2
27 72nd Street EI Rancho Grande(Interim Condition) 4 64 Byron Ave 6970 Byron Ave 1
28 72od Street Denny's 4 65 Byron Ave 6966 9yron Ave 1
29 Bonita Dr 7136 Bonita Dr 3 66 Byron Ave 6960 Byron Ave 2
30 Bonita Dr 7118 Bonita Dr 2 67 Byron Ave 6950 Byron Ave 2
31 Bonita Dr Parking 2 68 Byron Ave 6949 Byron Ave 1
32 Bonita Dr 7125 Bonita Dr 2 69 Byron Ave 6944 Byron Ave 1
33 8onita Dr 7137 Bonita Dr 1 70 9yron Ave 6936 Byron Ave 2
34 Bonita Dr 7141 Bonita Dr 1 » Byron Ave Parking 1
35 Bonita Dr 7090 Bonita Dr 2 �Z 6yron Ave 6930 Byron Ave 1
36 Bonita Dr 7080 Bonita Dr 1 73 8yron Ave 6920 Byron Ave 1
37 8onita Dr 7060 Bonita Dr 3 74 Byron Ave 6910 Byron Ave 1
Subtotall 114 Subtotal2 71
Total number of properties that require coortlination 74 Total number of required harmonization details 185
Docusign EmeloDe ID-70D9D388-5115-0935-BD2D-586D670CDFF9
Table 2-Future Phase IB
Summary of Anticipated Harmonizatlon Details and Property Owners to coordinate for License Agreements
No.Harmonization of No.Harmonization of
Location No. St�eet Property Location No. Street Property Details
Details
1 73rd 5[reet 7305 Ditkens Ave 2 7 73rd Street 341 73rd Street 7
Z 73rd Street 7300 Carlyle Ave 3 8 73rd Street 7300 Harding Ave 15
3 73rd Street 7301 Carlyle Ave 1 9 73rd Street Laundro Mart Z
4 73rd Street 533 73rd St 2 10 73rd Street Monoto Z
5 73rd S[reet 7300 Byron Ave 6 11 Dickens Ave Parking 1
6 73rd Street/Abbott Ave North Shore Park 6
Subtotal 1 20 Subtotal 2 27
Total number of properties that require coordination 11 Total number of required harmonizatlon detalls 4�
Docuslgn Envelope ID�.70D9D388-5115-0935-BD2D-SB6D670CDFF9
Table 3-Future Phase 2
Summary of Anticipated Harmonization Details and Property Owners to coordfnate for License Agreements
No.Harmonization of No.Harmonization of
Location No. Street Property Location No. Street Property
Details Details
1 71st Stree[/Harding Ct E.Ocean Restaurant 0 8 Harding Ave 6965 Harding Ave 4
2 71st Street/Harding Ct 317 71st St 1 9 Harding Ave Parking 4
3 71st Street/Harding Ave City National Bank(Ultimate Condition) 1 10 Harding Ave Harding 6953 3
4 71st Street/Harding Ave AHM Advisors LLC Shops(Ultimate Condition) 2 il Harding Ave 6940 Harding Ave 2
5 69th Street/Harding Ave Mimo on the Beach Condo(Ultimate Condition) 1 12 Harding Ave 6920 Harding Ave 3
6 72nd Street/Harding Ave EI Rancho Grande(Ultimate Condition) 2 13 Harding Ave 6929 Harding Ave 2
7 HardingAve Parking 3
Subtotal 1 10 Subtotal 2 18
Total number of properties that require coordination 13 Total number of required harmonization details 28
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�RIBBECK
;�`: ,�,' „ 'r �i 1��r��.-��i +Engineering,Inc.
Drainage The project drainage scope of work includes conducting the drainage analysis
and design, preparing construction plans and specifications and securing all
required permits for the implementation of a stormwater pump station system
(SWPS).
The SWPS consists of the following components:
• Stormwater collection including inlets, manholes, junction boxes and
special drainage structures
• Stormwater conveyance including the storm sewer trunk-line pipes and
lateral storm drains
• Harmonization drainage including trench drains,yard drains and special
inlets.
• Stormwater treatment including pollution control structures (PCS),
filtration units and injection wells with micro-pump stations.
• Stormwater pump stations including pumps, trash-racks, wet wells,
check valves, gate valves and energy dissipator units, as well as the
force-main,special outfall structure and the gravity by-pass connection.
The SWPS design will be consistent with the SWPS design concept developed
under the Basis of Design Report (BODR) and the CITY's storm water master
plan for the North Shore D Neighborhood Improvement Project. The BODR
recommends the implementation of two (2) pump stations, one triplex pump
station with a capacity of 67,200 GPM located at the Fire Station and the other
duplex pump station with a capacity of 44,800 GPM located at the Police
Station. The BODR also indicates the implementation of a stormwater trunk-
line network mainly along 69 Street, 71 Street, 72 Street, 73 Street, Dickens
Avenue and Indian Creek Drive collecting and conveying the runoff into the
pump stations. As per the BODR, stormwater treatment will be provided by the
implementation of four (4) micro-pump station systems, each one inducing
stormwater pressure from the trunk-line into(3)injection wells per micro-pump,
with a total of 12 injection wells. Additional runoff treatment will be
supplemented by installing pollution control structures and filtration units
strategically placed in-series throughout the trunk-line network to achieve
higher nutrient removal rates. The BODR will serve as a guideline during the
final design process.The final design may be modified from the BODR concept
with approval from the CITY to address cost savings, construction issues,
design recommendations and/or permitting constraints; and any significant
additional drainage scope modification will be negotiated with the CITY at a
later time.
Drainage analysis and design component includes the following task activity
items:
• Project Initial Research, which will include the following workactivities:
o Field reviews
o As-builts, existing drainage documentation and GIS drainage
data review
o Existing drainage conditions assessment
o BODR report and BODR ICPR model review
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 11
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
; �RIBBECK
� � '-°= � ���'�s- �Engineering,In�.
• Conducting spread analysis and utility research to determine location,
spacing, and type of drainage structures including inlets and manholes
and to minimize utility conflicts. A total of approximately 300-drainage
structures is estimated to be part of the SWPS.
• Conducting storm sewer analysis and design.
• Conducting optional pipe material analysis.
• Conducting harmonization drainage evaluation to maintain positive
offsite drainage due to roadway profile raise. This work activity also
includes coordinating with property owners and roadway
harmonization design. The scope includes harmonization drainage
improvements at 100 properties due to raise on roadway grade.
• Conducting water quality analysis and design of pollution control
structures, filtration systems, as well as the design of injectionwells
and micro-pump station systems.
• Conducting pre-versus post-development nutrient loading analysis.
• Conducting pump station stormwater hydraulic analysis and design
which includes the following sub-items:
o Pump station layout evaluation for two (2) separate pump
stations.
o Pump selection, sizing and system TDH analysis.
o SWPS system integrated ICPR flood routing analysis
o Design of pump station system components including trash-
rack unit, wet well, pumps, energy dissipator, check valves,
gate valves, force-main, outfall structure and gravity-bypass.
o Evaluation and coordination with other incidental related
design components including structural, electrical,
mechanical, seawall retrofits due to PS outfall
construction, emergency generator, telemetry shoring
protection and dewatering.
• Conducting ICPR V4 flood routing analysis of the integrated system
• Preparing Drainage Design Documentation Report.
The permitting component will include the preparation of the permit packages.
The anticipated drainage permits are, but not limited to, the following:
• RER Class I permit
• RER Class II permit
• SFWMD ERP permit
• FDEP Class V permit
• USACE Section 404 dredge and fill permit
Permit fees exceeding the allocated$20,000.00 reimbursable permit fee shall
be paid by the CITY.
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 12
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
^'�'�� ' -�_� '`:�.,. I L�E�C���-�� �RIBBECK
`Engineering,Inc.
Sanitary Sewer Sanitary sewer model for the project is part of the BODR developed by the
Modeling City of Miami Beach and will be provided to our Team upon NTP.
Water Main Develop complete water main contract documents sufficient for permitting and
construction that includes the replacement of all existing water mains
within the project limits in kind and incorporation of Fire Flow as per
BODR.
Sanitary Sewer Develop complete set of contract documents for the replacement of all
(Gravity) existing gravity sewer mains within the project limits as determined by the
sanitary sewer modeling as per BODR. Sewer System includes PS 19 basin
which has served this community for over 50 years.
Sanitary Sewer Develop complete set of contract documents for the new forcemain
Force Mains interconnection between the north-south force mains on Meridian Court and
Michigan Ave and a comprehensive bypass plan for the interconnection,
which includes 16" and 36" Force Mains along 69th St., Byron, 72nd St and
Indian Creek Dr., with a 16" FM attached to the 71stStreet Bridge.
Mechanical The MEP scope of services include the development of a complete electrical
Electrical and and instrumentation plans for 2 new pump stations as per BODR and
Plumbing direction of the City of Miami Beach. As part of the plans our team will
(MEP) develop: Electrical Site Plan, One Line Diagram, Riser Diagrams, Control
Panel Schematic and electrical details. In addition, generator sizing will be
conducted to ensure the proper generator size is provided along with the
required fuel tank capacity (one generator) and micropump electrical service
points and disconnects.
Street Lighting The lighting scope includes the provision of Signed and Sealed Lighting Plans,
Lighting Design Analysis Report (LDAR) and Photometric Calculations for
roadway lighting and signalized intersection lighting upgrades within delimited
project area. It will also include the identification of existing lighting removal and
upgrade of the lighting toad centers. New lighting will be provided to
accommodate safe mobility along the corridor in compliance with the City of
Miami Beach Public Works Manual, as amended in coordination with the city
to align with FDOT lighting criteria to improve safe illumination of roadway,
bicycle lane(s), crosswalks, and sidewalks in this critical corridor. State roads
lighting will be provided per FDOT FDM section 231 (Lighting Design Criteria).
Signing and Signing and pavement markings will be upgraded within the project limits to
Pavement accommodate the proposed roadway configurations, and will adhere to the
Marking latest local criteria including the City of Miami Beach Public Works Manual, the
Florida Greenbook, MUTCD, NACTO Urban Bikeway Design Guide and the
City of Miami Beach Street Design Guidelines.The FDOT Standard Plan Index,
Florida Design Manual, Traffic Engineering Manual and the Speed Zoning
Manual will also be applicable for improvements within state road facilities.
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 13
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� � � c. �� r�� � �RIBBECK
' +' �" `Enqineering.inc.
Signalization The signal scope includes the analysis and preparation of contract documents
containing the signalization upgrades proposed for 18 signalized assets within
the project area. The scope also includes coordination with FDOT for signal
assets at state roads and with Miami-Dade County Traffic Signals and Signs
Division (MDCTS�S). The signalization assets to be included in the
signalization scope are listed below.
Phase 1 A:
1. 69 Street and Indian Creek Drive
2. 69 Street and SR A1A/Abbott Avenue
3. 69 Street and Harding Avenue
4. 69 Street and Collins Avenue
5. SR 934/71 Street and Bonita Avenue (New Signalized Mid-Block)
6. SR 934/71 Street and Indian Creek Drive/Dickens Avenue
7. SR 934/71 Street and Carlyle Avenue (New Signalized Intersection)
8. SR 934/71 Street and Byron Avenue (New Signalized Intersection)
9. SR 934/71 Street and Abbott Avenue
10. SR 934/71 Street and Harding Avenue
11. SR 934/71 Street and SR A1A/Collins Avenue
12. 72 Street and Dickens Avenue
13. 72 Street and SR A1A/Abbott Avenue
14. 72 Street and SR A1A/Collins Avenue
Future Phases 1 B and 2:
1. 73 Street and Dickens Avenue
2. 73 Street and Byron Avenue
3. 73 Street and SR A1A/Abbott Avenue/Harding Avenue
4. 73 Street and SR A1A/Collins Avenue
Temporary Includes analysis necessary to develop a TTCP concept, such as determining
Traffic Control lane configurations, lane closure analysis,traffic pacing analysis, detour usage,
Plans (TTCP) diversions usage, lane shift usage, and creating a pedestrian TTCP concept.
Develop master TTCP files showing each phase of the TTCP. Includes work
necessary for designing lane configurations, diversions, lane shifts, signing and
pavement markings, temporary traffic control devices, and temporary
pedestrian way, as well as coordination with FDOT for closures within state
roads.
Landscaping The landscape scope includes conducting research and collecting data
and Irrigation necessary to complete the initial design analysis. Includes identifying local
ordinances and collection of other project data to be able to produce the
following:
Phase 1A:
• Existing tree inventory and tree disposition for roads with current
landscape (69 St, 71 St and 72 St)
• Landscape and hardscape design for corridors with space for
landscape improvement opportunities (three (3) corridors (69 St, 71
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 14
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. � . � ;���_?��,,�-°�; �RIBBECK
`Engineering,Inc.
St and 72 St))
• Protection and preservation of existing landscape as feasible.
• Miscellaneous details for potential median treatments
Future Phases 1 B and 2:
• Existing tree inventory and tree disposition for roads with current
landscape (73 St)
• Landscape and hardscape design for corridors with space for
landscape improvement opportunities (73 St)
• Irrigation design for proposed landscape along 73 St.
• Protection and preservation of existing landscape as feasible.
• Miscellaneous details for potential median treatments.
Environmental The environmental scope includes the following activities:
and Permitting . Conduct a benthic survey within the seagrass growing season (June
through September)to determine if there are any submerged aquatic
resources (seagrasses and corals).
• Perform a Phase I Environmental Site Assessment including
background research on information available from environmental
agencies, obtain data from Environmental Data Resources(EDR)and
conduct a site visit of the project area focusing on an analysis of
potential contamination. Prepare a memorandum presenting the
results of a background search to identify known cultural resources
(archaeological and historic/aboveground) in the project limits, and
recommend further investigations, if necessary. Develop permit
application packages that include necessary information for the
review of the permits listed below.
• Coordination with RER to determine if the project will meet the
requirements of Programmatic General Permit 42 which involves a
partial delegation of federal 404 authority to RER to reduce permitting
process. If RER deems the project does not meet the requirements, a
Nationwide Permit 7 for stormwater outfalls with the USACE will be
' required.
• Complete applications for all applicable, including but not limited to the
following environmental permits:
o USACE 404 Dredge & Fill Permit
o SFWMD Environmental Resource permit (including wetland
impacts and stormwater)
o Miami-Dade RER Class I Permit(for impacts to coastal
systems)
o Miami-Dade RER Class II Permit for stormwater
o Miami-Dade RER Class VI Permit(if contamination is
discovered within the project limits)
o FDEP Class V Well Permit for stormwater wells
o Miami-Dade County Programmatic General Permit (in-lieu of
USACE, pending RER determination)
Permit fees exceeding the allocated$20,000.00 reimbursable permit fee shall
be paid by the CITY.
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 15
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� ���� , �RIBBECK
r v i;�� ;i ,� ;, !Engineering,inc.
Structures The scope includes the structural analysis, design and develop the contract
documents for the following ancillary features:
• 61 signalization mast arms
• 2 overhead sign structures
• Seawall retrofitting for outfalls at two locations
• Minor roadway special retaining wall
The scope also includes the structural analysis, design and develop the
contract documents for two (2) stormwater pump stations and the control
panel and generator pads, as well as the supports for the new 16" sanitary
force main along the 715�Street bridge.
Specifications A full set of specifications will be developed and provided along with the
design drawings and contract documents.
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 16
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� . i . �-'��,�`�;�.t-1 �RIBBECK
4Engineering,Inc.
Task 1 Project Management and Coordination
1.1 Project Management, Contract Management and Meetings
The REI TEAM will provide project management, contract management and project
oversight for the duration of the project design and bid phases. This task includes project
overall coordination and oversight, development and review of project documents,
maintenance of the contract and project filing systems for the project, execution and
oversight of subconsultants, update of project schedule and deliverable list and monthly
progress reports and invoices. Project management and oversight during Post Design
Services will be negotiated at a later time via a supplemental agreement.
Meetings/Workshops
Biweekly virtual progress meetings will be held with the CITY's PM and additional CITY staff
to discuss project progress and open action items. Additional staff from the REI TEAM will
attend meetings on a case-by-case basis. Up to 50 progress meetings are expected and
to be attended by the REI TEAM project manager and any other team member as needed.
Deliverables
• Agenda and Meeting minutes of Biweekly progress meetings
• Project baseline schedule (MS Project) (electronic)
• Monthly updates to project schedule (electronic)
• Progress reports and invoice (electronic)
1.2 City and Stakeholder Coordination
THE REI Team will conduct a kick-off meeting with the CITY to review project scope,
deliverables, and schedule for the project. This meeting will include the discussion of the
overall project communication plan, success factors, change management plan, and
performance indicators. Project success factors and intended outcomes will be defined
and will guide the project execution and provide metrics to measure and track project
success for the CITY and for project stakeholders.The project goals will be revisited during
public and stakeholder engagement to validate and refine success factors.
In addition tothe kickoff meeting objectives delineated above, the REI TEAM will perform
a kick-off meeting for the stakeholders to present the project ahead of its development.
This presentation wifl include project goals, timeline, and expectations. This Presentation
will include CITY's key personnel and other stakeholders and will include obtaining
information on the project. The RE! TEAM will devetop a draft agenda and presentation
and submit it to the CITY project manager for review and comment prior to the meeting.
Following the presentation, the REI TEAM will provide meeting minutes documenting the
project objectives, verifying which CITY standards apply to this project, updating critical
success factors, and other pertinent issues discussed during the presentation. The draft
meeting minutes will be distributed to all meeting attendees. Attendees' comments wiA be
incorporated into the meeting summary and a final summary will be issued.
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 19
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� � .= :� r� �� �RIBBECK
' � ` �'``Engineering,lnc.
The REI TEAM will prepare technical presentations and/or material for public meetings
during the design life of the project, and will prepare and attend up to 4 public meeting.
The REI TEAM will attend meetings with agencies including but not limited to CITY, CRA,
NoBe, Miami Beach Trolley, MDT, Miami-Dade County TS�S, Miami-Dade County
DTPW, Miami Beach Parking Authority and FDOT.
The REI TEAM Project Manager will overview the development of harmonization plans
and agreements, and will attend meetings with the impacted property owners up to 2 times
to discuss harmonization approach and secure license agreements. This assumes
approximately 100 properties for harmonization.As a result,the scope assumes 200 meetings
with property owners to discuss harmonization approach and secure license agreements. A
list of the anticipated impacted properties that require harmonization can be found on
Table 1.
Meetings/Workshops
• In person/virtual meetings with stakeholders.
• Presentation for the CITY and stakeholder kickoff meeting
• Public meetings at 30%, 90% and 100% phase submittals
• Project Manager meetings with impacted property owners to define
harmonization ptans and secure license agreements
1.3 Field Sife Visits
The REI TEAM will conduct field site visit/assessment reviews. The REI TEAM will keep
logs with pictures and data from the site visits of the major findings and observations
collected during the site visits.
Task 2 Field Studies and Data Gathering
Following the Notice to Proceed (NTP), The REI TEAM will submit a list of information to
be obtained from the CITY at the project kick-off meeting. Once received, the REI TEAM
will review them and report any findings that affect the development of the subsequent
phases of the project. The CITY will provide available records on recently completed CITY
water, sewer, drainage, roadway, lighting, signalization, landscape and signing and
pavement markings projects, as well as related information such as building FFEs, and a
list of recent and planned public and private development projects in the area. The REI
TEAM will review the information and prepare a list of information gaps. The information
gaps may include, but will not be limited to:
• Updated GIS shapefiles of entire existing stormwater, potable water, sanitary
sewer, and other CITY infrastructure system information, including pipes, pumps,
valves, backflow preventers, manholes, hydrants, etc.
• Project construction records (including as-built drawings, specifications, design
standards, 08�M manuals, pile installation records, construction costestimates,
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 20
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�RIBBECK
a'`ngineering,In�.
approved submittals,etc.) on recent projects that have been completed near the
project area.
• Available Topographical Surveys and digital elevation model (DEM)
• Aerial photographs for base maps
• Building footprint GIS layer.
• AECOM hydrologic and hydraulic(H&H) models, GIS layers, and other supporting
information about their recommendations
• Hazen water and sewer hydraulic models, GIS layers, and other supporting
information about their recommendations
. Private development projects, building FFEs and sea wall elevations
• Population projections, traffic zone analysis, data, non-residential development
plans, downtown re-development plans, and current and projected land use
through 2040 or to the extent available
• Transportation Master Plan
• Environmental Master Plan
• Blue and Green, Stormwater Master Plan
• Traffic studies and raw traffic data collection to be shared with Transportation Team.
• Customer consumption records, potable and reuse water demand and wastewater
flow
• Projections through 2040 or to the extent available, including a description of the
procedure used for demand/flow projections.
• Existing water distribution and wastewater collection system hydraulic model files,
pressure zones, asset inventory, as-built information, and maps.
• City Lighting APL
• Lighting GIS Data/Shapefile
• Lighting Management System Data, Specifications and requirements
• Utility records
• BODR files including but not limited to survey, GIS, stormwater,water and sanitary
models.
• City Smart Lighting
2.1 Subsurface Utility Engineering (SUE) GPR/Designates
The REI TEAM will perform Quality Level "B" SUE Designation services according to the
American Society of Civil Engineers (ASCE) standards within the survey limits to
determine if there are any underground utility conflicts. Surface detection equipment will
be used such as an Electromagnetic Locator and Ground Penetrating Radar (GPR). The
horizontal and vertical control within the limits of the survey will also be established.
Designated utility lines will be collected and shown on our deliverables. Any designated
utility lines provided wil� be within two (2) feet horizontally of either side of the depicted
line.
Refer to Appendix "C-6"for a detailed SUE scope provided by our sub-consultant
Longitude.
Meetings/Workshops
• Field site visit with SUE firm to discuss project limits and requirements
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 21
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� �� ��� � �� �� �RIBBECK
' " " " �` ����`"�� �Engineering,Int.
Deliverables
• Draft and final SUE GPR/Designates CADD file(electronic)
2.2 Subsurface Utility Engineering (SUE) Locates/Test Ho/es
The REI TEAM will perform subsurface exploration quality level "A" at approximately one
hundred (100) locates/test holes/Verified Vertical Elevation and Horizontal Locations
(WH). One hundred (100) test hole locations will be marked with white paint (white line)
for the utilities. The test hole will include horizontal position and elevation of the top of the
utility and attempt to provide the bottom of the utility, size, type of material, and direction.
The test holes will be coordinated will be based on the horizontal positions referenced to
the Florida State Plane Coordinate System based on the North American Datum of
1983/2011 (NAD83/11) and ground elevations referenced to the North American Vertical
Datum of 1988 (NAVD88).
Refer to Appendix "C-6"for a detailed SUE scope provided by our sub-consultant
Longitude.
Meetings/Workshops
• Field site visit with SUE firm to discuss project limits and requirements
• Meetings with all Utility Agency Owners
Deliverables
• Verified Vertical Elevation and Horizontal Location (WH) report and CADD file
for each test hole.
2.3 Supplemental Survey
The REI TEAM's Surveyor will complete the field work required to develop a supplemental
site and topographic survey of the project. The limits of the survey will be the transition
areas of reconstruction to match to existing grade (north of 73�d Street and south of 69�n
Street) not surveyed under the BODR phase. The survey will be performed from right-of-
way to right-of-way. This survey will include definition of project controls and benchmarks
(vertical and horizontal), location and elevation of above-ground elements (roads,
sidewalks, trees, fences, poles, manholes, vault and valve covers, on and above the
ground (electrical lines), and underground elements including integration of information
obtained during the SUE investigations. The trees identified in the right-of-way and
adjacent private properties, will be surveyed (location and chest-height diameter) and
identified in a table. All trees greater than 3-inch diameter(at chest height) or palms over
15-feet tall will be included in the survey. The survey will be submitted in a georeferenced
CADD drawing files. The survey will be signed and sealed by a Florida Professional Land
Surveyor, and will include:
• Above-ground features and structures
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 22
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�� . �., � .. . ���: ��f��r�1 �RIBBECK
`Engineering,Inc.
• All existing structures within the Right-of-Way(no legal boundary will be provided)
• Baseline control points and benchmarks
• Finished floor elevation (FFE) of properties adjacent to the project area (to be
coordinated along with CITY to identify location of elevation)
• Elevations at entrances to residences and garages
• Trees (ID by number, then provide an electronic table with data)
• Existing gravity sanitary and storm inverts with ID numbers for each structu�e
• Integration of SUE information
• Location of geotechnical borings
In addition, a bathymetric surveyfor a portion of the body of water adjacent to police station
and fire station parking sites will be performed extending one hundred (100) feet into the
canal, outlined within the survey limits, using a Seafloor HydroLite-DFX Echosounder
Dual-Frequency System Sonar Scanner or equivalent to aid with the outfall and seawall
retrofit design and permitting.The survey will be geo-referenced to the Florida State Plane
Coordinate System based on the North American Datum of 1983/2011 (NAD83/11).
Elevations will be referenced to the North American Vertical Datum of 1988 (NAVD88). In
addition, elevations will be collected equivalent to a twenty-five (25)foot grid to include the
edge of the water and bottom elevations and any significant changes in grade within the
survey limits.
Refer fo Appendix "C-6"for a detailed supplemental survey scope provided by our sub-
consultant Longitude.
Deliverables
• Signed and sealed supplemental survey and CADD file.
• Signed and sealed bathymetric survey and CADD file.
2.4 Geotechnical Engineering Evaluation
The REI TEAM's geotechnical sub-CONSULTANT will complete the geotechnical field
investigation and laboratory analysis required for the design of the project. The
geotechnical scope of work for Phase 1A includes:
• Roadway Borings/Pavement Cores: 23 pavement cores with 23 SPT borings to
measure the existing base and subbase thicknesses. In addition,these borings will
be also utilized for the roadway reconstruction: the plan includes the performance
of 11 SPT borings to 10 feet, and 12 SPT borings to 6 feet.
• Drainage Pipes - Performing 14 SPT borings, each to a depth of 20 feet. The
borings conducted for the mast arms will be also used for the drainage pipes.
• Deep Wells - Proposing 1 deep well borings to a depth of 150 feet. Samples of
water collected from the boreholes will be tested for salinity, chloride content, and
all the testing information will be presented in a deep well assurance report.
• Mast Arms—28 SPT borings, each to a depth of 25 feet.
• Pump Stations-3 SPT borings for each pump stations: 1 SPT to 20 feet(generator
pad), 1 SPT to 50 feet and 1 SPT to 70 feet.
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 23
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. � � ���� �RIBBECK
v: �_. �. �� ��
� � � ���� ` ���`��' ' �Engineering,In�.
• Sign Structures- 3 SPT borings: 1 SPT to 50 feet for the cantilever sign, and 2
SPT borings, each to 40 feet for the overhead sign structure.
The geotechnicai scope of work for Future Phases 1 B and 2 includes:
• Roadway Borings/Pavement Cores: 10 pavement cores with 10 SPT borings to
measure the existing base and subbase thicknesses. In addition, these borings will be
also utilized for the roadway.
• Stormwater Pipes- Performing 2 SPT borings, each to a depth of 20 feet. The borings
conducted for the mast arms will be also used for the drainage pipes.
• Deep Wells - Proposing 1 deep well boring to a depth of 150 feet. Samples of
water collected from the boreholes will be tested for salinity, chloride content, and
all the testing information will be presented in a drainage well reasonable
assurance report required for FDEP permitting.
• Mast Arms—8 SPT borings, each to a depth of 25 feet.
Permit fees and MOT off-duty police officer are not part of the scope or fee, and are
anticipated to be paid for directly by CITY.
Refer to Appendix "C-5"for a detailed geotechnical scope provided by our sub-consultant
HRES.
Deliverables
• Signed and Sealed Report of Pavement Cores
• Signed and Sealed Report of Roadway Soil Borings
• Signed and Sealed Report of Structures Soil Borings
• Sfgned and Sealed Drainage Well Reasonable Assurance (RAR)Report
2.5 Tree Inventory and Arborisf Report
The REI TEAM will perform an assessment of the tree survey provided by the surveyor
(correct identifications and add descriptions, as needed) and then add a narrative and
assessment on the health of the surveyed trees. The deliverable would be a stand-alone
report that is typically required for the CITY. The goal is to understand the existing tree
canopy including species, health and size of individual trees, establish this baseline at the
outset of the project.
Refer to Appendix "C-3"for detailed landscape scope provided by our sub-consultant
HDR.
Deliverables
• Tree inventory and Arborist Report
• Coordination with the CITY Urban Forester regarding tree type and condition is
anticipated.
2.6 Environmental Services
The REI TEAM's Environmental Scientists will perform an environmental service. The
environmental scope includes the folfowing:
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 24
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�� � � ����. ���� ' �������! ' RIBBECK
�`ngineering,Inc.
• Conduct a benthic survey within the seagrass growing season (June through
September) to determine if there are any submerged aquatic resources
(seagrasses and corals).
• Perform a Phase I Environmental Site Assessment including background
research on information available from environmental agencies, obtain data from
Environmental Data Resources (EDR)and conduct a site visit of the project area
focusing on an analysis of potential contamination. Prepare a memorandum
presenting the results of a background search to identify known cultural
resources (archaeological and historic/aboveground) in the project limits, and
recommend further investigations, if necessary. Develop permit application
packages that include necessary information for the review of the permits listed
below.
• Coordination with RER to determine if the project will meet the requirements of
Programmatic General Permit 42 which involves a partial delegation of federal
404 authority to RER to reduce permitting process. If RER deems the project
does not meet the requirements, a Nationwide Permit 7 for stormwater outfalls
with the USACE will be required.
• Complete applications for, but not limited to, the following environmental permits:
o USACE 404 Dredge & Fill Permit
o SFWMD Environmental Resource permit (including wetland impacts and
stormwater)
o Miami-Dade RER Class I Permit(for impacts to coastal systems)
o Miami-Dade RER Class II Permit for stormwater
o Miami-Dade RER Class VI Permit (if contamination is discovered within the
project limits)
o FDEP Class V Well Permit for stormwater wells
o Miami-Dade County Programmatic General Permit (in-lieu of USACE,
pending RER determination)
Refer to Appendix "C-3"for detailed environmental scope provided by our sub-consultant
HDR.
Deliverables
• Environmental site assessment report(electronic)
2.7 Traffic Data Collection
The REI TEAM will collect the following traffic data:
• Traffic data from the Florida Traffic Online (FTO)database
• 72-Hour Volumes Counts for the following roadways to supplement FTO data:
o Two (2) locations on Indian Creek Drive
o One (1) location on Dickens Avenue
o One (1) location on Abbott Avenue
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 25
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�RIBBECK
. ��� '� � ' i Engineering,Inc.
o One (1) location on Harding Avenue
o Two (2) locations on Collins Avenue
• 6-hour vehicle turning movement counts including pedestrian and bicycle counts
at the following intersections:
1. 67 Street and SR A1A/Indian Creek Drive
2. 67 Street and SR A1A/Collins Avenue
3. SR A1A/Indian Creek Drive at SR A1A/Abbott Avenue
4. SR A1A/Collins Avenue at 67/69 Block (Mid-Block Crossing)
5. 69 Street and Indian Creek Drive
6. 69 Street and SR A1A/AbbottAvenue
7. 69 Street and SR A1A/Collins Avenue
8. SR 934/71 Street and E Bay Drive
9. SR 934/71 Street and Indian Creek Drive/Dickens Avenue
10. SR 934/71 Street and Abbott Avenue
11. SR 934/71 Street and Harding Avenue
12. 71 Street and SR A1A/Collins Avenue
13. 72 Street and Dickens Avenue
14. 72 Street and SR A1 A/Abbott Avenue
15. 72 Street and SR A1A/CollinsAvenue
16. 73 Street and Dickens Avenue
17. 73 Street and SR A1A/Abbott Avenue/Harding Avenue
18. 73 Street and SR A1A/Collins Avenue
19. 74 Street at SR A1A/Harding Avenue
20. 74 Street at SR A1A/Collins Avenue
The REI TEAM will collect the following additional existing traffic data.
• Travel patterns or origin-destination (OD) survey
• Transit data including transit routes and available ridership information
Refer to Appendix "C-7"for detailed traffic scope provided by our sub-consultant Metric.
Deliverables
• Traffic data including:
0 72-Hour Volumes Counts in excel and PDF formats
0 6-hour vehicle turning movement counts
o Microsimulation Calibration Report
o Traffic Forecasting Memorandum
o Existing Safety Analysis
2.8 Traffic Sfudies
The REI TEAM will perform traffic modeling and traffic studies for review and approval by
CITY, County and State. Traffic analysis activities will include:
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 26
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. �,c �a, ..�� �RIBBECK
��ngineering,in�.
Existing Traffic Operational Analysis
The REI TEAM will conduct existing (base year)traffic operational analysis and report the
operational perFormance measures as agreed upon in the analysis methodology. The
analysis must include bicycle, pedestrian, and transit operations. The manual count data
should be reviewed for reasonableness and will be used to obtain the existing design
hourly volumes using historical and seasonal adjustments as appropriate. All existing
design hourly volumes must be balanced before being used in the analysis.
Future Demand Forecasting
No-Build Volumes: The REI TEAM will develop opening year and design year design
hourly volumes for the No-Build Alternative in accordance with the Project Traffic
Forecasting, Procedure No. 525-030-120. The need for interim year analysis will be
determined in the traffic analysis methodology.
Build Alternatives Volumes: The REI TEAM will develop opening year and design year
design hourly volumes only for viable or feasible Build Alternatives. The need for interim
year analysis will be determined in the traffic analysis methodology.
No-Build Analysis
The REI TEAM will analyze the operational performance of the No-Build Alternative for
the analysis years to identify deficiencies related to the purpose and need for the project.
The CONSULTANT will evaluate the operational effectiveness of the No-Build Alternative
using agreed upon performance measures of effectiveness (MOEs). The analysis should
include multimodal evaluation for pedestrian, bicycle, freight, and transit modes, as
appropriate.
Development and Screening of Build Alternatives
The REI TEAM will identify, develop, assess, and screen preliminary project network
alternatives that would meet the CITY's goals and vision for the neighborhood.
Development of alternatives will consider previously completed planning products.
Intersection Control Evaluation
The REI TEAM will develop Stage I Intersection Control Evaluation (ICE) in accordance
with the Manual on Intersection Control Evaluation and the FDM for four (4)
intersections. The ICE evaluation must include evaluation of operation and geometrics
with respect to safety, freight, design year traffic, access management, physical and right
of way constraints, design vehicle, posted speed limit, and transit operations.
The ICE may be documented in the PTAR or in a separate Technical Memorandum.
Operational Evaluation of Build Alternatives
The REI TEAM will analyze the operational performance of three (3) viable Build
alternatives for opening and design years. The analysis must include multimodal
evaluation for pedestrian, bicycle, and transit modes as appropriate.The analysis will also
include evaluation of access management in relation to traffic safety and operational
efficiency within the study area. The analysis may include other measures where
appropriate to the goals and objectives of the project. The REI TEAM will evaluate the
operational effectiveness of Build Alternatives using agreed upon performance MOEs.
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 27
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� � . � �RIBBECK
i Engineering,lnc.
Project Traffic Analysis Report 8 Lane Repurposing Concept Report
The REI TEAM will prepare the PTAR to document development of design traffic volumes
and results of the traffic analysis for No-Build and Build Alternatives, which includes the
transit, bicycle, and pedestrian analysis. The analysis may also include freight
performance measures and emergency evacuation measures where appropriate to the
goals and objectives of the project. The results must be shown on diagrams for each
alternative and discussed in the report. The PTAR will also summarize the comparisonof
the operational and safety performance of all alternatives evaluated in detail and how they
perform against each other.
Information from the PTAR will then be utilized for the development of the Lane
Repurposing Concept Report in adherence with the latest FDOT Lane Re-purposing
Manual for submittal and approval by FDOT for state roads.
Signalization Analysis
In coordination with MDC DTPW TS&S, the CITY and the FDOT's Traffic Operations
Office, the REI TEAM will perform signalization analysis and/or signal warrant studies at
the intersections in accordance with all applicable manuals, procedures, guidelines, and
current design memorandums. The REI TEAM will propose preliminary signal timing plan
and signal operation plan for each intersection that requires signalization on the
recommended alternative. Signal plans will also include temporary signal plans during
construction.
Safety
The REI TEAM, in consultation with the CITY and FDOT, will develop the methodology for
conducting the safety analysis.
Existing Conditions Analysis
The REI TEAM will obtain the most recent five (5) years of available data from the Signal
Four Analytics crash database for this project for the existing conditions analysis. The
crash data will include the number and type of crashes, crash locations, number of
fatalities and injuries, and estimates of property damage and economic loss. In addition to
crash data, field observations, stakeholder input, and other information on existing
operations may be necessary.
Future Conditions Analysis
A future conditions analysis is performed to assess the potential safety benefits of the
proposed alternatives in comparison to the No-Build Alternative. The REI TEAM will
analyze the safety performance of the alternatives based on use of crash modification
factors (CMFs) as agreed upon in the Traffic Analysis Methodology. Depending on the
methodology, additional data may be needed including roadway characteristics and
volumes.
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 28
Docusign Envelope ID:70D9D388-5115-4935-BD2D-SS6D670CDFF9
� � �: ;�,, ,_. N RIBBECK
:._ , ,
��ogineering,ln�.
Documentation of Safety Analysis
The REI TEAM will document the results of the safety analysis in the PTAR and
summarize the findings in the Lane Repurposing Concept Report. The discussion of the
safety analysis will describe existing safety problems and identify the recommended
corrective actions to be applied to the proposed alternatives.The REI TEAM shall describe
the future conditions analysis and discuss how the proposed alternatives improve upon
any existing or potential safety problems. This will include a comparison of the safety
performance of the future No-Build and Build conditions. If more than one Build alternative
is being considered and there is a difference in the safety performance of the alternatives,
a comparative analysis of the alternatives should be provided.
Selection of Preferred Alternative
Based on the selection of the preferred alternative, the REI TEAM will utilize the
Conceptual Designs, Typical Sections, and Intersection design details to develop project
exhibits for the Lane Repurposing Concept Report. In addition, the Concept Report shall
identify any modifications to design/target speeds and list of design variations/exceptions.
Planning Consistency review will be performed and identification of mitigation strategies
to potential issues will also be included for the Concept Report.
Refer to Appendix "C-7"for detailed traffic scope provided by our sub-consultant Metric.
Deliverables
• Project Traffic Analysis Report
• Lane Repurposing Concept Report
"All studies and analysis will be submitted to the CITY Transportation Department
and DTPW for review. In addition, studies and analysis within state roads will be also
submitted to the FDOT for their review.
2.9 Preliminary Design
Following the Notice to Proceed (NTP), The REI TEAM will submit a list of information to
be obtained from the CITY at the project kick-off meeting. Once the available information
is received, the REI TEAM will review them and report any findings that affect the
development of the subsequent phases of the project. The CITY will provide available
records on recently completed CITY water, sewer, drainage, roadway, lighting,
signalization, landscape and signing and pavement markings projects, as well as related
information such as building FFEs, and a list of recent and planned public and private
development projects in the area.
The REI TEAM will review all this data and get familiarize with all the collected data and
models. In addition, the REI TEAM will review and validate the existing and proposed
BODR stormwater models, as well as the water and sanitary models. Furthermore, the
REI TEAM will also review utility information within the project area, and will perform field
reviews and existing conditions assessments.
The REI TEAM will present all the available typical section alternatives for CITY's roads
based on previous studies for the CITY to select the preferred typical sections. In addition, the
typical sections will be introduced to the public during the initial public meeting. The typical
section alternatives will consider the recommendations on the Transportation Master Plan.
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 29
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
r; � ;�, �-� � � RIBBECK
'�' _ ,`� �`�Engineering,inc.
The existing conditions will be reviewed, while proposed alternatives will be analyzed from
a safety perspective and any mitigation measures for congestion impacts will be outlined
and implemented.
The scope assumes that the state roads typical sections will remain unaltered. The scope
includes pavement restoration and ADA upgrades on state roads due to the drainage,
sanitary and water underground work.
Typical Sections within CITY roads under Phase 1A include:
5. 69th Street 5. Dickens Avenue 8. Indian Creek Drive
6. 72�d Street 6. Carlyle Ave.
7. Bonita Drive 7. Byron Ave.
Typical Sections within state roads include under Phase 1A include:
1. 715t Street
Typical Sections within CITY roads under Future Phases 1 B and 2 include:
1. 69th Street 2. Dickens Avenue 3. Harding Ave.
4. 71 S� Street 5. 73"d Street
Typical Sections within state roads include under Future Phases 1 B and 2 include
1. 715� Street
The REI TEAM will provide 3d sketches, and graphic assistance for presentations,
participate when appropriate and contribute to the meeting summary. This task also
includes the start of data collection as well as the logistics and execution of the Public Kick-
Off Meeting,where the project overview will be explained. To help prepare for this meeting,
the REI team will coordinate with the CITY to schedule, prepare materials, perform door-
to-door notifications and execute tasks and action items for the public meeting.
The REI TEAM will develop a line and grade concept, showing the preliminary horizontal
and vertical geometry, as well as the critical areas which will apply the CITY's Road
Adaptation Policy considering harmonization within private property and ensuring no
adverse conditions are created for the adjacent properties including vehicular access,
Americans with Disabilities Act (ADA) access and stormwater drainage.
Deliverables
• Create meeting collaterals (post cards, advertisements, advisory for door to
doors, sign in and comment cards, relevant signage)
• Create project stakeholder database (also using information from BODR)and
updating with public meeting participants.
• Provide meeting summary and scanned documents
• Present available Typical Section Alternatives to the CITY.
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 30
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� � �° � � , ' �RIBBECK
, . . �� � ����-����._.. �--1
r`Engineering,Inc.
Task 3 Support to Stakeholder/Public Involvement, Information
Gathering, and Consensus-Building Program
3.1 Support for the Development of the Public Outreach P/an
The REI TEAM will provide technical support to the CITY during the development of a
public outreach plan and coordinate and facilitate project-specific communication plan.
The REI TEAM will collaborate with the CITY and its Public Information Team to identify
primary and secondary stakeholders, identify communication touchpoints, tools, and
methods, and define a draft schedule for outreach activities. This plan will be used by the
CITY to implement the Public involvement and engagement.
Deliverables
• Develop Public Outreach Plan draft and review with CITY. Update based on
comments received and final POD.
3.2 Support for the implementation of the Public Outreach Plan
The REI TEAM will develop, with the assistance of the CITY, informational materials for
project website (hosted by the CITY), postcards, newsletter(s) and/or fact sheet(s),
development of Frequently Asked Questions (FAQ), project overview video and
subsequent updates, and social media updates. Additionally, the REI TEAM will support
and execute the Public Outreach Plan approved by the CITY that includes keeping the
community informed, addressing stakeholder issues and questions, and support overall
project development.As part of this task the REI TEAM will coordinate and support up to 20
community events (such as HOAs and community groups, Transportation Committee,
North Beach CRA, pop up events at Community Center, Bandshell or Normandy
Fountain). A project mailing is included in our scope for the initial workshop. REI TEAM
shall participate in all stakeholder meetings (i.e., individual meetings for harmonization
agreements, Milestone Public meetings, and meetings with CITY). Support will include
logistics, presentation materials, renderings, display boards, meeting agenda, meeting
summaries, stakeholder contact database, issues log, and all outreach documentation.
This task also includes the overall outreach archive.
Deliverables
• Project collaterals
• Informational materials for project website
• Agenda, meeting minutes, renderings, and presentation materials for the public
meetings with the community.
• Agenda, meeting minutes, renderings, and presentation materials for meetings
with the CITY during project execution focused on project progress.
• Project video and social media updates
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 31
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
r �RIBBECK
, - ., . , t�E,��_t �
`Engineering,Inc.
• Issues logs
• Outreach archive
3.3 Support the Outreach and Coordination with Major
Stakeholders
There are major stakeholders along the corridor that are critical to the project's success.
Our plan includes the development and implementation of a special outreach program
with the goal of aligning and communicating with the major stakeholders within the area
with needs for improvements and subsequently achieve a continued communication and
coordination.
Anticipated major stakeholders include the following:
• Developers
• North Beach CRA
• HOA organizations
The REI TEAM will work closely with the CITY Staff to understand and coordinate different
department plans and projects from current developers. The intent is to understand and
coordinate project timing of new construction; harmonization, their infrastructure needs
from the CITY;the infrastructure they are including in their project; opportunities to leverage
and optimize schedule.
Meefings/Workshops
• Up to five (5) meetings with each Major Stakeholder
`Note that 20 other meetings (which includes pop ups) are already included in
Section 3.2).
Deliverables
• Meeting minutes of ineetings with Major Stakeholder
• Adding appropriate contacts to stakeholderdatabase
Task 4 30% Design Phase and Plan Development
During the 30% design Phase, the REI TEAM will refine the roadway horizontal and vertical
geometry, as well as the drainage and water and sewer layout design and models to adhere to
the selected typical section per roadway segment. In addition, the harmonization details will be
further developed. Furthermore, preliminary layouts for landscape, signalization, temporary traffic
control plans (TTCP), lighting and signing and pavement markings will be developed. The 30%
plans and reports will be submitted to the CITY for review and comments. In addition, the plans
pertaining to the state roads will be submitted to the FDOT for review and comment. Public
involvement at this stage is included in the milestone task for this design phase. This design phase
will include the following aspects:
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 32
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. , � , �RIBBECK
a -, — �'��"�� -� ��` ��ngineering,In�.
Task Discipline 30% Design Phase Consultant
4.1 Utility • Prepare initial Utility Conflict Matrix to CHA
Coordination identify conflicts.
. Distribute 30% plans to the UAOs.
Refer to Appendix "C-1" for a detailed utility
coordination scope provided by our sub-
consultant CHA.
4.2 Roadway and • Develop 30% roadway horizontal and Ribbeck
Harmonization vertical geometry based on selected Engineering
Analysis and typical sections.
Plans • Develop initial harmonization details.
• Develop pavement design package.
• Identify design variation packages.
• 30% roadway plans to include:
o Roadway key sheet
o Summary of pay items sheet
o General notes sheets
o Typical section sheets
o Roadway layout sheet
o Roadway plan sheets
o Roadway profile sheets
o Roadway detail sheets
o Harmonization plans and detail
sheets
4.3 Drainage • Complete stormwater model. Ribbeck
Analysis and . Develop 30% drainage plans toinclude: Engineering
Plans o Drainage plan sheets
o Pre and Post Drainage Maps
o Summary of drainage
structures
o Initial pump station plans and
details
4.4 Water and Sewer • Complete water and sewer model. CHA
Analysis and • Develop 30% water and sewer plans.
Plans Refer to Appendix "C-1"for a detailed water
and sewer scope provided by our sub-
consultant CHA.
4.5 Temporary • Develop 30% TTCP layout, schemes HDR
Traffic Control and phasing.
Plans (TTCP) Refer to Appendix "C-3 for a detailed TTCP
scope provided by our sub-consultant HDR.
4.6 Signing and • Develop 30% signing and pavement Ribbeck
Pavement markings layout concept, including Engineering
Markings green bicycle lanes.
Analysis and
Plans
4.7 Signalization • Develop 30°/a signalization layout Metric
Analysis and concept.
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 33
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
^ �RIBBECK
, �
i���'��,l,��� � �i L t��'�;_>
i��Engineering,Inc.
Plans Refer to Appendix `C-7 for a detailed
(Temporary and signalization scope provided by our sub-
Permanent) consultant Metric.
4.8 Lighting Analysis . Develop 30% lighting layout concept. Green Dade/
and Plans Refer to Appendix "C-2"for a detailed lighting CHA
scope provided by our sub-consultant Green
Dade.
4.9 Mechanical and • Develop initial MEP design CHA
Electrical . Develop 30% MEP plans, including:
Analysis and o 30% Electrical Site Plan, One Line
Plans Diagram, Riser Diagrams, Control
Panel Schematic drawings
Refer to Appendix "C-1"for a detailed MEP
scope provided by our sub-consultant CHA.
4.10 Structural . Develop 30% structure design CHA/HDR
Analysis and . Develop 30% structural plans
Plans including:
0 30% Structural Plans and
Elevations
0 30% Structural calculations
Refer to Appendix"C-1"and"C-3 for a detailed
structural scope provided by our sub-
consultants CHA and HDR.
Meetings/Workshops
• Coordination meetings with CITY offices
• Coordination meetings with FDOT for work within state roads and with DTPW
• Pre-application meetings with each permitting agency and CITY
• 30% Public meeting
• Meeting with CITY offices/reviewers to resolve 30% comments
• Meeting with FDOT offices/reviewers to resolve 30% comments
Deliverables
• 30% Design Drawings and design reports (PDF and CADs)
• 30% Engineer Opinion of Probable Cost
• Regulatory First Pre-Application Meeting Minutes
• All necessary materials for meetings with CMB personnel, FDOT, public and any
other agency; including the agenda and meeting minutes
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 34
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
' . . '; �E�� �i � R�IBBEC K
Task 5 90% plan development
The REI TEAM will implement the 30%comments and advance the design to a 90%design phase
so that the CITY can provide feedback on the progress. In addition, the plans pertaining to the
state roads will be submitted to the FDOT for review and comment. Before starting this phase, the
CITY will approve the 30% Design plans and confirm that there are no modifications/changes to
the project base scope. It is expected that review at later phases will not change the overall design
intent established in the 30% Design stage. This stage of design will also include the refinement
of harmonization details and plans for each property adjacent to the project area, meetings with
said properties, and start the process of securing the harmonization agreements by property
owners. Public involvement at this stage is included in the milestone task for this design phase. In
addition, plans and contract documents implementing the 90% comments will be used as permit
sets and reports to apply for and secure permits. This design phase will include the following
aspects:
Task Discipline 90% Design Phase Consultant
5.1 Utility • Distribute 90% plans to the UAOs. CHA
Coordination . 90% Utility Conflict Matrix identifying
relocations.
Refer to Appendix "C-1"for a detailed utility
coordination scope provided by our sub-
consultant CHA.
5.2 Roadway and . Develop 90% roadway horizontal and Ribbeck
Harmonization vertical geometry based on approved Engineering
Analysis and 30% design.
Plans . Refinement of harmonization plans and
details.
• Develop design variation packages.
• 90% roadway plans to include:
o Roadway key sheet
o Summary of pay items sheet
o General notes sheets
o Typical section sheets
o Roadway layout sheet
o Roadway plan sheets
o Roadway profile sheets
o Roadway cross section sheets
o Roadway detail sheets
o Roadway intersection detail sheets
o Harmonization plans and detail sheets
5.3 Drainage • Develop 90% drainage design and plans Ribbeck
Analysis and based on approved 30%drainage design. Engineering
Plans . 90% drainage report and calculations.
• 90% drainage plans to include:
o Drainage plan sheets
o Pre and Post Drainage Maps
o Summary of drainage structures
o Pump station plans and details
o Drainage structures cross section
sheets
o Drainage details
o SWPPP
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 35
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�RIBBECK
, , ',`��' ''��'I �L'���-`�� �Engineering,Int.
5.4 Water and Sewer . Develop 90%water and sewer design and CHA
Analysis and plans based on approved 30% water and
Plans sewer design.
• 90% water and sewer report and
calculations.
• 90% water and sewer plans.
Refer to Appendix "C-1"for a detailed water
and sewer scope provided by our sub-
consultant CHA.
5.5 Temporary • Develop 90% TTCP layout, schemes, HDR
Traffic Control phasing and plans, based on approved
Plans (TTCP) 30% TTCP layout, schemes and
phasing.
Refer to Appendix"C-3 for a detailed TTCP
scope provided by our sub-consultant HDR.
5.6 Signing and . Develop 90% signing and pavement Ribbeck
Pavement markings analysis and plans including Engineering
Markings green bicycle lanes based on approved
Analysis and 30% signing and pavement markings
Plans layout.
5.7 Signalization • Develop 90% temporary and permanent Metric
Analysis and signalization analysis and plans based on
Plans approved 30% signalization layout.
(Temporary and Refer to Appendix "C-7 for a detailed
Permanent) signalization scope provided by our sub-
consultant Metric.
5.8 Lighting Analysis . Develop 90% lighting analysis and plans Green Dade/
and Plans based on approved 30% lighting layout CHA
concept.
Refer to Appendix "C-2"for a detailed
lighting scope provided by our sub-
consultant Green Dade.
5.9 Mechanical and . Develop 90% MEP design and plans CHA
Electrical based on approved 30% MEP concept.
Analysis and • 90% MEP plans to include:
Plans o Electrical Site Plan, One Line
Diagram, Riser Diagrams, Control
Panel Schematic, and electrical detail
plans.
Refer to Appendix"C-1"for a detailed MEP
scope provided by our sub-consultant CHA.
5.10 Structural • Develop 90% structural design and plans CHA/HDR
Analysis and based on approved 30% structural
Plans concept.
• Develop 90% structural plans including:
o Structural Plans and Etevations
o Structural calculations
Refer to Appendix "C-1"and "C-3 for a
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 36
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
' . � �' , .� �; E3�.f'��.. �-j RIBBECK
��ngineering,In�.
detailed structural scope provided by our sub-
consultants CHA and HDR.
Meefings/Workshops
• Coordination meetings with CITY offices including preliminary meetings
• Coordination meetings with FDOT for work within state roads and with DTPW
• Meeting with Design Review Board (DRB)
• 90% Public meeting
• Meeting with CITY offices/reviewers to resolve 90% comments
• Meeting with FDOT offices/reviewers to resolve 90% comments
• Harmonization meetings
Deliverables
• Completed lane re-purposing analysis and report
• Responses to comments received during the 30% design review phase
• Preparation for the DRB Meeting including materials and exhibits
• 90% Design Drawings and design reports (PDF and CADs)
• 90°/a Engineer Opinion of Probable Cost
• All necessary materials for meetings with CMB personnel, FDOT, public, and any
other agency; including the agenda and meeting minutes
• Harmonization agreements (as available)
Task 6 100% plan development
The REI TEAM will implement the 90%comments and advance the design to a 100%design phase
so that the CITY can provide feedback on the progress. In addition, the plans pertaining to the
state roads will be submitted to the FDOT for review and comment. This stage of design will also
include the refinement of harmonization details and plans as needed based on special requests
from property owners. The REI TEAM will keep securing harmonization license agreement during
this design phase. Public involvement at this stage is included in the milestone task for this design
phase. This design phase will include the following aspects:
Task Discipline 100% Design Phase Consultant
6.1 Utility • Distribute 100% plans to the UAOs. CHA
Coordination . 100% Utility Conflict Matrix identifying
relocations.
• Develop Utility Work Schedules and ensure
that what is proposed matches the utility
adjustment plans and field conditions.
Refer to Appendix "C-1"for a detailed utility
coordination scope provided by our sub-
consultant CHA.
6.2 Roadway . Develop 100% roadway horizontal and vertical Ribbeck
and geometry based on approved 90% design. Engineering
Harmoniz . 100% roadway plans to include:
ation o Roadway key sheet
Analysis o Summary of pay items sheet
and Plans o General notes sheets
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 37
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. , ���,�;�� RIBBECK
� ������ngineering,ln�.
o Typical section sheets
o Roadway layout sheet
o Roadway plan sheets
o Roadway profile sheets
o Roadway cross section sheets
o Roadway detail sheets
o Roadway intersection detail sheets
o Harmonization plans and detail sheets
6.3 Drainage . Develop 100% drainage design and Ribbeck
Analysis and plans based on approved 90%drainage Engineering
Plans design.
• 100% drainage report and calculations.
• 100% drainage plans to include:
o Drainage plan sheets
o Pre and Post Drainage Maps
o Summary of drainage structures
o Pump station plans and details
o Drainage structures cross section
sheets
o Special drainage details
o SWPPP
6.4 Water and Sewer . Develop 100% water and sewer design CHA
Analysis and and plans based on approved 90% water
Plans and sewer design.
• 100% water and sewer report
and calculations.
• 100% water and sewer plans.
Refer to Appendix "C-1"for a detailed water
and sewer scope provided by our sub-
consultant CHA.
6.5 Temporary • Develop 100% TTCP analysis and HDR
Traffic Control plans, based on approved 90%TTCP
Plans (TTCP) plans.
Refer to Appendix "C-3 for a detailed TTCP
scope provided by our sub-consultant HDR.
6.6 Signing and • Develop 100% signing and pavement Ribbeck
Pavement markings analysis and plans based on Engineering
Markings approved 90% signing and pavement
Analysis and markings design.
Plans
6.7 Signalization • Develop 100% signalization analysis and Metric
Analysis and plans based on approved 90%
Plans signalization design.
(Temporary and Refer to Appendix "C-7 for a detailed
Permanent) signali2ation scope provided by our sub-
consultant Metric.
6.8 Lighting Analysis . Develop 100% lighting analysis and Green Dade/
and Plans plans based on approved 90% lighting CHA
design.
Refer to Appendix "C-2"for a detailed
lighting scope provided by our sub-
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 38
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� ;���.�ry'� RIBBECK
i`�Engineering,Inc.
consultant Green Dade.
6.9 Mechanical and . Develop 100% MEP design and plans CHA
Electrical based on approved 90% MEP concept.
Analysis and . 90% MEP plans to include:
Plans o Electrical Site Plan, One Line
Diagram, Riser Diagrams, Control
Panel Schematic, and electrical detail
plans.
Refer to Appendix"C-1"for a detailed MEP
scope provided by our sub-consultant CHA.
6.10 Structural • Develop 100°/o structural design and CHA/HDR
Analysis and plans based on approved 90% structural
Plans concept.
• Develop 100% structural plans including:
• Structural Plans and Elevations
• Structural calculations
Refer to Appendix"C-1"and"C-3 for a detailed
structural scope provided by our sub-
consultants CHA and HDR.
Meefings/Workshops
• Coordination meetings with CITY offices
• Coordination meetings with FDOT for work within state roads and with DTPW
• DRB pre-application meeting including 3D sketches and visuals for meeting
• 90% Public meeting
• Meeting with CITY offices/reviewers to resolve 90% comments
• Meeting with FDOT offices/reviewers to resolve 90% comments
• Harmonization meetings
Deliverables
• Responses to comments received during the 90% design review phase
• 100% Design Drawings and design reports (PDF and CADs)
• 100°/a Engineer Opinion of Probable Cost
• Draft Specification package
• Progress Harmonization License Agreements Package
• All necessary materials for meetings with CMB personnel, FDOT and public.
• Meeting minutes and agenda for meetings with CMB, FDOT and any other agency
• Traffic analysis completed and revised
• Harmonization agreements (as available)
Task 7 Bid Set (Signed and Sealed Plans)
The REI TEAM will incorporate comments received from Agencies during the permitting process
and the 100% plans review phase and develop the Bid set (Signed and Sealed Plans). The REI
TEAM's project certification will be based on the final design. This design phase will include some
of the following aspects:
Ribbeck Engineering, Inc. ( 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 39
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� . . ; �,��;��--� �RIBBECK
`Engineering,Int.
Task Discipline Bid Set Consultant
7.1 Utility • Utility Certification Package - Once all CHA
Coordination executed Agreements and UWS(s) have
been received, reviewed, and concurred
by our QA/QC Team, a Utility Certification
Package will be prepared. This package
will be submitted to the City of Miami PM
for final approval and signature.
Refer to Appendix "C-1"for detailed utility
coordination scope provided by our sub-
consultant CHA.
7.2 Roadway and • Complete signed and sealed roadway Ribbeck
Harmonization plans implementing permitting agencies, Engineering
Analysis and CITY and FDOT comments.
Plans . Final roadway plans to include:
o Roadway key sheet
o Summary of pay items sheet
o General notes sheets
o Typical section sheets
o Roadway layout sheet
o Roadway plan sheets
o Roadway profile sheets
o Roadway cross section sheets
o Roadway detail sheets
o Roadway intersection detail sheets
o Harmonization plans and detail sheets
7.3 Drainage • Complete signed and sealed drainage Ribbeck
Analysis and plans and report implementing permitting Engineering
Plans agencies, CITY and FDOT comments.
• Final drainage plans to include:
o Drainage plan sheets
o Pre and Post Drainage Maps
o Summary of drainage
structures
o Pump station plans and details
o Drainage structures cross
section sheets
o Special drainage details
o SWPPP
7.4 Water and Sewer . Complete signed and sealed water and CHA
Analysis and sewer plans implementing permitting
Plans agencies and CITY comments.
Refer to Appendix"C-1"for detailed water and
sewer scope provided by our sub-consultant
CHA.
7.5 Temporary • Complete signed and sealed temporary HDR
Traffic Control control plans implementing CITY,
Plans (TTCP) agencies and FDOT comments.
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 40
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
.' . �, � . a ����`�,� '�R91BBEC K
Refer to Appendix"C-3 for a detailed TTCP
scope provided by our sub-consultant HDR.
7.6 Signing and . Complete signed and sealed signing and Ribbeck
Pavement pavement markings plans implementing Engineering
Markings CITY, agencies and FDOT comments.
Analysis and
Plans
7.7 Signalization • Complete signed and sealed signalization Metric
Analysis and plans implementing CITY, agencies and
Plans FDOT comments.
(Temporary and Refer to Appendix "C-7 for a detailed
Permanent) signalization scope provided by our sub-
consultant Metric.
7.8 Lighting Analysis • Complete signed and sealed lighting Green Dade/
and Plans plans and report implementing permitting CHA
agencies, CITY and FDOT comments.
Refer to Appendix"C-2"for a detailed lighting
scope provided by our sub-consultant Green
Dade.
7.9 Mechanical and . Complete signed and sealed mechanical CHA
Electrical and electrical plans and calculations
Analysis and implementing permitting agencies, CITY
Plans and FDOT comments.
Refer to Appendix"C-1"for a detailed MEP
scope provided by our sub-consultant CHA.
7.10 Structural . Complete signed and sealed structural CHA/HDR
Analysis and plans and calculations implementing
Plans permitting agencies, CITY and FDOT
comments.
Refer to Appendix "C-1" and "C-3 for a
detailed structural scope provided by our sub-
consultants CHA and HDR.
Meetings/Workshops
• Coordination meetings with CITY offices
• Coordination meetings with FDOT for work within state roads and with DTPW
Deliverables
• Responses to comments received during the 100% design review phase
• Final signed and sealed Design Drawings and design reports
• Final Engineer Opinion of Probable Cost
• Final signed and sealed Specification package
• Final Executed Harmonization License Agreements Package
• All necessary materials for meetings with CMB personnel, FDOT and public
• Meeting minutes and agenda for meetings with CMB, FDOT and any other agency
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 41
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� . �,�-,�`� '._. �-' �RIBBECK
��Engineerinq,Inc.
Task 8 Permitting Set & Permitting Services
8.1 Permii plan development
The approved 90% plans will be utilized for the permit submittals.
8.2 Permit Coordination and application
THE REI TEAM will receive and incorporate comments from the CITY and FDOT during
the 90% review and develop the Permit Set for the project. Drawings and specifications
will be re-issued as Permit Set and submitted to the Permit Agencies with corresponding
applications (submittal fees are not included in the scope). THE REI TEAM will include
level of effort necessary to secure required permits for project, including submittals,
response to RFI's and resubmitting as needed. This effort will include, but not limited, to
the following Agencies or Entities:
• City of Miami Beach
o Historic Preservation Board
o Design Review Board
o Building Department
o Right-of-Way
o Tree removal/relocation
• Florida Department of Transportation (FDOT)
• Florida Department of Transportation (FDOT) Utility Permit
• Miami-Dade County Municipal Permit
• South Florida Water Management District (SFWMD) Environmental Resource
Permit (ERP)
• US Army Corps of Engineers (USACE)
• Florida Department of Environmental Protection (FDEP), Miami-Dade County
Department of Regulatory and Economic Resources, Division of Environmental
Resource Management (RER-DERM}
o Class II Stormwater discharge Permit
o Water and 5ewer Extensions
• Florida Department of Health (FDOH)
• Miami-Dade County Department of Transportation and Public Works(DTPW)
o Traffic Signals and Signs Division (TSS)
Meetings/Workshops
• One meeting with corresponding permitting agency at the 90%stage
• One meeting with corresponding permitting agency at the 100%stage
Deliverables
• Permit applications and drawings as noted above (submittal fees are not
included}
• Permit Set Drawings, computations, and technical specifications
• Responses to RFIs, and resubmittals from permitting agencies
Ribbeck Engineering, lnc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 42
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� z , . ��.�`��. �-� RIBBECK
`Engineering,inc.
Task 9 Procurement Bid Phase Services
9.1 Bid Services
The REI TEAM will provide the following bid services during advertisement and bidding
for this project:
• Assist the CITY with the preparation of a Request for Bid for the project
• Respond to Request for Information (RFI) submitted by bidders and assistwith
the preparation of addenda during the advertisement period
• Prepare for and attend a Pre-Bid Conference with prospective bidders and
present project
• Assist CITY during bid evaluation and certify bids
• Attend Pre-Bid site visit
• Attend Industry meetings and presentations
• Provide a recommendation of Award
Deliverables
• Responses to RFIs submitted by bidders
• Recommendation of Award Letter
Task 10 Services During Construction
Services During Construction are not part of the scope and will be negotiated at a later
time via a supplemental task work order.
Assumptions
• This scope of work of tasks 1 to 9 includes only the elements defined in this
document. Changes or modifications to the elements included will require a
Change Order to the Work Order.
• Once the preliminary (conceptual) design phase is completed the concept will be
considered "frozen" and any significant changes in the concept that requires the
redevelopment of the conceptual phase will require a change to the work order, to
be agreed to by the CITY and the REI TEAM.
• Project will be designed based on standards, laws, and codes in effect at thetime
of notice to proceed (NTP).
• In soils, foundation, groundwater, and other subsurface investigations, the actual
characteristics may vary significantly between successive test points and sample
intervals and at locations other than where observations, exploration, and
investigations have been made. Because of the inherent uncertainties in
subsurface evaluations, changed or unanticipated underground conditions may
occur that could affect total construction cost or schedule. These changes are not
the responsibility of the REI TEAM.
• It is assumed that there will be no wetland impacts requiring wetland ERP
consideration and a Class I permit from RER may be required. It is further assumed
that the contractor will obtain the needed NPDES construction general permit.
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 43
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� �� > > RIBBECK
_, r _ . , , ,
, :�� �-. . ���'���ngi�eering,int.
• It is assumed the REI TEAM will receive one round of consolidated review
comments from the CITY, FDOT and any other applicable agency on all
deliverables within 2 weeks after submittal. Any delays will result on adjustment to
the project schedule.
• Should the CITY, FDOT or any other applicable agency request changes to the
design not based on the standards and/or requirements, this may be considered a
change in scope and will be considered as additional services and will require a
Change Order and adjustment to the project schedule.
• The REI TEAM shall at no time take title, risk of loss or ownership of the hazardous
materials or wastes. Client recognizes that the REI TEAM assumes no riskand/or
liability for hazardous materials encountered while performing any services
associated with such hazardous waste.
. The CITY will provide any available previously developed files for the storm water
and water and sewer master plan and models.
• A $20,000.00 reimbursable expense for permit fees is part of the contract. The
CITY will be responsible for the payment of all Permit Fees for all Agencies
associated with the Permitting process of this project once the $20,000.00
allocated reimbursable expense for permit fees is exceeded. The REI TEAM will
define the permit fee and transmit to the CITY prior tosubmittal.
• No field archeological evaluations are included.
• All deliverables will be submitted in electronic format.
• The scope includes the analysis and production of a set of plans, specs and
cost estimates for Phase 1A. Only Phase 1A will be funded and authorized under the
initial contract. Future Phases 1 B and 2 are included for reference only and may be
authorized in the future by contract amendment when funding is identified and
approved.
• This proposal assumes that all signatures for harmonization agreements are to be
coordinated and obtained between the 90%, 100% and Bid Set design and plans
phase. However, the REI TEAM shall not be liable for any delays resulting from
unforeseen issues in dealing with property owners, etc. and may result in impacts
to the schedule.
• The REI TEAM will lead public outreach efForts while coordinating with the CITY's
Neighborhood Affairs Department on the public outreach plan and specific
activities.
• Temporary lighting is limited to provide in the plans a detail for temporary lighting
along the temporary barrier walls.
• Geotechnical permit fees and MOT off-duty police officer are not part of the scope
or fee, and are anticipated to be paid for directly by CITY.
. Any permits for geotechnical exploration will include FDOT standard plans only for
temporary lane closures.
• To meet FDOT requirements and provide realistic traffic counts, traffic data shall
be collected during the months of September to May (school calendar), or as
requested by FDOT.
• Due to the nature and history of the project area, not all existing surface and/or
subsurface elements can be examined, reviewed, incorporated, and/or assumed.
The REI Team will make every effort to review as-built plans, however, any
unforeseen conditions that arise during construction will have to be addressed by
the CITY at that time.
• Seagrass survey can only be conducted between June and September.
• Traffic data collection, traffic studies and reports will be performed in parallel to the
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305)383-5909
Page � 44
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
;- �Y, , f RIBBECK
f-�
"�'���`�� ����ngineering,in�.
design of Phase 1A.As such, the final results will be used for operational purposes
such as addition of turn lanes. Final recommendations by the traffic study that
results in changes to the typical section and overall design will require a Change
Order and adjustment to the project schedule.
• The REI Team will present typical section alternatives for CITY's roads to the CITY
during the preliminary design phase for the CITY to select the preferred typical
sections within 5 days.Any delays will result on adjustment to the project schedule.
• FDOT (state) roads typical sections will not be altered. Only restored to allow for
drainage, water and sanitary improvements.
• The CITY will assist the REI Team on expediting the permit for geotechnical
exploration.
• Design Fee for Future Phases 1 B and 2 assumes that a concurrent NTP and
schedule will be provided for both future phases so they can be designed and
managed concurrently. Otherwise, the design fee will be revised to allocate
additional effort for additional management, design, production and public
information efforts.
• Future Phases 1 B and 2 are included for reference only and may be authorized in
the future by contract amendment when funding is identified and approved.
• Due to the accelerated scheduled, the DRB review will occur in parallel with the
design. The design witl continue as scheduled so that the 6/30/2026 deadline is
met. Any major comments from the DRB review such as but not limited to changes
in the typical sections, changes to vertical/horizontal alignment, impacts to
drainage, water or sewer, aesthetical improvements etc. will need to be addressed
after the 90% submittal on 6/30/2026. The design team will review the DRB
comments and inform the City which comments will be addressed prior to the 90%
submittal and which will be addressed at a later time.
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Page � 45
Docusign Envelope ID:70D9D38&5115-4935-BD2D-586D670CDFF9
, . . - ., �� ,iBE�,�.,�-i �RIBBECK
`Engineering,Inc.
Attachment C — Scope from Subs
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� �RIBBECK
i � ,t r ; . ,'.,,,I ��f-���..,�t �Engineering.lnc.
Attachment C-1 — Scope from CHA
o Water and Sewer design and plans
o Mechanical, Electrical and Plumbing (MEP) and Lighting QC
o Utility Coordination
o Pump station structural design and plans
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�RIBBECK
� . �,i;� ,.�.'�;I �E��.,�� i'��ngineering,int.
Water and Sewer design and plans
Phase 1A
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
` ,
August 13, 2025
Revised: September 12, 2025
Hans Ribbeck, MSEM, PE
Ribbeck Engineering
14335 SW 120 Street, Ste 205
Miami, FL 33186
RE: RFQ 2024-524-DF
Professional Design Services for North Shore D Neighborhood Improvement Project
Water and Sewer Relocation Plans— Phase IA
Dear Mr. Ribbeck,
CHA is pleased to submit this fee proposal to provide engineering services associated with the above
referenced project. This proposal is based on the technical feasibility study submitted by CHA in
December 2024 and the subsequent review workshop meeting held to discuss the report.
Project Description: This project consists of the water and sewer relocations and improvements
within the North Shore D neighborhood (Phase IA), as identified in the BODR completed in 2024.
Summary of Scope—The scope of work includes the following tasks:
• Project Management
• Data Gathering
• Contract Document Development(30%, 90%, 100°/o, Bid Set)
• Permitting
We trust this proposal meets with your satisfaction. If you have any questions, please do not hesitate
to contact me at 786-257-3074. Thank you for considering CHA for your engineering services. We
look forward to receipt of a Task Order and working with the City of Miami Beach on this important
project.
Sincerely,
,
, `/�
Arnelio Alfons , P.E.
Project Team eader
cc: Andy Scales
8935 NW 35[h Ldne, Suite 200 � Doral, FL 33172 � T: (305)592-7263
CHASOLUTIONS.COM
Docusign Envelape ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� � ,
Proiect Backqround
The North Beach Town Center (North Shore D) Neighborhood Improvement Project (NIP) is a
priority flood mitigation project in the heart of a newly designated Community Redevelopment
Area (CRA). As part of the North Beach Master Plan, this NIP is a hardening and revitalization
project with the primary objective of mitigating flooding caused by extreme rain events and sea-
level rise. The water and sewer scope includes the upsizing and replacement of various aged
water mains, gravity mains, and force mains along the corridor.
Water System Improvements
The existing water system Water distribution system is composed of mostly cast-iron mains
ranging from 4" to up to 30", with many past their service life.
• Phase 1A: 9,650 LF WM
�� -'� ��� : ' ' ' =. - , - y
�# � �' \�--- ------'-�•��*�z='� .� � � _
��.���'y�..�"�i , , `,,��-
,f , � k _ ; � �;
�, � , �.. _,�� : .�, � ��-
� ,�, �, � ,
� ,� �
� �,.
«, !
M h ky }e w�p .� I f� �. � � . .
al I i J�R l ��� �
��� 'h'. C W'h 1 � �,,�" � ��� y�
t�✓��� t n �' ' } � J/ � � �:2
�
:.: . ;... �� ' i
.., �,_ i ^ —�:s�� �' � � � I, �
�� ,. . � � . . ..
V �� „�
� �
\
� ��� i
.._... _.... `\ _� .
��
�
� �
� r ..
i a c�. ��.� ...,'.' : '-
� � ,f ay ��u �_ . .
� r� i �
� -,� ��._ . _.
� '
� i . �� i., __'_ �\ � ' '..., ,., , . .. .
_�� ......,, � - � . .
��, \� ¢ I� ��K a �a�t m� f
��' x � � � � .� �
nJ"� . `� ���/�1��11�1♦ .;aaC"�-��1�t "l,1:-:�+-��'
�M�� .� . — _. l. l.._\,. r——_'—___ .____
�J �v M v ' ` ' :/"--�
q�r�T(1� .�+rre.vr �� �at-RW�n� � ! � �� � � �� �
..n�.�,„rn: �____' . . ... . .. ..� _.
. '
. ,.. . .'�_... ._ _._
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Gravitv Sewer Imqrovements
Sewer System includes PS 19 basin and has served this community for over 50 years.
• Phase 1A: 5,300 LF SAN
� { <^`��_�'s� h�� -----------� .•. .
? � -..�<.:.-
�, .,��,��� .. � � i�'
��e �- � ��'+� I�
�� 1�� � � ` � ,
1 \, _�.�,—.'
� ,yy� ~
t
I � 1� ���;��
'. .fi�' � 1
_ .---___' � �_
<--- �
� �
� „
\ I
� I
� �,
�
� �
� �
\ � i
� � �i.
� 1
� �
� \ �—— � ��' �'
� �� � � - -
� ! +
� � 1
1 S -�-�� � � � I � . ..
� `
� � I � �
�, . �, \ �I� . � n� .m n.e +n �-e ..�.
�� ; \ ..,i.. w ,e� ,gn : i �ve �
. .Y..a.,"i�: �t r----'-------------� �„��W�-��,+'�io�.c��rm�n,w�Bwg
. . . `\ I a,n�r���.m .�.,mnr m..mi�F
. � �� . \ ' i . � . a[: g eiy ��mJ.-oe-��8 .
:•` � _ —_ _ - 1 .r�JlJifnit!3 -
II'ag�.y J ���,..i ' n. �. ;. ..�It�;��s�.�M1�d ��.�iry
� � �... i , u:l�� � ia { .
N e '
i:CPekfY Mb¢�5 x ` �\ I ,.i..y jlv_e� � ^ �
.
.• . ..-. - .�;^F 'inwni ' . a.
P� �____J � •.,Y�
.. .. � �' -:.�� � r� ..+...a. . . .
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Force Main Improvements
This includes 16", 20" and 36" Force Mains along 69th St., Byron, 72nd St and Indian Creek Dr.,
with a 16" FM attached to the 715� Street Bridge.
• Phase 1A: 4,100 LF FM
<"�
� , � .• �• . .�� �::/
�.,. ,�,� � `, � .--.--------_
! 4
1 �` `
� ,
, � . - �...
� rj ��. ., '`
f �� � ��
.; �_. E
� �.. . _
. _ . �
"� __�
_ 1 "v.
�w+�.o�r�wn.c� '.,ra,-:-� �
MKwe.n�,'�+�+o m,��n v.s.,_ . �
^*x , ...... . � � r.�„�.'.w ..t<�. .�,.� . .,.
� nm��w.�A�+�«.r.d.,.�,....0 k�
' t i _ .
� �� ��
�IM M�(S ..,l.:a�t;�.� � '"
� � ;
` ^ � '
�
� t �_ -
a,e �. � \ y— .�...,'.�.;"�"� �� 1
� � l
�l (
� �`"�g,,�,.. l
�� .." � � � S i�..�.x�c atw,..
X� : \�� i � nw � c,�.+rc�w
K �
` 4�A�«Je
r
.«, �. '��f :t }P M�.uebAlllW'i.�'^J
r .
� rMtu�
w.; �.�4.
3' fY` �� .:�... � � �.e�__�`v.��__e .__._._..—J � .t. .`. _
� L ` ' .:
t
�' .. .. . `! , F i���"'w...x...
�i � . . . . ti1 f — — — , ,.-..n+m. _� a°%{t 4 �."'"` ., �.
�� ,:,�t
� •" `' �'�` � �` --' -—— • r��canes�w ''. .t#
sa.' __
. , €' �� . �+ . . . .
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Scope of Services
Contract Document Development
Task 4.4—30% Submittal Package—Phase IA
CHA will provide the City with 30% submittal sets of construction documents and estimate(s) of
probable cost for review and comment. This design submittal will include the following activities:
• Kick off meeting
• Field visit to confirm current site conditions
• Verification of all existing utility information gathered and any missing utility information
• 30% Construction documents including:
o Design drawings
■ Water main, gravity sewer, and force main plan view drawings (separate
sets, see deliverables below)
• Replacement of all existing water mains within the project limits in
kind and incorporation of Fire Flow— Project 5 (project No. W-18)
which calls for the installation of a new 12-inch connection on 17tn
street.
• Replacement of all existing gravity sewer mains within the project
limits as determined by the sanitary sewer modeling.
• Replacement of existing force mains and new forcemain
interconnection between the north-south force mains on Meridian
Court and Michigan Ave
• Include comprehensive bypass plan for the interconnections (see
60% submittal).
o Technical Specifications Table of Contents
• Preliminary Opinions of Probable Cost (OPCs)
• 30% submittal review workshop with Ribbeck and the City of Miami Beach
Task 4.4 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 30% Submittal drawings and specifications for Water
b. (1) electronic copy of 30% Submittal drawings and specifications for Sewer
c. (1) electronic copy of 30°/o Submittal OPCs
2. Hard copy sets:
• Two (2) sets of drawings
• Two (2) sets of specifications
3. 30% Submittal meeting minutes: (1) electronic copy emailed to meeting participants
Task 5.4—90% Submittal Package— Phase IA
Upon completion of the 30% review workshop, CHA will proceed with the preparation of the 60%
construction documents and estimate of probable construction cost. The 90% documents will be
submitted for review and comment. This design submittal will include the following activities:
• 90% Construction documents including:
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
o Revision of 30% submittal to implement comments identified during review
workshop
o Design drawings
■ Water main, gravity main, and force main plan and profile
■ Details
■ Detailed bypass plan for
• Water Main: bypass plan for large diameter wate� main
connections, including connection points, linestop bypass design
including required structural calculations,flow direction schematics,
and valve open/close plan
• Force Main: bypass plan for force main tie-ins and interconnections
including different connection points, large diameter linestop
bypass design including required structural calculations, flow
direction schematics, and valve open/close plan
• Gravity Sewer: bypass plan for gravity segments to be replaced,
including manhole to manhole bypass pumping plan, exhibits
indicating manholes to be plugged during replacement, and other
details required to bypass and construct new segments.
o Technical Specifications
o Additional drawings such as pavement restoration, MOT, and any other required
details
• Updated Opinions of Probable Cost (OPCs)
• 90% submittal review workshop with Ribbeck and the City of Miami Beach
Task 5.4 Deliverables:
4. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 90°/o Submittal drawings and specifications for Water
b. (1) electronic copy of 90% Submittal drawings and specifications for Sewer
c. (1) electronic copy of 90% Submittal OPCs
5. Hard copy sets:
• Two (2) sets of drawings
• Two (2) sets of specifications
6. 90% Submittal meeting minutes: (1)electronic copy emailed to meeting participants
Task 6.4— 100% Submittal Package— Phase IA
Upon completion of the 60% review workshop, CHA will proceed with the preparation of the 90%
construction documents and estimate of probable construction cost. The 90% documents will be
submitted for final review and comment.
This design submittal will include the following activities:
• 100% Construction documents including:
o Revision of 90°/o submittal to implement comments identified during review
workshop
o Technical Specifications
• 100% Preliminary Opinion of Probable Cost (OPCs)
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
• 100% submittal review workshop with Ribbeck and the City of Miami Beach
Task 6.4 Deliverables:
7. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 100% Submittal drawings and specifications for Water
b. (1) electronic copy of 100% Submittal drawings and specifications for Sewer
c. (1) electronic copy of 100% Submittal OPCs
8. Hard copy sets:
• Two (2) sets of drawings
• Two (2) sets of specifications
9. 100% Submittal meeting minutes: (1) electronic copy emailed to meeting participants
Task 7.4— Bid Set Package— Phase IA
Upon receipt of all permit approvals, CHA will provide a final bid set of construction documents to
be utilized for bidding purposes. Under this task, all necessary administrative and managerial
efforts are included, such as communication and coordination with the various governmental
agencies, City representatives, and all other parties involved in the project. This task will include
assisting the prime consultant in the procurement phase of the project.
Task 7.4 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1)electronic copy of Bid Set drawings and specifications
2. Bid Set OPCs
10. Hard copy sets:
• Two (2) sets of drawings
• Two (2) sets of specifications
TASK 8.1 — Permit Package— Phase IA
After receipt and incorporation of the 90% comments, CHA will issue a permit set of construction
documents to initiate the permitting process, see Task 4.
Task 8.1 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of Permit Set drawings and specifications for City Stamp with
EOR signature and seal.
b. (1) electronic copy of permit applications for City execution
TASK 8.2— Permitting (Water and Sewer)— Phase IA
CHA will submit the executed permit application packages to obtain permits/regulatory
approvals/reviews from, but not limited to, the following agencies:
• DERM (Sewer Main Extension)
• RER (Water Main Extension)
• City of Miami Beach Fire Department
• Department of Health
• City of Miami Beach Public Works (Right of Way— Dry Run Review)
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
• FDOT (Utility Permit)
Any permit comments will be addressed prior to generating the final Bid Set. Although CHA will
make every effort to submit in a timely manner to all permitting agencies, it is recognized that
review time is often beyond the ConsultanYs control.The selected bidder shall utilize the approved
permit plans to secure any required construction permits(dewatering, utility excavation, etc.). The
City shall pay all associated permit fees.
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
ASSUMPTIONS
This scope of services is based on the following assumptions:
1. Responses to inquiries shall be made based on the best available information provided to
CHA at the time of the review.
2. If required, the City of Miami Beach will provide any and all available wastewater and
hydraulic modeling required by any permitting agency to assess the impacts of the force
main replacement.
3. The City of Miami Beach will provide any available as-built information and record
drawings.
4. The City of Miami Beach acknowledges that CHA's scope is based on information made
available at the time of this Task Order and data gathered during site visits and meetings.
5. The City of Miami Beach will provide all available information within a reasonable
timeframe. It is assumed that all information provided by the CITY is complete and
accurate to the best of their knowledge.
6. Site visits as part of this task may require the presence of City of Miami Beach personnel.
7. Performance durations provided assume timely permit processing by regulatory agencies
having jurisdiction over the project. Delays in obtaining permits, beyond the control of
CHA, may result in delays to the performance schedule for which CHA cannot be held
liable.
8. Proposed regulatory agencies and required permits have been identified to the best of
CHA's knowledge. The City will pay all associated permit fees.
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PROJECT SCHEDULE
CHA shall make every reasonable effort to deliver the work as specified in the Scope of Services
section contained herein, in accordance with the schedule outlined below.
Task Calendar Days after NTP
Contract Document Development
4.4—30% Submittal 150 '
5.4—90°/o Submittal 230
6.4— 100°/a Submittal 270
7.4—Signed 8� Sealed 300
8.1 — Permit Package 330
8.2— Permitting 360
The project schedule is dependent upon prompt review and response by the City to all design
progress submittals. This schedule assumes a timely turnaround (approximately 10 working
days) on all reviews by the City.
A detailed schedule will be provided once NTP is issued.
� � �
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
FEE SCHEDULE
CHA will perform the services defined in this scope of services for a total fee of$ 920,634.56.
1. Task 4.4—30% Design Submittal shall be billed as a LS Amount of$ 217,419.80.
2. Task 5.4—90% Design Submittal shall be billed as a LS Amount of$465,693.80.
3. Task 6.4— 100% Design Submittal shall be billed as a LS Amount of$ 102,574.20.
4. Task 7.4— Bid Set shall be billed as a LS Amount of$ 51,527.20.
5. Task 8.1 — Permit Package shall be billed as a LS Amount of$47,482.76.
6. Task 8.2— Permitting shall be billed as LS Amount of$ 35,936.80.
The breakdowns of fees for every task are attached as Appendix A.
CHA will submit a monthly invoice for a portion of the Lump Sum Amount. The portion of the lump
sum amount billed for CHA's services will be based upon CHA's estimate of the proportion of the
total services completed during the monthly billing period to the Lump Sum.
Invoices shall be paid no later than thirty days of approval.
Submitted b :
CHA Cons I ing, Inc.
Approved by:
Ribbeck Engineering, Inc.
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
APPENDIX A
CHA LABOR BREAKDOWN
Docusign Envelope ID:70D9D388-5115-0935-BD2D-SB6D670CDFF9
GHA Proposal Breakdown(or Enyineerinp Servicas and Poat Design ConsUuct{on Support-North Shore�-Water and Sewer(Phase IA)
Miemi Beach
Posi�ion Name 6(Canpany) Category Labor OKuel Task 4.4 Task 5 4 Task 6.4 iask 7.4 Task B.t Task B2 Tolal La�or Raw Cosis MuhipGeC Co9�5
Title MW1i011er ConsuRanl 30°o Submittel 90%Submittal 100%SuDmi��al Bid Sel Peimi�Packege Permitting (Sum 3-9) �10�z(2� �11�x�17
Hourly Ralc
5 Hrs 4 Hrs 5 Mrb $ Mrs 3 Hrs 5 Hrs 5 Hrs $ Hours S S
1 2' 3 1a2x3 1 1`xl2xd 5 1y2x5 6 '1x2xfi 1x2x] 8 1'.x2x8 1 2x9 10 11 12
Prolect Manager Senior Arne6o Allonso,PE(CHA) SPM 1 5 280.00 100.00$ 28.000�0 220.00 5 61.600 00 10.00$ 11,2D0 00 10.00 S 2 B00 00 8.00 5 2,240.00 10.00 5 2,800.00 5 388.00 S 100,640.00 S 708,640 00
Proec[En in erSenwr HonnePlanas.PE(CHA RTS 1 5 21922 200.00 S 43Bd4��,^, 3]0.00 S 6',11140 80.00 4 1�,SJ].60 40.00 5 8.768.80 8.00 5 1,753.I6 20.00 5 d,38d40 S 718.00 S 157,399.96 S 157,399.96
ProectEn ineer5enior JulianGomez.PE CHA RTS 1 5 21922 240.00$ 526128� 550.00 5 120.5]1.00 100.00 5 21922.00 60.00 S 13.153.20 80.00 S 1]53].60 60.00 S 1315320 $ 1090.00 $ 238.969.80 5 238949.80
ProectEn in MtlresBelmon�e,El CHA NRTS 1 5 194.99 180.00 S 35.098.2:, 500.00 S 9]q95.00 100.00$ 19499.�0 40.00 5 ].]99.60 80.00 b 11699.40 60.00 S 11.69940 $ 9G0.00 $ 183,290.60 $ 183290.60
ProectEn Ineer MariaGanralez CHA NRTS 1 5 14C.BB 140.00 $ 2]2986� J40.00 S 56296.60 80.00$ 15.59920 20.00 5 3899.80 60.00$ 1169940 20.00 5 3.899.80 S 6fi0.00 $ 128,693.40 S 12069340
En ineer VivianMa�inet CHA) NRTS 1 E 15924 80.00$ 9.554a0 80.00 5 '�.2.73920 40.00$ 6,369.60 30.00 S a.]7]20 5 S 5 210.00 $ 33,4a040 S 33,a40.90
Assis�an�En in68r Kentl Rlvero CHA NRTS 1 $ 133.54 80.00$ t0.6B320 4U.00 S 5.341.60 20.00$ ?610.80 $ $ $ $ 140.00 $ i8,fi956� $ 18695.80
Assislanl Engineer Laura Slmon(CHA) NRTS 1 $ 133.54 20.00$ 2.6]O.BO 20.00 8 2,6]O.BO 20.00 S 2610.00 20.00 S 16]0.80 5 - 5 - S - 80.00 5 10,fi8320 S 10.68720
CADO Desi ner Fellpe Cano Garcia(CHA) NRTS 1 E 12I.63 60.00$ 7 657 BO 1d0.00 $ 17.868 20 /0.00 $ 5.105.20 60.00 5 ],65].80 20.00 S 2.552.60 $ 5 320.00 E <0,841.60 E 40,841.6U
4 0 00
Sub-lolals 1080.00$ 2'17619.80 2280.00 $ 4fi5,693.80 520.00 $ 102,S7d.20 280.W S 5152]20 ]36.00 S 4]482.16 170.00 $ 35,93680 0.00 S - 454fi.00 $ 920.634.56 { 920,834.56
Summary of Direct Expenses
Units No.01 7otal
Mae 5
s�om�ai o�rea E.ce�se 5
Lahor,Diroct EY nw S 920,634.56
NoleS�-For inwices bilkE on an�ouAy basis,reteipls lor all eapenses musl Ce submitleE.Travel expe^ses must Ee ectompenietl�y a s�element eRpleining�he purpose of��e expense enE��e peNas inwlved.
Summary of Reim6unable E:penses
7olal
AppFceGle Permit Fees No.ot
R�imbunabls E:p�ns�s S
No�es 2-For��nwices whem Permit Fees are billeE,receipLS must Ee submitte0.
Pro ISumma
Com a Disci IiM P ent Method Total
CHA CnillMerhan�el Wm • S 920.634.56
S
S
S
S
DIRECT E%PENSE s
Lump Sum Su6lotal S 920,831.58
Contingency Subtotal f
Dedicated Allowance s
Reimhursable Expenses Su6total f
Direct Ex e se Subtotal S
Tohl ot Lebor,Direct and Reimbunable Eapaneas,and Allow�ncos S 920,BJ4.58
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�RIBBECK
��. � � � . ��� ' �.����'��.�`.�� �Engineering,In�.
Water and Sewer design and plans
Future Phases 1 B and 2
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CD�F9
` ,
August 13, 2025
Revised: September 4, 2025
Hans Ribbeck, MSEM, PE
Ribbeck Engineering
14335 SW 120 Street, Ste 205
Miami, FL 33186
RE: RFQ 2024-524-DF
Professional Design Services for North Shore D Neighborhood Improvement Project
Water and Sewer Relocation Plans— Future Phases 1 B and 2
Dear Mr. Ribbeck,
CHA is pleased to submit this fee proposal to provide engineering services associated with the above
referenced project. This proposal is based on the technical feasibility study submitted by CHA in
December 2024 and the subsequent review workshop meeting held to discuss the report.
Project Description: This project consists of the water and sewer relocations and improvements
within the North Shore D neighborhood (Future Phases 1 B and 2), as identified in the BODR
completed in 2024.
Summary of Scope—The scope of work includes the following tasks:
• Project Management
• Data Gathering
• Contract Document Development(30%, 60%, 90°/a, 100%)
• Permitting
We trust this proposa! meets with your satisfaction. If you have any questions, please do not hesitate
to contact me at 786-257-3074. Thank you for considering CHA for your engineering services. We
look forward to receipt of a Task Order and working with the City of Miami Beach on this important
project.
Sincerely,
��
Arnelio Alf so, P.E.
Project Team Leader
cc: Andy Scales
R9il5 NW 'Stfi larc>. Suite 20i7 � Dc�r�ti, fL ;3172 j T: �3U�j S`3:'_ 7;:�'
CHASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� ` ,
Proiect Backqround
The North Beach Town Center (North Shore D) Neighborhood Improvement Project (NIP) is a
priority flood mitigation project in the heart of a newly designated Community Redevelopment
Area (CRA). As part of the North Beach Master Plan, this NIP is a hardening and revitalization
project with the primary objective of mitigating flooding caused by extreme rain events and sea-
level rise. The water and sewer scope includes the upsizing and replacement of various aged
water mains, gravity mains, and force mains along the corridor.
Water System Improvements
The existing water system Water distribution system is composed of mostly cast-iron mains
ranging from 4" to up to 30", with many past their service life.
• Future Phases 1 B and 2: 4,210 LF WM
�
.� � ^
�n a �,.` € ��
, � ,� .
�`� � K� `d� __— �'"... _ ,.
'�y' � '�,.,�. �——, —'————— �'�� /' �s� ��
�,�� � l� �. 3 ���y ex � �� � �f�lll.
t�
1 � � - n '" " . � ' ,. �
..
t �v, .. �� � _.
\ � ,.i-•.,��� ��� � , ` �;:. �..._ . . . _ . .
. , � .: ,.:, . . . ' .. . . �
�r m a� ,,u r� � .��. .. , ,. ,..
f i _ x . �.
�� � roc f -. s�� •
i " /�
�h d fr- �r � �� } 9FF
M1 Y
M a � ,b. , . ... �... .
!�� 1 m -r .. ��.1 '. ;4 f .
Y\ , +. . . � `�., .
� *e ` .I:�. n �
\ � z
�
�� ��' �"�k�.:� . .
.. . . . �`. � .
� � �
�� �
, `r',I
. , �. . � .e Y,..
a �
i w a ,
� i ,�,a�
r
i� �« r�c ---- . . ..,� . . . . .
i. �, � �\ � I ., . . , . ... .
.,. i ,. � . ... � I � � - -
.;,..� ��.,�-�, ...� . .,.. , . .. ,
� ���r �� � , .I �k �,_� i n.�: a
_ . �I�.1 W"_ � � * _.�
�'" �,V \ �� � �\ill/����, .`a.�Y..a"�.'r'�lIRI*y .
.✓�, { \ __ _______ .— ' . .
"Pw" .
�`y �i
r � ~ ._..� � H � � �. <��
... sr,� o, a . , .a,��.v� A�._...__`' .... . . • '• �
,c
-m....„�,.._...,..y. ... _ . ,^_^.,�m+.�,�a..,,..,.,. . . ..
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Gravitv Sewer Imqrovements
Sewer System includes PS 19 basin and has served this community for over 50 years.
• Future Phases 1 B and 2: 1,750 LF SAN
�
� �
, � , �. ..
I .� ,�R_�—...___�_'_._� . � ..� � �
,t? i
,���,�.�J�,,� } ■: � `� �
. �l��jf � �. . \ y.
�£ � � i�
4 I..: i,�i;r,.i�. _ . .. �' �A� � '+F F,�a#�� ���.
a�R�rnab'¢5 . .i.l . . . ��'.:r ...
�.�M��Ne:rRs�te r� � 4 '��`�� .
...,.,. ..��.._ . r�.._ � ' �PY" .
t `��
— �... ��� J ' �
� 9
\
\ I
� � 1
�\ a
� �
�
\ . ,. � _ � i
� - �
� �� 1
�\
.� \ � `s�:.��.
� ���i ---��,, � i ��...- � r
'�� � .. �t .�,,.;�
� �� � ...� ..,Hr na � �acr'
��� � .y i i..
+�, i
. � -.. . � m n-c � .y M
.., �" _, �....
�y� g Y B
�`�� _____'__� . sa'< e+ �a'+r 's�
'�� ..Y��,''� � r----'----- � N
w x w b� rs
\ .I �, ,�y.�. i.:�o; � t
� � i ��w i��K., a
. � � - _�_ . . �,�.�a.- �
�• ���i�� A � ... s . ._i u� •"'"'�,.�.'�........t
�
, . i e..ti�w��
N m��r ecvy,ct.,`k�:�. � I - �
�i r^o . � ���r �w�ae: . .
„�".'. .._ \.. ._._.—� . �i�q r n�s.»� � _
�. �" „. � � , , . � ��� `y-;
� � ,
Docusign Envelope 10:70D9D388-5115-4935-BD2D-586D670CDFF9
Scope of Services
Contract Document Development
Task 4.4—30% Submittal Package—Future Phases 1 B and 2
CHA will provide the City with 30% submittal sets of construction documents and estimate(s) of
probable cost for review and comment. This design submittal will include the following activities:
• Kick off meeting
• Field visit to confirm current site conditions
• Verification of all existing utility information gathered and any missing utility information
• 30% Construction documents including:
o Design drawings
■ Water main, gravity sewer, and force main plan view drawings (separate
sets, see deliverables below)
• Replacement of all existing water mains within the project limits in
kind and incorporation of Fire Flow— Project 5 (project No. W-18)
which calls for the installation of a new 12-inch connection on 17tn
street.
• Replacement of all existing gravity sewer mains within the project
limits as determined by the sanitary sewer modeling.
• Replacement of existing force mains and new forcemain
interconnection between the north-south force mains on Meridian
Court and Michigan Ave and a comprehensive bypass plan for the
interconnection.
o Technical Specifications Table of Contents
• Preliminary Opinions of Probable Cost(OPCs)
• 30% submittal review workshop with Ribbeck and the City of Miami Beach
Task 4.4 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1)electronic copy of 30% Submittal drawings and specifications for Water
b. (1)electronic copy of 30% Submittal drawings and specifications for Sewer
c. (1)electronic copy of 30% Submittal OPCs
2. Hard copy sets:
• Two (2) sets of drawings
• Two (2) sets of specifications
3. 30% Submittal meeting minutes: (1) electronic copy emailed to meeting participants
Task 5.4—60% Submittal Package— Future Phases 1 B and 2
Upon completion of the 30% review workshop, CHA will proceed with the preparation of the 60%
construction documents and estimate of probable construction cost. The 60% documents will be
submitted for review and comment. This design submittal will include the following activities:
• 60% Construction documents including:
o Revision of 30% submittal to implement comments identified during review
workshop
/�
��,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
o Design drawings
■ Water main, gravity main, and force main plan and profile
■ Details
o Technical Specifications
• Updated Opinions of Probable Cost (OPCs)
• 60% submittal review workshop with Ribbeck and the City of Miami Beach
Task 5.4 Deliverables:
4. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 60% Submittal drawings and specifications for Water
b. (1) electronic copy of 60% Submittal drawings and specifications for Sewer
c. (1) electronic copy of 60% Submittal OPCs
5. Hard copy sets:
• Two (2) sets of drawings
• Two (2) sets of specifications
6. 60% Submittal meeting minutes: (1) electronic copy emailed to meeting participants
Task 6.4—90% Submittal Package—Future Phases 1 B and 2
Upon completion of the 60% review workshop, CHA will proceed with the preparation of the 90%
construction documents and estimate of probable construction cost. The 90% documents will be
submitted for final review and comment.
This design submittal will include the following activities:
• 90% Construction documents including:
o Revision of 60% submittal to implement comments identified during review
workshop
o Additional drawings such as pavement restoration, MOT, and any other required
details
o Technical Specifications
• 90% Preliminary Opinion of Probable Cost (OPCs)
• 90% submittal review workshop with Ribbeck and the City of Miami Beach
Task 6.4 Deliverables:
7. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 90% Submittal drawings and specifications for Water
b. (1) electronic copy of 90% Submittal drawings and specifications for Sewer
c. (1) electronic copy of 90% Submittal OPCs
8. Hard copy sets:
• Two (2) sets of drawings
• Two (2) sets of specifications
9. 90% Submittal meeting minutes: (1) electronic copy emailed to meeting participants
Task 7.4— 100% Submittal Package (Bid Set) -Future Phases 1 B and 2
Upon receipt of all permit approvals, CHA will provide a final bid set of construction documents to
be utilized for bidding purposes. Under this task, all necessary administrative and managerial
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
efforts are included, such as communication and coordination with the various governmental
agencies, City representatives, and all other parties involved in the project. This task will include
assisting the prime consultant in the procurement phase of the project.
Task 7.4 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of Bid Set drawings and specifications
2. Bid Set OPCs
10. Hard copy sets:
• Two (2) sets of drawings
• Two (2) sets of specifications
TASK 8.1 — Permit Package— Future Phases 1 B and 2
After receipt and incorporation of the 90% comments, CHA will issue a permit set of construction
documents to initiate the permitting process, see Task 4.
Task 8.1 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of Permit Set drawings and specifications for City Stamp with
EOR signature and seal.
b. (1) electronic copy of permit applications for City execution
TASK 8.2— Permitting (Water and Sewer)—Future Phases 1 B and 2
CHA will submit the executed permit application packages to obtain permits/regulatory
approvals/reviews from, but not limited to, the following agencies:
• DERM (Sewer Main Extension)
• RER (Water Main Extension)
• City of Miami Beach Fire Department
• Department of Health
• City of Miami Beach Public Works (Right of Way— Dry Run Review)
• FDOT (Utility Permit)
Any permit comments will be addressed prior to generating the final Bid Set. Although CHA will
make every effort to submit in a timely manner to all permitting agencies, it is recognized that
review time is often beyond the ConsultanYs control.The selected bidder shall utilize the approved
permit plans to secure any required construction permits(dewatering, utility excavation, etc.). The
City shall pay all associated permit fees.
� � �
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
ASSUMPTIONS
This scope of services is based on the following assumptions:
1. Responses to inquiries shall be made based on the best available information provided to
CHA at the time of the review.
2. If required, the City of Miami Beach will provide any and all available wastewater and
hydraulic modeling required by any permitting agency to assess the impacts of the force
main replacement.
3. The City of Miami Beach will provide any available as-built information and record
drawings.
4. The City of Miami Beach acknowledges that CHA's scope is based on information made
available at the time of this Task Order and data gathered during site visits and meetings.
5. The City of Miami Beach will provide all available information within a reasonable
timeframe. It is assumed that all information provided by the CITY is complete and
accurate to the best of their knowledge.
6. Site visits as part of this task may require the presence of City of Miami Beach personnel.
7. Performance durations provided assume timely permit processing by regulatory agencies
having jurisdiction over the project. Delays in obtaining permits, beyond the control of
CHA, may result in delays to the performance schedule for which CHA cannot be held
liable.
8. Proposed regulatory agencies and required permits have been identified to the best of
CHA's knowledge. The City will pay all associated permit fees.
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PROJECT SCHEDULE
CHA shall make every reasonable effort to deliver the work as specified in the Scope of Services
section contained herein, in accordance with the schedule outlined below.
Task Calendar Days after NTP
Contract Document Development
4.4— 30% Submittal 150
5.4—60% Submittal 230
6.4—90% Submittal 270
7.4— 100°/o Submittal / Bid 300
8.1 — Permit Package 330
8.2— Permitting 360
The project schedule is dependent upon prompt review and response by the City to all design
progress submittals. This schedule assumes a timely turnaround (approximately 15 working
days) on all reviews by the City.
A detailed schedule will be provided once NTP is issued.
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
FEE SCHEDULE
CHA will perform the services defined in this scope of services for a total fee of$ 341,036.65.
1. Task 4.4— 30% Design Submittal shail be billed as a LS Amount of$ 88,192.00.
2. Task 5.4—60% Design Submittal shall be billed as a LS Amount of$ 107,341.00.
3. Task 6.4—90% Design Submittal shall be billed as a LS Amount of$ 90,415.10.
4. Task 7.4— Bid Set shall be billed as a LS Amount of$ 16,341.32.
5. Task 8.1 — Permit Package shall be billed as a LS Amount of$ 22,131.85.
6. Task 8.2— Permitting shall be billed as LS Amount of$ 16,615.38.
The breakdowns of fees for every task are attached as Appendix A.
CHA will submit a monthly invoice for a portion of the Lump Sum Amount. The portion of the lump
sum amount billed for CHA's services will be based upon CHA's estimate of the proportion of the
total services completed during the monthly billing period to the Lump Sum.
Invoices shall be paid no later than thirty days of approval.
Submitted by: i/
��/
CHA Consulting, Inc.
Approved by:
Ribbeck Engineering, Inc.
� ` �
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
APPENDIX A
CHA LABOR BREAKDOWN
Dowsign Envelope ID:70D90388-5115-0935-BD2D-58fiD670CDFF9
CHA Proposal Breakdown for Enginasrinp Sarvices and Post Design Conatruction Support-North Shore D•Water and Sewer(Future Phases 1 B and t)
Miami 9eac�
Posibon Name d(Company) Calegory Lebor OHival Tesk dA Task 54 Task 6.4 Task 7.6 Task 8.1 Task 82 To181 LaDor Rew Cos�s MullipieE CAsis
Title MultiO�er Consutlanl 7�%Submittal 60°oSubmit�al 90%Su�mittal Bi05e1 PertnitPackage Permitting (Sum3-9) �10�z�27 �11�r�1�
Houry Rale
S Hrs S Hrs $ Hrs S Hrs 5 Hra 3 Hre $ Hrs S Hours § E
1 2 3 1x2x3 d 1x2x4' S ix2x5 6 1x2x6 1K2x] B �1x7xB 9 1x7x9 10 11 12
Pio7eclMana erSenior AmeqoAtlonw,PE(CHA� SPM 7 5 28000 40.00 S 11.20000 fi000 $ �fi800.00 20.00 $ 5,600.00 2.00 5 560.00 d.00 S 1.120.00 4.00 5 1,12000 $ 13000 S 36400.00 S 36,400.0�
Pio�ect En in er Sen�ior Ivonne Planas,PE CHA RTS 1 S 219 22 40.00 $ 8.768.80 80.00 5 '.1,SJ].60 20.00 $ 4 384 40 10.00 5 2,192 20 10.00 5 2,192 20 4.D0 5 876.88 $ 164.00 5 35,957.08 S 35,952.08
Pro ect En ineer Semor Julian Gome[,PE CHA RTS 1 S 2�9?2 B0.00 5 1].53�.60 100.00 5 2'..922.00 80.00 5 17.537 60 20.D0 5 a.384 40 40.00 5 8.7fiB.B0 40.00 S B.�6B 80 S 360.00 S �8.91920 S 78,919.20
Pio ecl E Mtlres Belmante.EI CHA NRTS 1 S 194.99 80.00 $ 15.599 20 100.00 4 19 499.00 100.00 5 19 499.00 20.00 5 3.899.80 �0.00 $ ],]99.60 20.00 5 J 999.90 $ 360.00 S ]0.196.40 S 10,196 AO
ProectEn in MariaGonzaler CHA NRTS 1 5 i9a.99 80.00 S 15.599.20 60.00 $ 11699.60 150.00 5 29.248.50 a.00 5 779.96 5.00 S 97a.95 10.00 5 t 9a990 4 309.00 5 60,251.91 5 60.251.91
En ine VivianMartine[CMA) NRTS 1 5 '�.5924 40.00 $ fi.369.60 60.00 S 9.554.40 10.00 5 fi,369.60 4.00 5 636.9fi S S 5 144.00 5 22,93056 S 22930.5fi
AssisWnt En�in Kentl Rrvero CHA NRTS 1 S 133.Sd 40.OD $ 5.341.60 10.00 5 1.335A0 10.00 5 1.335.40 S S 5 S 60.0� $ B 012A0 S 8.012.40
AssislantEn ineer LautaS�imon(CHA) NRTS 1 S 1335a 20.00 $ 2,6�0.80 10.00 $ 1,335.40 10.00 S 1,33540 10.00 5 1,33540 E $ 5 50.00 $ 6fi7].00 S 6.6]].00
CADDDesi ner FelipeCanoGarcia CMA NRTS 1 $ 12763 40.00 $ 5,10520 60.00 $ ]65780 60.00 5 5,10520 20.00 5 2,552.60 10.00 E �.2]6.30 $ $ 1]0.00 $ 21.697.10 $ 21,fi9'l.1�
5 0.00
Sub-�olals 4fi0.00 $ 88.192.00 540.00 5 107,341.00 470.00 $ 90415.10 90.00 5 1634132 109,00 $ 22,13185 78.00 5 16615.38 0.00 5 - 1747.00 5 341.03665 S 341,0]8.85
Summary of Diract E:panses
Unib No.of Total
Mile E
Suntelnl nirect Expense $
labor,Direet Expense S 7�1.036.85
Noles�-For inwites bilb0 m an nouAy basis,reteipb/or all expenses must Ee wbmitteE.7ravel ezpen5es must De aCmmpenieE Dy a s�atement eapleinrtg ine vurpose o(Ine eroense ana ine parlies inwlveC.
Summary ot Reimbursable Expenses
7otal
Applicable PBrmi�Fees No.of
Rsimburseble Eipanses S
Noles�.-For inwices where Permit Fees are CilleE,receipts musl Ee submmed.
Pro osal5umma
Com a Disci IiM P ent MNhod ToLI
CHA ^ CivillMecheniwl Lum S 301.036.65
5
S
S
f
JIREC"eX:'ENSF s
Lump Sum Su6total S �I1,038.85
Contingency Subrobl S
Dedicated Allowance s
Reimbursable Expenses Sublotal S
DirectEz enseSubtoWl 5
Toul o(La6or,Dirocl antl Raimbunable Expan��s,�nd Allow�ncas S 311,0�8.85
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
_ . � ��,�a.�._��' �RIBBECK
`Engineering,Inc.
Mechanical, Electrical and Plumbing (MEP) and Lighting QC
Phase 1 A and Future Phase 1 B and 2
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305)383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
` ,
September 5, 2025
Hans Ribbeck, MSEM, PE
Ribbeck Engineering
14335 SW 120 Street, Ste 205
Miami, FL 33186
RE: RFQ 2024-524-DF
Professional Design Services for North Shore D Neighborhood Improvement Project
Stormwater Pump Station Electrical/Instrumentation Plans and Street Lighting QA/QC
Dear Mr. Ribbeck,
CHA is pleased to submit this fee proposal to provide electrical and instrumentation engineering
services associated with the above referenced project. This proposal is based on RFQ 2024-524-
DF and the Final BODR Document No. 240625144109 Oe9aad14.
Project Description: This project consists of two new pump stations and four micro pump station with
injection wells for a new stormwater system, as identified in the BODR completed in 2024. The four
micro pump stations are prefabricated and will only require the design of the electrical service
equipment. In addition, our team will perform the Street Lighting QA/QC within the North Shore D
neighborhood.
Summary of Scope (Phase 1A)—The scope of work includes the following tasks:
1- Data Gathering/Preparation and Initial Engineering
2- Contract Document Development
3- Permitting
4- Street Lighting QA/QC
Summary of Scope (Future Phases 1 b and 2)—The scope of work includes the following tasks:
1- Street Lighting QA/QC
We trust this proposal meets with your satisfaction. If you have any questions, please do not hesitate
to contact me at 786-257-3092. Thank you for considering CHA for your engineering services. We
look forward to receipt of this task and working alongside Ribbeck Engineering on this important
project for the City of Miami Beach.
Sincerely, ;
�
�7 '
for David Sigle , PE
Section Manager � Project Manager
cc: Arnelio Alfonso
8935 NW 35th Lane, Suite 200 � Doral, fL 33172 � T: (305)592-7283
CHASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�
� ` �
Proiect Backqround
The North Beach Town Center (North Shore D) Neighborhood Improvement Project (NIP) is a
priority flood mitigation project in the heart of a newly designated Community Redevelopment
Area (CRA). As part of the North Beach Master Plan, this NIP is a hardening and revitalization
project with the primary objective of mitigating flooding caused by extreme rain events and sea-
level rise. The electrical and instrumentation scope includes the design of two new stormwater
pump stations and four micro pump stations with injection wells for the North Beach Town Center.
The four micro pump stations are prefabricated and will only require the design of the electrical
service equipment. In addition, CHA will provide services to QA/QC the Street Lighting
component.
Scope of Services
Phase 1 A
TASK 2— Field Studies, Data Gatherinq_ and Preliminary Design (Phase 1A)
TASK 2.9— Preliminary Design
CHA will attend a Project Kickoff/ Preliminary Design meeting with the City prior to beginning work.
CHA will coordinate with the City to gather the available and relevant as-builts and information
surrounding site features. CHA will also conduct site visits to further document elements of the
station, as well as confirm accuracy of record drawings and gather any additional information
needed. CHA will provide a preliminary electrical site plan as part of this task.
Task 2.9 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of preliminary electrical site plan
2. Hard Copy Delivery:
• Two (2) hard copy sets of preliminary electrical site plan
TASK 4—30% Desiqn 8 Plan Development (Phase 1A)
Task 4.8— Lighting Analysis and Plans
CHA will provide QA/QC services for lighting analysis and plans. The review submittal will include
the following activities:
• QA/QC Lighting Plans
• QA/QC Lighting Report
• QA/QC Forms
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Task 4.8— Deliverables:
3. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 30% QA/QC Lighting Plans
b. (1) electronic copy of 30% QA/QC Lighting Report
c. (1) electronic copy of 30% QA/QC Forms
4. Hard Copy Delivery:
• (2) hard copy sets of 30% QA/QC Lighting Plans
• (2) hard copy sets of 30% QA/QC Lighting Report
• (2) hard copy sets of 30% QA/QC Forms
Task 4.9— Electrical Analysis and Plans
CHA will provide the City with 30% submittal sets of construction documents and estimate(s) of
probable cost for review and comment. This design submittal will include the following activities:
• 30% Construction documents including:
o Design drawings
• Electrical Site Plan, One Line Diagram, Riser Diagrams, Control Panel and
schematic drawings
o Technical Specifications Table of Contents
• Preliminary Opinions of Probable Cost (OPC)
• 30% submittal review workshop with Ribbeck and the City of Miami Beach
Task 4.9 Deliverables:
5. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 30% drawings
b. (1) electronic copy of 30% specifications
c. (1) electronic copy of 30% OPC
6. Hard Copy Delivery:
• (2) hard copy sets of drawings
• (2) hard copy sets of specifications
TASK 5—90% Design 8 Plan Development (Phase 1A)
Task 5.8— Lighting Analysis and Plans
CHA will provide QA/QC services for lighting analysis and plans. The review submittal will include
the following activities:
• QA/QC Lighting Plans
• QA/QC Lighting Report
• QA/QC Forms
� ` ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Task 5.8—Deliverables:
7. Digital Delivery (PDF and CAD)of:
a. (1)electronic copy of 90% QA/QC Lighting Pians
b. (1) electronic copy of 90% QA/QC Lighting Report
c. (1) electronic copy of 90% QA/QC Forms
8. Hard Copy Delivery:
• (2) hard copy sets of 90% QA/QC Lighting Plans
• (2) hard copy sets of 90% QA/QC Lighting Report
• (2) hard copy sets of 90% QA/QC Forms
Task 5.9—Electrical Analysis and Plans
Upon completion of the 30% review workshop, CHA will proceed with the preparation of the 90%
construction documents and estimate of probable construction cost. The 60% documents will be
submitted for review and comment. This design submittal will include the following activities:
• 90% Construction documents including:
o Revision of 30% submittal to implement comments identified during review
workshop
o Design drawings
■ Electrical Site Plan, One Line Diagram, Riser Diagrams, Control Panel and
Schematics
■ Details
o Technical Specifications
• Updated Opinions of Probable Cost {OPC)
• 60% submittal review workshop with Ribbeck and the City of Miami Beach
Task 5.9 Deliverables:
9. Digital Delivery (PDF and CAD} of:
a. (1) electronic copy of 90°/a drawings
b. (1) electronic copy of 90% specifications
c. (1} electronic copy of 90% OPC
10. Hard Copy Delivery:
• (2) hard copy sets of drawings
• (2) hard copy sets of specifications
TASK 6- 100% Desiqn 8 Plan Development(Phase 1A)
Task 6.8— Lighting Analysis and Plans
CHA will provide QA/QC services for lighting anafysis and plans. The review submittal will include
the following activities:
• QA/QC Lighting Plans
• QA/QC Lighting Report
• QA/QC Forms
� � �
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Task 6.8— Deliverables:
11. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 100% QA/QC Lighting Plans
b. (1) electronic copy of 100% QA/QC Lighting Report
c. (1)electronic copy of 100% QA/QC Forms
12. Hard Copy Delivery:
• (2) hard copy sets of 100% QA/QC Lighting Plans
• (2) hard copy sets of 100% QA/QC Lighting Report
• (2) hard copy sets of 100% QA/QC Forms
Task 6.9—Electrical Analysis and Plans
Upon completion of the 90% review workshop, CHA will proceed with the preparation of the 100%
construction documents and estimate of probable construction cost. The 90% documents will be
submitted for review and comment. This design submittal will include the following activities:
• 100% Construction documents including:
o Revision of 90% submittal to implement comments identified during review
workshop
o Design drawings
■ Electrical Site Plan, One Line Diagram, Riser Diagrams, Control Panel and
Schematics
■ Details
o Technical Specifications
• Updated Opinions of Probable Cost (OPC)
• 90% submittal review workshop with Ribbeck and the City of Miami Beach
Task 6.9 Deliverables:
13. Digital Delivery (PDF and CAD) of:
a. (1)electronic copy of 100% drawings
b. (1)electronic copy of 100% specifications
c. (1)electronic copy of 100% OPC
14. Hard Copy Delivery:
• (2) hard copy sets of drawings
• (2) hard copy sets of specifications
TASK 7— Bid Set Plan Development(Phase 1A)
Task 7.8— Lighting Analysis and Plans
CHA will provide QA/QC services for lighting analysis and plans. The review submittal will include
the following activities:
• QA/QC Lighting Plans
• QA/QC Lighting Report
• QA/QC Forms
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Task 7.8—Deliverables:
15. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of Bid Set QA/QC Lighting Plans
b. (1) electronic copy of Bid Set QA/QC Lighting Report
c. (1) electronic copy of Bid Set QA/QC Forms
16. Hard Copy Delivery:
• (2) hard copy sets of Bid Set QA/QC Lighting Plans
• (2) hard copy sets of Bid Set QA/QC Lighting Report
• (2) hard copy sets of Bid Set QA/QC Forms
Task 7.9— Electrical Analysis and Plans
Upon completion of the 100% review workshop, CHA will proceed with the preparation of the Bid
Set documents and estimate of probable construction cost. The Bid Set will be submitted for
review and comment. This design submittal will include the following activities:
• Bid Set Construction documents including:
o Revision of 100% submittal to implement comments identified during review
workshop
o Design drawings
• Electrical Site Plan, One Line Diagram, Riser Diagrams, Control Panel and
Schematics
■ Details
o Technical Specifications
• Updated Opinions of Probable Cost (OPC)
• 100% submittal review workshop with Ribbeck and the City of Miami Beach
Task 7.9 Deliverables:
17. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of Bid Set drawings
b. (1) electronic copy of Bid Set specifications
c. (1) electronic copy of Bid Set OPC
18. Hard Copy Delivery:
• (2) hard copy sets of drawings
• (2) hard copy sets of specifications
TASK 8— Permitting Set � Permittinq Services (Phase 1A)
CHA will produce the documents required to submit the permit application packages to obtain
permits/regulatory approvals/reviews from, but not limited to, the following agencies:
• DERM (Sewer Main Extension)
• RER (Water Main Extension)
• City of Miami Beach Fire Department
• Department of Health
• City of Miami Beach Public Works (Right of Way— Dry Run Review)
• FDOT (Utility Permit)
� ` ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Although CHA will make every effort to submit in a timely manner to all permitting agencies, it is
recognized that review time is often beyond the ConsultanYs control. The selected bidder shall
utilize the approved permit plans to secure any required construction permits (dewatering, utility
excavation, etc.)The City shall be responsible for payment of any permitting fees not specifically
listed in the attached fee table and/or under the "Assumptions" heading.
TASK 9— Procurement Bid Phase Services (Phase 1A)
Task 9.1 — Bid Services
The CHA Team will provide the following bid services during advertisement and bidding for this
project:
• Respond to Request for Information (RFI)submitted by bidders
• Attend a Pre-Bid Conference with prospective bidders and present project
• Assist City during bid evaluation
• Attend Pre-Bid site visit
Task 9.1 — Deliverables:
19. Responses to RFIs submitted by bidders
20. Recommendation of Award Letter
TASK 10—Services Durinq Construction
Services During Construction are not part of the scope and will be negotiated at a later time via a
supplemental task order.
Future Phases 1 B and 2
TASK 4— 30% Desiqn � Plan Development (Future Phases 1 B and 2)
Task 4.8— Lighting Analysis and Plans
CHA will provide QA/QC services for lighting analysis and plans. The review submittal will include
the following activities:
• QA/QC Lighting Plans
• QA/QC Lighting Report
• QA/QC Forms
Task 4.8— Deliverables:
21. Digital Delivery (PDF and CAD) of:
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
a. (1) electronic copy of 30% QA/QC Lighting Plans
b. (1) electronic copy of 30% QA/QC Lighting Report
c. (1) electronic copy of 30% QA/QC Forms
22. Hard Copy Delivery:
• (2) hard copy sets of 30% QA/QC Lighting Plans
• (2) hard copy sets of 30% QA/QC Lighting Report
• (2) hard copy sets of 30% QA/QC Forms
TASK 5—60% Desiqn 8 Plan Development(Future Phases 1 B and 2)
Task 5.8— Lighting Analysis and Plans
CHA will provide QA/QC services for lighting analysis and plans. The review submittal will include
the following activities:
• QA/QC Lighting Plans
• QA/QC Lighting Report
• QA/QC Forms
Task 5.8— Deliverables:
23. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 60% QA/QC Lighting Plans
b. (1)electronic copy of 60°/a QA/QC Lighting Report
c. (1) electronic copy of 60% QA/QC Forms
24. Hard Copy Delivery:
• (2) hard copy sets of 60% QA/QC Lighting Plans
• (2) hard copy sets of 60% QA/QC Lighting Report
• (2) hard copy sets of 60% QA/QC Forms
TASK 6—90% Desiqn 8 Plan Development(Future Phases 1 B and 2)
Task 6.8— Lighting Analysis and Plans
CHA will provide QA/QC services for lighting analysis and plans. The review submittal will include
the following activities:
• QA/QC Lighting Plans
• QA/QC Lighting Report
• QA/QC Forms
Task 6.8— Deliverables:
25. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 90% QA/QC Lighting Plans
b. (1) electronic copy of 90% QA/QC Lighting Report
c. (1) electronic copy of 90% QA/QC Forms
26. Hard Copy Delivery:
• (2) hard copy sets of 90% QA/QC Lighting Plans
� ` ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
• (2) hard copy sets of 90% QA/QC Lighting Report
• (2) hard copy sets of 90% QA/QC Forms
TASK 7— 100% Design 8� Plan Development (Future Phases 1 B and 2)
Task 7.8— Lighting Analysis and Plans
CHA will provide QA/QC services for lighting analysis and plans. The review submittal will include
the following activities:
• QA/QC Lighting Plans
• QA/QC Lighting Report
• QA/QC Forms
Task 7.8— Deliverables:
27. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 100°/a QA/QC Lighting Plans
b. (1)electronic copy of 100% QA/QC Lighting Report
c. (1) electronic copy of 100% QA/QC Forms
28. Hard Copy Delivery:
• (2) hard copy sets of 100% QA/QC Lighting Plans
• (2) hard copy sets of 100% QA/QC Lighting Report
• (2) hard copy sets of 100% QA/QC Forms
ASSUMPTIONS
This scope of services is based on the following assumptions:
1. Responses to various inquires shall be made based on the best available information
provided to CHA at the time of the review.
2. The City will provide any available as-built information and record drawings.
3. The City acknowledges that CHA's scope is based on information made available at the
time of this Task Order and data gathered during site visits and meetings.
4. The City will provide all available information requested within a reasonable timeframe.
Any other information not reflected on the City available data;the consultant is responsible
to verify and perform any verification for the accurateness of the final data.
5. Site visits in this task may require the presence of City personnel.
6. Performance durations provided assume timely permit processing by regulatory agencies
having jurisdiction over the project. Delays in obtaining permits, beyond the control of
CHA, may results in delays to the pertormance schedule for which CHA cannot be held
liable.
7. Proposed regulatory agencies and required permits have been identified to the best of
CHA's knowledge. The City will pay all associated permit fees.
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
FEE SCHEDULE
Phase 1A .
CHA will perform the services defined in this scope of services for a total fee of$ 200,013.64
1. Task 2.9— Field Studies, Data Gathering and Preliminary Design shall be billed as
a LS Amount of$ 25,753.04
2. Task 4.8—30% Design Submittal shall be billed as a LS Amount of$ 3,119.84
3. Task 4.9—30% Design Submittal shall be billed as a LS Amount of$ 31,501.12
4. Task 5.8—90% Design Submittal shall be billed as a LS Amount of$ 3,119.84
5. Task 5.9—90% Design Submittal shall be billed as a LS Amount of$ 53,647.32
6. Task 6.8— 100% Design Submittal shall be billed as a LS Amount of$ 3,119.84
7. Task 6.9— 100% Design Submittal shall be billed as a LS Amount of$ 27,601.32
8. Task 7.8— Bid Set shall be billed as a LS Amount of$ 3,119.84
9. Task 7.9— Bid Set shall be billed as a LS Amount of$ 23,172.08
10. Task 8— Permitting shall be billed as LS Amount of$ 24,202.56
11. Task 9.1 — Permitting shall be billed as LS Amount of$ 1,656.84
Future Phases 1 B and 2
CHA will perform the services defined in this scope of services for a total fee of$ 6,239.68
1. Task 4.8—30% Design Submittal shall be billed as a LS Amount of$ 1,559.92
2. Task 5.8—60% Design Submittal shall be billed as a LS Amount of$ 1,559.92
3. Task 6.8—90% Design Submittal shall be billed as a LS Amount of$ 1,559.92
4. Task 7.8— Bid Set shall be billed as a LS Amount of$ 1,559.92
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
The breakdowns of fees for every task are attached as Appendices A.
CHA will submit a monthly invoice to Ribbeck for a portion of the Lump Sum Amount. The portion
of the Lump Sum amount billed for CHA's services will be based upon CHA's estimate of the
proportion of the total services completed during the monthly billing period to the Lump Sum.
Invoices shall be paid no later than thirty days of approval.
Submitted by: � //
.�fj�
CHA Consulting, Inc.
Approved by:
Ribbeck Engineering, Inc
� ` ,
Docusign Envelope ID:70D9D388-5115-0935-BD2D-SB6D670CDFF9
Vropo�al BnakEown for Enpine�rinq Servic�a en!LimiteE Con�t�uction Support-Mort�Shore D(P��ae tA)
MumiBeacM1 aek39
Fos.lon NameB(ComOeny) Ca�egory Lapor Olfiaal FiebStuEias,OeU f skaB Taak<9 TaskSB TanF59 TaskfiB Task68 TUM�.O iaa]9 B Task9.t RawLwLs MuLpNeUCocb
Ti�le MulLpl�er Consullant Gal�enngana �=�a5�omittal ]p%S��DmiHal 90%SuEminal 90%SUDmiHzl t�0%Suemittel i00%Su�mitlal 9��Set B�iOkSe� Pe.ma�nq5ei BioSenices ToulLabor ���W21 1��1�111
HourlyRale VreYminBryDesign
5 H�e 5 Me 5 HN 5 H2 S Ws g FYc S Nre 5
S Hrs 5 Hrs 5 g rs g E
Mrn
'1 ?t 9 t�.ta3 6 6 '�la2wh: fi 2x6 6 �xtt:�s 1v2��� i 1x3'a 8 a�9 9 ts2 9 �tl
Seno�En-na Etl�eroa Me��ez,PE CHp RTS 1 5 219.13 ]2W 5 ]015C< ,000 5 [ J200 S � 1506 �p0 5'Y - 3100 S � t50c 000 5 - 3200$� )0'5a< 000 5 32.00 5 10Y500 3�00 5 �01500 �.00 5 6ifiBB '19600 5 6]%].11 5 03.96)12
En�ne l.-IE � s.PE C4A� qT5 S 19699 3200 S 62]5fiB 6.00 5 31198E 3 W 5 6239.fie 1600$ 3.1'.9.84 3100$ fi2J9.ti9 16.00 5 1984 31.46 S 6Z?9.68 16.00 5 3.'198< 16.00 5 1."198< 36W d ?0196< �W 5 l�996 208.00 5 68]5I.52 5 4HJ5]52
roec En 5. r PEeCFA Rl5 5 9499 1600 5 J.'199a 000 5 C000 S �i99.60 OGO S 1W-00 3'9,499.00 O.DO S Z000 5 1.899.0C OM 5 26.00 5 ]9)6 20W 5 389980 0.p0 5 22D.00 S E].B9)BO 5 4],891B0
Seno�Oes�nerr Leo areo5em e CMq \ftT5 S �3JSc �2J0 5 9 000 5 <000 S 53J'.BO 000 b �. S ��Ofi931U 0.00 5 C000 S 6C 00p 5 32.00 5 <�2]326 ICW 5 ^5ti 0.00 5 20900 5 ]3.11]92 5 ]311).93
CAD�Tec�ncan Evenn4amm CHR NRTS 5 '.2/ti3 00.00 5 �520 000 5 0000 S S.t05.30 000 8 800p Y t0.3t060 0.00 S 60W E 3Ch2o 000 S J].00 5 4Dqa.t6 3i00 E JVti��.� p.pp 5 25600 5 6I3.1B 5 3I6I32B
S�o�o�als t5100 S 2S 1600 5 ],119.84 184.00 5 3'SOt t} 1600 5 ] 32<DO 5 5],6a>3] tfi.00 5 1fi400 5 l t8.00 Y ] i.A6.W 3�� 3b00 S]e 8.00 5 ' fi90a 5 1a0�']6a S ]00,013.6/
Summary of Oirect Expen�es
No.ol To�al
Mileaga
5
SUDlolal0irectEtpe�se 5
�.eo�ow��� �s.s z000ia.w
Notes�.�Por invoims o�lEe on an nourM�si:.rew pts ror al�erce�:es:nust�e:uominetl.rravel e.censea mue�ee ecwmpeneo by e:�a�ement e.piaminp me o�mose oi me expenu ana ene pan.es�,moNea.
Summ�ry al Reimburc�Cb E�penus
AOG���bk Pem�ic Fees Tolel
R�ImOun�Ela Ex
NoleS 3-Fo�'mvaiwc vfiere Pe�mii Fees are Orlletl,receiprs mus�Oe Suomitletl.
Propo�al Summary
Com a Ol�cl liir
LHF t�atl M�1
4 2oaot]8a
LrvS, 5
Lump Sum Subtota� 200 013.W
co�n�e�� s„omoai =
oea��ac.d nuowa��e m,s�n.
�etlicatc0 Allowance for Sub�uAue Utili Eapbnlion SUE
Oetliu�etl Allowanu for Geohchnlc�l Englnwring
R¢ImbunaDle Ezpensae Sublotal
Oirec�Espanae Subrotal f
S
Totel of labor,�irccl�ntl Nelmburs+0le Exqnses,�ntl�Ilowances f �00,01].8�
Docusign Envelope ID�,70D9D388-5115-0935-BD2D-586D670CDFF9
Prapoaal BnakCown ior Enginwrinp S�rvlu��nd Limitad Gonatructlon Support�North Shon D(Fulun Pha�a�1B antl=�
M�amiBeacn Taax1.9
Gtegory UOor OX�cial Fiek SNE�s,oMa iasx 4.B lask a.9 iask 58 lesx 5.9 lasx 6.B lasx 69 imx I.B Tasx�.9 ask 9 Tasx 9.t pay.Coyla Muki0liea Goata
Pmilnn NameB(Company) j��b MUXipqer Consullanl Ga��ennganE ]0°kSulmil�al 30%Submitlal fi0%S�Omi7a1 fi0°hS�Dm�ltal 9p%S�bm�lal 90%Submittal BdSet BbSe� artnitting5ei 9i05ences TolalLaEm �����ZI '��'y�l
o rlyRa�e �eYminaryDes�gn
5 Hn S Mn 5 tks 5 Hry S Hrs S Wc 5 H�s 5 Mn 5 Mrs S Mn E Hro S S S
1 2 3 iK2.r] 1 tx2n4 1 1s2.a�'4' 1'�.x2'y5 5 '�y2F5 tx�2a6 tx2s'6 ta2'�w] ) tJa7x1 ta]y9 9 1n3�9 Hitrs ti 13
Sennr E m Eeuareo L.Mani^ex.PE(CHP7 RTS 5 21913 OAO 5 0.00 3 0.00 5 0.00 5 0.00 f 0,00 5� OAO S 0.00 5 0.00 S 0.00 S 0.00$ 000 S S
Vro IEn i ttrr llEaltlollemandez,Pf CHP RTS 1 $ 19E.99 0.00 S 8.00$ 1559.92 O.W 5 8.00$ '.559.'J3 000$ B.00 5 '.559.92 OAO 5 8.00 S t 559.91 0.00§ 0.00 E 0.00 5 J�.00 S 6.�39.68 S 6.339.68
Pro c�En irieer Oavio 5�er.PE CNn RTS 1 S �9a.99 OAO S 0.00 3 0.00 5 0.0p S 0.00 S 0.00 5 OAO 5 0.00 5 0.00 8 0.00 E 0.00 5 0.00 S f
Senior0es re reo5empe'�C4A) NftTS S t3J.5a 0.00 5 0.00 3 0.00 5 OAO S 0.00 S 0.00 5 ODO S 0.00 5 0.00 8 0.00 5 0.00 5 0.00 S S
CnJOTttnncan Evel�nRamos�CF�A) NftiS S t]).fi] 0.00 5 0.00 3 0.00 4 0.0p$ 0.00 5 O.W 5 O.W 5 O.W 5 0.00 E 0.00 3 0.00 5 0.00 S S
5�.,0-�.otals O.W S - 8.00 S 1559.93 O.W 4 - BAO S ' 0.00 E - B.W 5 559.9] 0.00 S � 9.00 S �559.92 0.00 E - 0.00 S - 0.00 S - 32� S fi139.68 S 8.399.6!
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
+
. . , �..� r ,, ,��.�,��y_� RIBBECK
`Engineering,Inc.
Utility Coordination
Phase 1A
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� � ,
Carlos Ribbeck, P.E. September 14, 2025
Ribbeck Engineering Inc.
14335 SW 120th St, #205
Miami, FL 33186
RE: Contract No. 2024-524- DF
Professional Design Services for the North Beach Town Center
(North Shore D) Neighborhood Improvement Project Engineering Services
for Water and Wastewater System Projects
County: Miami-Dade
City: City of Miami Beach
Dear Mr. Ribbeck,
CHA is pleased to submit this fee proposal to provide engineering services associated with
the above-referenced project.
Project Description: The North Beach Town Center (North Shore D) Neighborhood
Improvement Project (NIP) is a priority flood mitigation project in the heart of a newly
designated Community Redevelopment Area (CRA). As part of the North Beach Master
Plan, this NIP is a hardening and revitalization project with the primary objective of mitigating
flooding caused by extreme rain events and sea-level rise.
Scope of Work: Consists of Utility Coordination, including four submittals for Phase 1A:
1- 30%, 90% and 100% Design 8� Plan Development
We trust this proposal meets with your satisfaction. If you have any questions, please do not
hesitate to contact me at 305-510-4107. Thank you for considering CHA for your engineering
services. We look forward to the receipt of this task and working alongside Ribbeck
Engineering on this important project for the City of Miami Beach.
Sincerely,
,[��� l/ c�erL
Lissette M. Guon, E.I.
Sr. Utility Coordinator � Project Manager
Cc: Arnelio Alfonso
8935 NW 35th Lane, Sufte 2U0 � Doral, FL`i3172 � T: (305) 592-728�
CNASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
/
� � ,
The project scope assigned to CHA includes utility coordination as follows:
Tasks:
Phase 1A
Phase 4.1 (30°/a Design Plan � Development)
1- Kick-off Meeting: To coordinate the project scope, key dates on schedule, utilities
listed within the project corridor, and current UAO contact information.
2- Identifying Utilities on the Project Corridor: Utilities will be identified by: (1)
Obtaining a Sunshine-One-Call design ticket (2) Reviewing as-built drawings of
past projects along the corridor (3) detailed field reviews noting readily visible
fixtures such as poles, and overhead lines, valves, and manholes, pump stations,
splice boxes and any other marked buried facility. and (4) Communications with
local government and utility agencies.
3- Initial Utility Contact: Electronic plans in Portable Document Format (PDF) will
be submitted to all UAOs along with a letter requesting that the UAOs provide as-
built record drawings, plans, RGBs marked-up plans designating their facilities,
including the type of facility, size, and material. This activity also includes:
Following up with UAOs and individual meetings/conferences, and post-meeting
minutes; Collecting, reviewing, and processing documents from UAOs to EOR;
Field meetings as necessary.
4- Coordination with FPL-D for ongoing work: Coordination with FPL for ongoing
underground duct bank and aerial lines work within the project area for the new
developments. Our team will maintain tracking of this work and assist with any
required coordination between the FPL-D team and the design team.
Phase 5.1 (90% Design Plan � Development)
1- Second Utility Contact: Verification Set. 30% Submittal Contract Plans in
Portable Document Format (PDF)will be submitted to all UAOs along with a letter
requesting review of these plans regarding the verification of any facilities owned
or maintained by the utility agency/owner (UAO). Additionally, will request As-built
record drawings, and RGBs marked-up plans designating their facilities, including
the type of facility, size, and material. This activity also includes: Following up with
UAOs and individual meetings/conferences, and post-meeting minutes; Collecting,
reviewing, and processing documents from UAOs to EOR.
2- Conflict Matrix: Once the plans reach the stage where preliminary designs for
drainage, signalization, lighting, and structures are developed enough to identify
conflicts, our Utility Coordinator will collaborate with the Design Engineer-of-
Record (EOR) to create a preliminary Utility Potential Conflict Matrix. The matrix
c;`-)i7 N��� ;5ih Ld��e. �uiie 2UU ; U��rdl. 'r�3.i172 � T: (3U5j .`,g2 7'L�:i
CNASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
/
���
can aid the EOR in determining critical areas where there may be a need to verify
the horizontal and vertical location of an existing utility (vvh).
3- WH must be coordinated and requested during this phase. The Utility
Coordinator will support the Design Engineer-of-Record (EOR} for any required
coordination with UAOs.
Phase 6.1 (100% Design Plan 8� Development)
1- Third Utility Contact: Constructability Set, 90% Submittal. Contract Plans in
Portable Document Format (PDF)will be submitted to all UAOs along with a letter
requesting preliminary UWS. The Utility Potential Conflict Matrix will be submitted
to all UAOs.
Z- Utility Design Conference: We will prepare a submittal package to all UAOs and
email it to include the following:
• A set of plans including all available components (roadway, drainage,
lighting, signal, structure, ITS, etc.),
• A Statutory Letter with information on the upcoming Utility Design
Conference (date, time, location), to discuss all potential utility conflicts,
and request color-coded marked-up plans (RGBs} showing the final
disposition of utilities.
• Utility Work Schedule and Utility Agreement forms as required for the
project.
• Potential Conflict Matrix with potential conflicts and recommended
solutions.
• Our Utility Coordinator will be prepared to discuss all conflicts with the
UAOs. We will work together with the UAOs and the EOR to find
satisfactory solutions to all conflicts, keeping in mind the best interests of
all parties invoived.
• Follaw up with UAOs, perform individual meetings/conferences, and post-
meeting Minutes.
• Collect, review, and process documents (UWS and Agreements) from
UAOs to EOR for review. Comments will be addressed.
3- Service Points: Coordinate and process any required Service points and UWE
for Signal and Lighting. Meeting minutes will be provided for these meetings with
FPL-D.
4- Utility Work Schedules and UWHCA: All preliminary Utility Work Schedules will
be collected from the UAOs and reviewed by our Utility Coordinator, design team,
and EOR to ensure that what is proposed matches the utility adjustment plans and
field conditions. Any UWHCA will be done by the City of Miami Beach. Our team
will only support the City in coordinating the relocation costs with the Utilities for
the UWHCA.
, it� Nl1' ;�tl�, i an�. S�.uTF} zt)O I� D�)rdl. aL :;:�1"� I T: (,i� ,? �f;_ ��; ,
CHASOLUIIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
/
� ` ,
Phase 7.1 (Bid Set Plan 8� Development)
1- Four Utility Contact: 100% Submittal. Contract Plans in Portable Document
Format (PDF) will be submitted to all UAOs along with a letter requesting Final
UWS. This activity also includes: Following up with UAOs and individual
meetings/conferences, and post-meeting minutes; Collecting, reviewing, and
processing documents from UAOs to EOR
2- Revision of UWS: All UWS will be revised for final approval with the EOR.
3- Utility Certification Package: Once all executed Agreements and UWS(s) have
been received, reviewed, and concurred by our QA/QC Team, a Utility Certification
Package will be prepared. This package will be submitted to the City of Miami PM
for final approval and signature.
4- Send Executed UWS: The executed UWS will be submitted to each UAO with
NTP.
PROJECT SCHEDULE
CHA shall make every reasonable effort to deliver the work as specified in the Scope of Services
section contained herein, in accordance with the schedule outlined below.
Task Calendar Days after NTP
1 —Contract Document Development
1.1 —30°/o Submittal
1.2—90% Submittal
1.3— 100% Submittal
1.4— Permit Package
1.5— Bid Set
2— Permitting
The project schedule is dependent upon prompt review and response by the City to all
design progress submittals. This schedule assumes a timely turnaround (approximately 10
working days)on all reviews by the City.
8935 NW 3�th Lane, Suite 2u0� D�aral, FL 33172 � T` (305) a92-72�3
CNASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
/
� � ,
FEE SCHEDULE
CHA will perform the services defined in this scope of services for a total fee of$ 37,363.02
1. Task 4.1 —30% Design Submittal shall be billed as an LS Amount of$ 11,311.74
2. Task 5.1 —90% Design Submittal shall be billed as an LS Amount of$ 12,511.47
3. Task 6.1 — 100% Design Submittal shail be billed as an LS Amount of$ 6,855.60
4. Task 7.1 — Bid Set shall be billed as an LS Amount of$ 6,684.21
The breakdowns of fees for every task are attached as Appendix A.
CHA will submit a monthly invoice for a portion of the Lump Sum Amount. The portion of the lump
sum amount billed for CHA's services will be based upon CHA's estimate of the proportion of the
total senrices completed during the monthly billing period to the Lump Sum.
Invoices shall be paid no later than thirty days of approval.
/� �
Submitted by:
.�
CHA Consulting, Inc.
Approved by:
Ribbeck Engineering, Inc.
t3935 NW 3�th Lane, SUtte 2u0 � Dordl, FL 3317'� � T: (305) 592-7283
CHASOLUTIONS.COM
Docusign Envelope ID:70D9D388-51154935-BD2D-586D67000FF9
CMA Propoal BrwkEown br Enqinwring Smlws anE Limltatl ConsVuctlon Supporl-U911ry Goortllnatbn-Phas�a 1A
M�amiBeecM1 Task4.1 Task1
ProNon Name 8(Canpeny) ���°� LaOo� ORival Desgn eM P1an TesF 5 1 �ask 6.1 TesK�.J Task�.1 Tesk J Post Oesgn aM Tolnl�aEw ftaw Cos�a MullipleC Coab
TM1b Muhiqer GonsuXsni Devebpneni3p% 90%SuaniXal t00w�S�Minui Perniiaacwge BMSet Vermrt;i�G Co�swcua�Suppoet (Swn19) ��ON�2� �11,y1�
Hou�ly Ratc S�bmmal Senices
f Ftrs 5 Ws 5 M�s S Mrs E Hrs 8 Mrc E Hm S Houn S 5
�t ] 3 I'Irls.r131 � I'I.R:.al 5 I'Ir12.xI5i 6 .i1.121.181 ?Ixl2lxl]I ! ;tlxlslxlB. 9 I�IpzW91 I'01 Itt� �tY
Pro ct Ma r Senar s ]BO.00 0.00 s a.00 S o W s o.0o E o.00 S o.00 S oA0 f o.00 s s
Assis�nniP�o clMena r 1 5 119.17 0.00 S 0.00 5 0.00 5 000 E 000 S 0.00 S 0.00 5 0.�0 S S
Sr.UiNit CoorElnaior UCIEee 1 5 1I1.]9 6fi.�0 S�1.1>>.'/< 1].00 5 12.Stt.t) :0.00 5 6tli5.6C 000 E :ia.011 3 ofiB4.1t 0.00 5 ULC E i1B.�0 5 3]363.02 S 3).383A2
En inaer/AssislaniCn 1 E 133.50 0.00 5 0.00 S 0.00 5 0.00 E 0.00$ D.00 S 0.00 E O.�D 5 f
Vroecttn ineer5en�or 1 5 Yt9.22 0.00 S 0.00 5 0.00 5 0.00 E o.00 S 0.00 S 0.00 E 0.00 4 S
ProectEn incer5er.�or 1 S 219.22 0.00 S 0.00 S a.o0 S o0o E 000 S OAO S 0.00 E 0.00 5 S
Pm ctE �rae 1 S 191.99 0.00 S 0.00 5 0.00 S �.00 5 0.00 5 OAO S 0.00 b O.W S S
Subtolais $$.pp 5>>3tt.]< )3.00 5�15tt.a/ 90.p0 S fiB�S6C 0.00 5 - 38.00 S 669a.Jt 0.00 S - 0.00 5 - 318.00 4 3),36J.07 S 77,767.071
Summary of Dlrxt Expanws
UMIs Na.of Toial
Mile $
sWxevio�re��E.ce�e q
Labor,Dinct Ea nw f ��363.02
No�¢5�-For�invo�c0.s tiINE on en�pyry basis.rero�D��r all eapenaee must Ee subniM1eE.Trevel e�pencec must Oe eccampenieE by a slnlemenl e+plaining�he purpoae of IM1e eapenee aM�Ib pNl6 irrvoMetl.
Summ�ry oi Relmbun�Ek Eapenw�
toWl
Appl�ica0le Permit Fees No.ol
IGlmbun�bh Ea a S
No�es 2:For�invo�cea wMre Permil Fees are dllea.receio�mw1 De suEmllied.
Propoul Summs
Lom a 04c1 lin� P mml Wllietl Tot+l
CHF Crvil/Medianiral Wm • 5 3]3630]
CHA Sl�uclu�al Lum • S
CMA Elecinwl Wm • S
,)IR.�'=%ocNSF 5
Lump Sum Sublolal S 37 D63.02
Gontingenc Subla[al f
Oetl'icatad Allowance br Suno f
Oetl�icatetl Allowance for Geotechniul En inwrin f
Detlicated Allowance br Concrela Teatinp f
ReimDursable Eapenses SUEIOLI S
Oirect Ezpense Submtal {
Tohl ol labor,Dlrec�antl R�ImOunaE4 Eap�n�es,antl Allawancs� S 7i.767A2
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. , . ,. ,t ���,�� �R91BBEC K
�.�.
Utility Coordination
Future Phases 1 B and 2
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� ` ,
Carlos Ribbeck, P.E. August 18, 2025
Ribbeck Engineering Inc.
14335 SW 120th St, # 205
Miami, FL 33186
RE: Contract No. 2024-524- DF
Professional Design Services for the North Beach Town Center
(North Shore D) Neighborhood Improvement Project Engineering Services
for Water and Wastewater System Projects
County: Miami-Dade
City: City of Miami Beach
Dear Mr. Ribbeck,
CHA is pleased to submit this fee proposal to provide engineering services associated with
the above-referenced project.
Project Description: The North Beach Town Center (North Shore D) Neighborhood
Improvement Project (NIP) is a priority flood mitigation project in the heart of a newly
designated Community Redevelopment Area (CRA). As part of the North Beach Master
Plan, this NIP is a hardening and revitalization project with the primary objective of mitigating
flooding caused by extreme rain events and sea-level rise.
Scope of Work: Consists of Utility Coordination, including four submittals for Future
Phases 1 B and 2:
1- 30%, 60%, 90% and 100% Design 8� Plan Development
We trust this proposal meets with your satisfaction. If you have any questions, please do not
hesitate to contact me at 305-510-4107. Thank you for considering CHA for your engineering
services. We look forward to the receipt of this task and working alongside Ribbeck
Engineering on this important project for the City of Miami Beach.
Sincerely,
.L����uerL
Lissette M. Guon, E.I.
Sr. Utility Coordinator � Project Manager
Cc: Arnelio Alfonso
;��;5 NW 35th Lane, Suite 2C;0 j Do1�ai, FL?3172 �T: (305).592-"7283
CHASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�
� ` ,
The project scope assigned to CHA includes utility coordination as follows:
Tasks:
Future Phases 1 B and 2
Phase 4.1 (30% Design Plan 8� Development)
1- Kick-off Meeting: To coordinate the project scope, key dates on schedule, utilities
listed within the project corridor, and current UAO contact information.
2- Identifying Utilities on the Project Corridor: Utilities will be identified by: (1)
Obtaining a Sunshine-One-Call design ticket (2) Reviewing as-built drawings of
past projects along the corridor (3) detailed field reviews noting readily visible
fixtures such as poles, and overhead lines, valves, and manholes, pump stations,
splice boxes and any other marked buried facility. and (4) Communications with
local government and utility agencies.
3- Initial Utility Contact: Electronic plans in Portable Document Format (PDF} will
be submitted to aIl UAOs along with a letter requesting that the UAOs provide as-
built record drawings, plans, RGBs marked-up plans designating their facilities,
including the type of facility, size, and material. This activity also includes:
Following up with UAOs and individual meetings/conferences, and post-meeting
minutes; Collecting, reviewing, and processing documents from UAOs to EOR;
Field meetings as necessary.
Phase 5.1 (60% Design Plan 8� Development)
1- Second Utility Contact: Verification Set. (60% Submittal) Contract Plans in
Portable Document Format (PDF) will be submitted to all UAOs along with a letter
requesting review of these plans regarding the verification of any facilities owned
or maintained by the utility agency/owner (UAO). Additionally, will request As-built
record drawings, and RGBs marked-up plans designating their facilities, including
the type of facility, size, and material. This activity also includes: Following up with
UAOs and individual meetings/conferences, and post-meeting minutes; Collecting,
reviewing, and processing documents from UAOs to EOR.
2- Conflict Matrix: Once the plans reach the stage where preliminary designs for
drainage, signalization, lighting, and structures are developed enough to identify
conflicts, our Utility Coordinator will collaborate with the Design Engineer-of-
Record (EOR) to create a preliminary Utility Potential Conflict Matrix. The matrix
can aid the EOR in determining critical areas where there may be a need to verify
the horizontal and vertical location of an existing utility (vvh).
8935 NW 35th Lane, Suite 200 � Doral, FL 33172 � T� (305) 592-728;
CHASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
/
� � ,
3- WH must be coordinated and requested during this phase. The Utility
Coordinator will support the Design Engineer-of-Record (EOR) for any required
coordination with UAOs.
Phase 6.1 (90% Design Plan 8� Development)
1- Third Utility Contact: Constructability Set, (90% Submittal). Contract Plans in
Portable Document Format (PDF) will be submitted to all UAOs along with a letter
requesting preliminary UWS. The Utility Potential Conflict Matrix will be submitted
to all UAOs.
2- Utility Design Conference: We will prepare a submittal package to all UAOs and
email it to include the following:
nA set of plans including all available components (roadway, drainage,
lighting, signal, structure, ITS, etc.),
n A Statutory Letter with information on the upcoming Utility Design
Conference (date, time, location), to discuss all potential utility conflicts,
and request color-coded marked-up plans (RGBs) showing the final
disposition of utilities.
n Utility Work Schedule and Utility Agreement forms as required for the
project.
n Potential Conflict Matrix with potential conflicts and
recommended solutions.
n Our Utility Coordinator will be prepared to discuss all conflicts with the
UAOs. We will work together with the UAOs and the EOR to find
satisfactory solutions to all conflicts, keeping in mind the best interests of
all parties involved.
n Follow up with UAOs, perform individual meetings/conferences, and post-
meeting Minutes.
n Collect, review, and process documents (UWS and Agreements) from
UAOs to EOR for review. Comments will be addressed.
3- Service Points: Coordinate and process any required Service points and UWE
for Signal and Lighting. Meeting minutes will be provided for these meetings with
FPL-D.
4- Utility Work Schedules and UWHCA: All preliminary Utility Work Schedules will
be collected from the UAOs and reviewed by our Utility Coordinator, design team,
and EOR to ensure that what is proposed matches the utility adjustment plans and
field conditions. Any UWHCA will be done by the City of Miami Beach. Our team
will only support the City in coordinating the relocation costs with the Utilities.
Phase 7.1 (100% Design Plan 8� Development)
1- Four Utility Contact: Phase IV, (100%). Contract Plans in Portable Document
Format (PDF) will be submitted to all UAOs along with a letter requesting Final
UWS. This activity also includes: Following up with UAOs and individual
8935 NW 35th Lane, Suite 200 j Doral, FL 33172 � T: (305) 592-7283
CHASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
/
� � ,
meetings/conferences, and post-meeting minutes; Collecting, reviewing, and
processing documents from UAOs to EOR
2- Revision of UWS: All UWS will be revised for final approval with the EOR.
3- Utility Certification Package: Once all executed Agreements and UWS(s) have
been received, reviewed, and concurred by our QA/QC Team, a Utility Certification
Package will be prepared. This package will be submitted to the City of Miami PM
for final approval and signature.
4- Send Executed UWS: The Individual executed UWS will be submitted to each
UAO with NTP.
PROJECT SCHEDULE
CHA shall make every reasonable effort to deliver the work as specified in the Scope of Services
section contained herein, in accordance with the schedule outlined below.
Task Calendar Days after NTP
1 —Contract Document Development
1.1 —30% Submittal
1.2—60% Submittal
1.3—90% Submittal
1.4— Permit Package
1.5— Bid Set
2— Permitting
The project schedule is dependent upon prompt review and response by the City to all
design progress submittals. This schedule assumes a timely turnaround (approximately 10
working days) on all reviews by the City.
8935 NW 35th Lane, Suite 200 � Doral, FL 33172 j T: (305) 592-7283
CHASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
/
� ` ,
FEE SCHEDULE
CHA will perform the services defined in this scope of services for a total fee of$ 43,190.28
1. Task 4.1 —30% Design Submittal shall be billed as an LS Amount of$ 13,025.64
2. Task 5.1 —60% Design Submittal shall be billed as an LS Amount of$ 8,569.50
3. Task 6.1 —90% Design Submittal shall be billed as an LS Amount of$ 13,882.59
4. Task 7.1 — Bid Set shall be billed as an LS Amount of$ 7,712.55
The breakdowns of fees for every task are attached as Appendix A.
CHA will submit a monthly invoice for a portion of the Lump Sum Amount. The portion of the lump
sum amount billed for CHA's services will be based upon CHA's estimate of the proportion of the
total services completed during the monthly billing period to the Lump Sum.
Invoices shall be paid no later than thirty days of approval.
Submitted by:
c�e�
CHA Consulting, Inc.
Approved by:
Ribbeck Engineering, Inc.
8935 NW 35th Lane, Suite 200 � Doral, FL 33172 j T: (305)592-7283
CHASOLUTIONS.COM
Dacusign Emelope ID.70D9D388-5115�-0935-BD2D-586D670CDFF9
CHA Propoaal Breaktlown for Enqineering Servixs antl Limited Conatruc[ion Support•Utility Coordination-Future Phase�1B and 2
MiemiBeech Task4.t Task6
Task 7.1
Category la�or Olficial Design arW Plan Tash 5.1 Task 6.1 Task 2.3 Tack� Posl Design en0 To�al LaDor Raw Costs MuMipli¢d CosLs
Posilion Name 8(Company) Tille Muhlpli¢r Lonsultant Devebpmenl 30°ro 60°-o SuGmittal 90%Submittal Pertnrt Peckage Bb�� Permitling Consiruction Support (Sum 3�9) [10�z�2j �111x�1)
HouAy Ratc Su�m�ittal 100°o Submittal �rv,�s
$ Hre $ HB E Hre E HB $ Hr� $ Mrs $ Hn S Hours S S
I�] 121 3 I''�ixizlxl�l < f�l•IZix;al 5 �i�x(2p(5� 6 I�]xl�i•I61 I1].[21�[]� B 11�x[21x�e] 9 1JxI2 9 10 (11 12�
Prqect Manager Senior 1 5 280.00 0.00 8 0.00 S 0.00 S 0.00 S 0.00 5 0.00 5 0.00 5 0.00 S E
Assistant Pro�ect Manager 1 5 219.27 0.00 S 0.00 S 0.00 f OAO E 0.00 5 0.00 5 0.00 S 0.00 5 S
Sr.U�iliryCoartlinator UliFlias 1 5 171.39 76.00$ 13.025di 5000 5 8,569.50 81.00 8 13,BB2.59 000 S 45.00 5 7712.55 OAO S 0.00 S 252.00$ 43,19028 E d3,19028
En ineerlAssstantEn 1 S t33.54 0.00 8 o.00 5 0.00 5 0.00 E 0.00 S 0.00 5 0.00 5 0.00 S S
aroectEn�n er5enior 1 5 219.21 0.00 S 000 S 0.00 f 0A0 E 0.00 5 0.00 5 0.00 S 0.00 S S
P -c1En ineer5enior 1 S z�9.zz 0.00 S 0.00 S 0.00 5 0.00 E 0.00 f 0.00 5 0.00 E 0.00 S E
AoaclEn in 1 S �94.99 0.00 8 O.W S 0.00 3 0.00 E 0.00 S 0.00 5 0.00 5 0.00$ S
Suatolals 7800 5 13,02566 50.00 S B,569.50 87.00 S 13882.59 0.00 S - �5.00 5 ],�12.55 0.00 S � 0.00 E - 252.00 E 43,19028 S 43.1Y0.2B
Summary of Dlrect E:penaes
Units Na.o/ Total
Mika S
SuElolal Dvecl Ex n e$
LeGof,Dirett Ea n e S 4],19028
Notes 1-Fp Invoicas Dilletl on en Murly Desis.receipls lor all eapensea must Ce subminatl.Travel azpenses must be accompanietl by a slatemanl Brp4�ining iha Duryoea Of t�a expense an0 Iha parliee invdve�.
Summary o!Reimburaabk Eapanses
Talel
Applkable Permit Fees No.ot
RSlmhunaDN Ea nsas S
No�es 2-For Invoims wMre Permit Fees are EilleC.receip6 muai Oe su0mitleC.
Pro ul Summ�
Com n Dbcl Ilm P mantlMihotl Tatal
CHA ClvillMechamral Lum • 5 43,19028
CHA SirucNral Lum • S
CHA Eb<Incal Lum a 5
oiRECr ExPENst S
Lum Sum Sublotal f 47,190.78
Con�in e c Subtotal f
Detl�icat¢tl Allowance for Surva S
Detlicatetl Allowance for Geotechnlul En inaerin S
Dediwted Allowance for Concrete Testin S
RelmbuBable Ez enbea SuEtotal S
Dlrect Ez e se Subtotal S
Tolal of Labor,Dinct and R�imbunabb Exp�nses,and Allowanc�a S 47,790.78
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
�RIBBECK
,���,� �1;=��°,;�:�`��,i ��t-.;t....�+ �Engineering,in�.
Pump Station Structural Design and Pians
Phase 1 A
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
` ,
September 12, 2025
Hans Ribbeck, MSEM, PE
Ribbeck Engineering
14335 SW 120 Street, Ste 205
Miami, FL 33186
RE: RFQ 2024-524-DF
Professional Design Services for North Shore D Neighborhood Improvement Project
Stormwater Pump Station and Bridge Pipe Support Structural Design
Dear Mr. Ribbeck,
CHA is pleased to submit this fee proposal to provide structural engineering services associated with
the above referenced project. This proposal is based on RFQ 2024-524-DF and the Final BODR
Document No. 240625144109_Oe9aad14.
Project Description: This project consists of the structural design of two (2) new stormwater pump
stations, two concrete pads; and the design of supports for a force main aerial crossing.
Summary of Scope —The scope of work includes the following tasks:
2.8: Data Gathering and Initial Engineering
4.10 to 7.10: Construction Documents (Plans and Specifications) (Structural)
8.1: Permitting
We trust this proposal meets with your satisfaction. If you have any questions, please do not hesitate
to contact me at 786-257-3092. Thank you for considering CHA for your engineering services. We
look forward to receipt of this task and working alongside Ribbeck Engineering on this important
project for the City of Miami Beach.
Sincerely,
,
/ L,---
� � �
Adrian Alfonso, PE
Section Manager � Project Manager
cc: Arnelio Alfonso
}?9;; N�V ��Ch l3�le', SuiTe '.?(i(i � D�r�tl. ��L s31'"r � T: �30�1 �92�7'?�s�i
CHASOLUTIONS.COM
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� � ,
Proiect Backqround
The North Beach Town Center (North Shore D) Neighborhood Improvement Project (NIP) is a
priority flood mitigation project in the heart of a newly designated Community Redevelopment
Area (CRA). As part of the North Beach Master Plan, this NIP is a hardening and revitalization
project with the primary objective of mitigating flooding caused by extreme rain events and sea-
level rise. The project scope included in this task is structural design of the proposed 2 stormwater
pumping stations, concrete pad, and the design and detailing of the supports for the new 12-in
FM attached to the 71 S�ST Bridge.
Scope of Services
TASK 2.8 — Data Gathering and Initial Engineering
CHA will attend a Project Kickoff/ Preliminary Design meeting with the City prior to beginning work.
CHA will coordinate with the City to gather all available relevant as-builts and information surrounding
site features. CHA will also conduct site visits to further document elements of the station, as well
as confirm accuracy of record drawings and gather any additional information needed.
CHA will prepare a preliminary structural design for the proposed pump stations, including all
concrete pad required for the project. CHA will then hold a workshop review meeting with the City to
present the proposed alternatives and ensure concurrence from the City. In addition, CHA will
propose alternatives to support the proposed 12-in FM attached to the 71 St Bridge.
Task 2.8 Deliverables:
1. Preliminary Design: One (1) digital copy
Contract Document Development
Task 4.10 —30% Submittal Package
CHA will provide the City with 30% submittal sets of construction documents and estimate(s) of
probable cost for review and comment. This design submittal will include the following activities:
• Kick off meeting
• Field visit to confirm current site conditions
• Verification of all existing utility information gathered and any missing utility information
• 30% Construction documents including:
o Design drawings
• Structural Design, Plans and Elevations
■ Structural calculations
o Technical Specifications Table of Contents
• Preliminary Opinions of Probable Cost (OPC)
� � �
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
• 30% submittal review workshop with Ribbeck and the City of Miami Beach
Task 4.10 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 30% Submittal drawings and specifications for Pump Station
Structures and Pipe Supports (Aerial Crossing)
b. (1) electronic copy of 30% Submittal drawings and specifications for Structures
c. (1) electronic copy of 30% Submittal OPC
2. Hard copies:
a. Two (2) hard copy sets of drawings
b. Two (2) hard copy sets of specifications
3. 30% Submittal meeting minutes: (1) electronic copy emailed to meeting participants
Task 5.10 —90% Submittal Package
Upon completion of the 30% review workshop, CHA will proceed with the preparation of the 60%
construction documents and estimate of probable construction cost. The 90% documents will be
submitted for review and comment. This design submittal will include the following activities:
• 90% Construction documents including:
o Revision of 30% submittal to implement comments identified during review
workshop
o Design drawings
■ Structural Design, Plans and Elevations, Details
o Structural calculations
• Updated Opinions of Probable Cost (OPC)
• 90% submittal review workshop with Ribbeck and the City of Miami Beach
Task 5.10 Deliverables:
4. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 90% Submittal drawings and specifications for Structures
b. (1) electronic copy of 90% Submittal OPC
5. Hard copies:
a. Two (2) hard copy sets of drawings
b. Two (2) hard copy sets of specifications
6. 90% Submittal meeting minutes: (1) electronic copy emailed to meeting participants
Task 6.10 — 100% Submittal Package
Upon completion of the 90% review workshop, CHA will proceed with the preparation of the 90%
construction documents and estimate of probable construction cost. The 90% documents will be
submitted for final review and comment.
This design submittal will include the following activities:
• 100% Construction documents including:
� r ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
o Revision of 90% submittal to implement comments identified during review
workshop
o Technical Specifications
• 100% Preliminary Opinion of Probable Cost (OPC)
• 100% submittal review workshop with Ribbeck and the City of Miami Beach
• QA/QC the street lighting component
Task 6.10 Deliverables:
7. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of 100% Submittal drawings and specifications for Structures
b. (1) electronic copy of 100% Submittal OPC
8. Hard copies:
a. Two (2) hard copy sets of drawings
b. Two (2) hard copy sets of specifications
9. 100% Submittal meeting minutes: (1) electronic copy emailed to meeting participants
Task 7.10 —Bid Set Submittal Package
Upon receipt of all permit approvals, CHA will provide a final bid set of construction documents to
be utilized for bidding purposes. Under this task, all necessary administrative and managerial
efforts are included, such as communication and coordination with the various governmental
agencies, City representatives, and all other parties involved in the project.
Task 7.10 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of Bid Set drawings and specifications
2. Bid Set OPC
3. Hard copies:
a. Two (2) hard copy sets of drawings
b. Two (2) hard copy sets of specifications
Task 8.1 — Permit Package
After receipt and incorporation of the 90% comments, CHA will issue a permit set of construction
documents to initiate the permitting process, see Permitting.
Task 8.1 Deliverables:
1. Digital Delivery (PDF and CAD) of:
a. (1) electronic copy of Permit Set drawings and specifications for City Stamp with
EOR signature and seal.
b. (1) electronic copy of permit applications for City execution
Permitting
CHA will produce the documents required to submit the permit application packages to obtain
permits/regulatory approvals/reviews from, but not limited to, the folfowing agencies:
• DERM
� r ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
• City of Miami Beach Public Works (Right of Way — Dry Run Review)
. FDOT (Utility Permit)
Any permit comments will be addressed prior to generating the final Bid Set. Although CHA will
make every effort to submit in a timely manner to all permitting agencies, it is recognized that
review time is often beyond the ConsultanYs control. It is assumed that all permits may be
obtained from the applicable regulatory agencies within sixty (60) days of initial submittal. The
selected bidder shall utilize the approved permit plans to secure any required construction permits
(dewatering, utility excavation, etc.) The payment of any permitting fees not specifically listed in
the attached fee table and/or under the "Assumptions" heading with be paid by the consultant and
submitted to the City as a reimbursable expense. In addition, CHA will QA/QC the street lighting
component.
ASSUMPTIONS
This scope of services is based on the following assumptions:
1. Responses to various inquiries shall be made based on the best available information
provided to CHA at the time of the review.
2. The City will provide any available as-built information and record drawings.
3. The City acknowledges that CHA's scope is based on information made available at the
time of this Task Order and data gathered during site visits and meetings.
4. The City will provide all available requested information within a reasonable timeframe. It
is assumed that all information provided by the CITY is complete and accurate to the best
of their knowledge.
5. Site visits in this task may require the presence of City personnel.
6. Performance durations provided assume timely permit processing by regulatory agencies
having jurisdiction over the project. Delays in obtaining permits, beyond the control of
CHA, may result in delays to the performance schedule for which CHA cannot be held
liable.
7. Proposed regulatory agencies and required permits have been identified to the best of CHA's
knowledge. The City will pay all associated permit fees.
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PROJECT SCHEDULE
CHA shall make every reasonable effort to deliver the work as specified in the Scope of Services
section contained herein, in accordance with the schedule outlined below.
Task Calendar Days after NTP
2.8 — Data Gathering and Initial Engineering 50
Contract Document Development
4.10 —30% Submittal 100
5.10 —90% Submittal 230
6.10 — 100% Submittal 270
7.10 — Bid Set Submittal 390
8.1 — Permit Package 300
Permitting 360
The project schedule is dependent upon prompt review and response by the City to all design
progress submittals. This schedule assumes a timely turnaround (approximately 10
working days)on all reviews by the City.
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
FEE SCHEDULE
CHA will perform the services defined in this scope of services for a total fee of $161,440.38
1. Task 2.8— Data Gathering shall be billed as a LS Amount of$7,065.80.
2. Task 4.10 —30% Design Submittal shall be billed as a LS Amount of$41,421.00
3. Task 5.10 —90% Design Submittal shall be billed as a LS Amount of$75,873.12
4. Task 6.10 — 100% Design Submittal shall be billed as a LS Amount of$16,810.70
5. Task 7.10 — Bid Set Submittal shall be billed as a LS Amount of $10,134.88
6. Task 8.1 — Permit Package shall be billed as a LS Amount of$10,134.88
7. Post Design and Construction Support Services are not included.
The breakdowns of fees for every task are attached as Appendices A.
CHA will submit a monthly invoice to Ribbeck for a portion of the Lump Sum Amount. The portion
of the Lump Sum amount billed for CHA's services will be based upon CHA's estimate of the
proportion of the total services completed during the monthly billing period to the Lump Sum.
Invoices shall be paid no later than thirty days of approval.
Submitted by:
��- �` �---
CHA Consulting, Inc.
Approved by:
Ribbeck Engineering, Inc
� � ,
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
APPENDIX A
CHA LABOR BREAKDOWN
Docusign EnveloDe ID�70D9D388-5115�935-BD2D-SB6D670CDFF9
Proposal Bnakdown for Enginrennq Servicm and Limited Conatruction Support-North Shom DSlructurca-Phaae 7A
Miami Beacn Task 2 B Taak 8 2 Pos�Deagn
Category LaEor OHicial Tesk 4.10 Task 5.10 Task 6.10 Taak].10 Task B.1 TOWI LaOor Raw Caala MutliplieE Coa�e
Posit�on Name 6(Compeny) Dela Galnaring, Permi�Coortlinetion ConsVuction Suppart
Tltle MuttipYer Coneutlanl preliminaryDesign 30o5uDmiltal 90%Su�mnlal 100%SuDmiVal BIOSe� Pe�m�IPackage antlAppllution Services (Sum}g) �10�i(2� �111i1�1
. Noury rtaie
f Hn 5 Mn 5 Hn 5 Hre 5 Hn E Hn $ Nn f hke E Hours f S
1J �2� 3 11�a�7]•f31 { Itr1 41 5 �11xIZIR151 8 l�I�IzI*I6 I�1x121V�1 I�7x1z1�181 11�x�2�R�9� 10 �1�z�71x110 17 12 13
Pro ect Mane ar$enior SPM 1 5 ]80.00 S f E 5 $ 5 S S 0.00 S S
AssisUniProadMana er AdnanAllonso SPM 1 5 219.22 10.00 5 2.!92.20 10.00 f B,]6B.Ba 78.00 E 1fi,660.]2 20.00 5 E,3Bdd0 16.00 8 3,50152 18.00 5 J.50].52 0.00 S 0.00 S 1'/BAO f 39,02116 S 39,02116
FroectEn in PabbMea a RTS 1 5 194.99 8.00 S 1.559.91 2f1.00 S 3,tl99.90 80.00 5 15,59920 10.00 5 1.949.90 8.00 $ 1.559.92 8.00 5 1559.92 0.00 E 0.00 S �34.00 $ 26.128.68 S 26.128.fi6
En ineer I Assis�ant E NRTS 1 5 133.54 $ S b S S 5 E S 0.00 S S
ProeclEn InoarSanqr NicolasFernantlez SPM 1 S 71927 8.00 $ 1?53.16 60.00 E 1315320 110.00 E 24.11a20 J000 5 6.5I6.fi0 16.00 5 3.50].52 18.00 5 3.50].52 0.00$ 0.00 S 2a0.00 8 52fi12B0 5 52.612.80
ProeclEn ineerSenior EmillaCastellenos RTS 7 S 184.99 8.00 4 1559.92 80.00 5 15,59920 100.00 b 19499.00 20.00 5 JB99.80 8.00 S 1,559.92 8.00 S 1559.92 0.00 S 0.00 S 224.00 S 43,fi]1.I6 S 43,fi77.78
ProectEn in NRTS 1 5 194.99 $ S E 5 S 5 E S 0.00 $ S
CADDTechnc�ian NRTS 1 5 121.fi3 $ $ E $ $ $ S S 0.00 $ 5
Su�iotals y},pp $ ],O65.B0 P(IO.OD 5 4102t.00 36G.00 E�58]3.12 80.00 S 16810.10 48.00 S 10.139.BB �8.00 S 10.134.BB 0.00 5 - 0.�0 S � �]600 S 161d603B { 761,MO.�B
Summary o/Dinct E:pen�es
unAs No.ol 7olal
MJeaga
$
SUC�o�al Dlreci Expanse $
Labor Dinct Ex nss S 181 M0.�8
NO�¢S�-For invoicea DiIkO on an�ourly Casis,receipG br all er.penxs must Ee suEmitteC.Travel expenses must be accompanied by a s�a�emen�explaining t�e purpose ol t�e expe�ve arM the peNes�invoNe7.
Summary o/R�imbunaCle Experues
7aUl
App4cabk ParmitFaea No.of
RelmDurs�ble Ex nws f
No�es 2-For�invoices rtiara Parmi�Fees are CilleC,receipla musl be submine0.
Propoaal Summa
Lom an Dlwl Ilm Pa m�nl M��ME ToLI
CHA $ 161 A60.38
DIRECT Ex�'ENSE 5
Wmp Sum Subtotal S 181 110.7B
Contingenry Submtal f
Dedlcaled Allowance tor Survey
���,Dedlcaied Allowance for Subsu�face Lltllity Eiplor�tlon(SUE)
Dedica e�d Allowance tor Geotechnical Enginaerin
Reimb�,rsable E.penaex SubtoUl {
�irecl Expense Subtolal s
Total o/Labw,Diroct and Rsimbunabb Expen�as,en0 Allowancas f 161,14�.38
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
; : �.��:,x�� �� �;�_� �RIBBECK
`ngineering,Inc.
Attachment C-2 — Scope from Green Dade
Phase 1A and Future Phases 1 B and 2
o Lighting analysis and plans
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID:70D9D388-5115-4935-BDZD-586D670CDFF9
�
_,,� reen Dade
Leading the way
DATE:9/13/2025
Hans Ribbeck,MSEM, P.E.
Ribbeck Engineering,Inc.
14335 SW 120 Street,Ste 205
Miami,FL 33186
Dear Mr.Ribbeck,
Green Dade, Inc. ("Green Dade") is pleased to submit this Proposai to Ribbeck Engineering, Inc. (Ribbeck) ("Client") for
Professional Engineering Consulting Services for the PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN
CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT(RFQ N0.2024-524-DF}for City of Miami Beach
("the city").The proposed services will be provided in accordance with the terms and conditions set forth herein,with any required
clarification from your team.
OBJECTIVE
Provide professional engineering service for the reconstruction of the lighting system within project limits.The anticipated project,
assumptions,responsibilities,and impacts are as described below.
PROJECT AREA LIMITS/SECTIONS(PHASE 1A AND FUTURE PNASE 98 AND�:
, ..
�";, � �, f� _.� ' wk i 3 a �/ .s.or.. . ��'� ' �
^ � , fi .
py#
� �`
� '� _ : Sr��'�'.,r, �� a' � �� ' ' ` . • �G�"•�:.
p" �
.,
, 'n.
�� ,°- ""'� „�'� �,� 1f�'..��� . . *� '� t.
1 � �'� ^��` � � �� "�" -�,: � '�
't�.:.. 5 � �<,.
t�• a ._ w ... +,.
� : �; ,.�. ...
� ..�.,,•�v� w� ,�
�' ����� � Y'��„�f �C-�w'�� ,
, : .
, : �� �
• , � ��� �,���_._ ` � ��
��� �� �� t� >� �+°� �� ` � . �� '�' �
� � ��`ti: � � �r � � �� �
�� � _..a•i ..;,_ {�i��}b �� . ��'� ��.
�, � .. ?, �«
, ;., o
., + . �
`� : . �9. :
.,
��. �,
.
. , - . .
u
'r "s t�� ,. ' ; . . " � w�..� �
, � � . , �►. °. ---�` �
� �,*�_",y j - .� ,
� �,�,�__ _..,� �� ~�„ "�e�"�"•E `�jk
_'�� � � .
1 t.� $_ '�' y�.::� � � _ A1
� 6 9 � �+ w
� t°�� �
�:F. �.� f i $ '�• l� k'.
,
Q :�,N� _ � :
«.qs�.,�.� r
urr is��.wm s:wn,� . •�' � , ��� �'�� �.
E�Y K'f011Cf 1WM SAM A'� , ' (�� �}'
� r�ar. xeraysnarc'na �p�. �1.�x -�� jPaA, (�
m SE tA s., �� t ��-f_ �����„��.♦�^�F� ie �'
..,._ a.. . �
¢ ��
N[ n'e H �
�.�. + • •
�,.�.� as:.: � ...:; f.
. r� �-�. "� .r- ... '
1 I
GREEN DADE.INC.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)
NEIGHBORHOOD IMPROVEMENT PROJECT(RFQ N0.2024-524-DF)
NorthShore D-Roadway Lighting-Praject locations- Phase lA
1 -�ir frnm WdigRwTy iu C4GV�rF.���fSR; L�.;�m;1R5
2 -7t Sr ISEatw Rdf Gurra 100fT�st s�9av Oz Eo Cutsui�Ava(SR) 0.38 sad�
� 3 , r�S° �__ �'om DrckensA4e ta Cv�t�nn Ave{SR) 0 28��Ics
a � �Bo^�tav� hom C�nai tp InrlianCroekQr G.17 ndes
��;, _�_____ __
}? 5 OIGKNn5Avk ttOt» T2^s1 to InCN3nCr8@kDt 0.0-'^nd83
� 6 -fnn,an f,rEek Dr f*nm C�al t0 Abb�tt Aue(SA� 0 2R e.utes
A
� 7 .C�utytPAVe teoffr ifi(�`INckiE�ti3Si �m 7357 ;1.�13 r�dr•,
� 8 C:�ryit�•r� Mrnn 12 5t Fq Intl�an C:tCrk Ur u tti^t+l+>s
a 8 •6WonAec�—� _� ---_ fruui S50fT?vustt��E73ST S4 73ST 4^ t7.�3 rrti�Ws ��
atl -�5y�sttitwe t:mn T2Sf Cti hsihd��Gt+�CkUt Q.I2 r�xt+les
12 - �artlir=�A3a{rottA^;e�StatePcf; 695T NnMhot57t�5T 0.05 rniles
12 . #i.�C+Ir��Av� __.�� Yaarr3 5857 tn �c+ritt�la7l�sST �.5�5 Nnl�_5—.�
Tota1� 1.89 miics
2 •f,'�S` �t Ir�cfia^C rrrk�r ;.�rt•eL:cU rntr„ect�o��*
�...._.�..�__._�_A._.-----------..._..._..�__.._,._� ::._.--_..__..__,........_..__._ _.... ... _._._._...--�_...,.
Z .E°iS' a! AAba°tAvelS�tl S �al;tt�i� tnt,;rg��tir,iss
3 .a��+5' at HarA�n�Ave Srgnaluud Gnt�rsecaron
_ _ ____..._._.__......,.._._._ ______. __.___._ _-- _-__. ___ __.___
� a .Fz�g' �r Cr,t<<nsave(SR> S�aria�=zer1 �rr�s�,.non
o S 115f�SRZ at 6onxtaDr. NewSi�atited MidblackGrossi+�
r
� 6 ..'{;�4it S( (tWi3� `_t(`�•k Jt S'.¢��4a1+14U�.��PN����!�t{��rY{'C'�On
6t -
a T � ;1 Sf ISR) aC Cattyle AYe ?tew SdgnaifzeA In6ersectlqn
_ _ ._ _. _--___ ---- _._�_�_. __.
G 8 � 715IISR? N 6yrOnAve NeruS+g,nal4i�eu Int��seGliol�
� 9 ;�',;N.s st . ... .A.hk I t w 1:H� uPr,,�:Hrs tntecieCtir}a�
____. __ _ _ ..__._� . _. ._.- — ----
_w�e 1p '2q'ISRj at Hsuudr+g�+v�. S.�?'al�.t�:� 4ntrc�s�ri.i0n
� 11 ��"'tiF 15R) ii CcdlEn�-:Av4 fSR?, Sw�n14Bd FeteFSC+:tipn
� i2 •7�S' as [hcke�eA�e Sz�.;es�ived mtc�cs�act�re+
� 23 -7'S' 3C D��kes�sAor ...... :ikF,nai¢eA r�iier4��i�art
14 • �'25� aa Fk�rd�rr�A•!e,'ApGotz+,ve(SR} ';�p,natued �rter,eci�on
15- ��5� at ItarU+n�AvctAb4crttA�15R} 5i�sdt�etl m,tr���wtt�on
1$ ,n"cSr JC f,':JIGr aAv�;(SR� S��J'�±ItLC4 'r{r.r,����.���
1ata1= 16 I�tersectivns
HQ�E�:
t /{Urhlw.",Fr'Se!Ct1ArtNN7k[B0,*m�fi[?NMyUghttrtgntSCOf�'+1r('GttntMT((h•irr+DGnnsha£1w�Qr ySd�rCaJMltnler5C6tea`rs,
2� f+�leNr,�a[oag atteys are nnt N7Utw�ed-Ass¢fmr��F7>t trgnLrt�exlsNng to remerra
S +'�Xr.�Sr:qnC�rr�vrthF�EP�'FWGf[f�t'X_�anh�v:rftrvu�nr�nr;ai 5t�v�:,trern�,rf•Kr�7e;r,r.<-.,,;w
.. Pa�b�:.v^�Y,�rer.rt�rPdS I,�MInK,�a�+�u17 NrctE��lpt!
UGMTING LOAD CENTERS
ExistingLoadCentersimpactPdl,remeve're#orate+moditie;+l.approsi _� Lc�r.a*�ui��
Proposod Lr,,zsd Centess f�srim�tc�after�emuvin�'or reiacatingea.ls[ir�_; i' �.���,�ir;p��=;
ZI
GREEN OADE,INC.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)
NEIGHBORHOOD IMPROVEMENT PROJECT(RFQ N0.2024-524-DF)
NorthSho�e D-Roadway Lighting-Project Locatlons- Future Phases 16 and 2
G 1 '69 ST frnm Col:ins Ave(SR; '° Beacn Boa�Cwalk - �.07 m4es
_ _ - ----.�___._. __ _-------- -- - ------- -
0
v 2 '71 ST IStalr Hd� hoin Cullt(u Ave($N1 t� Beacn 8oa�dwn�t J J5 mdes
� 3'7:i:r from 150FTWestolD�cla�+sAv �� Co7M�AvrtSR) 0 37 n,�ieg
3 t 'D�ckens Avr Ir�m 150fT North n�73Si �Q Nortr.01 7�5T 0.1] m les
V
a
O S �MeIC �%�Uu:tty� St_IeGJI I+urn ISuFT�;nn*•�t`+3ST �11 6JST 9.:� �nles
� _.__'_ .__.._. . ..__.._._ _��.._,. r__. ._._'_._.... ._...
6 -i�.ir:�,AAve� t�.nn :5' �° Ihn1�^.d�U•"til �.l 1' t�L-s
Totat= 1.00 milas
y e 3•"S�. Jr f)�ckr*�sA�e S�Vn,�l�!rxf �aL�seinnr
� O
=r � 4 "73 S" at ByionAvY S:�a1�tW tnlar4acl+pn
� N
m `y 5 7�5' a� Harcf ng Ave S.gnaUteG tnlersecuon
N C
— 8 ' 7 i i' at Cnllins AvP(SR; S�pJ+.ilueC Intn,Sr.ct�o��
Total= 4 Mtersections
NOiES:
t- flaattw3ySeinnnrtMtcaferorulw�y���nnng�nua;c.�rr„a�nnngfn�rr.�-onsmic7edn�a!O�vaysareaandrrne�s.:r.rrons.
2• l�ntafga�w�trneysa�a�nrtrr,.��o��r A15Jn1BSFP:���,.r�:,��•,;s;r,�gruremaa�
3 CowOrtat.�on wr�A Fpt➢41+/C toi(�:eanrrorr Fnvn"mrr,r.;i arr.n aie,c!nclu-�r;��, �,:
d- �arrt.trMgropn.►matitghlrn6.�i�nntrnrf:,nP�-
LIGHTING lOAD CENTERS
EKistlne lua�T Ce^�er;u,ip�c•��n u,•��c,��:�,.n_.re nwviur i,�U_�u•l 9 �,ra�:nn�.
Propose�i�oaqCerne�sies�.�n�a�s�:.�lte� r•.��rnga�euxanrM�.,so ,: Lxaoons
SCOPE OF SERVICES
Provision of signed and sealed Lighting Plans,Lighting Design Malysis Reports(LDAR),and Photometric Calculations for roadway lighting and
signalized intersection lighting upgrades within the defined project area for each phase, as described above(see project area limits, section
exhibits,and tables for PH 1 and PH 2 work areas).The anticipated efforts for each project phase are outlined below.
. Roadway Lighting:
: New corridor lighting for state and city roads within project area.
➢ Removing all existing lighting system within these limits.
> Providing new pedestrian/roadway lighting utilizing historical style decorative lighting in compliance with City standards and lighting
APL fixtures.
➢ Removing and replacing existing lighting load centers and provide new centralized load centers.
➢ New lighting will be provided to accommodate safe mobility along the corridor in compliance with the City of Miami Beach Public Works
Manual,as amended in coordination with the city to align with FDOT lighting criteria to improve safe illumination of roadway,bicycle
lane(s),crosswalks,and sidewalks in this critical corridor.
r� State roads lighting will be provided per FDOT FDM section 231 (Lighting Design Criteria).
➢ Lighting scope does not include alleyways,locations provided by FPL lighting or non-roadway areas(parks,parking lots,etc.).
3j
GREEN DADE. INC.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)
NEIGHBORHOOD IMPROVEMENT PROJECT(RFQ N0.2024-524DF)
.• Signalized Intersection and Signalized Midblock Crossings Lighting(as required per project phasing):
� New intersection lighting to be provided at all signalized intersections within project limits unless noted or coordinated otherwise,(refer
to Project Area Limits/Sections).
. Lighting at approaches to project area limits,but outside the limits,is considered outside of the scope of work.
• Signalized intersections will be provided per FDOT FDM section 231 (Lighting Design Criteria) considering Horizontal and
Vertical Illumination at Intersection Crosswalks for approaching drivers.
: SCHEDULE
� Green Dade will follow the Prime AgreemenYs project schedule and provide all necessary lighting related files as described in this
proposal in a timely manner for submittal to the city.
. The ability to meet the milestones is contingent upon Ribbeck staff ability to review provided design submittal in a timely manner based
on the overall design schedule.
.• MEETINGS
. Design Progress Meetings PH 1=(12j two-hour virtual meetings with Ribbeck TEAM(once a month for a year).
. Design Submittal Phase Review Meetings=(3)four-hour in person meetings at the city,including travel time.
� Stakeholders Meetings PH 1=(10)twahour to four-hour in person meetings at the city or at stakeholder location(i.e.:FDOT).
. SITE VISITS=2 visits within below-described tasks.
. During Design:
• One at Initial Assessment
■ One at 90%completion.
> ASUMPTIONS:
� Ribbeck or its sub-consultant(s)will provide to Green Dade in a timely manner all necessary base drawings in CAD tormat and
documentation including for the completion of the lightning photometric model and plans.This includes,but not limited to survey,civil,
roadway,signalization,underground utilities,and requested underground elements elevations,etc.
� Ribbeck will consolidate ail comments provided by the city,stakeholders and/or AHJ per task/phase,and will provide the comments
to Green Dade for review.Green Dade will address comments one time in preparation for the next phase submittal.
� New lighting fixtures will include 7pin receptacles and control nodes in compliance with the city Lighting Management System(LMS),
City lighting APL and Standards.
. New lighting provided within Oceanfront Environmental area(East of Collins Ave)will be required to comply with Florida Fish and
Wildlife Commission(FWC)and City of Miami Beach Turtle Nesting Protection Ordinance Lighting standards for new development
(Per Ordinance 2024-4652).Permitting related efforts are not included in Green Dade's scope,however,Green Dade will support
the Gient on necessary coordination efforts.RFis or provision of requested documentation by FDEP,FWC andlor the city.
% Structural analysis is not included in Green Dade scope of work and will be provided by others.if needed.
y Permitting efforts are not to be led by Green Dade.The approved 90%plans wili be utilized for the permit submittals.
r Printing of report and drawings assembly,if needed,will be provided by Ribbeck.
Y All submittals will be delivered electronically to Ribbeck.
� The anticipated efforts and deliverables per TASK to meet project scope,objectives and goals are listed below.
� Scope and fee include meeting with MBPD for infrastructure improvements needs,but do not include incorporation of fiber connectivity
infrastructure,nor CCTV/LPR installations on plans.Any additional support on this task will be negotiated separately.
� Most of the existing underground utilities within the project area will be relocated.A designated typical pole setback will be coordinated.
Conflicts to be resolved via existing utility relocation or spread foundation. No WH analysis for every pole is anticipated.
: Gonstruction Engineering Inspection Services and Post Design Services are not included in this proposal or Green Dade's scope of
work and will be negotiated separately.
PHASE 1 A
TASK 2—Field Studies and Data Gathering
. Request and review available records and information gathered by Ribbeck in coordination with the city.
. Provide list of information gaps,if any.The information reques(ed/gaps may include,but will not be limited to:
➢ Lighting GIS Data
➢ Lighting Management System Data and requirements
➢ Lighting As-builts
➢ Transportation Master Plan(lighting related portion)
➢ City lighting APL
. Field Site VisiUAssessment Review—Lighting components
Y Green Dade will conduct one field site visiUassessment review with CITY staff and Ribbeck TEAM.
4�
GREEN DADE, INC.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)
NEIGHBORHOOD IMPROVEMENT PROJECT(RFQ N0.2024-524-DF)
➢ Green Dade will verify the location of load centers,their voltages and the existing city owned light poles.
. Green Dade will submit a site visit report with the summary of the major findings and observations collected during the site visit within
15 working days following completion of the site visit.
. Provide lighting-related information required for Public Outreach purposes.This includes elements specific for this area like:
� 3000K vs 4000K Correlated Color Temperature(CCT)
.- Proposed Light Poles style options(aesthetic purposes)
.• Meetingslworkshops
. Kick-off Meeting
.� One Fieid Site visit
.- One pre-application meeting with FDOT and CMB Public Works Department
r Bi-weekly,project progress design meetings with the client.
. One phase review meeting with CITY to review comments.
Task 2 Deliverables:
. Draft and final site visit report(electronic)
. BODR—Lighting Design Criteria,Design Approach and Proposed Lighting features.
% Lighting related materials(shop drawings)needed for meetings with CMB personnel,pubtic,and DRB.
CONTRACT DOCUMENT DEVELOPMENT
Sheet No. Drawing No. Title
L-001 Key Sheet
L-002—L-003 General Notes and Plans Specifications
L-004—L-006 Pole Data,Legend,and Criteria
L-100 lighting Project Layout
L-101—L-1XX Lighting Plan Sheet
L-3XX Lighting Instailation Details
L-401—L-4XX Lighting Service Point Details and Panel Schedules
Task 4—30%Design 8 Plan Development
. During the 30%design Phase, the Green Dade will acquire existing information and validation of the project base scope and develop
conceptual lighting plans.This information will be provided to Ribbeck for compilation into Concept Plans to then be presented to the CITY
for approvai. If approved this will be in the development of the Detailed Design. Foliowing the submission of the 30%design submittal,
Green Dade will assist Ribbeck and participate in workshop with CITY staff to review the submittal.
.• MEETIN�S/WORKSHOPS
� Technical workshops with CMB personnel and stakeholders
% One in person public meeting
% One phase review meeting with CITY to review comments.
.• DELIVERABLES:
� Lighting Plans—Concept level
➢ Lighting Repo�t with Typical Section Calculations supporting concept plans.
➢ Support Engineer Opinion of Probable Cost(Class 4)—Lighting only
Task 5—90%Design 8 Plan Development
.• The objective of this phase is to advance the design to the 90%completion level,enabling the CITY to provide feedback on the project's
progress.Green Dade will develop the approved 30%design and plans into a comprehensive set of design and construction documents at
the 90%stage.This submittal will also serve as the basis for initiating coordination with permitting agencies. Prior to commencing this
phase, Ribbeck will confrm approval of the 30%design plans. Upon completion of the 90%phase, Green Dade will assist the Ribbeck
TEAM and participate in a workshop with CITY staff to review the submittal.
5 �
GREEN DADE,INC.
Docusign Envelope ID 70D9D388-5115-4935-BD2D-586D670CDFF9
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)
NEIGHBORHOOD IMPROVEMENT PROJECT(RFQ N0.2024-524DF)
.• MEETINGSIWORKSHOPS
. One technical workshop with CMB personnel
. One in person public meeting
.• DELIVERAB�ES:
. Responses to comments received during the 30%design review comments.
. Complete lighting report
. Complete Photometric—Lighting model
.� Complete Drawings-Lighting plans and specifications
� Engineer Opinion of Probable Cost(Class 2)
. All necessary(lighting related)materials for meetings with CMB personnel and public.
Task 6-100%Design&Plan Development
. The purpose of this phase is to advance the design to the 100%completion level,providing the CITY with a f nal opportunity to review and
comment on the progress.Green Dade wili take the approved 90°/a design documentation and plans and develop them into complete design
and construction documents.This submittal will be used to apply for and secure the required permits.Prior to initiating this phase,Ribbeck
will confirm approval of the 90%design plans. Upon completion of the 100%phase,Green Dade will assist the Ribbeck TEAM and, if
required,participate in a workshop with CfTY staff to review the final submittal.
.• MEETINGSNVORKSHOPS
% One technical workshop with CMB personnel
. One in person public meeting
.• DELIVERABLES:
� Responses to comments received during the 90%design review comments.
� Signed and Sealed(S&S)lighting report
� Gompiete Photometric—Lighting modellCalculations
% Signed and Sealed(S&S)Drawings-Lighting Plans and Specifications
. Engineer Opinion of Probable Cost(Class 2�
. Responses to lighting related RFIs submitted by bidders and up to two plans revisions for bidding clarification purposes.
Task 7—Bid Set
. Green Dade will take the approved 100%design documentation and plans and advance them into a complete Bid Set package for project
advertisement.Green Dade will support Ribbeck in preparing the Bid package,including all lighting-related documents and coordination.
Green Dade will respond to Requests for Information(RFIs)submitted by bidders.Green Dade will assist Ribbeck with addenda preparation
during the advertisement period,as applicable to lighting design and plans.Green Dade will attend Pre-Bid site visit(s)as required.
:• MEETINGS/WORKSHOPS
� Attend a Pre-Bid Conference with prospective bidders in support to Ribbeck project presentation.
.• DELIVERABLES:
. Responses to comments received during 100%design review comments.
� Bid Set Drawings-Lighting plans and specifications
: Engineer Opinion of Probable Cost(Class 2)
. Responses to lighting related RFIs submitted by bidders and up to two plans revisions for bidding clarification purposes.
TASK 8—Permitting Set 8 Permitting Services
. Green Dade will support Ribbeck on the responses to RFI's from AHJ and will provide the updated plans for resubmittal to permit agency(s).
Green Dade will provide Ribbeck with all lighting related materials to present to AHJ Including progress sets and exhibits.
.• Anticipated AHJ's include:
Y Florida Department of Transportation(FDOT) ➢ FDEP&Florida Fish and Wildlife Conservation
➢ City of Miami Beach Building Department Commission
:• MEETINGSIWORKSHOPS
➢ Meetings with corresponding permitting agency,as needed.
.• DELIVERABLES:
➢ Lighting Permit Set Drawings,computations,and technical specifcations to Ribbeck for Permit Application Purposes.
6 �
GREEN DADE,INC.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)
NEIGHBORHOOD IMPROVEMENT PROJECT(RFQ N0.2024-524-DF)
➢ Responses to RFIs related to lighting design and plans,and resubmittals from permitting agencies.
FUTURE PHASE 1 B AND 2
TASK 2—Field Studies and Data Gathering
. Request and review available records and information gather by Rib6eck in coordination with the city.
. Provide list of information gaps,if any.The information requested/gaps may include,but will not be limited to:
. Lighting GIS Data
. Lighting Management System Data and requirements
. Lighting As-builts
. Transportation Master Plan(lighting related portion)
: City lighting APL
. Field Site VisiUAssessment Review—Lighting components
. Green Dade will conduct one field site visiVassessment review with CITY staff and Ribbeck TEAM.
� Green Dade will verify the location of load centers,their voltages and the existing city owned light poles.
. Green Dade will submit a site visit report with the summary of the major findings and observations collected during the site visit within
15 working days following completion of the site visit.
. Provide lighting related information required for Public Outreach purposes.This includes elements specific for this area like:
� 3QOOK vs 4000K Correlated Color Temperature(CCT)
� Proposed Light Potes style options(aesthetic purposes)
. Meetings/workshops
� Kick-off Meeting "
: One Fieid Site visit
. One pre-application meeting with FDOT and CMB Public Works Department
.- Bi-weekly,project progress design meetings with the client.
. One phase review meeting with CITY to review comments.
Task 1 Deliverables:
� Draft and final site visit report(electronic)
� BODR—Lighting Design Criteria,Design Approach and Proposed Lighting features.
. Lighting related matenals(shop drawings)needed for meetings with CMB personnel,public,and DRB.
CONTRACT DOCUMENT DEVELOPMENT
Sheet No. Drawing No. Title
L-001 Key Sheet
L-002—L-003 General Notes and Plans Specifications
L-004—L-006 Pole Data, Legend,and Criteria
L-100 Lighting Project Layout
L-101—L-1XX Lighting Plan Sheet
L-3XX Lighting Installation Details
L-401—L-4XX Lighting Service Point Details and Panel Schedules
Task 4—30%Design&Plan Development
. During the 30%design Phase, the Green Dade will acquire existing information and validation of the project base scope and develop
conceptual lighting plans.This information will be provided to Ribbeck for compilation into Concept Plans to then be presented to the CITY
7 �
GREEN DADE,INC.
Docusign Envelope ID 70D9D388-5115-4935-BD2D-586D670CDFF9
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)
NEIGHBORHOOD IMPROVEMENT PROJECT(RFQ N0.2024-524-DF)
for approval.If approved this will be in the development of the Detailed Design(60%,90°/a,and 100%plans).Following the submission of
the 30%design submittal,Green Dade will assist Ribbeck and participate in workshop with CITY staff to review the submittal.
o MEETINGSM/ORKSHOPS
. Technical workshops with CMB personnel and stakeholders
: One in person public meeting
� One phase review meeting with CITY to review comments.
.• DELIVERABLES:
: Lighting Plans—Concept level
: Lighting Report with Typical Section Calculations suppoRing concept plans.
. Support Engineer Opinion of Probable Cost(Class 4)—Lighting onty
Task 5—60%Design 8 Pian Development
. During this design Phase, Green Dade will take the approved 30°/o design and BODR and advance the design to a 60% construction
• documents. Before starting this phase, Ribbeck will confirm the approval of the 30% Design plans, BODR and that there are no
modifications/changes to the project base scope. It is expected that review at later phases wiil not change the overall design intent
established in the 30%Design stage.At the end of this 60%phase.Green Dade will assist Ribbeck TEAM and paRicipated in one workshop
with the CITY staff to review the submittal.
.• MEETINGSIWORKSHOPS
� One technical workshop with CMB personnel
r DELIVERABLES:
� Preliminary lighting report
� Preliminary Photometric model
. 60°!o drawings—Lighting Plans and Specifications.
� Support Engineer Opinion of Probable Cost(Class 3)—Lighting only
� All lighting related materials for meetings with CMB personnel and public
Task 6—90%Design 8 Plan Development
. The intent of this phase is to advance the design to a 90%design phase so that the CITY can provide feedback on the progress.Green
Dade will take the approved 60°%design documentation and plans and advance the design and construction documents to 90°/a completion.
This level of design submittal will be used to apply for and secure permits.Before starting this phase,Ribbeck wiil confirm the approval of
the 60%Design plans.At the end of this 90%phase,Green Dade will assist Ribbeck TEAM and paRicipated in one workshop with the CITY
staff to review the submittal.
.• MEETINGSIWORKSHOPS
. One technical workshop with CMB personnel
� One in person public meeting
.• DELIVERABLES:
. Responses to comments received during the 60°/a design review comments.
. Complete lighting report
. Complete Photometric—Lighting model
� Complete Drawings-Lighting plans and specifications
➢ Engineer Opinion of Probable Cost(Class 2)
➢ All necessary(lighting related)materials for meetings with CMB personnel and public.
Task 7-100%Design&Plan Development(Bid Set)
.• The intent of this phase is to advance procure the necessary pre-bidding permits for project execution.Green Dade will take the approved
90%design documentation and plans and advance the design and construction documents to secure Permit Set.This level of design
submittal will be used to apply for and secure permits.Before starting this phase,Ribbeck will confirm the approval of the 90%Design plans.
As part of this phase,Green Dade will assist Ribbeck TEAM and participated in one meeting with each of the permitting agencies with the
support of the city staff to review comments from AHJ and secure approval for construction.
8 �
GREEN DADE,INC.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)
NEIGHBORHOOD IMPROVEMENT PROJECT(RFQ N0.2024-524-DF)
• Support Ribbeck during this phase including any lighting related support in preparation of BID package.
.• Respond to Request for Information(RFI)submitted by bidders.
o Assist Ribbeck with the preparation of addenda during the advertisement period,if related to lighting design and plans.
r Attend Pre-Bid site visit.
.• MEETINGS/WORKSHOPS
:� Attend a Pre-Bid Conference with prospective bidders in support to Ribbeck project presentation.
o DELIVERABLES:
. Responses to comments received during 90%design review comments.
� S&S lighting report
� Complete Photometric—Lighting model
� S8S Drawings-Lighting plans and specifications
. Engineer Opinion of Probable Cost(Class 2j
. Responses to lighting related RFIs submitted by bidders and up to two plans revisions for bidding clarification purposes.
TASK 8—Permitting Set 8�Permitting Services
.• Green Dade will support Ribbeck on the responses to RFI's from AHJ and will provide the updated plans for resubmittal to permit agency(s).
.• Green Dade will provide Ribbeck with all lighting related materials to present to AHJ Including progress sets and exhibits.
.• Anticipated AHJ's include:
� Florida Department of Transportation(FDOT)
. City of Miami Beach Building Department
. FDEP&Florida Fish and Wildlife Conservation Commission
o MEETINGS(WORKSHOPS
� Meetings with corresponding permitting agency,as required.
. DELIVERABLES:
. Lighting Permit Set Drawings,computations,and technical specifications to Ribbeck for Permit Application Purposes.
� Responses to RFIs related to lighting design and plans,and resubmittals from permitting agencies.
COMPENSATION:
BASIC SERVICES:For Basic Services as defined above,Green Dade,Inc.will be compensated as follows:
Phase 1A:a lump sum fee of 5197,432.00.Refer to description of each task and fee proposal for additional information.Design fees
and terms are valid for a year. Project stop/holds longer than 6 months may require additional negotiations andlor revision of proposed fee.
Any additional/excluded services wou�d be negotiated separately.
Future Phase 1B and 2:a lump sum fee of 89,233.00. Refer to description of each task and fee proposal for additional information.
Design fees and terms are valid for a year. Project stop/holds longer than 6 months may require additional negotiations andlor revision of
proposed fee. Any additionallexcluded services would be negotiated separately. Future Phase 16 and 2 costs assume that Phase 1A is
complete at the same time or before Future Phase 1 B and 2.
Thank you for your time and consideration in advance;and looking forvvard to continuing providing RIBBECK ENGINEERING.INC.,and the City
of Miami B ch with all the help and support needed.
Since ly
,� '1
Edmundo o ' ,PE
President�Green Da ,Inc.
9�
GREEN DADE,INC.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Proposal Breakdown for Engineering Services and Limited Construction Support-Phase 1A
Miami Beach Task 2 Task 4 Task 5 Task 6 Task 6
Task 7
Position Name 8(Company) Category Off�cial Field Studies 30%Design 90°o Design 100io Design Permitting Set Added
Title Consuttant and 8 g 8 Bid Set �' Labor Cosl
Houdy Rate Data Gathering Plan Development Plan Development Plan Development Permrtting Sernces
$ Hrs $ Hrs 5 Hrs $ Hrs S Hrs 5 Hrs 5 $
[21 [31 [�1x[2x[3 [a (�)x[2]za� Sl [�Ix[z1X(51 6 f�lx[21x161 � [�lx[ZIX[�1 91 IUxf11x[9] [�2]
Senior Project Mana er Green Dade,Inc. RS S 277.50 8 5 1.740 8 $ 1.740 7$ y 3,975 2 S 435 2 S 435 4 S 870 S 9,135
ProjectManager GreenDade.lnc. RS $ 188.50 24 5 4.524 40 S 7.540 112 S 21,112 10 $ 1.885 10 S 1,885 2D S 3,7�0 $ 40,716
Senior Professional En ineer G�een Dade,Inc. RS $ 21Z50 8 S 1740 8 5 1.7A0 38 5 8265 2 S 435 2 S 435 4 5 870 $ 13,485
Professional En ineer Green Dade,Ina RS $ 788.50 32 S 6.032 48 S 9.048 124 S 23,374 16 $ 3.016 16 5 3076 2D S 3.770 $ 48,256
Desi n En Ineer Green Dade.Ina N-RS $ 730.50 44 S 5,742 66 S 8,613 188 S 24,534 20 $ 2,610 20 S 2.610 32 4,176 $ 48,285
CAD Mana er Green Dade,Inc. N-RS $ 707.50 44 5 4,466 66 5 6,695 188 S 19.082 20 3 2.030 20 S 2.030 32 5 3248 $ 37,555
Sub-totals 160 S 24.2a5 236 5 35.380 668 S 100282 70 $ 10411 70 � 10:a11 112 S 16704 f 197,432
Summary of Direct Expanses
Units No.of CosU Descnption Total
, Mileage as required for on-site visits 0.70/mile for use of personal vehwle) $ -
Subtotal Direct Expense $ -
Labor,Direct Expense S 197,432
Notes 1.-For invoices bilied on an hourry basis.receipts for all expenses must be submitted. Travei expenses must be accompanied by a sletement explaining the pwpose of the expense and Ihe parties invoWed.
Summary oi Reimbursable Expenses
Total
Applicable PeimR Fees No.of
Reimbursable Expenses S
Notes 2-For invoices where Permrt Fees are biiled,recelpts must be submdted.
j 197,432.00
„ .,.:. ,. :..:-..._. ,.
t,�,#x.t� -c � s , m ..,. ., ,�.
� X
��'C r+V�'$� '�'' '. .�8�
$�k�� �
: +
`,. . �
�s..'J* � �.,. .' ' . . 4: . v.� ...'�
z,� a ..:,� , . „u . .. ' � :�x ::E ' .
t
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Proposal Breakdown for Engineering Services and Limited Construction Support-Future Phase 1 B and 2
Task 7
M�ami Beach Task 2 Task 4 Task 5 Task 6 Task 8
100%Design
Ca�egory Laba Official FieltlSWdies 30%Design 60%Design 90%Des�gn PermRungSet TdalLabor AdOed
Position Name 8(Canpany) Title MulOplier Consultant and & 8 8 8 & (Sum 3-9) Lahar Cost
Hourly Rate Data Gathering Plan pevr.lopment Plan Dr.velopment Plan Devebpmen[ Plan Development permiltlng Services
(eld Set)
$ Mrs $ Hrs $ Hre b Hrs $ Hrs $ Hrs $ Hours S
1 2 3 1z"lx3 4 1x2x4 5 ix2z5 � 6 1 2x6 Ix2 7 B 1 2x9 17 12
Senwr Project Manager Cxeen Dade,Ix RS 1 $ 217 50 4 g 870 4 5 870 6 $ 1,305 B g i;i05 2 5 435 2 $ 435 24 $ 5,220
ProjeciMana er CxeenDade.lnc. RS 1 $ 188.50 12 E 2262 I6 $ 3.Otfi 24 y a,524 24 $ d.524 4 5 754 10 S 1.885 � S 16965
Senior Pro(essional Englneer Green Dade.Inc. RS 1 S 21 Z50 < $ 870 4 $ 870 8 b �305 6 $ 1.305 2 g 435 2 $ 435 24 $ 5,220
Prolessional Engineer Cxeen Datle.Inc. RS 1 g 188.50 16 $ 3,016 20 $ 3 770 32 ; 6,032 32 S 6 D32 4 5 754 12 $ 2262 116 $ 21,B6fi
Desi n E ineer G�een Daae.Inc. N-RS 1 $ 130.50 ZO $ 2 610 28 $ 3.654 44 5 5742 41 $ 5J42 B 5 I.u4i 16 $ 2.088 16D $ 20 B80
CAD Manager Green�atle.Inc. N-RS 1 S 107.50 n1 S 2.030 �b 5 2.&12 56 S 5.684 C£ $ 5.684 6 S 812 20 $ 2,030 188 $ 19,082
Sub-tolals 76 $ 11658 100 $ 15,022 188 S 24.592 188 E 24.592 28 5 d.234 62 S 5.135 602 S 89,233
Summary of Direct Expenses
Unita No.of Cosi!Descri hm ToWI
Mileage es requiretl for on-s�e visits OJOI mne ta use of rscxial vehicle $
Subtolal Dliect Expense $
Labor,Diract Expense S 89,233
NoteS�-Fp invoices bitled on an houdy basia.receipls for all ezpenses must be submRtad. Traval expenses must be accompanied by a statement explaining tlie purpose of IOe expense aM ihe parties irndved.
Summary of Reimbursable Expenaes
Total
Applicable Permil Fees No.ot
Rsimbursable Expanses S
NOies 2.-For invoices where Permit Fces are billed,receipts mus�6e submitled.
Total of Labor,Dlrect and Reimbursable Ezpenses,and Allowances S 89,233.00
.. ,�-, -�z��, �I I -
�M1 � fe � .
,e:+.: �'F' �.: '`3 '�es;�` �I I���I
y "� k : +�'
�, s.;_�
w�
�'>. .�.f.. r .. ,
- v.. 4 . -. _- . - ..
i. . _
�t� h
� ,::Yi� .5 w,y. _
yr Y
: E
s, '�k e,'�:, .���''� �, �
� ... :a��a `� ��:y, G '�..'��"v`�yd :. ',� ,
ys a A
. ... ... . � t��V;2�, M�l.'S. '`N � r �;�H�
_ s .,:.�t,q.f a.�.a. �.F � � t'"` ���.P.
. 'e4�,q. '� `� �
..� , '"' '�,� R^+l'Yf'k .'. ,� ..4 S : ui a .
. e?�: ,�:�yA � '�� '
���a :t '�' $,<� r� Y s•�'.�','- .
. .. :�•. _ . . .... ,.. �
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. , �;�ti.:....H �RIBBECK
�'�Engineering,inc.
Attachment C-3 — Scope from HDR
o Temporary Traffic Control Analysis and Plans
o Landscape Analysis and Plans
o Structural Analysis and Plans
o Drainage Analysis QC
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID:70D90388-5115-4935-BD2D-586D670CDFF9
. • . � -� � r�� �RIBBECK
, , `'� ��``' "� �`ngineering,Inc.
Temporary Traffic Control Ptans,
Landscape, Structures and Drainage QC
Scope for Phase 1 A and Future 1 B and 2
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305)383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
1 ��
Background
HDR Engineering, Inc. (HDR) will be providing engineering support to Ribbeck Engineering, Inc.
(REI)for the completion of the following services in relation to the North Beach Town Center(North
Shore D) Neighborhood Improvement Project:
• Tree inventory and Arborist Reports
• Environmental Services (Benthic Survey)
• Drainage analysis support
• Development of a Temporary Traffic Control Plan (TTCP)
• Structural analysis and design plans for mast arms, overhead signs, seawall retrofit, and
minor roadway retaining walls.
• Landscape architecture analysis.
• Preparation of permitting set and associated permitting services.
HDR's scope of work will be coordinated with REI to support the overall project goals and ensure
compliance with applicable local, state, and federal regulations. The permitting set and associated
services will be prepared in accordance with the requirements of regulatory agencies such as the
Florida Department of Environmental Protection (FDEP), Miami-Dade County, and the City of Miami
Beach, among others.
HDR will coordinate closely with REI to ensure all deliverables align with the overall project schedule,
design intent, and regulatory requirements, supporting the successful advancement of the North
Beach Town Center (North Shore D) Neighborhood Improvement Project, which will be executed in
two phases.
Scope of Work
Drainage Analysis and Plans
HDR will perform an independent review of the drainage report to ensure compliance with applicable
regulations, design criteria, and best engineering practices. The review will assess the adequacy of
the proposed stormwater management approach, including system capacity, conveyance, and
outfall conditions. HDR will confirm that the drainage design meets the requirements of the City of
Miami Beach, Miami-Dade County, and the South Florida Water Management District (SFWMD),
providing comments or recommendations as needed to support permitting and project approvals.
All work will be completed in Phase 1A.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Temporary Traffic Control Plan (TTCP Analysis and Plans
Scope includes analysis to develop a TTCP concept, including lane configurations, lane closure
analysis, traffic pacing, detour and diversion usage, lane shifts, and pedestrian TTCP concepts.
Development of master TTCP files will show each phase and include work necessary for lane
configurations, diversions, lane shifts, signing and pavement markings, temporary traffic control
devices, and temporary pedestrian routes.
A 3D model is not included. The Master Plan will be developed at 1:40 scale for a total 12 corridors
dived into two phases (Phase 1A and Future Phases 1 B and 2). Temporary signalization,
lighting, and drainage are to be provided by others. Changes to approved TTCPs due to special
events are excluded from this scope.
#of Phase sheets/ Total Detours Stage
Corridor Miles Stages corridor Sheets Sheets Typical
73rd St 0.30 2 Future 1 B and 2 3 6 6 2
72nd St 0.30 2 1A 3 6 6 2
71 st St 0.50 2 1 A 5 10 10 2
69th St 0.25 2 1 A 3 6 6 2
Bonita Dr 0.15 2 1 A 2 4 4 2
Phase 1A,
Dickens Ave 0.25 2 Future 1 B and 2 3 6 6 2
Indian Creek 0.40 2 1A 4 8 8 2
Carlye Ave 0.15 2 1 A 2 4 4 2
Byron Ave 0.30 2 1 A 3 6 6 2
Abbot Ave 0.50 2 Future 1 B and 2 5 10 10 2
Harding Ave 0.30 2 Future 16 and 2 3 6 6 2
Collins Ave 0.25 2 Future 1 B and 2 3 6 6 2
3.65 39 78 78 24
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
/ ��
Structures Analysis and Plans
Analyze, design, and develop contract documents for the following:
Phase Item Description Notes/Assumptions
Phase 1A Signalization mast arms 48 units
Phase 1A Overhead sign structures 2 units
Phase 1A Seawall retrofitting for outfalls 2 locations
Phase 1A Roadway special retaining wall 1 unit; assumes 7' high retaining wall
Future Phases 1 B and 2 Signalization mast arms 13 units
Provide Design Documentation with each submittal consisting of structural design calculations and
other supporting documentation developed during the development of the plans. The design
calculations submitted shall adequately address the complete design of structural elements. All
computer programs and parameters used in the design calculations shall include sufficient backup
information to facilitate the review task.
Landscape Architecture Analysis and Plans
Conduct research and collect data necessary to complete the initial design analysis. Includes
identifying local ordinances and collection of other project data to be able to produce the following:
Phase Scope Item Notes/Exclusions
Includes72nd St, 71st St, 69th St, Bonita
Phase 1A Existing tree inventory and tree Dr, Indian Creek, Carlye Ave, Byron Ave,
disposition and Dickens Ave from 71 st to 72nd Street
&2 Pump Stations
Phase 1A Landscape and hardscape Four corridors: 69th St, 71st St, 72nd St
design
Future Phases 1 B and 2 Irrigation design Proposed irrigation along 73rd St only
Phase 1A Miscellaneous details for Includes 69th St, 71st St, 72nd St
potential median treatments
Collins Ave, Harding Ave, and Abbot Ave,
Future Phases 1 B and 2 Existing tree inventory and tree �3rd St, &Dickens Ave from 72nd St to
disposition 73rd St.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Phase Scope Item Notes/Exclusions
Future Phases 1 B and 2 Landscape and hardscape 73rd St
design
Future Phases 1 B and 2 Miscellaneous details for 73rd
potential median treatments
Phase 1A& Future Phases 1 B
and 2 Harmonization Not included
The scope includes landscaping, irrigation, and hardscape improvements for the four identified
corridors. Any revisions to Phase 1A roadway typical sections or cross sections for the remaining
corridors that require additional work will be negotiated as part of Future Phases 1 B and 2.
Environmental Services and Permitting Support
Conduct field work and complete environmental permit applications. The permitting processes
include coordination with the U.S. Fish & Wildlife Service (USFWS) and the National Marine
Fisheries Service (NMFS) for impacts to federally listed species, and the Florida Fish and Wildlife
Commission (FWC) for impacts to state listed species. This coordination includes an analysis of
noise impacts to the endangered smalltooth sawfish, and an analysis of Essential Fish Habitat for
the NMFS.
Perform a benthic survey to verify limits of seagrass and corals. A benthic survey to be conducted
within the seagrass growing season (June through September) to determine if there are any
submerged aquatic resources (seagrasses and corals).
Consultant to perform a Phase I Environmental Site Assessment including background research on
information available from environmental agencies, obtain data from Environmental Data Resources
(EDR)and conduct a site visit of the project area focusing on an analysis of potential contamination.
Prepare a memorandum presenting the results of a background search to identify known cultural
resources (archaeological and historic/aboveground) in the project limits, and recommend further
investigations, if necessary. Develop permit application packages that include necessary information
for the review of the permits listed above.
Consultant to coordinate with RER to determine if the project will meet the requirements of
Programmatic General Permit 42 which involves a partial delegation of federal 404 authority to RER
to reduce permitting process. If RER deems the project does not meet the requirements, a
Nationwide Permit 7 for stormwater outfalls with the USACE will be required.
Assumes no mitigation is required and not included in this scope. Permits fees are not included.
Post Design and Limited Construction Support Services
Not Included in this Scope.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Contract Document Development
Sheet No. Drawing No. Title
Temporary Traffic Control Plan (TTCP)
TCP-1 TTCP Layout
TCP-2 TTCP General Notes
TCP-3—TCP-26 TTCP Typical Sections
TCP-27—TCP-104 TTCP
TCP-105—TCP-182 Detour Plan
Special Retaining Walls
RW-1 General Notes
RW-2 Section and Details
RW-3 Reinforcing Bar List
Seawall/Bulkheads
W-1—W-5 General Notes,Tables and Misc. Details
W-6—W-7 Wall Plan and Elevations
W-8—W-9 Details
Miscellaneous Structures
MST-1 Cantilever Sign Structures Data Table
MST-2—MST12 Mast Arms Data Table
Landscape Plans
LD-1 Key Sheet
LD-2 Plant Schedule
LD-3 General Notes
LD-4—LD-24 Tree Disposition Plans
Docusign Envelope ID�70D9D388-5115-4935-BD2D-586D670CDFF9
���
LD-25—LD-41 Planting Plans
LD-42—LD-43 Planting Details and Notes
LD-44—LD-48 Irrigation Plan
LD-49—LD-51 Irrigation Details and Notes
LD-52—LD-68 Hardscape Plans
LD-69—LD-70 Hardscape Details and Notes
LD-71 Maintenance Plan
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Project Staffing
Category Staff Discipline
Chief Engineer 2 Alex Vazquez, P.E. Drainage
Chief Engineer 1 Javier Manso, P.E. TTCP
Chief Engineer 1 Giancarlo Pena, P.E. Drainage
Senior Engineer Juliana Ortiz, P.E. TTCP
Project Engineer Dennis Rodriguez, P.E. Structures
Senior Designer Sandra Sequeira Drainage
Senior Environmental Specialist Ken Huntington Permitting
Landscape Architect Keving Might, RLA Landscape
Engineering Intern Chris Alli, E.I. TTCP
CADD Technician Eydar Castro Structures
Designer Kalinga Palugaswewa TTCP
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Summary of Tasks
TASK 1 — Project Management
• Task 1.1 Proiect Management, Contract Management and Meetings (Not Included)
• Task 1.2 City and Stakeholder Coordination (Not Included)
• Task 1.3 Field Site Visit/Assessment Review(Not Included)
7hese tasks typically encompass coordination and participation in City-led public meetings,
coordination with City staff, and key stakeholders.
TASK 2— Fietd Studies and Data Gathering
• Task 2.1 Development of Subsurface Utility Engineering (SUE) GPR/Designates (Not
Included)
• Task 2.1 Subsurface Utility Engineering (SUE) Locates/Test Holes (Not Included)
• Task 2.2 Supplemental Survey (Not Included)
• Task 2.3 Geotechnical Engineering Evaluation (Not Included)
• Task 2.4 Tree inventory and Arborist Report
Phase Scope Item Notes/Exclusions
Existing tree inventory and Includes 72nd St, 71st St, 69th St, Bonita Dr,
Phase 1A Indian Creek, Carlye Ave, Byron Ave, and Dickens
tree disposition Ave from 71 st to 72nd Street
Future
Phase 1 B Existing tree inventory and Collins Ave, Harding Ave, and Abbot Ave, 73rd St, &
and 2 tree disposition Dickens Ave from 72nd St to 73rd St.
• Task 2.5 Environmental Services
Phase Item Description Notes/Assumptions
Phase 1A Benthic survey Conducted during seagrass growing season (June—
September) to verify limits of seagrass and corals
• Task 2.6 Traffic Data Collection (Not Included)
• Task 2.7 Traffic Studies (Not Included)
• Task 2.8 Preliminary Design (Not fncluded)
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
TASK 3 — Stakeholder/Public Involvement, Information Gathering, and Consensus-Building
Program
• Task 3.1 Support for the development of the Public Outreach Plan (Not Included)
• Task 3.2 Support for the implementation of the Public Outreach Plan (Not Included)
• Task 3.3 Support the Outreach and Coordination with Major Stakeholders (Not Included)
These tasks typically involve facilitating communication with major stakeholders to ensure their input
is considered throughout the planning and design process.
TASK 4—30% Design 8� Plan Development
• Task 4.1 Utility Coordination (Not Included)
• Task 4.2 Roadway and Harmonization Analysis and Plans (Not Included)
• Task 4.3 Drainage Analysis
Phase Item Description Notes/Assumptions
Phase 1A Drainage Analysis Perform independent review of drainage report a
calculations
• Task 4.4 Water and Sewer Analysis and Plans (Not Included)
• Task 4.5 Temporary Traffic Control Plan (TTCP)
Phase Scope Item Notes/Exclusions
Typical section for each phase. Includes72nd St, 71st St, 69th
Description of the phasing sequence and St, Bonita Dr, Indian Creek,
Phase 1A Carlye Ave, Byron Ave, and
work involved. Dickens Ave from 71st to 72nd
Other worksheets as necessary to convey Street
concept and scope.
Typical section for each phase.
Future Collins Ave, Harding Ave, and Abbot
Phase 1 B Description of the phasing sequence and Ave, 73rd St, & Dickens Ave from
and 2 Work involved. 72nd St to 73rd St.
Other worksheets as necessary to convey
concept and scope
• Task 4.6 Signing and Pavement Markings Analysis and Plans (Not Included)
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
• Task 4.7 Signalization Analysis and Plans (Not included)
• Task 4.8 Lighting Analysis and Plans (Not Included)
• Task 4.9 Mechanical and Electrical Analysis and Plans (Not Included)
• Task 4.10 Structural Analysis and Plans
Phase Scope Item Notes/Exclusions
Conceptual Signaiization Pians—
Mast Arm Pole Schedule
Includes 48 signalization mast arms, 2
Conceptual Signing and Marking Overhead sign structures, 2 Seawall
Phase 1A retrofitting for outfalls and 1 roadway
Plans— Cantilever Sign Structure special retaining wall.A new seawafl design
is not included.
Conceptual Roadway Retaining
walls and Seawall Retrofit Plans
Conceptual Signalization Plans—
Future
Phase 1 B Mast Arm Pole Schedule Includes 13 signalization mast arms
and 2
• Task 4.11 Landscape Plans
Phase 1A Landscape and hardscape Four corridors: 69th St, 71st St, 72nd St
Conceptual design
Future
Phase 1 B Landscape and hardscape 73rd St
Conceptual design
and 2
Future
Phase 1 B Conceptual Irrigation design Proposed irrigation along 73rd St only
and 2
Task 5-90% Design 8� Plan Development
Address 30% Submittal Package comments
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
• Task 5.1 Utility Coordination (Not Included)
• Task 5.2 Roadway and Harmonization Analysis and Plans (Not Included
• Task 5.3 Drainage Analysis
Phase Item Description Notes/Assumptions
Phase 1A Drainage Analysis Perform independent review of drainage report a
calculations
• Task 5.4 Water and Sewer Analysis and Plans (Not Included)
• Task 5.5 Temporary Traffic Control Plan (TTCP)
Phase Scope Item Notes I Exclusions
Includes72nd St, 71st St, 69th St,
Phase 1A General and phasing notes complete Bonita Dr, Indian Creek, Carlye Ave,
TTCP and detour plans mostly complete BYron Ave, and Dickens Ave from 71 st
to 72nd Street
Future Collins Ave, Harding Ave, and Abbot Ave,
Phase 1 B General and phasing notes complete 73rd St, 8� Dickens Ave from 72nd St to
and 2 TTCP and detour plans mostly complete 73rd St.
• Task 5.6 Signing and Pavement Markings Analysis and Plans (Not Included)
• Task 5.7 Signalization Analysis and Plans (Not Included)
• Task 5.8 Lighting Analysis and Plans (Not Included)
• Task 5.9 Mechanical and Electrical Anatysis and Plans (Not Included)
• Task 5.10 Structural Analysis and Plans
Phase Scope Item Notes/Exclusions
Signalization Plans— Mast Arm Pole Schedu Includes 48 signalization mast arms, 2
Overhead sign structures, 2 Seawall
Phase 1A • Pole locations, number, and type retrofitting for outfalls and 1 roadway
• Pole dimensions special retaining wall. A new seawall
• Foundation designs design is not included.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Phase Scope Item Notes/Exclusions
Signing and Marking Plans — Cantilever Si
Structure
• Pole locations, number, and type
• Pole dimensions
• Foundation designs
Miscellaneous Structures
• Roadway Retaining walls details
• Seawall Retrofit Plans
• Plans
Signalization Plans— Mast Arm Pole Schedu
Future . Pole locations, number, and type
Phase 1 B . Pole dimensions Includes 13 signalization mast arms
and 2 . Foundation designs
• Task 5.11 Landscape Plans
Phase 1A Landscape and hardscape Plans Corridors: 69th St, 71st St, 72nd St,
Future
Phase 1 B Landscape and hardscape Plans 73rd St
and 2
Phase 1A Irrigation Plans Proposed irrigation along 73rd St only
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Task 6— 100% Design 8� Plan Development
Address 90% Submittal Package comments.
• Task 6.1 Utility Coordination (Not Included)
• Task 6.2 Roadway and Harmonization Analysis and Plans (Not Included
• Task 6.3 Drainage Analysis
Phase Item Description Notes/Assumptions
Phase 1A Drainage Analysis Independent review of drainage report and calculations
• Task 6.4 Water and Sewer Analysis and Plans (Not Included)
• Task 6.5 Temporary Traffic Control Plan (TTCP)
Phase Scope Item Notes/Exclusions
Includes72nd St, 71 st St, 69th St,
General and phasing notes complete gonita Dr, Indian Creek, Carlye Ave,
Phase 1A
TTCP and detour plans mostly complete BYron Ave, and Dickens Ave from 71 st
to 72nd Street
Future General and phasing notes complete Collins Ave, Harding Ave, and Abbot Ave,
Phase 1 B 73rd St, & Dickens Ave from 72nd St to
and 2 TTCP and detour plans mostly complete 73rd St.
• Task 6.6 Signing and Pavement Markings Analysis and Plans (Not Included)
• Task 6.7 Signalization Analysis and Plans (Not Included)
• Task 6.8 Lighting Analysis and Plans (Not Included)
• Task 6.9 Mechanical and Electrical Analysis and Plans (Not Included)
• Task 6.10 Structural Analysis and Plans
Phase Scope Item Notes/Exclusions
Signalization Plans— Mast Arm Pole Schedu Includes 48 signalization mast arms, 2
Phase 1A Overhead sign structures, 2 Seawall
• Pole locations, number, and type
Pole dimensions retrofitting for outfalls and 1 roadway
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Phase Scope Item Notes/Exclusions
• Foundation designs special retaining wall. A new seawall
design is not included.
Signing and Marking Plans — Cantilever Si
Structure
• Pole locations, number, and type
• Pole dimensions
• Foundation designs
Miscellaneous Structures
• Roadway Retaining walls details
• Seawall Retrofit Plans
• 100% plans
Signalization Plans— Mast Arm Pole Schedu
Future . Pole locations, number, and type
Phase 1 B . Pole dimensions Includes 13 signalization mast arms
and 2 . Foundation designs
• Task 6.11 Landscape Plans
Phase 1A Landscape and hardscape Plans Corridors: 69th St, 71st St, 72nd St,
Future
Phase 1 B Landscape and hardscape Plans 73rd St
and 2
Phase 1A Irrigation Plans Proposed irrigation along 73rd St only
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Task 7— Bid Set
Prepare Submittal Package.
• Task 7.1 Utility Coordination (Not Included)
• Task 7.2 Roadway and Harmonization Analysis and Plans (Not Included
• Task 7.3 Drainage Analysis
Phase Item Description Notes/Assumptions
Phase 1A Final Drainage Analysis Independent review of drainage report and calculations
• Task 7.4 Water and Sewer Analysis and Plans (Not Included)
• Task 7.5 Temporary Traffic Control Plan (TTCP)
Phase Scope Item Notes/Exclusions
Includes72nd St, 71 st St, 69th St,
Phase 1A Final TTCP and detour plans Bonita Dr, Indian Creek, Carlye Ave,
Byron Ave, and Dickens Ave from 71 st
to 72nd Street
Future Collins Ave, Harding Ave, and Abbot Ave,
Phase 1 B Final TTCP and detour plans 73rd St, & Dickens Ave from 72nd St to
and 2 73rd St.
• Task 7.6 Signing and Pavement Markings Analysis and Plans (Not Included)
• Task 7.7 Signalization Analysis and Plans (Not Inc�uded)
• Task 7.8 Lighting Analysis and Plans (Not Included)
• Task 7.9 Mechanical and Electrical Analysis and Plans (Not Included)
• Task 7.10 Structural Analysis and Plans
Phase Scope Item Notes/Exclusions
Includes 61 signalization mast arms, 2
Phase 1A Final Signalization Plans— Mast Arm Overhead sign structures, 2 Seawall
retrofitting for outfalls and 1 roadway
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
���
Phase Scope Item Notes/Exclusions
Pole Schedule Special retaining wall. A new seawall
design is not included.
• Pole locations, number, and type
• Pole dimensions
• Foundation designs
Final Signing and Marking Plans—
Cantilever Sign Structure
• Pole locations, number, and type
• Pole dimensions
• Foundation designs
Final Miscellaneous Structures
• Roadway Retaining walls details
• Seawall Retrofit Plans
• Final plans
Final Signalization Plans — Mast Arm Pc
Schedule
Future
Phase 1 B • Pole locations, number, and type Includes 13 signalization mast arms
and 2 • Pole dimensions
• Foundation designs
• Task 7.11 Landscape Plans
Phase 1A Final Landscape and hardscape Plans Corridors: 69th St, 71st St, 72nd St,
Future
Phase 1 B Final Landscape and hardscape Plans 73rd St
and 2
Future
Phase 1 B Final Irrigation Plans Proposed irrigation along 73rd St only
and 2
Task 8— Permitting Set � Permitting Services
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
F��
• Task 8.1 Permit Plans Development
Phase Item Description Notes/Assumptions
Independent review of drainage report and caiculations
Phase 1A Final Drainage Analysis
Preparation of conformed set for permit is not included.
• Task 8.2 Permit Coordination and Application
Phase permit/Agency Requirements/ Notes
� USACE 404 Dredge & Fill Permit Requires basic footprint of the outFall and
scour protection
I SFWMD Environmental Includes wetland impacts and stormwater. It
Resource Permit requires 90% plans
� Miami-Dade RER Class I Permit For impacts to coastal systems, requires 90%
plans
I Miami-Dade RER Class II Permit For stormwater, it requires 90% plans
� Miami-Dade RER Class VI Permit If contamination is discovered within the project
limits: information required depends on findings
I FDEP Class V Well Permit For stormwater wells, it requires well plans
I Miami-Dade County In-lieu of USACE (pending RER determinatio
requires basic footprint of outfall and scc
Programmatic General Permit protection
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. . � ���=�,�� �RIBBECK
`Engineering,inc.
Temporary Traffic Control Plans,
Landscape, Structures and Drainage QC
Phase 1 A
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Emelope ID�.70D9D388-5115�935-BD2D-586D670CDFF9
North Shore D-Phase 1A-HDR Fee Breakdown
Propoaal Breaktlown lor Enqineering Services and Limitetl Conawc�ion Support•North S�ore D-Phase 7A-MDR Summary Labor Breakdown
Taak 3
Mlemi Bexc� Slake�oMeilP�01'ic
Task 2 Task d Taak 5 Task 6 Task B
LaDor Of(icial Task 1 Inwbamen�.Informa�an Task) To�al LaDor Raw CosLs MuMipYeE Conb
Poeition Name 8(Company) Fieltl$tudies an0 Dala JO%Design d Plens 90%�eaign!Plans 100%OBsgn 6 Plans Permrtung Set 6
Mulliplier Coneullant Pra�ed Managemeni Gathenng GaNenrg,and Davelopment Devebpman� Davekpment Bid�t parmitling Servicas (Sum Z9) [10�[2� �11��(1]
Moury Ratc CansensusEuilaing
Prvgram
S Mrs S Hrs E Mn $ Hre S Hn S Mrs 4 Mrs S Hrs f Hours S 5
1 � 3 '�K�2';a�3� 4 '�x'�ya 5 1v2�e5 1'x2x6 ix2x� 8 ta2'�B 9 �x1x9i 10 1�2�10 11 17 13
CnielE eer2 AlezVaz u z,P.E HDR 3.1] 5 1181s 000 S 00�5 0.00 f 16.00$ 6499.38 SB.00$ Z2]4]81 8.00 Y 3.�49.69 7.00 S 3.8d348 8.00 f J.149.89 95.00 5 17.1]3S1 5 38.59006
C�ielE ireert JavierManso,P.E.�HOR 3.1] 5 106.)1 U.00 5 0.00 5 0.40 f 31.00 4 '��04Bfi.2C 111.00 S 48)100] I1.00$ ].103.55 10.00 5 3,38264 0.00 E 206.00$ 21,9B1.B5 $ 69.68216
ScniwE in Julia�a0rtiz,P.E.HDR 7.1] 5 84.19 000 E 0.00 5 OAO S IB.00$ 11.01069 713.00$ S9.h1F.31 ]2.00$ 8.56046 15.00 S 6,003.34 0.00 S J18.00 5 36,]]3.1� 5 Ba8lf1)9
Pro dEn ineer DennisRatln uez.P.E.HDR 3.11 S �212 000 5 0.00 5 0.00 S 82.00 S 18.]9]90 384.00$ B802919 55.00 4 '2.60835 2].00 5 6.1B9.55 0.00$ 548.00 E 3962933 5 125.62a.9B
Senior Environmenlal S cia4s Ken Huntin Ion H�R 3.11 E 62.83 0.00 5 127.00 4 2529a.73 0.00 E 0.00 4 0.00$ 0.00 4 0.00 S 237.00$ a1,207.55 364.00 E 22.B70.12 E �l a9B 1B
LanEsra Arcni�ea Kevin M�i n1,RL4 M�R 3.11 S 55.86 0.00 E 106.00 5 18.769.Oa Olq S MS.OD 4 46,922.59 531.00 8 9a022.1a 106.00 4 !8.16904 53.00 E 9,38A.57 0.00 E 1061.00 S 59,264.11 S 18�.861a2
En in n Inlem C�risAlli,E.l.HDR 3.11 E c1<3 0.00 E 46.00 5 69164fi 0.00 S 110.00$ 25.S60.Ba 688.00$ ]3]]4.6J 83.00$ 124]9.�0 i0.00 E 6,014.31 0.00 S 821.00 S 3922585 E 12a.745.9d
CA�DTechnivan E CarCastro MDR 3.11 5 4a.93 0.00 E 0.00 E 0.00 E 69.00 4 9B2).P3 318.00 5 45<33.15 lB.00 4 6.55t a9 2Y.00 5 3,1373� 0.00 E 456.00 E 20aB"!44 E 6n945.18
Desi na 1(ali aPal�ac a HDR 3.11 5 �9.11 0.00 E 000$ 0.00 S 26.00$ 2,9]Sd2 117.00 E 1:i.B85.19 18.00$ 1,9B3.61 8.00 S 991.81 0.00 E 160.00 E 6,257.96 S 19.836.15
o.00 E o 00 E 0.00 S 0.00 S o 00 S 0.00 8 0.00 5 0.00 E 0.0o S S
a.00 E a.00 8 O.oO 5 0.0o S o.00 E a.00 5 o.ao S a.00 E o.00 S S
0.00 E 0.00 E 0.00 S 0.00 8 0.00 5 0.00 4 0.00 S 0.00 E 0 0o S f
o.00 0 00 0.00 0.00 0.0o a.00 o.00 o.00
SuCaolaLv 000 5 - 2]9.00 4 50.9802J 0.00 5 - 105.00 5 133,BBO.IS 715].00 E«5,�18.]0 387.00 4 �1,285.89 182.00 E 35.94z9� PI5.00 E 50.45324 C035.00 E 2<8,662.86 f 788,787.]6
Summ� of Dinct Ex nsas
Units _ No.ol Tatal
Mile e $
SuCtatal Direcl Expense$
Labor,Dinct Expansa S 788,38128 S 788,261.18
Noles 1.-For invoices�iXetl an an�ouAy basis,receipls la ell ewpenses must pe suDminetl.Travel expences musl be acwm{wnieC by a slatemenl eKplain�ing ihe purpoce of tli¢eypanse an0 the perties�invohretl.
Summa of Raimhursable Eipenaea
Total
1caDk Permn Fees No.o(
RNmbun�bk Expansea S
Nales 2-For invoic»s where Permil Feea are Eilbtl,receiOLL munt Ee submilteE.
Pro HI Summa
Com• Disci line P menl MeNotl Total
DIftFGT FX�F 45F S
Lump Sum Sub�otal S
Contingenry Su0[olsl S
�adiu�etl Albwance for Surve
Ded�cabtl Allowance for SubcuAace Utili Es lontion SUE
Detllcabd Albwance for Geol�chnical En inearin
Reimbursable Expenfef Subtotnl S
Oirect Expen�e Su6totel S
Tote�oT 4bor,Diroct anE Raimbuna0le Eapansae,end Allowances S
Docusign Envelope ID:70D9D388-5115-0935-BD2D-SB6D670CDFF9
TemponryTnMie Gonwl Plana-Fa�Bnekdown�P��w 7A
Propossl Breakdoan fo�Enpinooring Servicea antl LimNed Con�truc[ion Support-North S�ore D-Phaae 1A TTGP Labor Breakdown
Task 3
Stakeho�tler/h01ic
M ami Beac� Testi] ldsk E TpSk 5 Ti3k 6 TdSk) T�*8 T0�81 LaOM ftav C08�s MUM1ipI�COels
Inrohemem. P¢rtnini Se18
posi��an Name 8(Company) �aEor Of�oal T�*k� F�eiE StuC�es ana Da�a 30%Design 8 Pians 90%Desig^6 Plena 100%Ongn 3 Plans Bi0 Sel � � (Sum 7-9) ��O�r.�2� �11�a�11
MulUplier Cms�tlanl Pro�ecl Manageme�t Galnering Information Gat�enng, Develo0men: DevebDme�t Developmeni f ermnting Servicea
Mou�F�Rale dM Co�sens�s-
Builaing�'raqre���
S Hre b Hrs E Hrs S Hrs E �irs 8 Hrs S Hrs E Hn E Mours E S
1 P 3 traxJ 9 i+�+< 5 1�?RIS 6 1s2x6 ] 1�xJx� B �.).B 8 I�q�x9 10 1wPR10 11 �1 19
C�iNE i��r] FlexVaz uez.P.E.(HDR) 3.1] f 128.14 S 5 5 S 8 S 8 - 5 000 S E -
Cnm1En Irieari JavierManso.P.E.(HDft 3.1) f �06]t S S E 1600 f 54ta.23 ]0.00 E ?SOI'�.56 �100 5 llaD9� 5.00 S 1,691.J1 S - ��.�S ^1.311.05 5 JS,B56.03
SaniwEn inaer JulianaOroz,P.E.H�H 3.11 S ���9 $ 5 $ 48.00 E 128�0.69 ]33.00 S S9.St6.J' 32.00 5 BSA0�6 15.00 E 4,00].]d S 318.00 f �6,71].1] 5 BI,B10.�9
Proec�En�ineer �ennis Rodri�er.P.E.HDR 3.1] S 12.32 5 5 5 S S 5 $ - 5 0.00 f - S
Seniw Enn��onmen�el5 euel�s Ken Huntin ton HDR 3.1) S 6].83 S S E S E 5 S S - 0.00 S 5
Lantlscape Arcnitect Kavin Mi ht,ftLA HOR 7.11 S SS.Bfi S $ 5 5 S $ - S S O.DD 5 - f -
Fr ineenn Inlem ChnsAII�,E.I.HDR 3.1i S 4�4� 3 8 E 56.00 S Ba20.0� 260.OU 5 3909304 3].OD$ �S6J.2a 19.00 S 2856.80 5 - ��Z��5 11fi44.51 S 55933.13
CAODTecnnician E tlarCastro HDft 3.t1 f a4.9J S E 5 16.00 S 22]8.10 ]400 E 10,5�935 1100 Y '-566.66 5.00 5 ]12.12 8 - 108.00 5 4.]6Z.<] f 15,098.90
Oes�ne� Nalin Palu aswewa HDR 3.11 S J9.11 5 5 E 70.00 f 2915.<2 112.00 S 13895.25 1600 S '9dJ.5t 8.00 E 991.91 E - 160.00 S 6.25]A6 f 19.836.15
0 5 E 4 b 8 5 S 5 - $ - 0.00 4 f
0 S S f E E 5 8 5 - 8 o.a0 S - E
0 S 5 E S 5 5 5 5 - E - 000 f - S -
5 s
Suoaotals 0.00 $ - 0.00 S - OAO S - 160. S J1,89�.�5 �q.00 S 16B.06'S5 10I00 5�'3)a.88 SY.00 f 10.Y5539 0.00 E - 106200 S 66.1d8.59 S 377,593.00
Summary o/Dlroct E�[penses
Unils No.ol Tolal
f
Milea e
Subtotal Direcl Eapenee$
Wbor,Dincl Exp�nw S 211.597.00
Nples 1-For inw�ices�illeE m en�ouM Oaus,receipts/or all expensea musl Ee suEmitlaE.T2vN eapenses must De ercompanred�oy a ste�ement eaqainirg Ne W�Wse al�M expense aM Ilro parties�nvoNeO.
Summary of RaimEursabN Eapanses
TeUI
AppYceble Permil Feas Na.of
RaimburaabN E�p�nu�S
NOtE3��For inwitm where Peemil Fea�ara EiIbE,remipte musi Ee eubmiMtl.
Propoaal5umma
Gom n
P menlMeNOC TOLI
f
DIIiECT EXPENSE
{
Lump Sum Su�toUl
S
co�no e o s�eio�,i
oea�nrea nibwa�ca�o.s�na
Oetlicated Albwance lor Sub�urtau Utili Ea Ionlion SUE
Detlicata0 Allow�nca lor Geolechnlcal Englneerin
S
Reimbursable Eapenaea Subio�al
S
Diract Expense Sublobl
Tobl of L�Oor,Dircct and Roimbunabb E�pan�as,antl Allowenns S
Docusign Envelope ID�.70D9D388-5115r1935-BD2D-58fiD670WFF9
Environmental Service�-Fa�8naktlown-Phase tA
Propoul Bre�kdown�or Engi�e�ing Servicec and Limttad Conslruction Suppon-North Shore D-Phase 1A-Environmantal La6or Broakdwon
Taak]
Miami BeacM1 SlekaliolEer/Public
Taak 2 Task 4 Taak 5 Task 6 Taak 8
LeOor OHicul Task 1 Involvemenl. TdSk 1 lolal LdOw Hdw Cw6 Muhiplied Cofi9
Poe1lion Name&(Company) M�Mipler Consullant Prajec�Managemen� F�ieIE S�uares arN Dala „�orma4an Gal�eri 30%Dasgn 6 Plans 90%Desqn 8 Pbns 1p0•k Deagn 8 Plar.s Bb�� Permilurg Sel A
HourtyRale Gal�enng anEConxnsua� �`�b0��� Oevelopmenl Devebqnenl Perm�tling5ervicea (5um}9) ��p�i�z� ��������
Buikirrg Prvgram
5 Hn 5 Hrs 5 Hn 5 Hn 5 Hn 5 Hn 4 Hrs 5 Hrs 5 Hours 5 5
1 ] 7 1.12.'.�'� t 2zC� 5 1�2 5 6 1 2y6 1:Jat] p ty�lz,8t 9 "�nl�n9 10 t.1-a10 11 t2 13
C��efEn'i�er2 NezVaruez.P.E.(HDR) 3.1] f �ZB.t4 $ S S S b f 5� 5 000f 5
LnelEn�rea�1 JavierManso,P.E(HDR 3.1) f �06.�� $ f S S S S 5 S 0.00 5 5
SenimEn i� JuhanaOrtrz.P.E.HDR 3.1) 5 8<i9 E f S S E 5 S f 0.00 5 f
Proe<iC�in err DennisRodri uez.PE.HDR 3.1] f ]2.32 5 5 S S f S 5 S 0.00 5 5
SaniorEnvironman�zl5 oaLs KenHunt.n ton HDR 3.1) S fi1.03 E 12100 5 25.294.1] b $ 5 4 E 237.00 S 4�.203.55 360.00 5 22.8]D.12 S ]2<99.iB
Lanasca eNcnuec� Kavin M.��,RLA N�R 3.1� S 5586 8 5 5 $ 5 S 5 8 0.00 5 5
tn ineenn Imam Cnnsnn�i,E.i.noR 3.ii 5 <i.n3 g E 5 8 5 S S E o.o0 4 E
CMOTec�nician EEarCastro HDR 3.1] 5 44.93 5 S E S 5 $ S $ 0.00$ E
Dea ne Kalin ePalu s ewa HOR 3.1] 5 39.�1 $ S S 8 5 $ 5 $ 0.00 5 E
0 5 5 E 5 8 S 8 5 8 0.00 E E
o E 5 E 5 5 E S S E ooa S S
o E S 5 5 5 8 5 5 E ooa 5 E
0 E
Suo-tolals 0.00 8 - 12]. S �S,i9a.]] 0.00 5 - 0.00 S - 0.00 5 - O.OD $ - 0.00 S - 337.00 5 4],203.55 966.00 5 22.8]0.�2 S 77,19B.28
Summary o/Direct E:penses
Units No.ol Total
Milea
S�Dioul Direct Eapence E
Labor,Dlnet Ezpcnw S 77.19838
ryo�¢g i.-For invoices blktl on an M1ourly baas,rece�0�s lor all expensas musl Ce suEmittetl.TrevN ezpensas must Oa aaanpenieE Cy a slatement esplainirq Me puryme al tl�e eapanse anC tM partwa inwNeO.
Summ�ry of Reim6unahle EYpenxa
TINaI
AppLcable Permit Fces No.ol
ReimDursable EYpensas S
Noles Z.-For'invoires w�ere Permit Fees are OilleE,receip�a musl be cuCmitletl.
PropoulSumma
Cam Ditei i Pa m�nt M�t�oE Te�al
DIRCCT�X4'I-NSC S
Lum Sum Subtatal S
Contlnyanry Subtotal S
DsdltabC Albwanq tor Survey
Dadiutad Allawenw for Suhsurtece Utili E:ploration SUE
OaCiceteE Allowence!or Geotec�niwl En in
Reimbuna0k Ez e�SubWbl S
Olnct Ex a se Subtobl S
Tobl of LaDor,Dlrect antl RelmCursabN Eapen�es,�ntl PJbwanuc S
Docusign Envelope ID�.7009D388-5115-0935-BD2D-5B6D670CDFF9
Structuros-Fea 6roakEown-Phasa 1A
Propocal Breakdown for Engineering Servicea and Limited Construclion Supporl�Norih Shore D-Phese 1A-Misc.S[ruc[ures
Task 3
Miami Beacn SlakehaNplPu�lic
Task 2 Task 4 Tdsk 5 Teik 6 TaSk B
LeEe� OIfKNI Task 1 InvOlvemCnl, Task/ Tolal LaDor Raw Cosls Mutl�plyp CWb
PovUan Name 8(Company� F�eld SWCies aM Oata 70%Oeagn d Piars 90%Deaign 6 Pbns 100%Oesign d Plens Permnung Se�d
MWUpYer ConwMnt Pmlec�Management �a�M1e.� InfprnalianGal�er�ig, pe,�elooment Devebpment Deveio0men� Bia5e1 p��ning5enices lSum}9) �tON�21 I>>W�I
HourM Hale and Consensus-
BuiNing Progra.�n
E Hn 4 Hn 5 FYs 5 Hrc S Hm E Mro 5 Hrs $ Hrs Y Hours 5 f
1 ? 3 tazx3 4 1n�xa 5 '1n]x5 8 iz�2x6 1 ix2x]I 8 1.�.8 9 ix]e9 10 1x2 10 11 12 13
ChielE �i eerl AleaVazpuez,P.E.MDR ].11 $ 128.1d S f 5 S S 4 5 b 0.00 5 5
CM1ief En neer 1 Javiar Manw.P.E.MDR 3.1] 5 106.]� S S S 15.00 E 5 01J.9) 10.00$ 2]6]8.51 10.00 f J JBJ 6n 5.00 5 1.fi9'3J E 100.00 S 10.fi)0 80 S 33.826.6C
SaniorEn ineer JulianaOHiz,P.E.HDR ].1] 5 84.t9 S f 5 S $ 5 5 S 0.00 3 S
Proec;En�inxr DennisRodr�ue1.P.E.HDR J.1] 5 1�.32 5 S 5 82.00 f 18.�9).90 ]8l.00$ BB029.19 55.00 f 1260N 35 27.00 5 6109.55 E S1N.D0$ 39,6283] S 125,620.BB
SanarErvironmentel5 �alig KenHuntin ton HDR J.1] 5 fi2.93 5 S $ E 5 S $ $ J.�O$ S
LandscapeMniteci Kevi Mi�LRLA�r10H 3.1) S 55.B6 5 S 5 S S Y S 5 0.0�S S
F n in n. In�er� C�ris Alli.E.I.MDR ]1] S hc 43 5 S 5 S f S 5 5 0.00$ f
CAoOT¢�nnioa� E rGasVa HDR ].1] f a.93 5 S 5 53.00 5 1,5a0.a5 Y/3.00 S 34893.80 75.00 S <98ae3 1].00 5 2p2t2o S �50.oa S 15]25.01 5 <9B69.P8
Dosi ner 1(alin aPal a wawa HDR J.1] § 39.t1 5 S 5 5 S 5 5 E 0.�0 S S
0 5 5 5 5 5 f 5 S b ooa f E
0 S S 5 S 4 E S f S o.oa E E
0 S S S S 5 E S 4 5 0.00 5 S
0 f
Subtotels 0.00 f - 0. 5 - OAO 5 � 760. 5 31420.32 89D.U0 S 1d6.6Ct50 100.00 5 20,9�S.B2 19.00 $�0.3020] 0.00 5 - 998.00 5 fifi,025.td S 208,289.70
Summary o1 Ulmtt F�penses
Units Ne.ol Telal
Mile 5
SuEmml�rten E�pensa 5
Labor,Dinct Ec ns� S 109.79Y.70
Notes 1�For imoicez dlleE on en Mu�y CasK.�emipls M all ezpanses musl Ce suEm�teE.TravBl etpinEls must�a amompanie0 Dy a s�etement ex0�ining ihe puryosa ol Ne m[penx arM Me perlies invdwE.
Summary of Raimbunable EYpenses
Tobl
AppiMable Pertnil Fees No.af
Rsimburuble Expenwa f
NOIBs Z,Foi'irnarec wl�are Permil feas are dlkE,receip�s must pe suDmAbE.
Pro ul5umma
Com n Disei li�u P nt IMtMC Twl
�IRF C�E%Pf NSC 5
Lum Sum Subtot�l S
Conlinganry Sub�olal S
DaElcateA Allowanca}or Sum
DeEiutetlAllowancofor5u6cuAsceUtili E:plontion SIIE
DeEicateE Allowance for Geabchnical En in
Reimburaabk E• ef SuCto�al S
Dlncl Ez ae Sublotal s
Tolal o!4bor,Ulnct antl R�Imbunabb Ecp�n�st,�ntl Nlow�nus f
Docusign Envelope ID:70D9D388-5115-0935-BD2D-58fiD670CDFF9
Structures-Fa�Breakdown-Phaae 1A
Proposal Breakdown for Engi�enng Services and Limited Construction Suppart�Nor1h Shorc D-Phue/A-Landaupe Architectun
Task 3
Mami BBaU SUkMaIEerlPuGlic
Task 2 Tak 6 TaA 5 Task 6 Taek 8
LiOor Oflicul Task 1 Y�valvemenl, Task) TOW LeEa Raw CasLS MUNplieO Coflf
Pmitpn Name 8(Compeny) F'iNE SIW'iea arM Oata 70%Desgn 8 Plans 90%Desgn 8 Pl�ns 1 Dp%De�gn 6 Plans Permit�ing Se18
MutllpYer Cmsullant Pro�ectManapemem Galnen „IormaowGalM1erirg. ��bpment Oe�el BiOSe� . (Sum}g) �tOp[PI I>>I+I�I
Moury Rate � antl Consensus� opment DevebD^�^� Permrtling Services
Bu�ilaing Program
5 H!c 5 Hn 5 Hn S HR 5 HB 5 Hrs $ Hr5 5 Hr6 5 Hours S S
1 2 � tx1v3 4 �x1na 5 1�?n5 8 tx2r6 ts?x] B tv?x8 9 1x?x9 10 �x2M10 11 12 13
C�iefEn�irieer2 AlexVaz uez,P.E.HDR 3.1] E 128.10 4 E S S S $ S 5 0.00 S S
ChieiEn in Jevie�Manw.P.E.HDR ].t] E �06.]t S 5 S S E f S 5 0.00 f S
Seniw En�ineer Juliena Orl�z.P.E.HpR 3.1] E 84.19 $ $ S E E f 5 5 0.00 S 5
ProenEn ineer OennisROEri�ez P.E.MOR 3.1] E ]2.31 E 5 S E S f 5 S 0.00 S 5
Senior Ennronmental S eaalis Ken Hu�tin�on HDR ].t] E 62.03 f f 5 5 S f 5 5 0.00 S 5
LantlscapeArcnilec: Kevin Mi�I.RLA HDR �.1] E SS.B6 S 106.Op S �8.)69.Oa 5 265.00$ afi922.59 531.00 f 9n.0]J.Za 106.00 f �0.�690a 53.00$ 9JBa.5J 5 1061.00 f 59.�64.1� 5 18].861.<Z
En ineenn In�em C�nsAIIi,E.I.HDR 31] E d/e3 S 16.00 S 69+64fi 5 11d.00 f 1]100.80 228.00 S Y1.ZBt.59 4fi.00$ 69t5�[ 21.00 5 31S]S' S 455.00 S 21,581.J3 5 6B,41].B2
CADD Tec�n�cian E ar Casuo HOR J.1) E d4,93 $ S S S E $ E 5 0.00 f 5
Oasi ner Kali Palu cxewe MDR ].1) S 39.it 4 5 5 S E $ 5 S 000 5 S
o E 8 E S S S 4 E S a.00 S 5
o E S f E S S 8 E E 0.0o S S
o E 4 E b S E 8 S 5 a.00 8 5
0 f
SuE-touLs 0.00 S - 152.00 5 �S6BS.S0 0,00 5 - 3�9.0p 5 64,063.39 )Sp.OD $128,303B? 152.00 5�S60S.S0 ]O.DO S 12,54].03 0.00 E - 151600 S 80,B45S0 { 3SB,YE0.7{
Summary of DIrM Espenses
Unit� No.ef To�el
Milea e $
Su��olal Direct EKpensa$
Labor,Dinct Ea ��o S 356,780.7/
Noles��-Fn inwices dlle0 on en IfOu�y Oa&s.rxsipLS for all expensea mual pe au�mittetl.TrdvN evpanses must Ce accanpanieE Oy a sUlament expleini�g IM1e W�e ol 11�e expanse anC ihe paNies inwlveE.
Summary of ReimEuneble EYpensea
To�al
ApOLcable Permit Fees No.o/
Faimbun�bb Expan��� S
NOles 7.-Fw inwires M�ere Permit Feea ere Eillep,re:eipte must Ee suEmitleE.
Propoaal5umma
Com an Oi�ei irr Pa m�ntY�thoE Total
I)IR�G7 CXPFNS� S
Lum Sum Sub[otal S
Conllnqency Subtolal S
Dadicated Allowanca tor Survay
Datliwted Allowance for Sub�urt�rw lltili Ec bration SUE
DeEiwtetl Allowance for Geotec�nital En ineerin
Reimbu,sa0k Ei e�Subtobl S
Olnct Ez e sa Subtotal S
Totd of 4bor.Dlrett and Ralmburubk Etpansea,antl 1111ow�nut S
Docusign Envelope ID�.70D9D388-5115�935-BD2D-586D670CDFF9
Dninage QG-Fss Bnakduwn-P�ass tA
Proposal Brcakdown ror Engineenng Serviees and Limifed Conatruction Suppon-North Shore D-Phasa 1A Dninage pC
Taak 7
Mymi Beatli SIakCliaWerlPUOlic
Task 1 Task 4 TDsk 5 Task 6 Tank 9
POSition Name 8(COmpany) LBOn pilicul iask t F;eia Swaas a�o oa�a hvolvemenl. 30%DeS 6 Plans 90'k Ta�� ioldl L2por qaw Cosls Mu14pIgC CpEU
M�IUpYer Conaubn� Pro�ect Management Mlortnatior Ga��eri� '9^ ��'9^a Ple^s �OOY^Desq^6 Mans Pami[iing Set A
Gamering 9. Oevebpmen� Developmmt �evebpment Bq�1 Perminin Services (Sum}9) I�O1i121 I>>4�It1
Hwrly qale anE Cansensus� 9
Buiitling Progrum
5 !k� S Hrs 5 M`s S Mn S Hn S Mn f Mre 5 HA 5 Fbuis S S
1 ] ix?FJ 1R]F4' S YrJvS 8 1 2v6 1 ?a1 ta�x8 1x2z9 10 1Ki�i0 11 12 13
ChiclEn ineer2 AienVaz uee.P.E.HOR) 3.1"! f �20.ia 4 - g g 16.00$ 6a99.]8 58.00§ 22,1CIB2 8.00$ 32i969 7.0p E 2,84].4B 8.00 5 J,298.69 8500 f 12,1]352 S 38,590.06
CnielEn m eri JavmrMenso,P.E.HDR 3.�� S +06.]� S - q ; q E g E S 000 S - S
SeniwEn me JuiianaOn¢,P.E.MDP 3.�� S ed.t9 8 $ 5 5 E 4 5 S 000 S - S
G a E n e� �¢nms RaEri uei,P.E HDR 3.17 S "/2.32 5 S 5 E S 5 S f - 0.00 5 S
Sen.aEn�ronmentai5 ueli KenHunpn ton HDR 3.1] S 61.91 5 f 5 S S - S S E O.pO 5 S
�anascaoeacnneci Kavin M��n;.ftlq HD0. 3.1] S 55.96 5 - $ 5 $ E - S S E 0.00 S - S
(n,neenn mfem CnnsAili E.I.HDR 3.'! 5 a/.43 $ - E b E 5 - $ 5 S - 0.00 S - S
CAOD Technician E a�Gaslro HbR 3.1� 5 ad.93 E 5 5 5 S 8 5 8 0.00 5 j
Desi rie Kahn a Palu as ewa NDR 3.1] 5 19.11 5 5 5 5 - 5 S 5 E 0.00 f S
0 8 S S 5 - 5 8 - E 5 5 0.00 5 y
- a E - 5 b 5 S - 8 S 4 E a.0a f E
o f 5 5 - 5 5 8 - 5 E S o.CO S 5
0 S
SuEtouls 0.00 8 - 0.00 5 - O.W 4 - 16.00 S 6499.38 56.00 E�2�a�BY 8.00 S 3?a9.69 ].00 $ �.841A6 B00 S ],2d9.69 95.00 $ 1],1)3S2 S 7l,590.08
Summary ol Dlrecl Expenaes
llni0 No.of Toal
Mllee e S
Sublolxl nirecl Fapensa$
Laoor,o7r.ee E:o.ns.7 7t,s9o.o5
NoIBs 1_-For invaces pillatl m en MuM pevs,rereipis br all arpensx mucl pe wDmittetl.TravN ewmms must be accompenietl Dy a ctatertient axpleinifg V�e puryocq ol l�e eapensp en0 t�e perties inwNeE.
Summary of Raimbuna6le Eipen�es
FppAceple Permit Fegs �.o� TOGI
RaimOurubla E:psmas S
NOteB 2:For invares wPare Permil F9¢�are bilbn.reccpts musl0e auOmiheE.
Propoaal Summ�
Com a Oi�ci irr Pa m�nt Y�t�aE ToUI
orRrc-rxar�vsr
s
Lum Sum Sublotal :
Conlinganry SUOto[al =
OeCicated Allowanca for Surva
Dedicated Alloviance for Subsurtace Utili Espbntion SUE
DedicaleC Allowanca for Geatec�nical En ineelin
Reimbursable Ex enaes Subtutal s
Direct Ex e ae Subtotal s
Totd ot Labor,Dinct antl RalmburubM Eap�nua,�n0 Albwmc�� S
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
,-� •
. . . t�E�.�.,u RIBBECK
`Engineering,Inc.
Temporary Traffic Control Plans,
Landscape and Structures
Future Phase 16 and 2
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Docusign Envelope ID�.70D9D388-5115-0935-BD2D-586D670CDFF9
North Shore D-Future Phase 18 and 2•HDR Fee Breakdown
Propoul Brcakdawn/or Enqineerinp Serviva and Limitad ConsWctian Support-North Shore D
Taak 3
M��ami Beach StakehotlerlPublic
THsk 2 Tesk 4 Tesk 5 TBak 6 Task] Task B
LaDor Olf�cial Task 1 InvoNemen�,In/ortna�ion Totel LeEor Raw Cosls Mu1LpIieE CosL�
Pos1oon Name 3(Canpany) Fieltl Slutliea an0 OaW 30%Oespn d Plans 60X Oeapn 6 Plans 90%�ef�pn 6 Plans 100%Des�B^8 Plans Pertnimng Sel 8
Mukid�w �nwMent PrqectManagemam Gamenrg Gat�enrg,ana �,�pmenl Devebpment Davelapmenl Devabpmem Pa�mitting5ernces (Sum}9) �104a�2� �t1)x�t�
Mouily Rale Consen usAuiMing
Pmgram
S Mia 5 Mrs E Hn 5 Hre S Mn b Mn 4 Hn 5 Hn 5 Hours S S
1 2 3 iw2x3 C 1x2x� 1v�x5 B 1xlxfi 1x2x] 1v2x8 8 �x2x9 10 1K2x10 11 12 1J
C�bIEn ineerP AIeRVaz uez.P.E.HDR 3.1] S 128.14 0.00 S 000 b 0.00 S D.00 5 0.00 E O.W S 0.00 5 0.00 5 0.00 S E
Ch�efEn Incert JanarManso.P.E.HDR 3.1] S 106.]t 0.00 5 O.DO 5 0.00 E I.00 4 1,36].BS 38.00 S 1285<AS 79.00 5 6a1]A2 12.00 5 a,�59.1) 0.00 5 7fi.00 5 8,109.81 f 25,10810
SeniorE i JUHeneOhi�,P.E.HOR 3.11 S 84.19 0.00$ 0.00 5 0.00 f 19.00 5 h,0l0.90 93.00 4 24A20.I0 46.0p 5 t1,7/6.9t 26.W S /412.90 0.00 5 18fi.00 S 15,659.]5 f 19.641.41
ProectEn ine DennisRotln uez.P.E HOR 3.1] S �1.31 0.00 S 000$ 0.00 5 7.00 5 1.fiO4.70 38.00 5 8]1122 79.00 5 u355.6' 12.00 5 2]5091 0.00 5 ]600 5 S.d960a E 1]47P45
SemorEnvno�fiemental5 aa4s KenHuntim m�HDR 3.1] 5 fi2.93 0.00$ 0.00 5 ODO 5 0.00 S 0.00 S 0.00 5 O.OU 5 0.00 5 0.00$ 5
�anasw lvc�itecl Kern Mi nt.RW HDR ].1) 5 55.96 0.00$ 5200 S 9.20)d5 D.00 5 131.OD 5 23.195.69 281.00$ 46214.32 52.00 5 92D]d5 21.00 5 4]BO)9 0.00 S 527.00$ 29,21J.16 5 92,605.72
En in n In�em CnnsAIL.E.I.HOR 3.1] 5 41.43 0.00 S 22.00 S 3.301.9] 0.00 S 17.00 5 11,5]].55 Y10.00 E J30]8.]3 ]6.00 5 '1 d2/20 46.00 5 6615�5 0.00 5 d39.00 5 20,BIPA3 f B6,OOi.10
CnDDTecnniaan E arCaslro H�R 7.1J 5 a4.93 0.00 5 O.DO 5 0.00 S 11.00 5 t,566.66 5'l.00 E B,i1B.15 28.00 5 J.9B1.66 18.OD 5 1.563.fi3 0.00 5 114.00 5 5,12186 5 16.236.30
Desi ne Ka4n aPalu as a H�R 3.1] 5 39.ti 0.00 S 0.00 5 0.00 S 9.00 5 1,115.]8 �6.00 E 5,]47.89 23.00 5 2851A4 74.00 5 1.735.66 0.00 5 92.00 5 3,598.00 S 11405.79
0.00 S 0.00 S 0.00 S 0.00 S 0.00 8 0.00 S 0.00 5 0.00 5 0.00 5 S
0.00 S o.00 s a.00 S 0.00 5 a.00 S 0.00 5 0.00 4 0.00 E o.00 f S
0.00 S o.00 S o.00 E 0.00 S 0.00 S 0.00 E O.OD f o.00 E o.00 S S
0.00 0.00 0.00 0.00 0.00 0.00 0.00 O.OD
SubaoUls OAO S - 74.00$ 12.515.3I OAO 5 - 281.00 S <6499.13 753.00 f 139,500.06 ]83.00 S 50.533.49 155.00 f�8.918B1 0.00 S - 1508.00 S BB.D11A9 S 779,O16.B7
s�mma m o�na� �s.:
Unib No.af To�al
Milea $
SuEto�al�irecl F�pense$
Labor,Dlnct Exp�ns� S Y79,018.87
No�ES 1:Fa invoices billeE on an�ouM�sis.receipts lor al arpansas muet Oa cubninetl.TravN exponces muct be accanpanied by a staiement explaining IM purpaea of Me eipanse erM ihe perties invohaC.
Summa of Reim6unable E:penws
Tatal
Yw�k Parmn Fees No.oi
ReimburwDle Ea ensaf f
NOle9 Z-For imaices wMre Permit Feas are EileC,recaipLs mus�be suGmirteE.
P ISum
Can D'sci line P nt IMtlwA Tobl
�INFCT F%PFNSF $
Lump Sum Subtotal S
Contingency Subtotal S
DeAiuteE Allowance fa�Surva
DeAicateE Allowance for SuOsur/ate Utili E:loration SUE
DeEicateE Allowance lor Gao[�chnlcal En In�arin
Reimburaable Expenae�SubtoW S
Direct Ezpense Suhtobl S
Total of L�bor,Dirvct and RoimbunabN Expenaaa,�ntl Allowancos f -
Docuslgn Envelope ID�70D9D388-5115�4935-BD2D-586D670CDFF9
Tampor�ry Tntllc Control Pbn��Fee Breakdown•futuro Phaa 18 antl 2
ProposalBnaFCown lo�Enqina�ring S�rvic�f an0 Limi1W tonstruclion Support-No��S�on 0
Mlemi 9aech Task 3
(aEor Olfivaf eakl fask4 leskS Iask6 ie¢k> IeskB TofalLaOor RawCoeh
Posi�ion Nama 8(CompanYl �aek i Fieltl SWdias anE�ate StekehalJer/Pu01rc �%Desi 8 Plena fi0%Dee�n 6 Pla�e 90%�asipn 6 Plans 100%Oee�n 6 Plans Pa�mit�in SN 8
ulliD��er Cmaulla�t Propcl Maneperrenl InvoMmen�. 8� B 9 B MuIL lied Cosls 1 t a t
NoU Rete Ga��erinp In�wmaLmGac�arin Dev<Io0menl Developrient Oevelo0�nt Develapmen� PermilynqServiu� ISum]-91 I�O�xl�l P I I I 1
f Fh 5 fke S ffs 5 Hn S Hn S Hn 5 Hn S Hn S Hours f f
Z � '2x] 1�iZ.a t�t]FS B 1�.2x6'� ta2' ] B 1'a].e' B t�.v]z'9 10 1�.2 ta �11 11 t�
Cnv1En inw.z NeaVazauez,PE.�H�R ].i) f '20.ia S 5 E E - S S S 5 �.00 5 S
C�elEn ireerl �erMa�so.P.E�HDR ].11 S '�O6?' S S S 9.00 5 1.029.59 �1.00 5 IOCg6.IC 15.00 S S.O�J.9] 10.00 S 3]B36a 5 fi200 S 6615.90 f X19]]60
SeniorEn inre� l�Y�aON�.v.E.HOR ].1] S 9C.19 S S S iB.00 5 SC»90 93.00 S Jatl}0/C �fi.00 5 1}J�6.9� 28.00 S �di]90 S 186.00 L �5659.]5 S �9,811A1
Pi c1E �new pea+isRoOr�:.er P.E.MDR 3.1I S 11.32 S S E S 5 S $ 5 D.00 S S
SaniarEnnronrven1a15 o Ls��Ken Hunti.�:or h'OR 3.1) S 62.83 S S S E 5 S S - 5 0.00 S S
lantlsW Arc�l�ecl Kovir MI nt R�q HDR J.1) § 55.86 4 $ E 5 5 $ $ - 5 0.00 S E
En�ineenn Inl¢rn C�ns0.11�i,E.l.NJF J.11 § C14i 5 5 E �1.00 S 3.'.5I.51 1p900 S 1til3fitiS 5'.00 S e.'t9.1� JI.00 5 a.8'tAS 5 21500 S 10.1B�.1! S 31,3ZB93
CAO�Tecnnlaen t earCasVo;npR) ].11 E 44.9) 3 S S 6.0�b BSa.54 31.00 5 1s13 15.00 f 2.']6.J5 10.00 S t.d2424 § 6200 j �,IBS.SI S B.8]026
Desi nBr Palu aswewa MDft J.1] S J91i S 5 E 900 E .'tS.iB i600 5 5I0399 ]].00 S lBSta< 1<.W S .�3566 g 9200 S 3598.06 S 11<O5.]B
a S - S 5 E E 3 S 5 S o0o S i
- o s - S 5 S s s S S s o.0o S s �
0 S S S S - 5 g g 5 000 3 S
S S
S��iotak D.OD 5 - O.OU 5 - Olp 5 - 61.00 S �]�TBl2 3�9.00 5 5'tifiJS] 153AU S 30?5)99 p{,00 S�tl,B36d9 0.00 5 - 611.00 S ]B.BS).03 { 1j],1)6.7P
$umm� oi0'inctER•
Uni4 0.d
Mika e Talal
5
SuGdel pirxt Eipmae j
� 4bor.Dlr�ct Expenu 3 12].1ll.19
Noles 1.-For�nvo�ms bille0 on en�aurly pa�ie,re�o s p all e�enwe munl De nuOmneE.Tra+el eq�ennes rvel De w.WmpanieE py a sUlemenl eWaining ine ourpose af�M a�pante aM Me paNes involvad.
Summa olR�im0un�04Ea
Appl�iu0le Patmi�FBae No.N iolal
R�imLunaDbEippn�as S
No1en I.-Fo�inraras wf�era Pemn Feea are dlbU,receiplc mdct ea womMo.
Propoul Summ�
� P m WtMG TeW
DiRECT-%�cYSE
3
Lump$um SUO�otal
Contingency Sunmtal S
S
oe0lcatatl Albwanc�for Surny -
Ded�iwtea Albwann ior SuE�urtec�lltif E�plontion(SUE)
OaClcateE Albwanc�lor Gaobc�niul En in
ReimCunabb E:pen��t SuptoLl
0��2«e.x�a.s�nmw
S
s
Toul oi 4Cor,Dinq antl RvimO�na�M Eap�n+��,antl Nlow�nus j
Docusign Envelope ID:70D9D388-5115-0935-BD2D-586D670CDFF9
Envlronmsnbl Sarvleea•Fee Bnaktlorn-Futun Phase 18 anE 7
Pro I Bnekdown br En Imarl aem�..,�a umn.a co�+v�aio�s� Rew Coeb multipfea Casts
posa y rp pport-Norlh3honD
I�oW�I I��Iq�l
Miami Heec� TaeF]
sMl Task4 IaskS Teck6 ieakl ckB
labar ORival Task• ° Pu01ic Tolal leEor
Posiiion Name S(Cwrqany) �n��pl�ier Conculianl I��Maragemerl �'e10 StuOiea anC pala °� 30°b Das�g^8 Plana 60%�esign 6 Pla�s 90%Deaign 6 Plans 1p0%DasiB^6 Plans �ermtling$a16 S S
Gai�crns � UeveloD^<�t Uevelopmenl �erelopmenl Derebpme Perrmitinp5emces «m}9)
Hou.l R onCGa'.ner�n.
S a Hre 5 Hrs b n1Ys 5 IN E Hro S Yh 5 !Y� 5 Nn f Hwrs i1 i]
1� 2' 3 �'zl2el3� d � 'x2�5 8 t'2 6 tv2�] B "d2'B tv2'9 1 1 3 10 S S
G�e1E ireer2 Ne+Vezauez.i'.-.HOR 3.1] S '2tl t< S 0.00 5 E 5 S S OIp S '0.00 5 S
C�ielE irreari Jarie�Manw.P.E.HOR 3.1> S 'Ofi.]1 S 000 5 S S 5 S E ODO S 0.00$ S
Sen w En iriea Jul�ena Ortix.P E.��Dft 3.1� S 5 0.00 5 S S 5 S E 0.00 5 �.00 5 5
pr n E i Oann�z Roer�unr P.E.MOR 3.1] S B2.11 S 0.00 5 S 5 5 5 S OAO S 0.00 5 S
Senwr Fnvironmenlal S c is�Nen Munlin�on H�R 3.t> S 62.0J $ 0.00 5 5 S 5 5 E 0.00 S 0.00$ §
Np�itecl Nevin M��I,RLq HDR ]1] S 5S 96 $ 0.00 E 3 S S E E 0.00 S 0.00 f S
En^nu CFris All„E I.�1DN) �.1] 5 /�J S 0.00 S 5 S S $ S 0.00 3 0.00 S 5
CPUU�Iecnnlivan E erCas4o HDR J.1] S ���93 5 0.00 5 S 5 E 5 E 0.00 3 0.00$ S
Oas��e� Keiin Pei a wa MOR 3t) f �9.>> S 0.00 5 E S S 5 5 OAO S 0.00 S 5
0 f 5 O.oa S 5 5 S S 5 OAO S 00o S 5
C S 5 0.00 S 4 f 5 E E 0.00 3 0.00 S S
0 5 4 0.00 S S S 5 S 0.00 3 0.00
0 3 S S -
s�o-muis o.00 5 - 0.0o s � om s - o s - oA0 S � o.OU s - om 3 - oAo 5 � oao
w oi�n e. rovi
�um� Ho.ol g
Mik�pe
$
s�em�i o���.v Ewe�aa
S
L��or,Dincl E�p�n�e
No�es 1:For�nvnce�Eilletl m cn wrly�s,retwptt Id eN eipenees mus�be zubmr,eE.Traval aryevm m�l�e x�mpennJ�y e abtam�n�a�plainiig IM purpo�e a11M aqim�e enE Me parliea�mvduep.
olRalmOunaEbEa•
TUeI
Appl�ca0le Permi�Feas No.ol
{
R�ImOunaEN Exp�nw�
Noie:z Fo.��.a�es wbre ae�mi Faea z�e wibe.,xo�w n.�no:�e�:�ma.
Pro ��ISumm� Toul
Duc�i im P� nl YMME
5
onrecl exaense
f
wmv s�m s�beor,i
s
Con�inpency Subtatal
DeEicateE Albwance br Surwy
O�tliut�E Nbwanc�for Sup�uMrw Utll Ex bnHon(SIIE)
D�Ciut�E AlbWanc�br G�obchnlr�l En InHrin f
R�imbunab4 Eapans��SubWbl j
Oinct Eip�nf�SuC�o�al
1
Tolal ol L�Eor,Dine(an0 WimbunabM Eaqnw�,�nE Albw�ne�s
Docusign Emelope ID:70D9D388-5115-0935-BD2D-SB6D670CDFF9
Strueluroa-Fee Breakdown-iuWrc Pha�e iB end I
Propoaal Breaktlown lor EnginearinB Servins�nd LlmMad Conatr�ctlon Supporl-Nort�Shon D Rew Gosts Munipl�.eE Gosis
Itolxl2l fti'4tl
LaOor M�OKical�C„ Tast+ Tesk 2 �as�� lask a rask 5 Task 6 Task) iask 8
Stake�olJeriPu�lic To1aILa0or
Pos!�on Name 8�Gompany) Fie10 SWOIes an0�a�a 30°/e Design&Plans 60°k Design 8 4�la�s 90°+.Oesign&4'lang t00We�esign 8�lans Perm i�ing Set 8 5 S
Muluplier Consultani Piole��Mar.agamenl GetM1enn Involvement pp�elo0men� Developmert �eveio (Sum3-9)
ourl Nate B P��� Uevelopmen� Vermining Senices
S Hrs 5 ryB 5 �^�" Gaserin � b Hrs b Hrs S Mrs S Hrs 5 1] 13
z=. 3 1...21r3i I f1rl2xld] 6 '�e�"2,51 6 �ailzs 1 �.i�l2rnl !9 It'r3se fi.121x'91 10 Itl ai10 F11� S f
CM1eIFn ineer2 NeyVazquez,P.E.(HDR 3'1] S 136.1< E 5 S E ' S b 5 5 �.00 S �093.91 S 6,]]5.69
C�el En�ineer 1 Javier Manso.P.E.H�R �.1) § t06]' 3 5 S 1.00 S 3Jd J6 ].00 5 1.)6>95 4.00 5 1.353.06 2.00 5 5 14.00 3 S
Sc�iarEn inee� Juliana0�ix.P.E.HpR ].1) S Bai9 $ 5 S E 5 5 5 5 0.00$ 54%.04 S �)<22A5
ProectEn inaer DannisRotlri uaz,P.E.NOR �.1] E �2.J2 $ S S 1.W E '604./0 39.00 5 811+12 19.00$ ��355.61 12.00 5 2.ISC91 5 ]6.00$ S
Sanior Ennronmanlal S ecial�is[Ken Hunlin to HDR ].t) S 61.fii S 5 S S 5 5 5 5 0.00 S 3
l.antlaca Ncn�.�ect Kevin Mi l+�.RLA HDR 3 1J 5 55 06 $ 5 S 5 5 5 5 0�0$ $
En�ineer:n Intem Cnrisnlli.E.l.HDR� �.1) S �?� 4 5 E S 5 5 5 0.00 5 2.3J6.29 f ?<O6.W
CAOOTecnnivan E EarCaslro(NOR) �.i] E 44.9� $ 5 E 5.�0 S /11.12 26.00 5 3.10301 13.00$ t BSt.51 8.00 5 1,1J9J9 5 52.00 3 S
Oea na Nalin aPalu asxewa HDR 3.t) S 39.11 5 5 E S 5 S 5 5 000 S 5
a 5 S s E S s s s s o.oa 5 S
0 S S 5 f 5 S S 5 E 0.00 S 3
o s s S E S 5 5 S o.oa
0 S 5 9,3262a f 19,561.18
S�Eiolals 0.00 5 - �.00 S - OAO 5 - 13.00 $ Ifi55.08 71.W S 14]9109 %.00 S �SFA.1B 22.Op 5 C,56683 0.00 E - 14].00
ol Oirecl E o�el
n lln6ils Na.M f
Mileage
S
Sub�otal Direc1 Enpenee
f ]9,58l.1B
Labor,Diroct Eipenas
NOI¢5��Fo�invoicas billetl on an M1ou�ly Gas�s receip:s lor all erpeneez must ba submihetl.Travel eryanees muet he accompanieE oy a ele�arrenl avplaining I�e puryose ol l�e evpense anG IFe Parlles�involvetl.
af Ralmbunabb E�e otal
ApplicaEle Permit Fees No.of
S
R�ImOunabla E�pcn���
No�es 2:For invoices wliere Pertnit Feec are billeC,receipLS must be suOminM.
Proposal Summary Tobl
Com a Oiui lim Pa m�nl MHM1OE
S
01l3ECT EXPENSE
S
Lump Sum Sub�otal 5
Contingency Subtatal
Oetllca�etl AlbwanceforSurvay
Oetl�icatatl Albwanca br SUEaurteca Iltllily Explontlon(SIIE)
OeElcated Albwanca lor Geotec�nical Engina�Nng f
Reimbunabk Eapenaea Su�total $
O�irect Eapenae Subtotal f
Tolal ol labw,Dirac�enC RaimbunaEb Eip�n+�s.entl/111owarices
Docusign Envelope ID�.70D9D308-5115-0935-BD2D-586D670CDFF9
Landxape-Fee Breakdown-Future Phaae 1 B and 2
Propoul Brsaktlown(or Enpin�arinp SaMus anA Llmltatl Conftrucibn 4upport-North Shon 0
Te�x 3
MiamiBeech SieFM�olCer/PiAli
Teck i Task C Tesk 5 Task 6 Task] Task 8
LaCOr OIliciel Task 1 Imolvemenl, Tolsl LaGw Raw Casts MUI�pIiBO Cos�s
Posilion Name 8(Company) FieIE SluCree arM Oata 30%Desyn 6 Plare 60%Design 8 Plans 90h Deagn 6 Plare 100%Design 8 Plana Pe�mitting Se18
MWtiD4er ConsuM1anl ProjeciMeregement Ge1��� InfametionGelMring, pa�eloprent f]evalopmen; DeveloDment Devebpment PermmingServiros (Sum3-9) �tOW�I I��I+I�I
HourN Rale eM Conserts�s�
BulO�ng Progiam
f Wa S Hn S Mn 5 wc S Mn 4 1tra E Mn 5 Nn S Fburs f E
1' I 3 t 1x'] 4 tx'2n4 r2��x5' 6 �1x]r6'� ts]r] B tx2x�9 9 tx2�9 10 i]���10 11 t] t3
Cn.d En ireer Z nle.va>quez,P.E.(NDH ].t) f 148.'4 4 8 5 5 E S S� 5' 0.00 f S
C��e�En iroer 1 Jevier Manso,P E.H�R J.1"! S 'Ofi.11 E $ $ 5 $ S $ E O.W S 4
SenbrFn inear JulienaOrti:.P.�.H�R 3.11 S &.19 $ $ 5 § $ 5 5 $ 000$ $
Proec(F i OenniSROUri uez,P.E.MDR 3.1i E 11.J1 S $ 5 S 5 S S S 0.00 S $
Semor Fnviro mrental5 alrsl Ken i�unti t nDR 3.1] S 6�.83 S 5 S E 5 E S S 0�00 f 5
Lanosca A�cliAecl Keri IA�IoftU HDR 3.1] 5 55.86 $ 52.00 5 920165 E 131.OD S 13.�9569 Z61.00 5 <6.3�.<32 52.00 S 9?0)a5 2].00 5 �IBCI9 5 52300 f Z9.2'3.t6 5 92,605.]2
E irse In�er^ CN�s Ai4,E.I.HDR 3.1] S <1<3 f TZ.00 E �.301.8'I S 56.00 5 8 a20.Oc I1�.00 5 16 BaG.�B 22.00 5 3.30�B� 12.00 5 �8G lY E 22a.00 f 10.624.66 5 ]3 fi80.11
GDDTecnn�cian E rCasw HDR 3.t'I 5 ad.93 f 5 5 5 S E 5 5 O.W f 5
Des'ne Nali a Pal a r.ewe HDR 3.1] S J9.'�1 5 8 5 5 S f S E 0.00 S S
a E S 5 S S 5 5 S E o.00 f S
0 f S S 5 5 S E S E a.00 f S
o s s s s s s s s s a.00 s s
o s
Suo��ota�s O.OD S - ]I.00 Y 1Z.515.3] 0.00 S - 1l�.Op 5 ]�615.1] 1'lIAO 5 63,OSC�o �<.00 f 1]St5J1 39.0p 5 65BSOB 000 S - ]<].00 S 39,931.82 S 778,]DS.B9
Summary of Olract Eap�nses
Un�Ls No.W Tdel
Mil¢ig¢ s
SuOtdal Drect E.perue S
LaOor,Olroet Espenw S 776,]85-09
Noles��For irnoices DibO on an MuM pasu,receipts lor al eaoensas must oe suDmAteE.Travel axpencea mus�be accompan�etl by e s�ateme�rt eaplaircng iM purpoce M ine erpeme artl tlie paNes�mroNaE.
Summ�ry of Raimburs�bls Etpsnsx
Tpal
Hpp4ceEb Pormn Fees No.M
RaimOuruCM Eapansu f
Notes 7-For�imoicn wMre Permi�Feee are pilbE,receipis muat be eubmNeE.
Pro aalSumma
Gom n DNeI Ilr�e P ment MNI�oA Tobl
DIRECi Ex!'FNSF S
Lump$um$ubtotal S
Contin e c Sublotal f
DeE�icaled Albwance for$urvs
Oetliwtetl Allowance tor Sub�uA�c�U[ili Ezpbr�tion SIIE
Ded�iwte0 Albwance for Gao�ecMical En in
ReimEursabk E�penset Sub[otnl S
Direc�Ez e aa SuOtofal
S
Total oi L�bor,Dirat�enE Rsimbursab4 Eapamet,and PJlowance� S -
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. ` ��,���.�.� `�RIBBECK
�`ngineering,Inc.
Attachment C-4 — Scope from HML
o Public Outreach (Phase 1 A and Future Phase 18 and 2)
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
public outreach
Ribbeck Engineering
Public Information Outreach Services North
Beach Town Center (North Shore D)
Neighborhood Improvement Project - Phase 1
For City of Miami Beach
SCOPE OF SERVICES
August 15, 2025
To: Hans Ribbeck, P.E.
Ribbeck Engineering, Inc.
14335 SW 120 Street, Ste 205
Miami, FL 33186
hr@ribbeck.co
Project Name: North Beach Town Center(North Shore D) Neighborhood Improvement Project, RFQ-2024-524-DF
OBJECTIVE: To provide public information outreach services on the assigned right of way project for Ribbeck
Engineering.
SCOPE: Activities shall include the following tasks as part of in RFQ-2024-524-DF. All activities will be coordinated
through Ribbeck Project Manager:
• Task 1.1 — Project Management, Contract Management and Meetings: Participation as needed in progress
meetings with City staff as part of Ribbeck team.
• Task 2.8— Preliminary Design: City internal meeting providing comments on agenda and any graphic
assistance for presentation, attending the meeting, providing assistance with summary. Public Kick-Off
Meeting: Working with Ribbeck team, PW and Neighborhood Affairs to schedule, prepare, execute and
action items for kick-off meeting and door-to-door distribution for notifications.
o Deliverables:Assisting with the development of collaterals, invitations, graphics and related
content. Updating stakeholder database with meeting attendee information.
• Task 3.1 —Support for the Development of the Public Outreach Plan: Develop outreach plan that identifies
primary and secondary stakeholders, identify communication touchpoints, tools, and methods, and define a
draft schedule for outreach activities. Reviewing plan with Public Works and Neighborhood Affairs.
o Deliverable: Public Outreach Plan
• Task 3.2—Support the Implementation of the Public Outreach Plan: Up to 20 community (Updated per CMB
comments) events or presentations. (Such as HOAs and community groups, Transportation Committee,
North Beach CRA, pop up events at Community Center, Bandshell or Normandy Fountain). Upon project
completion, finalizing all logs, closing out action items, and preparing public outreach archives.
o Deliverables: Developing project collaterals such as fact sheets,Website information, FAQs, project
overview video and social media updates. Maintaining and updating stakeholder contact list, issues
log and overall project outreach documentation. Final outreach archive.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
• Task 3.3—Support the Outreach and Coordination with Major Stakeholders: Participating in up to five
meetings per major stakeholder(based on CMB comments) and helping to summarize coordination
meetinqs (separate from presentations)with major stakeholders, including developers, City Hall, HOAs and
communiry groups and CRA, to communicate and coordinate the project with their work.
o Deliverables:Adding contacts to stakeho�der database. Assisting with meeting summaries and
sign-in sheets.
• Task 4.2—30% Roadway and Harmonization Analysis and Plans: Working with Ribbeck team, PW and
Neighborhood Affairs to schedule, prepare, execute and action items for 30 percent design public meeting.
This includes door-to-door notifications.
o Deliverables: Updating stakeholder database with meeting attendee information. Assisting with the
development of collaterals, invitations, graphics and related content.
• Task 5.2—60% Roadway and Harmonization Analysis and Plans: Working with Ribbeck team, PW and
Neighborhood Affairs to schedule, prepare, execute and action items for 60 percent design public meeting.
This includes door-to-door notifications. This task also includes identifying impacted properties and
appropriate contact, as well as the development of harmonization agreements, scheduling meetings (and
follow up), participating in up to two meetings per property, tracking progress in log and in corridor map. This
assumes approximately 100 properties for harmonization.
o Deliverables: Updated stakeholder database with attendee information. Assisting with the
development of collaterals, invitations, graphics and related content. Harmonization documentation
for properties, tracking logs and progress map.
• Task 6.2—90% Roadway and Harmonization Analysis and Plans: Working with Ribbeck team, PW and
Neighborhood Affairs to schedule, prepare, execute and action items for 90 percent design public meeting.
This includes door-to-door notifications. Updating stakeholder database with meeting attendee information.
This task also includes ongoing harmonization coordination to finalize the execution of agreements.
o Assisting with the development of collaterals, invitations, graphics and related content.
Harmonization documentation for properties, tracking logs and progress map.
Attached is the fee proposal with a breakdown of the total hours by job classification HML Public Outreach commits
for the tasks outlined in the scope of services. Hours will be renegotiated, and a new agreement executed, should
additional work be requested.
Timesheets will be submitted with the monthly invoices to justify the hours billed.
Should you have any questions regarding this scope of work, please no not hesitate to reach out to me at (305) 905-
5876 or via email at heather(c�hmlpublicoutreach.com. Thank you for the opportunity to provide public outreach
services to Ribbeck Engineering on this very exciting project.
Best Regards,
�
Heather M. Leslie
Principal, HML Public Outreach
Docusign Envelope ID�70D9D388-5115-0935-BD2D-SB6D670CDFF9
� i � � • . .. . . .
Project Manage4Senio�Commoe�ry _ ' j
Ouveacn 5 ecahs: Out each SuoFoM1 Spe.;af5 Aas... ,._ -r _..- ..-, _ ._ ��
Classifiwtion P
ShH Feathei M.Lesf�e Aurora Gonzalez Jose A.Palacio Jr. Alex Gimenez
Appliwble Rate Rate� $ 98.00 Rate 3 85.00 Rate: $ 60 00 Rate: S 75.00
HourslCosl Man Hrs. CosUTask Man Hrs. CasHTask Man Hrs. CosUTask Man Hre. CostlTask
TASNS Hrs/Task CostlTask
Task 1.1 Project Managament,Contract Management and Meetings:Participation as neetled m
pmgress meetings with Ciry sraN as paM1 of Ribbeck team. 75 5 7.350.00 0$ - 0 $ - 0 S - 75$ 7.350.00
Task 2.8 Preliminary Design:City intemal meeting providing comments on agenda and any graphi
assistance for presentalion,attending the mee6ng,providing assistance with summary.Public Kick-
OH Meeling�.Working with Ri66eck leam,PW and Neighb�rhood Aflairs to schedule,prepare,
ezecute and action i�ems for kick-oH meeting Iha�includes inVo to rypical section alternatives.
Updating stakeholder database with meeting attendee information.Assisting with the development
wllaterak,invilations.graphia arM related wntent and door to door distribution for notifiptions. 25 5 2,450.00 25 $ 2,125.00 20 S 1,200.00 20 S 1,500.00 110 5 7,275.00
Taak 3.1 Support for the Development of lhe Public Outreach PIan:Develop outreach plan that
idenlifies stakeholders,communiwtion touchpoinis,ouVeach toals and methods and dratl schedule
o(outreach activities.Reviewing plan with Public Works and Neighborhood ABairs. 70 5 980.00 25 $ 2,125.00 8 $ 480,00 15 $ 1,125.00 58 8 4 710.00
Task 3.2 Support ihe ImplemenGtion of the Public OuVeach Plan Developing pmject
collalerals such as fact sheets,Website information,FAQs,Projec�overview viaeo and social media
updales.Up to 20 wmmuniry events or presentations.(Such as HOAs and communiry groups,
Transpodation Committee,Noah Beach CRA,pop up events at Communi(y Center,Bandshell or
Normandy Fountain)Maintaining and updating s�akehoWer contect list,issues log and oveiall proje
oWreachdocumentation. 195 $ 19,110.00 205$ 17425.00 95 $ 5,700.00 BO S fi,000.00 575 E 4B,235.00
Task 3.J Support t�e Outreach anC CoaGination with Major Stake�Wtlers:Partiupating in ana
helping to summarize coordination meetings(separate hom presentations)with major stake�olEers,
inc�uding developers,City Hall,HOAs and communily groups and CRA,to communicate and
wordinatethepmjectwilhtheirwork.Addingwntactstostakeholderdatabase. 85 $ 8,330.00 30 $ 2,55000 20 8 1,200.00 15 $ 1,125.00 1W $ 13205.00
Task 11]OYo Roadway and Harmonization Anaysis and Plans.Working with Ribbeck team,PW
and Neighborhood Affairs to schedule,prepare,execute and action items(or 30 percent design
public meeting.Uptlating sfakeholder database with meeling atlendee infortnation.Assisting with th
devebpment of crollaterals,invitations,graphics antl related content.antl tloor to door tlistnbufion to
projeanotification, 15 S 1,470.00 20 E 1.700,00 18$ 1,�80.00 15 S 1,125.00 68 $ 5,375.00
Task 5�90X Roadwsy and Harmonizition Analysia and PIam:Working with Rihbeck team,P
and Neiqhborhood Aftairs to schedule,preDare,exeate and aqion items for 60 percent design
public meeting.UDdating stakeholder database wiN meeting atleMee information.Assisting vnth t
devebpment of wllaterals,invitations,graphics and related wntent.This task also indudes
identlfying impac�ed pro0erties and appropnate contac1,as well as�he development of
hartnonization agreements,scheduling meetings(and folbw up),patlicipating in uD to Nro meetings
per property,trackirg progress in log an0 in corridor map.ThiS a55ume5 approximately 80
properties in Alt i proDerties for harmoniza6on. fi00 5 58,800.00 400$ 34,000.00 100 S 6,000.00 75 $ 5,625.00 1175$ 104,425.00
Ta�k 82 700X Roadway and Harmonization Analysit and PlencWorking with Ribbeck team,
PW and Neighborhood Affairs to schedule,piepare,execute and adion items for 90 percent design
pubFc meeting.Updating stakeholder database with meeling atleridee information.Assis6ng vrith t
devebpmen�of collaterals,invita6ons,graphics and related confen�.This task alw indudes ongoi
harmonization wordination to finalize the exewtion of agreements. 100 E 9,800.00 75 E fi,375.00 25$ 1,500.00 50 $ 3.750.00 250 S 21 425.00
TOTAL STAFF HOURS 1105 780 2B8 P70 P171
TOTAL STAFf COST 5 108,290.00 f 66,300.00 S 17,160.00 S 2U,250.00 5 212,000.00
REIMBURSABLE EXPENSES S 7,500.00
GRANDTOTAL S 219,500.00
:mai ouse pnn or one pu ic mee inc
S 12,D00.00
ADJUSTEDTOTALWITHOPTIONILLEXPENSE S 171,500.00
Oocuslgn Envelope ID:70D9D388-51154935-BD2D-586Dfi70CDFF9
Proiect Ma age o.��r C_ � �,O�..t.ea,.^Support Scecai.st Assis a,•Comnc^��ty O,;treach SDec.alist Graobc Designer
Classification OW each Spe„iaf�st
SWH Heather M.Leslie Aumra Gonzalez Jose A.Palaao Jr. Ale�Glmenez
Applia6laRate Rate. $ 98.00 Rate. 3 85.00 Rate: $ 60.00 Rate�. $ 75D0
HourslCost Man Hrs. Cost/Task Man Hrs. Cost�Task Man Hrs. CosUTask Man Hrs. CosVTask
TASKS HrsTask CosiJTask
Task 1.1 Projecl Manapement,Coninct Management and Meetings: PaRicipation as needetl In
progressmeetinqswithCitystaflaspartofRibbeckteam. 75 $ 7.350.00 0 8 - 0 $ - 0 $ - 75 S 7,350,00
Task 29 Preliminary Dasign:Clty internal meeting providing wmmems on agenda and any graphic
assistance for presentalion,attending ihe meeting,prontling assistance with summary.Public Kick-0B
Meeting:Working with Ri6beck team,PW and Neighbo�hood Aflairs to scheduie,prepare,exeate
and action i�ems for kick-oft meeting�hat includes intro�a lypiral section altema0ves.Updating
stakehoWer dalabase with meeting atlendee information.Assisfing with the devNopmenl of collaterals,
invitations,graphlcs and relaletl wntent and door to door distribution for notifations. 25 S 2,450.00 25 E 2,125.00 20 8 1,200.00 20 5 1,500.00 110 S 7,275.00
TasN 7.1 Support for the Development of the Public Outreach Plan�, Develop outreach plan that
Itlentifies stakeholders,communiwtion touchpoints,ouVeach tools and methotls and araR schedule ol
outreaU activities.Reviewing plan with Publlc Works and Neighborhood Affairs. 10 E 980.00 25 $ 2,125.00 8 S 480 00 15 $ 1,125.�0 58 S 4,710.00
TasN 7.2 SuppoA the Implemenfation of the Public OuVeach Plan:Developing project collaterals
such as facl sheets,Website Information,FAQs,pmject overview video antl social metlia updaies.Up
to 20 community events or presentations.(Such as HOAa and communiry groups,Transpohation
Committee,Nodh Beach CRA,pop up even45 al Community Cen�er,Bandshell or Normandy
FounGin)AAaintaining and updafing sWkehalder conWct list,Issues lag and overall project outreach
dowmentation. 195 $ 19,110.00 205$ 17,425.00 95$ 5,700.00 BO$ 6,000.00 575 S 49,235.00
Task 3.3 Support tha Outreach and CooMinalion wRh Major Stakaholtlan: PaAicipating in and
helping to summarize coortlination meetings(separate from presentations)with major stakeholders,
Inclutling tlevelopers,Cily Hall,HOAs and community groups and CRA,to communicate and
coordinate Ne pmjecl with t�eir work.Atltling wntac�s to stakeholder da�a6ase. 85 $ 8,330.00 30$ 2,550.00 20$ 1,200.00 15 $ 1,125.00 150$ 13,205.00
Tack 4.P 30Y.Roadway and Xartnoniz�tion Analysis and Plans:Working with Ri��eck team,PW
and Neighborhootl Aflairs�o schetlule,prepare,eaecute and ac�ion Items for 30 percent design public
meeung.Updating stakeholder da�abase mth meeling atlenEee intorma0on.Assis�ing wi�h�he
Eevehpment of collaterals,invi�atlons.graphirs and related con�ent.and door to Coardistribubon for
projectnoti6cation. 15 $ 1,470.00 20 $ 1,700.00 18 $ 1,OB0.00 15 S 1,125.00 68 5 5,375.00
as . oa �y an a/momra ion na u an na: or mg wi eam,
and Neighborhood Aftairs to schedule,prepare,exeate and action items tor 60 percent design pubkc
meeting,Updating stakeholder daWbase vnth meeting attendee informa[ion.Assisting with the
devebpment of collaterols,�invitations,graphiu and related content This task alm includes identifyirg
impacleC propetlies antl appmpnale contact;as well as Ihe devehpmen�of�armoniza�ion
agreemenLs,scheduling meelings(and lolbw up),participa�ng in u0�o hvo meetlngs per proper�y,
trecking progress in log and in corridor map.This assumes approzimatey 39 propeRies in Nt 2
properties for harmonization. 325 5 31,850.00 200$ 17,000.00 100 5 6,000.00 75 S 5,625.00 700 5 60,475.00
TaeN 6.2 90Y.Rwdway and Harmonization Malysis antl PWn�:Working with Ribbeck team,PW
and Neighborhood Affairs to schedule,prepare,execufe and action items Por 90 percent design public
mee6ng.Updating stakeholder database with meeting atlendee information.Assisting with�he
devebpmenl of collaterals,invitations,graphlcs and related content This lask al5o incluEes onqoing
harmonizalion coortlination to finalize the execution of agieements. 100 $ 9,800.00 75 $ 6,375.00 30 5 1,800.00 50 $ 3,750.00 255 $ 21,725.00
TOTAL STAFF HOURS B30 580 291 270 1701
TOTALSTAfFCOST S 81,740.00 f 49,300.00 f 17,460.00 S 2�,Y50.00 f 168,350.00
REIMBURSABLE EXPENSES S 7,500.00
GRAND TOTAL S 175,850.00
OPTIONAL EXP N :mailhouse pnnt fa one(1)puElic meeting S 11,000.00
ADJUSTED TOTAL WRH OPTIONAL EXPENSE S 187,850.00
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
, . . ; �;�����--: �RIBBECK
`Engineering.lnc.
Attachment C-5 — Scope from HRES
o Geotechnical Exploration (Phase 1A)
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305)383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PRICE PROPOSAL FOR GEOTECHNICAL SERVICES: SPT BORINGS FOR ROADWAY, PAVEMENT
CORES, DRAINAGE PIPES, PUMP STATIONS, SIGN STRUCTURES, DEEP WELLS
NORTH SHORE D-PHASE 1A IMPROVEMENT
CITY OF MIAMI BEACH, FLORIDA
HR ENGINEERING SERVICES, INC. (HRES)
7815 NW 72nd AVENUE-MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R-Phase lA
AUGUST 15, 2025
PROPOSED FIELD EXPLORATION
a) Roadway/Draina_qe -HRES is planning fo perform the following field exploration services for Phase 1A:
Roadwav Borinps/Pavement Cores -23 pavement cores with 23 SPT borings to measure the existing base
and subbase thicknesses. In addition, these borings will be also utilized for the roadway reconsfruction:the
plan includes fhe performance of 11 SPT borings to 10 feet, and 12 SPT borings to 6 feet. Draina4e Pipes -
Performing 14 SPT borings, each to a depth of 20 feet. The borings conducfed for the masf arms will be also
used ior the drainage pipes.
b) Structures -HRES is planning to perform the following field explorafion services: Mast Arms - The project
is planned fo construct new signalization at 14 intersections. Proposed 2 SPT borings at each intersection, for
a total of 28 SPT borings, each to a depth of 25 feet. Pump Stafions - The project is planning to construct 2
pump sfations with generator pads and equipment. Proposing 3 SPT borings for each pump stations: 1 SPT to
20 feet(generator pad), 1 SPT to 50 feet and 1 SPT to 70 feet. Siqn Structures -Proposing 1 cantilever sign
structure and 1 span structure.A total of 3 SPT borings: 1 SPT to 50 feet for the cantilever sign, and 2 SPT
borings, each to 40 feet for the overhead sign structure.
c) Deep Wells -Proposing 1 deep well boring to a depth of 150 feet. Samples of water collected from the
boreholes will be tested for salinity, chloride content, and all the festing information will be presented in a deep
well assurance report.
d) MOT Fla_qmen Personnel - All the boreholes are located a/ong the existing city and state roads and
require lane closures. HRES will provide the services of MOT lane closure personnel to set and demobilize the
lane closure barricades.
e) Staff En_qineer Time Required to Proceed Permit -A Staff Engineer will prepare the required permit
package to be input in the city system. This permit wi/l require a/ot of coordination with the designer an the city
project manager to be able to get it approved.
� Lane Closure Permits: Citv of Miami Beach and FDOT. All the boreholes are located along the existing
city and state roads and require lane closures. Permit fees are anticipated to be paid for directly by the
City of Miami Beach.
g) MOT Plans - Al/MOT plans will follow FDOT Standard Plan Index for Lane Closures. Any request for
specia/plans or details are not included in this scope of services and will be negofiated at a later time if
needed.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
NORTH SHORE D- PHASE 1A IMPROVEMENT CITY
OFMIAM/BEACH,FLORIDA
HR ENGINEERING SERVICES, INC. (HRES)
7815 NW 72nd AVENUE -MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R-Phase 1A
AUGUST 15,2025
h) MOT Off-Dutv Police Officer - All the boreholes are located along the existing city and state roads and
require lane closures.An Off-Duty Police O�cer may be required during the field exploration performance .
This scope of services does not include the cost of MOT Off-Duty Police Officers. If requested, the City
wil/provide any Police Officers needed and pay their cost directly.
i) Permit Fees - Permit Fees are to be paid directly by the City of Miami Beach.
Reportinq
j)For Phase 1A,provide 4 fina/Reports:Pavement Cores, Roadway, and Structures, and the Deep Well
Reasonable Assurance(RAR) Report. The RAR will inc/ude the environmental laboratory testing test results.
UNITS #OF UNIT TOTAL
UNITS RATE $
------------------------------------------------------------ ------------ --------- ----------------
------------------------------------------------------------ ------------ --------- ----------------
1. FIELD EXPLORAT/ON
Roadway
1.1a)12 SPT Borings to 6 feet at pavement core locations,measure the thickness of feet 72 $15.50 $1,116.00
base/subbase;also for roadway improvements 12x6'=72 feet
1.1 b)11 SPT Borings to 10 feet at pavement core locations,measure the thickness of feet 140 $15.50 $2,170.00
base/subbase;also for roadway improvements140
1.1c)14 SPT Borings to 20 feet for drainage pipe improvements= 14x20'=280 feet feet 280 $15.50 $4,340.00
1.2)Temporary Casing:0'-50': 14x20'=280 feet feet 280 $6.50 $1,820.00
1.3)28 pavement cores each 28 $110.00 $3,080.00
1.4)Grouting Holes:72'+140'feet(pavement cores,roadway borings)+280 feet
(drainage pipes)=492 feet feet 492 $5.50 $2,706.00
1.5)Rig Mobilization each 1 $450.00 $450.00
Subtotal Roadway,Drainage $15,682.00 14.7%
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
NORTH SHORE D-PHASE 1A/MPROVEMENT
CITY OF MIAMI BEACH, FLORIDA
HR ENGINEERING SERVICES, INC.(HRES)
7815 NW 72nd AVENUE -MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R-Phase 1A
AUGUST 15,2025
Structures
2.1)28 SPT Borings to 25 feet for the proposed mast arms at 14 intersections: feet 700 $15.50 $10,850.00
28x25'=700 feet
2.2a)SPT Borings-0'-50':2 Pump Stations,generator pads:2 SPT to 70 feet,2 SPT feet 240 $15.50 $3,720.00
to 50 feet,2 SPT to 20 feet for generator pads:2x50'+2x50'+2x20'=240 feet
2.2b)2 Pump Stations,generator pads:2 SPT to 70 feet,2 SPT to 50 feet,2 SPT to feet 40 $17.00 $680.00
20 feet for generator pads:2x20'=40 feet
2.3)Sign Structures:1 cantilever,1 span:1x50'+2x40'=130 feet feet 130 $15.50 $2,015.00
2.4a)Temporary Casing:0'-50':700'(mast arms)+4x50'(signs)+2x20'(pads)=940 feet feet 940 $6.50 $6,110.00
2.4b)Temporary Casing:50'-100':2x20'=40 feet feet 40 $7.50 $300.00
2.Sa)Grouting Holes:0-50':700 feet(mast arms)+240 feet(pump stations)+130 feet feet 1070 $5.50 $5,885.00
(sign structures)= 1,070 feet
2.5b)Grouting Holes:50'-100':40 feet(pump stations) feet 40 $6.50 $260.00
2.6)Rig Mobilization each 1 $450.00 $450.00
Su6tota/Structures $30,270.00 28.5%
3.LABORATORY TESTING
3.1)Organic Content Tests each 16 $50.00 $800.00 20
3.2)Fines Content Tests each 16 $50.00 $800.00 20
3.3)Grain Size Tests each 8 $60.00 $480.00 �Q
3.4)Corrosion Testing:Resistivity,Chlorides,pH,Sulfates each 4 $130.00 $520.00 5
Subtotal Laboratory Testing $2,600.00 2.4%
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
NORTH SHORE D-PHASE 1A IMPROVEMENT
CITY OF MIAMI BEACH, FLORIDA
HR ENGINEERING SERVICES, INC. (HRES)
7815 NW 72nd AVENUE-MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R-Phase 1A
AUGUST 15,2025
4.MOT SERVICES
4.1)MOT Services-Barricades. The pavement cores may take 23/7=3.5 days; the
roadway SPT may take(72'+140'/70'=3 days;the drainage SPT may take 14x20'/70'=4
days;the mast arms SPT may take 700'/70'=10 days;the pump station SPT may take day 22.3 $300.00 $6,690.00
0 days;the sign structures SPT may take 130'/70'=1.8 days,for a total of
3.5+3+4+10+1.8=22.3 days.The barricades consist of 75 cones,8 traffic signs and
one arrow target sign used for lane closures.
4.2)MOT Services-Enqineerina Technician Services. Minimum time allocated for
one Technician to set the barricades and remove them. Estimating 4 hours/day,22.3 hour 89.2 $81.20 $7.243.04
days,for a total of 89.2 hours.
Subtotal MOT Services $13,933.04 13.1%
5.TECHNICIAN AND ENGINEERING SERVICES FOR REPORTING
5.1)Engineering Technician for boring layout,underground utilities(meeting FL 811 hour 39 $81.20 $3,166.80
personnel):See SHE.Edilso Marquez:$28.Ox2.9=$81.2
5.2)Staff Engineer for boring drafting: Abraham Oliveira,EI:$36.35x2.9=$95.38 hour 90 $95.38 $8,584.20
5.3)Staff Engineer-Boring description,report preparation support.Chollada hour 174 $108.58 $18,892.92
Soonyakanit,EI:$37.44x2.9=$108.58
5.4)Staff Engineer-permit hours(estimating 20 hours). Juan Valencia: hour 11 $130.59 $1,436.49
$45.03x2.9=$130.59
5.5)Professional Engineer-Report Preparation:David Ramos,PE: hour 50 $126.67 $6,333.50
$43.68x2.9=$126.67
5.6)Senior Engineer for report review,QA/QC:Chatuphat Savigamin,PE: each 36 $152.25 $5,481.00
$52.50x2.9=$152.25
Subtotal Technician and Engineering Services 400 $43,894.91 41.3%
TOTAL FOR GEOTECHNICAL SERVICES $106,379.95 �oo.o io
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
NORTH SHORE D-PHASE 1A/MPROVEMENT
CITY OF MIAMI BEACH, FLORIDA
HR ENGINEERING SERVICES, INC. (HRES)
7815 NW 72nd AVENUE-MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R-Phase 1A
AUGUST 15,2025
6.FIELD EXPLORATION FOR 1 DEEP WELL BORINGS DRILLED TO 150 FEET
6.1)SPT Borings 0-50 feet: 1 SPT boring to 150 feet,drilling the first 50 feet feet 50 $15.00 $750.00
6.2)SPT Borings 50-100 feet: 1 SPT boring to 150 feet,drilling the second 50 feet 50 $17.00 $850.00
feet
6.3)SPT Borings 100-150 feet: 1 SPT boring to 150 feet,drilling the third 50 feet 50 $17.00 $850.00
feet
6.4)Temporary Casing 0'-50'=50 feet feet 50 $7.00 $350.00
6.5)Temporary Casing 50'-100'=50 feet feet 50 $7.50 $375.00
6.6)Temporary Casing 100'-150'=50 feet feet 50 $8.00 $400.00
6.7)Borehole Closing after boring performance: 150 feet feet 150 $6.50 $975.00
6.8)Rig Mobilization:if not conducted with the other boreholes each 0.5 $450.00 $225.00
6.9)Drilling crew of 2 people pumping water time after drilling to prime the hole
by removing all drilling slurry and get in-situ water samples for salinity test. hour 7 $81.02 $567.14
Performed in-situ resistivity and salinity test.Water sampies to be taken to the
laboratory.Estimating a total of 7 hours for the drilling crew.
6.10)Borehole Percolation Tests at 5 feet intervals:35'-40',40'-45',45'-50',55'- each 7 $300.00 $2,100.00
60',75'-80',85'-90',95'-100'.A total of 7 percolation tests
6.11)Estimate budget for environmental laboratory testing,including salinity each 1 $500.00 $500.00
and Total Dissolved Solids and Chloride testing
6.12)Staff Engineer for boring drafting:drilling 150 linear feet:150/100x5=7.5 hours. hour 7 $95.38 $667.66
Abraham Oliveira,EI:$36.35x2.9=$95.38
6.13)Staff Engineer-Boring description,report preparation support.Chollada hour 5 $108.58 $542.90
Soonyakanit,EI:$37.44x2.9=$108.58
6.14)Professional Engineer-Report Preparation:David Ramos,PE: hour 2 $126.67 $253.34
$43.68x2.9=$126.67
TOTAL FOR DEEP WELL INVESTIGATION $9,406.04
TOTAL GEOTECHNICAL AND DEEP WELL SERVICES $115,785.99
HR ENGINEERING SERVICES, INC.
Hernando R. Ramos, PE
Senior Geotechnical Engineer/President
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
, . . ���t=���� RIBBECK
`Engineering,Inc.
Scope from HRES
o Geotechnical Exploration (Future Phases 18 and 2)
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
PRICE PROPOSAL FOR GEOTECHNICAL SERVICES: SPT BORINGS FOR ROADWAY, PAVEMENT
CORES, DRAINAGE PIPES, PUMP STATIONS, SIGN STRUCTURES, DEEP WELLS
NORTH SHORE D-FUTURE PHASES 16 AND 2 IMPROVEMENT
CITY OF MIAMI BEACH, FLORIDA
HR ENGINEERING SERVICES, INC. (HRES)
7815 NW 72nd AVENUE-MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R
APRIL 21,2025
PROPOSED FIELD EXPLORATION
a) Roadwav/Draina_qe -HRES is planning to perform the following field exploration services: Roadway
Borinqs/Pavement Cores - 10 pavement cores with 10 SPT borings to measure the existing base and subbase
thicknesses. In addition, these borings will be also utilized for the roadway reconstruction:the plan includes the
performance of 16 SPT borings fo 5 feet, and 5 SPT borings to 6 feet. Drainage Pipes-Performing 2 SPT
borings to 20 feet.
b) Structures -HRES is planning to perform the following field exploration services: Mast Arms -For Phase
2A, new signalization at 4 intersections. Proposed 2 SPT borings at each intersection, for a tota/of 8 SPT
borings, each to a depth of 25 feet.
c) Deep Wells -Proposingl deep well.
d) MOT Fla4men Personnel - All the boreho/es are located along the existing city and state roads and
require lane closures. HRES will provide the services of MOT lane closure personnel to set and demobilize the
lane closure barricades.
e) Staff En_qineer Time Required to Proceed Permit -A Staff Engineer will prepare the required permit
package to be input in the city system. This permit wil/require a lot of coordination with the designer an the city
project manager to be able to get it approved.
� Lane Closure Permits: Citv of Miami Beach and FDOT. All the boreholes are located along the existing
city and state roads and require lane c/osures. Permit fees are anticipated to be paid for directly by the
City of Miami Beach.
g) MOT Plans - Al/MOT plans will follow FDOT Standard Plan Index for Lane Closures. Any request for
specia/plans or details are not included in this scope of services and will be negotiated at a later time if
needed.
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
NORTH SHORE D-FUTURE PHASES 1B AND 2 IMPROVEMENT
CITY OF MIAMI BEACH, FLORIDA
HR ENGINEERING SERVICES, INC. (HRES)
7815 NW 72nd AVENUE-MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R
APRIL 21,2025
h) MOT Off-Dutv Police Officer - All the boreholes are located along the existing city and state roads and
require lane closures. An Off-Duty Police O�cer may be required during the field exploration performance .
This scope of services does not include the cost of MOT Off-Duty Police Officers. If requested, the City
will provide any Police Officers needed and pay fheir cost directly.
i) Permit Fees - Permit Fees are to be paid directly by the City of Miami Beach.
Reportin_q
j)Provide 3 final Reports:Pavement Cores, Roadway/drainage, and mast arms.
UNITS #OF UNIT TOTAL
UNITS RATE $
1. FIELD EXPLOR.4T/ON
Roadway
1.1a)5 SPT Borings to 6 feet at pavement core locations,measure the thickness of feet 30 $15.50 $465.00
base/subbase;also for roadway improvements Sx6'=30 feet
1.1 b)5 SPT Borings to 10 feet at pavement core locations,measure the thickness of feet 50 $15.50 $775.00
base/subbase;also for roadway improvements 5x10'=50 feet
1.1 c)2 SPT Borings to 20 feet for drainage pipe improvements=2x20'=40 feet feet 40 $15.50 $620.00
1.2)Temporary Casing:0'-50':2x20'=40 feet feet 40 $6.50 $260.00
1.3)10 pavement cores each 10 $110.00 $1,100.00
1.4)Grouting Holes:30'+50'feet(pavement cores,roadway borings)+40'(drainage feet 120 $5.50 $660.00
pipes)=120 feet
1.5)Rig Mobilization each 1 $450.00 $450.00
SubtotalRoadway,Drainage $4,330.00 18.0%
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
NORTH SHORE D-FUTURE PHASES 16 AND 2 IMPROVEMENT
CITY OF MIAMI BEACH, FLORIDA
HR ENGINEERING SERVICES,INC. (HRES)
7815 NW 72nd AVENUE-MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R
APRIL 21,2025
Structures
2.1)8 SPT Borings to 25 feet for the proposed mast arms at 4 intersections: feet 200 $15.50 $3,100.00
8x25'=200 feet
2.2a)2 Pump Stations,generator pads:Performed for Phase 1A feet 0 $15.50 $0.00
2.2b)2 Pump Stations,generator pads:Performed for Phase 1A feet 0 $17.00 $0.00
2.3)Sign Structures:Performed for Phase 1A feet 0 $15.50 $0.00
2.4a)Temporary Casing:0'-50':Performed for Phase 1A feet 0 $6.50 $0.00
2.4b)Temporary Casing:Performed for Phase 1A feet 0 $7.50 $0.00
2.5a)Grouting Holes:0-50':200 feet feet 200 $5.50 $1,100.00
2.5b)Grouting Holes:50'-100':Performed for Phase 1A feet 0 $6.50 $0.00
2.6)Rig Mobilization each 1 $450.00 $450.00
Subtotal Structures $4,650.00 19.4%
3.LABORATORY TESTING
3.1)Organic Content Tests each 4 $50.00 $200.00
3.2)Fines Content Tests each 4 $50.00 $200.00
3.3)Grain Size Tests each 2 $60.00 $120.00
3.4)Corrosion Testing:Resistivity,Chlorides,pH,Sulfates each t $130.00 $130.00
Subtotal Laboratory Testing $650.00 2.7%
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
NORTH SHORE D-FUTURE PHASES 1B AND 2 IMPROVEMENT
CITY OF MIAMI BEACH, FLORIDA
HR ENGINEERING SERVICES, INC. (HRES)
7815 NW 72nd AVENUE-MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R
APRIL 21,2025
4.MOT SERVICES
4.1)MOT Services-Barricades. The pavement cores may take 10/7=1.5 days;the
drainage SPT may take 40'I70'=0.6 day;the mast arms SPT may take 200'/70'=2.8 day 5 $300.00 $1,500.00
days,for a total of 1.5+0.6+2.8=5 days.The barricades consist of 75 cones,8 traffic
signs and one arrow target sign used for lane closures.
4.2)MOT Services-Enqineerinq Technician Services. Minimum time allocated for
one Technician to set the barricades and remove them. Estimating 4 hours/day,5 hour 20 $81.20 $1,624.00
days,for a total of 20 hours.
Subtotal MOT Services $3,124.00 13.0%
5.TECHNICIAN AND ENGINEERING SERVICES FOR REPORTING
5.1)Engineering Technician for boring layout,underground utilities(meeting FL 811 hour 10 $81.20 $812.00
personnel):See SHE.Edilso Marquez:$28.Ox2.9=$81.2
5.2)Staff Engineer for boring drafting:drilling 250 linear feet:250/100x5=12.5 hours. hour 11 $95.38 $1,049.18
Abraham Oliveira,EI:$36.35x2.9=$95.38
5.3)Staff Engineer-Boring description,report preparation support.Choilada hour 45 $�08.58 $4,886.10
Soonyakanit,EI:$37.44x2.9=$108.58
5.4)Staff Engineer-permit hours(estimating 20 hours). Juan Valencia: hour 4 $130.59 $522.36
$45.03x2.9=$130.59
5.5)Professional Engineer-Report Preparation:David Ramos,PE: hour 22 $126.67 $2,786.74
$43.68x2.9=$126.67
5.6)Senior Engineer for report review,QA/QC:Chatuphat Savigamin,PE: each 8 $152.25 $1,218.00
$52.50x2.9=$152.25
Subtotal Technician and Engineering Services 100 $11,274.38 46.9%
TOTAL FOR GEOTECHNICAL SERVICES $24,028.38 �oo.o%
Docusign Envelope ID�70D9D388-5115-4935-BD2D-586D670CDFF9
NORTH SHORE D-FUTURE PHASES 1 B AND 21MPROVEMENT
CITY OF MIAMI BEACH, FLORIDA
HR ENGINEERING SERVICES, INC. (HRES)
7815 NW 72nd AVENUE-MEDLEY, FLORIDA 33166
HRES PROJECT No.:HR24-1897R
APRIL 21, 2025
6.FIELD EXPLORATION FOR 1 DEEP WELL BORINGS DRILLED TO 150 FEET
6.1)SPT Borings 0-50 feet: 1 SPT boring to 150 feet,drilling the first 50 feet feet 50 $15.00 $750.00
6.2)SPT Borings 50-100 feet: 1 SPT boring to 150 feet,drilling the second 50 feet 50 $17.00 $850.00
feet
6.3)SPT Borings 100-150 feet: 1 SPT boring to 150 feet,drilling the third 50 feet 50 $17.00 $850.00
feet
6.4)Temporary Casing 0'-50'=50 feet feet 50 $7.00 $350.00
6.5)Temporary Casing 50'-100'=50 feet feet 50 $7.50 $375.00
6.6)Temporary Casing 100'-150'=50 feet feet 50 $8.00 $400.00
6.7)Borehole Closing after boring performance: 150 feet feet 150 $6.50 $975.00
6.8)Rig Mobilization:if not conducted with the other boreholes each 0.5 $450.00 $225.00
6.9)Drilling crew of 2 people pumping water time after drilling to prime the hole
by removing all drilling slurry and get in-situ water samples for salinity test. hour 7 $81.02 $567.14
Performed in-situ resistivity and salinity test.Water samples to be taken to the
laboratory.Estimating a total of 7 hours for the drilling crew.
6.10)Borehole Percolation Tests at 5 feet intervals:35'-40',40'-45',45'-50',55'- each 7 $300.00 $2,100.00
60',75'-80',85'-90',95'-100'.A total of 7 percolation tests
6.11)Estimate budget for environmental laboratory testing,including salinity each 1 $500.00 $500.00
and Total Dissolved Solids and Chloride testing
6.12)Staff Engineer for boring drafting:drilling 150 linear feet:150/100x5=7.5 hours. hour 7 $95.38 $667.66
Abraham Oliveira,EI:$36.35x2.9=$95.38
6.13)Staff Engineer-Boring description,report preparation support.Chollada hour 5 $108.58 $542.90
Soonyakanit,EI:$37.44x2.9=$108.58
6.14)Professional Engineer-Report Preparation:David Ramos,PE: hour 2 $126.67 $253.34
$43.68x2.9=$126.67
TOTAL FOR DEEP WELL INVESTIGATION $9,406.04
TOTAL GEOTECHNICAL AND DEEP WELL SERVICES $33,434.42
HR ENGINEERING SERVICES, INC.
Hernando R. Ramos, PE
Senior Geotechnical Engineer/President
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
. . :�cfi.�_�� -, �RIBBECK
`Engineering,Inc.
Attachment C-6 — Scope from Longitude
Phase 1 A and Future Phases 1 B and 2
o Supplemental Survey
o Subsurface Utility Engineering (SUE) GPR/Designates
o Subsurface Utility Engineering (SUE) Locates/7"est Holes
Ribbeck Engineering,Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Surveying and Mapping
3D Scanning
�G�� Subsurface Utility Engineering (SUE)
wr�vORS Drone Services(UAS)
Wednesday,August 20,2025
Mr. Hans Ribbeck,MSEM,P.E.
Project Manager
l�r��ril�l�rcl_:.cu
�RIBBECK
?"''�E��irr•e�i�iYJn;.
�
14335 Southwest i2o Street,Suite 205
Miami,FL 33i86
954•918.6�69
RE:(Longitude Project No.23i�i.2.oi)Surveying,Mapping,and Subsurface Utility Engineering(SUE)
services for the`North Beach Town Center(North Shore D)Neighborhood Improvement Project'within Miami
Beach,FL 33i4i.
Dear Mr. Ribbeck,
According to your request regarding a fee estimate for Surveying,Mapping,and Subsurface
Utility Engineering(SUE)services for the above-referenced project,LONGITUDE SURVEYORS,LLC(LS)is
pleased to submit the following proposal for your consideration.
A. SCOPE OF WORK:
➢ TASK i—Topographic Survey:
➢ LS will show rights-of-way computing field evidence,plats,deeds,and other documentation relative to the
project.Lot lines and ownership lines,including locations,bearings,and dimensions,within the survey
limits,will be shown graphically.
➢ LS will show any easements,covenants,restrictions,etc.,found on plats,deeds,and other public records
relative to the project. However,without a Title Commitment or Title Search,there is no guarantee that
easements,covenants,restrictions,etc.,will be shown on the survey.
➢ LS will establish horizontal and vertical control within the limits of the survey.
➢ The survey will be geo-referenced to the Florida State Plane Coordinate System based on the North
American Datum of i98g/2oii(NAD83/ii).
➢ Elevations will be referenced to the North American Vertical Datum of i988(NAVD88).
➢ LS will collect significant aboveground improvements,including,but not limited to,pavement,sidewalks,
➢ curb and gutters,driveways,parking spaces,medians and median islands,building facades,doorways,
guardrails,trash receptacles,benches and chairs,bus stops,hedges and general limits of shrubbery,trees
and palms,ramps,stairwells,planters,guy wires,guy anchors,valves,valve boxes,electrical boxes,signs,
fences,walls,bike racks,parking meters,fire hydrants,fire connectors,post boxes,newspaper stations,
bollards,overhead lines,utility boxes,utility poles,and any other significant aboveground improvements
and utilities within the survey limits.
➢ LS will locate trees and palms that have a three(3)inch diameter or greater at breast height(DBH)or are
twelve(i2)feet in height or more significant,to include the following for each:scientific name,common
name,diameter at breast height(DBH),height of tree,and canopy.A Tree Table will be provided.
➢ Elevations equivalent to a twenty-five(25)foot grid will be collected throughout the survey limits,
including,at a minimum,the crown of the road,edge of the pavement,top of curb,and driveway
elevations at right-of-way lines.Additional elevations will be collected to identify grade changes and
features of interest within the survey limits.
➢ LS will collect existing drainage and sanitary structures and show rim elevation,structure bottom
elevation,pipe size,pipe material,pipe direction,direction of water flow,and inverts. Please Note:LS
requests that the Client contact the corresponding city/department where the survey will 6e performed
to ensure the structures are cleaned correctly.Alternatiuely,the Client may provide a contact for the
city/department so that LS can reach out directly to haue them cleaned before the commencement of
any work.
➢ A Digital Terrain Model(DTM)of the resulting survey will be provided.
i +��)�*a�.� ',J s_y!= `:�la�``�i�" 7700 N. Kendall Drive,Suite 705• Miami, FL 33156• P:305.463.0912• LB 7335
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Surveying and Mapping
3D Scanning
Subsurface Utility Engineering (SUE)
w�� Drone Services(UAS)
➢ TASK 2—Bathymetric Survey:
➢ LS will perform a Bathymetric Survey for a portion of the body of water adjacent to the fire and police station,
extending one hundred(ioo)feet into the canal,outlined within the survey limits,using a Seafloor HydroLite-
DFX Echosounder Dual-Frequency System Sonar Scanner or equivalent.
➢ The survey will be geo-referenced to the Florida State Plane Coordinate System based on the North American
Datum of i983/zoii(NAD83/ii).
➢ Elevations will be referenced to the North American Vertical Datum of i988(NAVD88).
➢ Elevations will be collected equivalent to a twenty-five(25)foot grid to include the edge of the water and
bottom elevations and any significant changes in grade within the survey limits.
➢ TASK 3—Subsurface Utility Engineering(SUE)Quality Level"B"Designating:
➢ LS will perform Quality Level"B"SUE Designation services according to the American Society of Civil
Engineers(ASCE)standards within the survey limits to determine if there are any underground utility conflicts.
➢ LS will use surface detection equipment such as an Electromagnetic Locator and Ground Penetrating Radar
(GPR).
➢ LS will establish horizontal and vertical control within the limits of the survey.
➢ Please note that factors such as soil composition,moisture,and the type and depth of utility control the
effectiveness of the GPR.Saturated soils severely limit the effectiveness of the GPR signal.In addition,
confined or obstructed areas that restrict the scanning pattern can impede the data collected and
reduce the accuracy of the desired results.Designated utility lines will be collected and shown on our
deliverables.Any designated utility lines provided will be within two
(2)feet horizontally of either side of the depicted line.
➢ LS will collect any utility lines found.LS will show any collected lines on our CAD file deliverable.
➢ TASK 4—Subsurface Utility Engineering(SUE)QualiTy Level"A"So8 Digs:
➢ LS will perform subsurface exploration at approximately seventy-five(75)locations for Phase i and sixty
(60)locations for Future Phase iB and 2 Soft-Dig/Verified Vertical Elevation and Horizontal Locations(WFI).
➢ LS will mark approximately seventy-five(75)locations for Phase iA and sixty(60)locations for Future Phase iB
and 2 Soft-Dig locations with white paint(white line)for the utilities.
➢ LS will coordinate the dig ticket(s)with Sunshine 8ii as needed.
➢ LS will provide Quality Level"A"SUE Soft-Dig services at approximately seventy-five(75)locations for Phase
iA and sixty(60)locations for Future Phase iB and 2,which include the horizontal position and elevation of
the top of the utility.LS will attempt to provide the bottom of the utility,size,type of material,and direction.
➢ LS will locate the Soft-Dig horizontal positions referenced to the Florida State Plane Coordinate System based
on the North American Datum of i983/2oii(NAD83/ii)and ground elevations referenced to the North
American Vertical Datum of i988(NAVD88).
➢ LS will prepare the Verified Vertical Elevation and Horizontal Location(WH)report for each Soft-Dig.
➢ SURVEY LIMITS:
Limits of TASK i and 2 as per the attached Exhibit A showing the additional one hundred fifty(i5o)foot portions
requested for Byron Avenue,Abbot Avenue,Dickens Avenue,and Harding Avenue,spanning the entire width of the
public right-of-way wherever possible,to include the portion of the body of water adjacent to the fire and police
station property located at 686o Indian Creek Drive and adjacent to the West end of 69 Street extending one
hundred(100)feet into the Canal.
Limits of TASK 3 and 4 as per the attached Exhibit B,showing the areas for Phase iA,outlined in red,and Future
Phase iB and 2,outlined in blue,for the roadways requiring Subsurface Utility Engineering(SUE)services,
spanning the entire width of the public right-of-way.
➢ DELIVERABLES:
Soft-dig locations will be designated by the number corresponding to the Vacuum Excavation Reports for each
Soft-Dig,along with all pertinent information. Designated utilities will be delineated on the ground using spray
paint and a color-coordinated system.LS will provide a digitally signed and sealed PDF and a Civi13D CAD file of
the resulting survey.Signed and sealed hard copies can be provided upon request.
. ._ _. ,._ ,.... _
'_ ��:ye�at�'.1!y'�: s.�+���'�''� 7700 N. Kendall Drive,Suite 705•Miami, FL 33156• P:305.463.0912• LB 7335
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Surveying and Mapping
3D Scanning
��� Subsurface Utility Engineering (SUE)
Drone Services(UAS)
D. TIME 8 COST:
The total professional fee to complete TASKs i and 2 described herein shall be a lump sum of$iq,82o.06.
LS has an estimated si�een(i6)business days from the date of the Notice to Proceed(NTP)to complete this
task.
The total professional fee to complete both phases for TASK 3 described herein shall be the lump sums
shown below:
➢Phase iA—shall be a lump sum of$i3o,897.27•LS has an estimated three(�)calendar months to
complete this phase.
➢Future Phases iB and 2—shall be a lump sum of$85,894•50. LS has an estimated one i
calendar month to complete this phase.
The total professional fee to complete both phases for TASK 4 described herein shall be the lump sums
shown below:
➢Phase iA—shall be a lump sum of$949•99/per hole for a total of$�i,249•g5•
➢Future Phases iB and 2—shall be a lump sum of$q4q.8i/per hole for a total of$56,988•93.
Notice to Proceed(NTP)is considered adequate twenty-four(24)hours after this proposal agreement has
been executed and returned to the undersigned.
Please Note:The fee for TASK 4 includes Maintenance of Traffic(MOT),application,and/or
permit fees associated with the services.
I agree that by signing below,"I APPROVE AND ACCEPT,"this proposal is a legally binding contract.
By: Date:
(Authorized Signature)
Title:
(Typed or printed name)
On behalf of the firm,I thank you for the opportunity to present this proposal.We look forward to utilizing our best
professional efforts on your behalf on this very important project.
Respectfully Yours,
-> --
c �--,-�� , � ���
' � __� �''�,{ � � '1C � �;rL ,
1
Eduardo M.Suarez,PSNI/President �
i
�
� . . ",��. _'':'�`; `:+�1RVEY 7700 N. Kendall Drive,Suite 705•Miami, FL 33156•P:305.463.0912• LB 7335
Do�usiyi�Ernelope ID.70D9D388-5115-0535-BD2D-586D670CDFF9
� .���.� �. • �- ��: ; _ #� � �' i _ -i �,�"`r�:�� 1�� s �'� Legend
a '
, �
.� . �
� h �
� . , r �
.
'S i ! I
'
! Exhibit A • . __ _ , . m '�
�
.. . , ,,
. ,, , . .
, . , ,
, � ��•; � � r „� -.`'°'" '. '� ��� �Fy .�w �
� _..�..
, .� "., ,� �, _ , _ ° .
R' � 1�%" ��� „ f
�'�ppr� ur�3tP ��_t ;F�yLimits_rt \ � 'S�- f, "� �"''�""'i .-_ _` ��� '�'i"`� -���' �}� _ �—'� , �
C+dditici � -:re_,=Prr�uest�d , 1. a�` ��„'��� .�i. r- `.�� ,1 ��'�« 'a._::. �' . ' ' � �,!�:� * ;� �-„�.
i�'� ``.� '��y� ' ' �' �, ,;#' "c,�., ��-. , , ';.• .�, :, �� '�' t�, � �'`` � �+;�;
.� �. �" � � �....; _.,�;-s�. , � I+��` ;.;
� � � � f �' . J �� 'Y'�
. �„�C i�' '\� `,� �'�� ', � ,� �„��,+�-�t�,-1 r-'+ t, `t �(,� �� �:�' ! � 4 -
y..�� � � � � :�� < ' � yM,: . . . � �. � � �
,f+ . "' m a k � i "!�, ''�`.
ti , � � .
,.�7y�, .'��;Y.� , � +rt • ,�-'.a h, + :. ,�� .+
�� �� i J +) _. _ .�' ,,�'�"•rw � ... � '.� � �'���'K��`'', �. . � •e � �
� +, �� � ` � .t� � �� +�: ��r� ' � ..� ' ' ��
�C ��. ! , . � � ` ` , w1! ' .,."�iM�i, � • •t --� ♦ � * i,�� 1.'s
..� `#_ � i•���+x, ,:,�,4� �:�e �'l 5',�,�'j. �` �n� � - .. ' .• �L .u;"
,
.
� _ �
.n,. �� . , • �Y �� acl� �� ~ ' ; I�.��� �� J' -, . � !
� ` �^ , .., �. _. �= ��. r ._ . -.T" 1�. •1 � • � •..
. ' ,, . , - , +. , �
�
� lrjjl.'�:/�_I� '.r„t n f. � ' 1�� �_
p! •
!�.i , � . . ,�` _ . , '1�- � -j.� 1 ' t� '1�"
'� ,�' J*� '".;r� ,� '�'�� ,` ���-�1 r,�, :�,;__ _ �;,�'
.. 4, . . �.� .� . � �:<,r
R' �1' .. .� �' r - � ,f''It..�:.Mp'�t'� ....�..�.� ��. .'�~ � ` _a
` .
.�,� ~ �" • ,�+��t'��i� ^ -� � +_.������� ','.- � _ , � .
� w' Lr�°�►_ ���.. ��`(���.� �� �� 1 ,�.� •�, � �� .��.
y� �� �� 4�'-. �� �.._..._�.._ �R ' � .Y�+' - ` �� •� �M.��1��+ � ,': : , �.
.w i, ♦ '`�. �� �• ��,'��, IR1� � � l 1 �� T� �. • - �� .� �:J �j''..
�a �,,i� � �. �: .s„�-,;t y t �—...bl� �� '� � �;,�;;,r �' ..
: q ,� , _ S � , ,;� f • '�� • , „ � .
� �'- ��, , ,� �.`� � , �° �'A�► �. ;� ,, ,�'�r' "�'� �� " - - s' .
.��L _r• si^ � ' ;;,�, �.
i �.
,`�`�P ,M� , . ��,'�' � ��t • �' _�"'�� - ,.
�'•�' , � - r � � •� � � � � ���w�r LL�
� . , F� � r . ,
E �+ � •`�� ,� ���-- ; ,i�'��,,.��� '-, �� � "� ^; � ; ' .
r �'w,��`�' '� � ;�" � .��'. � , .
. ,�,,, �+�"
, ��
y-
.
c � �, � — • . � : �:
,
� , .
, . � �„ G
,
, �ib = .-y .� j��, �;�� ,. _ � ,,_ .--. .'� � �'.- - - • ' *g �+ .� a�
- y+'"' . , � ' .►.�� Yy: ..Y
.� �� �+ . _ ...
��,�, ��r-� � ..�. �.�*� v k _ 'i� �
,,yy� �= ' -� -... � �: � �
�-����y��. � � , .:�.� ,�� � if �, � .� �
t �f '���•. • S.� - - .,.... _. . .. . __ .
� � � . , '' � - ~ � �
_.�j �� f� +I`�..v, { � �..�� 'i —
y� � +"' -''
4~� � j ` t • 1{f S ` i� ' � �• _� � �M►♦{' � ^ �
/" , t � . •�' �' _ �;�; ,r ' � _� .
�
�.f��r' y.� '� �. + ,���1 0 —',��i: .
, , ,
,�• . �. � � "'�k `� .. . _.:.�'ryt::,.i• ,i _ �
Dowsion Emelope ID�.70D9D388-5115-4535-BD2D-586D670CDFF9
_ ' �� "�.!... � � :�.ra-: Z ♦ +e P � - . �..
Exhibit B ;R�,, �`I , �_ .: ,�— ��".� ' A � - ?_ �y r� 'i"M Legend
� . ,
2
w �' � �_ :.�,� -r•,-- ' �� 3.
. � � s a y� =t}- w ��
Approximate SUE Limits for �y � --
i�. � _ `. - "�ts'r".{f t�` ,.,. .r + ;t,�,.,,� .,�,. J . •�-�
Task 3 and 4 � � � •
� ���;'� • '�,� �:��" t� �e"�g� � a��;t �..�•� - — d � -- -�t.. -� , + •� ��' <
��`" .� � �
Phase 1A in RED �.�„��;,,�,��,„�,_ "` � „�j� � _ •
• _ : _._ . _ - --.;,.
Future Phase 1B in GREEN � — ��_ . .
Future Phase 2 in BLUE ; - , �:�'�' ��"���� �r �'� 7 . ,. '� �� • � ,�
. � �
• � 1 ,
, . .
, .� ' '. , �
j .
wt�' �� �. *'1►� ' 1 R at+� �_.{�.� � �r"' '�C ♦
+, k .�� � � �-t ; '� � � 4�
. e
,
. � �y� �� � y =���
"} � t�� ;
..-D-�.� y�•���.���:- w�'�' � ��� � . . • !��, d �'�,+� .y• �!'. Y�� .j�T•' ..
�' : I � � .
1 i� '
`� K y�:: � .__�" ,.��ya,.�., �� `� .. •� i'��..�+t�.w�..'. ..:�_� � .
� � r ����� ` . �..3^ � �• ` �� �
�`r,:' �0,. t � .�y '� - --- . �. . i �'""':i
� �' k , . _� - F..`y`- �y,. ?�'
� � . , ! {:,� .._', �s- - ' � �, � ,,f" �
.�' r5 �'�~� � � -a �� . s��[.,� l. �� � rL � -
a� ��!' p� � � .���' � �sr��.y .� ���~I � �" ��� �. � . � �.
d� �..� ,Y1 ��� '.� y� ^ (' �� . , '� .
��� *.. � T�" \ ��. � ' . � °� (1 - 7 (
� � � ,._ . . . .-'�" : . �. �—.,. , ` � , .
' p,g � • '�" a..`.. �:
. . _
, . ,. � .. ._. ���
r'. ` � ,,. . , � .r ,; . , s „ _.-
,��r _�LL . . u r ' � �. ` `� `^t r. 4 . . . � �
` t, �..� i. � �� , �c
`•♦ �' ; •' �S-�•: ! •' � .r ` � , � � _ �
,`� : ..�.. r _ � . _ ,�� •�.rtl�:k � :� .
�� �� � _�-_ � 'S
, � i ;Y._-�.
� ♦
� �• t`� .; .�� .�: ,� �� - ,�i � : :�
.,., , , � �.�
� �_ �� �. � � +A � - r - ����
� , .�
,
. ,
� ., , � . � :
� ; . 'i;� , p � _ • �
,�
� -.�. . - � - , `-
��,y . • � �.+.,, �.... ' .� , �. r ' a 4 ` o{4* - ,� �r.r
i..
1`� �r r t`�� . ��� �+ - ;+��+�j�t�car{i_ �� . � � �w �• J
1i�;�� . ':;�, � "
� � � - , _� r .
/ .� . �.,�� ��� , ' � \ , , � , �iM•
L , ,�°� � . •��';, :. � �• . \�� i - - ' ��� �_ `�•-
, �, ! _
��y. �- � r . \ � t� _ �. az .._ _�-
_ ����� � y, ,. ,��1' � .�.,-i- �R ,�- � . 1 J.��� � . . ,�, .._ _.
�' r�v .�� � �.'. ' C' ; - -- �
�,
� �*• ��
..
, � �� .�' - . '/''�... , �i �'.\ � - .. , � 7}
.
� . �... �.; .. .�+� I Iw �"..,� I�"�.�if''��y�;,,d � 1 ,, t. ... (/V
k ;t f.� ' r �• .�'� ��' ~' �
�'�� + • r. � , '�' �,� - s. �� �. MFi f �
., .
,
�. . o . .?� �. ,es _
. _ , .
�
i�'.:� . �:�' � . ��,_ ' - ... '��d � -}. - , __
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D67GCDFF9
Attachment A-Staff-Hour and Fee Estimate for Surveying and Mapping Services
�.. � � C7 � � � � � a.���V����i 7 �__ ____,_..____�_ .._..._..__.__4_ ___.___ __._____..______u_�
Client Information: City of Miami Beach
Ribbeck Engineering
Estimate Prepared By: Giovanni Cueto
Projett: North Beach Town Center(North Shore D) Improvement Project-SUE Request�
TASK 1 and 2-Phase 1A-Topographic Survey and Bathymetric Survey
Job Description Position Rate/Hour Hours Total Cost
Overall Management Principal Surveyor $193.97 3 $581.91
Prepare Job Survey Computer $117.65 5 $588.25
Horizontal and Vertical Control Survey Crew Party of Three $1,876.92 1 $1,876.92
Horizontal and Vertical Control Process Survey Computer $117.65 2 $235.30
Topographic/Bathymetric Survey Survey Crew Party of Three $1,876.92 5 $9,384.60
Topographic/Bathymetric Survey Process Survey Computer $117.65 17 $2,000.05
Topographic/Bathymetric Survey Drafting Draftsperson $104.58 31 $3,241.98
QA/QC Principal Surveyor $193.97 5 $969.85
QA/QC Edits/Drafting Survey Computer $117.65 8 $941.20
Total $19,820.06
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Attachment A-Staff-Hour and Fee Estimate for Surveying and Mapping Services
. ... �i�^iv v � i.� :. v. .}'.�iz.. .ir{:. �
Client Information:City of Miami 8each
Ribbeck Engineering
Estimate Prepared By:GiovanniCueto
Project: North Beach Town Center(North Shore D)Improvement Project-SUE Request�
. . . .. ._.._. ... . _.. . .. .. . ... .. . _
� TASK 3(Phase 1A)-Subsurface Utility Engineering(SUE)Quality Level"8"Designating �'�.
lob Description Position Rate/Hour Hours Total Cost
Overall Management Principal Surveyor $193.97 6 $1,163.82
Preparelo6 SurveyComputer 5117.65 10 51,176.50
Quality"B"Designation GPR 3 Men Crew 5331.74 320 5106,156.80
Quality"B"Designation Process Survey Computer $1llb5 38 $4,470J0
Quality"B"Designation Drafting Draftsperson $104.58 139 $14,536.62
QA/QC Principal5urveyor 5193.97 9 51,745.73
qp/QC Edits/Draking Survey Computer $117.65 14 $1,647.10
Total 5130,897.27
TASK 3(Future Phase 18 and 2)-Subsurface Utility Engineering(SUE)Quality Level"B"Designating ��
___._. __.___ __.___ —_—_—_ _—
lob Description Position � ��� Rate/Hour Houre Total Cost
Overall Management Principal Surveyor 5193.97 S $1,551.76
Preparelo6 SurveyComputer 5117.65 30 $1,176.50
Quality"B"Designation GPR 3 Men Crew $331J4 2D0 $66,348.00
Quality"8"Designation Process Survey Computer $117.65 24 $2,823.60
Quality"B"Designation Draking Draftsperson $104.58 107 $11,190.06
QA/QG Principal5uneyor $193.97 9 51,745.73
q/1/QCEdits/Drafting SurveyComputer $1ll.65 9 $1,058.85
Total i $85,894.50
. . .... .. . . __.___ .._... . . . . .
7ASK 4(Phase 1A)-Subsurface Utility Engineering(SUE)Quality Level"A"Soft Digs �.
. . ... ._----.. _. .... ...... . .. . . .
iJob Description Position Rate/Hour Hours Total Cost
� ._�._.__.._....__�_—
Overall Management Principal5urveyor 5193.97 9 $1,745.73
PrepareJob SurveyComputer 5117.65 16 $1,882.40
Quality"A"Soft-Digs VAC Truck(Test Holes) $500.00 75 $37,500.00
Quality"A"Soh-Digs Process Survey fomputer $1ll.65 51 $6,000.15
Quality"A"Soft-Digs Dreking Draftsperson $104.58 19D $19,870.20
QA/QC Principal Surveyor $193.97 11 $2,133.67
QA/QC Edits/Drahing Survey Computer $117.65 18 $2,117.70
Total $71,249.85
_. _.... ...___— __�____..
TASK 4(Futu�e Phase 1B and 2) Subsurface Utility Engineering(SUE)Quality Level"A"Sok Digs �
Job Description Position � ��� � � Rate/Hour Hours Total Cost
Overall Management Principal5urveyor $193.97 6 51,163.82
PrepareJob SurveyComputer $117.65 12 $1,411.80
Quality"A"Soft-Digs VAC Truck(Test Holes) $500.00 60 $30,000.00
Qualily"A"Sok-Digs Process Survey Computer $117.65 42 54,941.30
Quality"A"Soft-Digs Drafting Draftsperson $104.58 156 $16,314.48
QA/QC Principal Surveyor $193.97 9 $1,745.73
qA/QC Edits/Drafting Survey Computer $117.65 12 $1,411.80
Total 556,988.93
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
� �
,
�RIBBECK
;���- ��,i r�,����,� `,i �3��L.,�i �Engineering,In�.
Attachment C-7 — Scope from Metric
Phase 1 A and Future Phases 1 B and 2
o Traffic Data Collection
o Traffic Analysis and Studies
o Signalization Analysis and Plans
o Temporary Signalization Analysis and Plans
Ribbeck Engineering, Inc. � 14335 SW 120th ST,Suite 205 Miami, Florida 33186 � (305)383-5909
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
TASK 2.6 Traffic Data Collection...........................................................................................................2
Staff Hour Estimates (SHE)Sections 4.5.2-4.5.4 Traffic& Multimodal Data.....................................2
Task2.6 Deliverables.................................................................................................................................3
TASK 2.7 Traffic Studies(Traffic and Safety Analysis/Lane Repurposing Concept Report).....................3
SHE 2.0 Tasks- Meetings and Presentations........................................................................................3
SHE 3.0 Tasks—Public Involvement......................................................................................................3
SHE 4.0 Tasks—Engineering Analysis& Considerations.......................................................................3
4.2 Existing Conditions Analysis ........................................................................................................3
4.5 TRAFFIC ANALYSIS .......................................................................................................................4
4.5.1 Traffic Analysis Methodology...................................................................................................4
4.5.5 Calibration and Validation Data for Microsimulation ..............................................................5
4.5.6 Existing Traffic Operational Analysis........................................................................................5
4.5.7 Future Demand Forecasting.....................................................................................................5
4.5.8 No-Build Analysis......................................................................................................................6
4.5.9 Development and Screening of Build Alternatives...................................................................6
4.5.10 Intersection Control Evaluation..............................................................................................6
4.5.11 Operational Evaluation of Build Alternatives.........................................................................6
4.5.12 Project Traffic Analysis Report& Lane Repurposing Concept Report....................................6
4.5.16 Signalization Analysis..............................................................................................................6
4.8 SAFETY.........................................................................................................................................7
4.8.1 Existing Conditions Analysis .....................................................................................................7
4.8.2 Future Conditions Analysis.......................................................................................................7
4.8.3 Documentation of Safety Analysis............................................................................................7
4.17.2 Selection of Preferred Alternative..........................................................................................7
Task2.7 Deliverables.................................................................................................................................7
Design& Plan Development-Signalization..........................................................................................8
Task 4.7—30%Submittal Package-Signalization.....................................................................................8
Task4.7 Deliverables ............................................................................................................................9
Task 5.7—60%Submittal Package-Signalization.....................................................................................9
Task5.7 Deliverables ............................................................................................................................9
Task 6.7—90%Submittal Package-Signalization.....................................................................................9
Task6.7 Deliverables ............................................................................................................................9
Task7.7—Bid Set-Signalization...............................................................................................................9
Task7.7 Deliverables ............................................................................................................................9
TASK 8 Permitting Set&Permitting Services........................................................................................9
Task 8.1—Permit Plan Development-Signalization.................................................................................9
Task 8.2—Permit Coordination and Application -Signalization.............................................................10
Task8 Deliverables .............................................................................................................................10
Page 1 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
Scope of Services
TASK 2.6 Traffic Data Collection
Statf Hour Estrmates (SHE) Sections 4.5.2-4.5.4 Traffic & Multimodal Data
The CONSULTANT will collect the following traffic data list below. Traffic data shall be
collected during a typical weekday when Miami-Dade County Public Schools are in session.
The next available acceptable data collection period is assumed to be at the start of the
2025/26 school year or a timeframe selected in concurrence with FDOT and DTPW.
• Traffic data from the Florida Traffic Online (FTO) database
• 72-Hour Volumes Counts for the following roadways to supplement FTO data:
o One (1) locations on Indian Creek Drive
o One (1) location on Dickens Avenue
o One (1) location on Abbott Avenue
o One (1) location on Harding Avenue
o One (1) locations on Collins Avenue
• 6-hour vehicle turning movement counts including pedestrian and bicycle counts at the
following intersections:
1. 67 Street and SR A1A/Indian Creek Drive
2. 67 Street and SR A1A/Collins Avenue
3. SR 934/71 Street and E Bay Drive
4. SR 934/71 Street and Indian Creek Drive/Dickens Avenue
5. SR 934/71 Street and Abbott Avenue
6. SR 934/71 Street and Harding Avenue
7. SR 934/71 Street and SR A1A/Collins Avenue
8. 73 Street and Dickens Avenue
9. 74 Street at SR A1A/Harding Avenue
• Obtain and process Flow Labs (Big Data Provided) probe data for the additional study
intersection locations. Ground-truths from the 6-hour turning movement counts will be
utilized to validate Flow Labs data and identify any need for adjustments.
1. SR A1A/Indian Creek Drive at SR A1A/Abbott Avenue
2. SR A1A/Collins Avenue at 67/69 Block (Mid-Block Crossing)
3. 69 Street and Indian Creek Drive
4. 69 Street and SR A1 A/Abbott Avenue
5. 69 Street and SR A1A/Collins Avenue
6. 72 Street and Dickens Avenue
7. 72 Street and SR A1 A/Abbott Avenue
8. 72 Street and SR A1A/Collins Avenue
9. 73 Street and SR A1A/Abbott Avenue/Harding Avenue
10. 73 Street and SR A1A/Collins Avenue
11. 74 Street at SR A1A/Collins Avenue
The CONSULTANT will collect the following additional existing traffic data.
• Travel patterns or origin-destination (OD) survey
Page 2 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
• Transit data including transit routes and available ridership information
Task 2.6 Deliverables
• Traffic Data Collection Summary Report
TASK 2.7 Traffic Studies (Traffic and Safety Analysis/Lane Repurposing Concept Report)
SHE 2.0 Tasks -Meetings and Presenfations
It is anticipated that participation in progress meetings, meetings with City, County, and FDOT,
and phase review meetings will be necessary to undertake the activities of this Scope of
Services. Anticipated meetings include:
• Two (2) Roadway Meetings (typical sections and access management)
• One (1) Traffic Analysis Methodology per FDOT guidelines and the FDOT Lane
Repurposing Guidebook
• One (1) Traffic Design Meeting for presentation of traffic forecasts
• One (1) Traffic Analysis Meeting for presentation of project alternatives and the
associated projected operations
• One (1) Miami-Dade County Department of Transportation & Public Works Traffic
Signals & Signs Division (MDC DTPW TS8�S) Coordination Meeting
• Ten (10) Progress Meetings, likely to be concentrated at the onset of the project
• Four(4) Phase Review meetings for project submittals
• Two (2) miscellaneous meetings associated with interim reviews/coordination
Most meetings will require the preparation of exhibits and/or presentations for the topics of
discussion along with post meeting notes for records keeping.
SHE 3.0 Tasks— Public Involvement
In order to gain acceptance and approval for lane repurposing, Florida Statutes 341.051 added
new requirements on the government entity requesting the lane repurposing project (City of
Miami Beach) that they provide notice to all affected property owners, municipalities, and
counties at least 180 days before the design phase is completed. There is also a new
requirement that the government entity requesting the project hold at least one public meeting
and review and consider all comments received during the public meeting in the final design
of the project.
Public involvement activities will include supporting the project team in participating in one (1)
Alternatives Public Information Meeting/Public Hearing, two(2)local advisory group meetings,
one (1) agency public meeting, and review of the Public Involvement Plan ensure compliance
with Lane Repurposing requirements.
SHE 4.0 Tasks—Enqineerinq Analysis & Considerafions
4.2 Existinq Conditions Analysis
The CONSULTANT will conduct field observations to review existing field conditions, verify
desktop data, and obtain additional data required to develop the existing conditions chapter of
the required Lane Repurposing Concept Report. Data collected will include information such
as roadway typical section information, function and context classification data, access
management classification, identification of evacuation routes, available traffic data, safety
Page 3 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
related data, signalization information (FDOT eTraffic and MDC DTPW TS8�S) and other
information as necessary to describe the existing conditions and characteristics of the project.
The field review will consist of obtaining peak hour traffic operations and safety related
information including utilization of a drone for networkwide viewpoints. The compilation of
existing data shall be analyzed and summarized as part of the Concept Report.
4.5 TRAFFIC ANALYSIS
The traffic analysis shall satisfy requirements outlined in the FDOT Lane Repurposing
Guidebook. The analysis to be conducted will be comprehensive and inclusive of data
collection activities, existing conditions analysis, development of future traffic projections,
analysis of No Build and Build conditions, and provision of recommendations for the safe and
efficient flow of multimodal interactions. The CONSULTANT will review applicable City,
County, and State related traffic documents to ensure planning consistency.
4.5.1 Tra�fic Analysis Methodology
The CONSULTANT will perform traffic analysis in accordance with guidance from the Lane
Repurposing Guidebook, Traffic Analysis Handbook, and Project Traffic Forecasting
Handbook. The CONSULTANT will prepare a forecast and analysis methodology which must
be agreed upon by the CITY and DEPARTMENT prior to beginning any analysis. The
methodology must state the type of documentation, project study area to be analyzed, and
method and assumptions that will be used to analyze existing and future traffic conditions. It
must also establish the performance Measures of Effectiveness (MOE) for conducting a
comparative evaluation of alternatives. The development of future forecast data must use the
adopted version of the Southeast Regional Planning Model travel demand model. The
CONSULTANT will validate the travel demand model at a subarea level.
Capacity analysis will utilize PN Vissim in order to accurately model the multimodal elements
of the traffic analysis study area. Calibration and validation will be required for the development
of the microscopic simulation model. Data will be gathered in accordance with the Traffic
Analysis Handbook. Use of PTV Vistro in lieu of Synchro may be necessary to support multi-
resolution modeling and perform traffic signal optimizations for use in PTV Vissim.
Traffic analysis methodology will include a methodology to evaluate safety performance of the
project alternatives.
The CONSULTANT must submit all traffic analysis files for assumptions, inputs, outputs,
network data, calculations, and results to the CITY and DEPARTMENT. The figure below
illustrates the proposed traffic analysis study area.
Page 4 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
Proposed Traffic Analysis Study Area
���'�.. � �ii � � � �
y � � �
7�' 0 0.07 0.15 Miles
;, ,�hor � _K.:. ',,� � � I �
'�G,.
� � �
a t,}.o r r. "}r .. . � ,. '�` �r `�*
� � �
n d y �s�r-:= � � � �`` �
res � � �
'� �
--.-----
�
� -� ry � �� �
;�
___i�.�--_.::: ;
; �
0 Traffic Analysis Study Area �
?� Traffic Signals included
� Traffic Signals Not Included � �
� c�
0
.. _
.� _`�' _ _
4.5.5 Calibration and Validation Data for Microsimulation
The CONSULTANT will collect calibration and validation data for the project analysis in
accordance with the Traffic Analysis Handbook and methodology as agreed upon in the
analysis methodology. Anticipated data includes travel time information from the Regional
Integrated Transportation Information System (RITIS), average link speed, queue data from
field observations, and summary of network traffic patterns and bottleneck locations.
4.5.6 Existing Traffic Operafiona!Analysis
The CONSULTANT will conduct existing (base year)traffic operational analysis and report the
operational performance measures as agreed upon in the analysis methodology. The analysis
must include bicycle, pedestrian, and transit operations. The manual count data should be
reviewed for reasonableness and will be used to obtain the existing design hourly volumes
using historical and seasonal adjustments as appropriate. All existing design hourly volumes
must be balanced before being used in the analysis.
4.5.7 Fctture Demand Forecast+ng
No-Build Volumes: The CONSULTANT will develop opening year and design year design
hourly volumes for the No-Build Alternative in accordance with the Project Traffic
Forecasting, Procedure No. 525-030-120. The need for interim year analysis will be
determined in the traffic analysis methodology.
Page 5 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
Build Alternatives Volumes: The CONSULTANT will develop opening year and design year
design hourly volumes only for viable or feasible Build Alternatives. The need for interim year
analysis will be determined in the traffic analysis methodology.
4.5.8 No-Build Analysis
The CONSULTANT will analyze the operational performance of the No-Build Alternative for
the Design Year Only to identify deficiencies related to the purpose and need for the project.
The CONSULTANT will evaluate the operational effectiveness of the No-Build Alternative
using agreed upon performance measures of effectiveness (MOEs). The analysis should
include multimodal evaluation for pedestrian, bicycle, freight, and transit modes, as
appropriate.
4.5.9 Development and Screening oi Burld Alternatives
The CONSULTANT will identify, develop, assess, and screen preliminary project network
alternatives that would meet the City's goals and vision for the neighborhood. Development of
alternatives will consider previously completed planning products.
4.5.10 Intersection Control Evaluation
The CONSULTANT will develop Stage I Intersection Control Evaluation (ICE) in accordance
with the Manual on Intersection Control Evaluation and the FDM for four (4) intersections.
The ICE evaluation must include evaluation of operation and geometrics with respect to safety,
freight, design year traffic, access management, existing/planned developments, physical and
right of way constraints, design vehicle, posted speed limit, and transit operations.
The ICE may be documented in the PTAR or in a separate Technical Memorandum.
4.5.11 Operational Evaluation of Build Alternatives
The CONSULTANT will analyze the operational performance of three (3) viable Build
alternatives for opening and design years. The analysis must include multimodal evaluation for
pedestrian, bicycle, and transit modes as appropriate. The analysis will also include evaluation
of access management in relation to traffic safety and operational efficiency within the study
area. The analysis may include other measures where appropriate to the goals and objectives
of the project. The CONSULTANT will evaluate the operational effectiveness of Build
Alternatives using agreed upon performance MOEs.
4.5.12 Project Traffrc Analysis Report & Lane Rept�rposing Concept Report
The CONSULTANT will prepare the PTAR to document development of design traffic volumes
and results of the traffic analysis for No-Build and Build Alternatives, which includes the transit,
bicycle, and pedestrian analysis.The analysis may also include freight performance measures
and emergency evacuation measures where appropriate to the goals and objectives of the
project. The results must be shown on diagrams for each alternative and discussed in the
report. The PTAR will also summarize the comparison of the operational and safety
pertormance of all alternatives evaluated in detail and how they perform against each other.
Information from the PTAR will then be utilized for the development of the Lane Repurposing
Concept Report for submittal and approval by FDOT.
4.5.�6 Signalization Analysis
In coordination with MDC DTPW TS&S,the CITY, and the DEPARTMENT's Traffic Operations
Office (for State Road Signalized intersections), the CONSULTANT shall perform signalization
analysis and/or signal warrant studies at the intersections in accordance with all applicable
manuals, procedures, guidelines, and current design memorandums. The CONSULTANT will
propose preliminary signal timing plan and signal operation plan for each intersection that
requires signalization on the recommended alternative.
Page 6 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
4.$ SAFETY
The CONSULTANT, in consultation with the CITY and DEPARTMENT (for State Road
segments and intersections), will develop the methodology for conducting the safety analysis.
This methodology will include analysis approach details for the historical crash data analysis
and safety performance measures to compare the safety performance of evaluated
alternatives.
4.8.1 Existing Conditions Analysis
The CONSULTANT will obtain the most recent five (5) years of available data from the Signal
Four Analytics crash database for this project for the existing conditions analysis. The crash
data will include the number and type of crashes, crash locations, number of fatalities and
injuries, and estimates of property damage and economic loss. In addition to crash data, field
observations, stakeholder input, and other information on existing operations may be
necessary.
4.8.2 Future Conditions Analysis
A future conditions analysis is performed to assess the potential safety benefits of the proposed
alternatives in comparison to the No-Build Alternative. The CONSULTANT will analyze the
safety performance of the alternatives based on use of crash modification factors (CMFs) as
agreed upon in the Traffic Analysis Methodology. Depending on the methodology, additional
data may be needed including roadway characteristics and volumes.
4.8.3 Documentation of Safety Analysis
The CONSULTANT will document the results of the safety analysis in the PTAR and
summarize the findings in the Lane Repurposing Concept Report. The discussion of the safety
analysis will describe existing safety problems and identify the recommended corrective
actions to be applied to the proposed alternatives.The CONSULTANT shall describe the future
conditions analysis and discuss how the proposed alternatives improve upon any existing or
potential safety problems.This will include a comparison of the safety performance of the future
No-Build and Build conditions. If more than one Build alternative is being considered and there
is a difference in the safety performance of the alternatives, a comparative analysis of the
alternatives should be provided.
4.17.2 Selection of Preferred Alternative
Based on the selection of the preferred alternative, the CONSULTANT will utilize the
Conceptual Designs, Typical Sections, and Intersection design details to develop project
exhibits for the Lane Repurposing Concept Report. In addition, the Concept Report shall
identify any modifications to design/target speeds and list of design variations/exceptions.
Planning Consistency review will be performed and identification of mitigation strategies to
potential issues will also be included for the Concept Report.
Task 2.7 Deliverables
• Microsimulation Calibration Report
• Traffic Forecasting Memorandum
• Existing Safety Analysis
• Project Traffic Analysis Report
• Lane Repurposing Concept Report
Page 7 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
Design 8� Plan Development-Signalization
Contract documents will consist of a plans set containing the signalization upgrades proposed for 15
existing signalized intersections and three (3) new signalized intersections within the project area.
These locations are listed below.
1. 69 Street and Indian Creek Drive
2. 69 Street and SR A1A/Abbott Avenue
3. 69 Street and Harding Avenue
4. 69 Street and SR A1A/Collins Avenue
5. SR 934/71 Street and Bonita Avenue (New Signalized Mid-Block)
6. SR 934/71 Street and Indian Creek Drive/Dickens Avenue
7. SR 934/71 Street and Carlyle Avenue (New Signalized Intersection)
8. SR 934/71 Street and Byron Avenue (New Signalized Intersection)
9. SR 934/71 Street and Abbott Avenue
10. SR 934/71 Street and Harding Avenue
11. 71 Street and SR A1A/Collins Avenue
12. 72 Street and Dickens Avenue
13. 72 Street and SR A1A/Abbott Avenue
14. 72 Street and SR A1A/Collins Avenue
15. 73 Street and Dickens Avenue
16. 73 Street and Byron Avenue
17. 73 Street and SR A1A/Abbott Avenue/Harding Avenue
18. 73 Street and SR A1A/Collins Avenue
Intersections #1 through #14 to be performed as part of Phase 1A and Intersections #15 through
#18 (73 Street intersections to be performed as part of Future Phase 1 B and 2.
The plans set is expected to consist of the following sheets.
Sheet No. Drawing No. Title
1 1 Key Sheet
2 2 Signature Sheet
3-22 3-22 Tabulation of Quantities
23-24 23-24 General Notes/Pay Item Notes
25-44 25-44 Signalization Plans
45-49 45-50 Mast Arm Tabulation
50-69 50-69 Mast Arm Assemblies Data Table
70-89 70-89 Summary of Verified Utilities
90-96 90-96 Detail Sheets (Detection Mounting Detail, Cabinet Detail; Wiring Detail; Detection
Setup Detail; Channel Configuration Detail; Power Service Details
Task 4.7—30% Submittal Package -Signalization
Metric will perform signalization analysis, including coordination with the traffic planning phase and
handoff of planning-level operational analyses, which will be fine-tuned for the design phase. Metric
will set up the reference and master signalization design files and commence design based on initial
roadway design. A 30% design will be created; no quantities are expected at this submittal. Internal
QA/QC will be performed prior to the submittal.
Page 8 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
Task 4.7 Deliverables
30% Signalization plans
Conceptual Cost Estimate
Task 5.7—90% Submittal Package -Signalization
Metric will incorporate 30% review comments and progress the design production. Clearance
intenrals will be checked based upon the design and incorporated into the signal timing tables. Field
reviews will be performed and findings incorporated into the design. Quantities will be created and
detailed in the plans via Tabulation of Quantities sheets; one per intersection. There will be no
Estimated Quantities Report. Guide sign worksheets will be included with internally illuminated street
name sign designs. Metric will review and include Miami-Dade County detail sheets. Internal QA/QC
will be performed prior to the submittal.
Task 5.7 Deliverables
90% Signalization plans
Construction Cost Estimate
Task 6.7— 100% Submittal Package -Signalization
Metric will incorporate 90% rand Permit Plan (Task 8.1) review comments and progress the design
production. Pole elevation analyses will be performed to verify mast arm mounting heights. Metric
will coordinate for SUE activities to attempt to clear mast arm foundation locations and will coordinate
with the structures engineer for mast arm calculations. Temporary signal plan sheets will be
developed. Quantities will be updated and a construction cost estimate created. Internal QA/QC will
be performed prior to the submittal. This task includes analysis of proposed timings to determine if
updates are needed.
Task 6.7 Deliverables
100% Signalization plans
Construction Cost Estimate
Task 7.7— Bid Set- Signalization
Metric will incorporate all permit comments and any other outstanding information and review
comments to finalize the plans development. Quantities and the construction cost estimate will be
updated. Final internal QA/QC will be performed prior to the submittal.
Task 7.7 Deliverables
Signed and sealed bid set (signalization)
TASK 8 Permitting Set 8 Permitting Services
Task 8.1 — Permit Plan Development- Signalization
Page 9 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
RFQ NO. 2024-524-DF
The North Beach Town Center(North Shore D) Neighborhood Improvement Project
Metric will incorporate 90% review comments and progress the design production. This effort is
expected to include coordination and meetings to aid in the completion of a permit package for
review. Quantities and the construction cost estimate will be updated. Internal QA/QC will be
performed prior to the submittal.
Task 8.2— Permit Coordination and Application - Signalization
Metric will submit Signalization plans, to include the main plans set and temporary signalization
plans, to Miami-Dade County and to FDOT (where applicable) through their respective permitting
systems. Metric will manage and respond to all permitting comments received from the agencies
and perform resubmittals of incorporated plans as needed to gain permit approval from the agencies.
Task 8 Deliverables
Signalization plans for permits package
Page 10 of 10
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
, i r`. .:'`,i ��.���..� �RIBBECK
�`ngineering,inc.
Traffic Data Collection and Studies,
Temporary and Permanent Signalization
Phase 1 A
Ribbeck Engineering, Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Docusign Envelope ID�.70D9D388-5115�935-BD2D-586D670CDFF9
Proposal Breakdawn for Enqineering Servitq anE Limitetl Con�[ruttbn Support-North Shom 0-Pha�e 7A-Metric
Miami 6each Task 1 Taak 0
Cetepwy LaOor OMical �ete Galtiennp. Task I.1 Task 2.2 Task 2.3 Task 2 4 Task 2.5 Task 3 Vwl Deapn en0 Tolnl Labor Raw Coste M�ILpIieO Costs
Poutqn Name 6(Compeny) rNe MutlipYer GanauXanl P�eliminary Desiqn, 3p%Submitlel 90%SuCmrtal Permit Peckepe 100°/.Submrttal B�E Set Parmirong Canalru 1wn Suppart (Sum 3-9) �10k�i1 I>>Ixl�l
BO�R Rafiremant aM
Fburly Rdte Mdster Plan SeM�
S Hn 4 Mn f 11rs E Nn 5 we 5 Hn f Hn 5 1Mt S Moun S S
1 �sl 11�.�21,131 � I�k1�In1�l [�Ix12I,151 6 1�1.12I,16. I+1.121,1]'. i�lx2lx[el It�a�2�,�9', 10 I'1.121.1101 111] �12; It3
C�wIE i MelncE i n.inc. 19 f 95.�0 J4.00 E 336�00 15.00 5 C,t3i.S0 ]1.00 S 5)8550 11.00 S 3030.50 SW S �.3]).50 6.00 5 165300 100 S 55�00 5 9GW f B,93000 f 25.89�00
SenarEnnreer MetncE �i n,Inc- 19 5 B5<] 8I.00 E 208I�<9 31.00 S B4])34 37.00 5 91]0.93 3500 S B.6]5.1t td.Op 5 3.a)C.OB 15.00 5 3]1195 5.00 S 1,1]93] 5 220.00 E 19.1<Sl8 S 55.52t.]t
P �ME �in MevicEn�ineeri ,Inc. 79 f �0.5fi 505.00 5 �15.051.12 69.0p S 15,"119.86 ]0.00 S 15.94)6B ]1.00 8 �.fi1]5.54 7000 5 fi.03c)Z 1]00 g 2,)3389 18.00 S <,t008] 5 ]t5.pp S 60.BB100 S 1]6.56]fi0
E in in Intem MetncE in ,Inc. P9 f a6.3a 106.00 f 94,8]6.52 $ S S E 5 S 5 ��6.00 S 3z.�1600 S 960)6.5?
En inaenn �arliniaan MeUicFn�neenn,Inc. ]9 f 10.00 303.00 S I6.361.00 S 8 S 5 5 5 5 303.00 E 9,090.00 S 16.36�.00
Sen�mDeu ner MelricEn�ineenr,Inc. 39 f 5].28 S 51.OD S 8411)1 93.00 4 15648.42 7100 5 �t]9J.95 �3.00 b Seet]0 1600 8 265].l9 27.00 5 e085.p2 5 291.p0 5 1fi668A8 f 4B,3JB.59
Desi ner MeV�c En�n n,Inc. 29 f 1d.65 S 5 4 $ b 5 E 5 0.00 S S
CADDTec�ninan MeUicEn ineerin,lnc. 19 f 10.90 50.00 S a.aeoso 201.00 5 �8?80�4 30300$2I:51.B3 188.Op 5 �G&�G.68 14.00 5 '�.]S<yn 10.W S 896.10 18.00 E �,6t].9g 5 l81.00 S �<,318.30 S /O,S23.01
Senar Geotecnnicel En�ir�e 5 S Y S E 4 E 5 o.oa S f
Geo�acM1nral En in $ S 8 8 E $ $ 5 0.00 S 5
s�rya � s s s s s s s s o.00 s s
s��a aawM.mea� a i s s E s a 5 0.0o S S
�a�asw en��n�neci s s s s s s a s o.00 t s
Su0-lolalc 169].pp S 2]0956.63 3TJ.00 5 SS.OI1.85 321.00 5�3,500.36 3]6.00 5 56.521.84 gg.pp E 1B.4t8.5M1 Sp.00 $11,658.]3 10.00 5 11.989.15 0.00 5 - ]180.00 5 1"!1?5�.10 f 49l,087.09
5ummary of Diract Eapsnsas
unns ra.w reui
Mdea e
s�oiovi o�rec�E.pense 5
Lahor,Direct Expenae f 198,081.09
Noles 1-For invoices�illetl on an Mu�y Gdsis,�Bteiplb IIX all ezpBn68e mubl pe suCmil�eE.Trerel ezpensea muat De atmmpenietl�y a slalement eryWini�g Ihe puryose o1 t�e eapenee anE Ne pBNBE invJMO.
Summary of ReimDuruDle Eipenses
ioul
4n01e Pertnit Feas I�b.ol
R�imbunaCk Ei n�es S
Nolec�.-For invdcea wl�ere Permit Feee are Ellbtl,reteipla muat Ce wEmineE.
Pro �al5ummary
Go 04c1 Iln� Pt m�nl MHhed Tohl
oiHEci rxvrNsr
Lum Sum SuClot�l S
Lontinp�ncy Subrotal f
D�dia4d Allowann tor Sun�
Dadiuted Allowance lor Sub�uMu Utili EYplontion SUE
DetliutaG Allowance/or Geotaehnital En ineerin
RelmEursable Ez es Subto[al S
Dlrca E�pen�e Subtotel S
Tobl o/LaEor,Dlrect anE Relmbunabk ERpensas,antl Allowances S
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
, . .�, ; ���,i��; �RIBBECK
`Engineering,Inc.
Temporary and Permanent Signalization
Future Phase 1 B and 2
Ribbeck Engineering,Inc. � 14335 SW 120th ST, Suite 205 Miami, Florida 33186 � (305) 383-5909
Dacus�gn Envelope 1�:7009D388-51i54935-8D2D-586D6IOCOFF9
North Shora O-Future Phase 16 and 2•Metric Fee 6reakdowrt
Propo��l Bro�kdown br Enyim�rirp S�rvic��anC Limltrtl ConaWctlon Support-MMh Shpn 0
Miuni 6eacn Tek 1
Dala Gai�anrq, Tofk�
Galagory LaOar ORw�al Tesrt 1.1 Tmk I l TB�Y 2] Ti�k]! Tank 3.5 Taek� Poel Oaapn enE TOW I.a0or Rav CONa MulUpiBE Coqf
Po5lpon NBmed(ComDerry� 7i� Mul4p4tr Conaullanl P'aliminery�w�gr., y�%SuOmlllal 80%SuOmMI 90%Su0mi141 Perm��P�tluge Bq$el oe�m�lpiq LanaV�NanSuD�� ISum1B) �IONQ1� �11�t�tJ
��y�e BO�R Refinamenl ane Servicce
Muler Plan
S Nn 5 Hra 5 5 Hn S Mn S IY� S IYs S Nn f f 5
sl iialTsl�l � 'i�pl;al 5 I�h�P',qsl I�pli.b' tM1lliq/I ��1+1�kBl ��zpfe� �� ryal Ir11 :'T
CM1ielEn�ineer vicEn�nnnnn,lnc 2'.B S 9500 S� �00 5 1.10}00 {.Op 5 �]�0 1.00 S 03.�0 11p 5 1.�0�00 {.00 5 '.10Z00 1.W S S � J'.�0 S �.%50� S S.�A5.50
Senio�En irwar VicFr i�eenn,Ix. Z9 S BS<] S � 9.W 5 z.2J0.)] ].00 5 �.�)S.�A 1<.00 5 �.<]O.OB BAO 5 �?x» ].00 5 �.�35M 3.00 E 'Y5�)] E <8.�0 S 4.t02.56 5 �tB91A2
c1E �ree ]9 S ]85fi 5 19.00 b O.JZ0.6fi 1]AO S 2%'�.!" 21.00 5 6.t51.25 18.00 5 <,1pp.eJ 9.00 E 2�50n2 6.00 S $ _92.00 5 1231.5t 5 2095991
E o. Mavic E i Z.B S <6� 5 E 5 S . 5 S S 5 0.00 5 S -
En i�rin I�ec�nc�an ,Irt. 29 5 30�0 5 S f 5 5 S 5 S D00 5 S -
SeniorDas�rer MetrcE iriw ]9 S 5!]B S � 16.00 S 2.�25.51 1p.0U S 19Y0tiJ 3100 S <aBS�2 18.00 E 1.99CC2 1].00 S 3.'S9afi 9.00 5 9S.Ot 5 99.00 5 Sfi�O.]2 S �B.M509
pes vicE in 2.9 S �9b5 S S S 5 5 5 S S 0-00 S S
CA�OiecMnicun MeWcEn ineenn,lr�c 39 5 3090 S 59.00 S 5.28699 SB.00 S 5.19�]tl T1.00 f 6a519Z 3/AO S 30dfi.�/ ZB $ 2,598.69 I.00 S ')921 S 15<.OD S 1,818.fi0 S 22.180.94
Senio�Gaotec�niralEn inwr S 5 S �� S 5 S S S 0.00 3 f
Geo;ecn�raiE � f s � S 3 5 S s s o.0o S s -
Suive f 5 S S 5 S f f 0.00 3 S
Sune CrawMemeer 5 5 5 S S S 5 5 0.00 f S
�enoacepeacniten s � 5 5 _ s s s s _ s - 00o S S -
Sub+ouk 5 - �05.00 S �5.3�3.99 t00A0 313906.�5 66.00 5 >>tifi0?) &tA0 S 13<]0]ti 82.OU 5 9�5tit Zp,pp S : ]a0 OAO S 51000 f Zfi.0M.10 j Tl,Nl.]6
Summ�ry o1 OIrM Eap�n���
Unib No.ol TWI
W
SuObblpeeclEipenae S
L�bar,DirMEz M�f 11,Ml.76
Ndee t-fw imavw OilleE on yn MurIY��.�a��04�VI evpmsea mutt Ee wbrvOeG.irnel upenw mwi be�cmmp�n�eC by a n�akmeM ehpleinirp ihe purpse oi ifie ezpante uM tM1e parliu Imo1wG.
Summary of RNmOunabM Etp�nw
ipa�
MO�M'Abk Pe�nM Fea� No.ol
RNmburs�tM Et nNs f
Nole6 2:Fm Imacee wM1ere PermX Faaa ere OIIeE,rece�pla mua�Ee suEmIlleE.
P ISum
Com DYc �ir O 1 Wt�eE TeW
�IRECT E%PE�SE s
Lump Sum SuEto41 f
co�u�y.��y s�e�oi.i i
.o.mu�.e quaw.nce ror Survey
�DeEiu�etl Allow��[e ior$uGtuN�u U�iY Eapbr+lbn SUE
rOiCicaud 41br�nu for Gaouchrtic�l E�qi�ri
.R�Imbunabk Eapenaa�Subtotal s
Uilec[E[p6nae Subtat�l f
Tolal ol Labor,Dinc�cnA R�imEunabN Eip�nu�,arM Allowanua f
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-52�1-01
SCHEDULE A-1 —CONSULTANT SERVICE ORDER (CSOj
CONSULTANT SERVICE QRDER
f- /1IE Services
�
' • , �
. � .
The City s�verded the continuing contract for A�E services for a O�o�ecc �vhuse esGrn3tetl cost ot
construction aoes not exceeo S7 5 m�16on
The City av�erded the continwng wntrect tor the study. plennmg actrvrty,or other sernces v�hose cost5
are es6msted not ta euceed S500AG0
City-avrerded project-spec�c eoritrocts are not sub�ect to CCNA lim�tetions tor continuing contreus
6e xce;:tn:�Rm,CS� Lcns�„H.xC o��ee::o yravUr srnv�>z turw;rU!o me aCadrtl Wapusal eartN .��d:hr tdm:xnl9cns..r�d r.s:^s
e�.�th;Pad.n^ie�b-�,e re!errn_�rd co^tr.�-.lr.!�.een!ir Cm�:�rv��Pc C:xr:uL�rt Ca�:u�Jn7 rWlr_�p�yc)rces!1�!no o:Aer M�ms:mJ emO60nn
��:1 �.::,v��,. ...r r��.�:..,.-..� .I.�h_...:r -u�i ������� . n..�.r:.,...r. ��,r:er•i.r-.rr�:s hcrcu�c�In;r�y altr_htt�CM b Ibs GSO �lny Jev�:Meon
�. , � .. , �' . � . .. i � � ,. , � , .� ,..�. .. ��
i
•
Name of New Subco�sulWnt s Amount• Contract Rates
�c
Pro�ect Admir
Dept D�rector
ProCuremenl:
ArDCkI
CAt
f
l.e9d�ro�e-t kqm�,
�^
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
C'ontract No.24-524-01
SCHEDULE A-1 —SCHEDULE OF PAYMENTS
Schedule of Payments for Additional Services
A. Tasks and deliverables as reflected on the Consultant Service Order (CSO):
Task 1: $
Task 2: $
Task 3: $
B. Reimbursable Allowance (Not to Exceed): $
38
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No. 24-524-01
SCHEDULE B —CONSULTANT COMPENSATION SCHEDULE
(to be attached)
39
Docusign Envelope ID:lOD9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
SCHEDULE C - HOURLY BILLING SCHEDULE
A itional Services loadad Hourly Rate
nncipal Engineer $ 280.0
hief Englneer 2 5 400.21
hief Engineer 1 $ 338.26
roject Manager Senior S 280.00
roject Manager 5 274.
Senior Engineer S 272•00
Sen�or Projed Engineer $ 259.2
roject Engineer $ 229.2
ngineering Intern $ 160.
Engineer $ 159.24
sistant Engineer $ 133.54
ernor Designer 5 loo.11
Oesigner 5 128.
enior E�vironmental Speualist $ 199.17
Landscape Architect $ 177.07
A�D Techrncian $ 142.4�
Designer S 128.00
Senior Geotechnical Engineer $ 152.25
Project Geotechnical Englneer S 126.67
eotechnical Engineering Intern 5 108.58
eotechnica)Staff Engineer $ 95.38
rilling Crew $ 81.02
rinc�pal Surveyor 5 193.97
urveyor $ 117.65
PR 3 Men Crew $ 331.74
rahsperson 5 104.58
urvey Crew Party of Three $ 1,876.92
opographic/Bathymetric Survey Process Survey Compute� 5 117.n5
opographic/Bathymetric Survey Orafting Draftsperson S 104.58
AC Truck(Test Holes) 5 500.00
enior Community Outreach Specialist S 98.00
utreach Support Specializt $ 85.CJ
sistant Community Outreach Specialist 5 60.00
ra hic Desi ner $ 75.00
40
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
SCHEDULE D-CONSTRUCTION COST BUDGET
$174,755.990.00
41
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contrsict No.24-524-01
SCHEDULE E — PROJECT SCHEDULE (TIMELINE) FOR PHASE 1A
(to be attached)
42
Docusign Envelope ID�.70D9D38B-5115,1935-BD20-SB6D670CDFF9
�RIBBECI( FMOIERSCNFDULE �
VPOFESSIOXIIL pF51GH SENVICES FOX TME NONTX lFACH iOW N CEMTEN
(NONTN SHONE 0�NEIGH90MIqOD IMPpOVEMEIR YNOIER
NFq/3029�51<-OF
ID iaskName Durat�on Prede�essor5tart F�ns� 5 0��'l5 I']6 g")6 Sep'36 Oc�'36 .'36 � AW'2� k0'1) On']) w']) De�']l
.�.n�.1e,t11v5�si�33oi,all]9a..1R5.B1S33.615]]59 5 131916 3i011>a3.i�N�1es1J.�Lb]s1Wll0613]0]/al�l&5 1 8 153139 6.'i]N131011)<3.11<>>)eitNVB<�l�&S]516]ll061II�14111&51 B14II9 5 1219 6 3 10RU1)]V1ll51]34fit 9
� Thu]3/23/t1 ��
�NHNNwYPeI�nMUM•�. . Man9/2i/35 friti/E6/ES
iaav
, , �.. . , .�. �,,,,.. . � ..,- I�
qOJayz
eu n� �oaurac�Utili�y g �g�5UF5cans� 90Eays � a� un9/1!/?5 ��.12/3e,25 �
! Geo[ec��u[aiservi�u' 90Eays 3�5•SEars Sun9/18/]5 .it3/26/15 �
veo .�1.e..�n�.�..ci .o��siwine�.�a cs.�ovr_s.lts� av 11,ca�� n9/20/]5 .10%�:25 ��
„ o. ...i� .i� r...t_t_r. . . . .. �_.�. ,�
., UebYetlOnpnRix(Rum]A) � Bmday Men10/W2S Thul!/Sl/!) M
_ tu�.Submi��al � Ile oo . ue3/3/l6 ��
�1 �..f ���'�/OC�ev�ewlo�30%RoaEway.O�ainage,�ipnnngStNciures.Sg ��at�on. �aay. �� weG;/lE/26 Tue�/]0/z6 L
m t�ngsaneLarWuaqryPlans,0.epanzaMEstimah5
18 Poa�way.D�aireye,Lig�tiny,Strv<tures,Signaiizatqn,Povemem Martings an0 �Eay �Jff ue IRO/26 Tue 1/l0/16 h
narysis ns
19 � S�Omrttai IB weE1R1/16 ue3/3/]6 �
��kn13� RE�ri WNi/�/26 Sa11/i5/E6 - .
il Vrepare90%Poadway.�r gMing,S�ructures,5ignalieation.4avemeniMarkinBsanU 131Esys 19 WeE]/</26 Mon6/IS/l6
la�tlsoo��a A�aNsis a�e via�s��
i] a �i rview 56Eays 1�55 WeEl/a/26 ue3/31/36
E3 Suom'ile a�eriaalwpaBlo.eviewanEMlEpa9meet�ng Jn/t/36 Oa/1/36
reriew � u</l/36 ue6/30/36 '��
ES Con�Cu�:OA/aCrev�ewlo�90%uoaEway.O.ai�agr,.� ��e. g ��ation, .a y� x� i�eb/t6/3ti Mon6/29/26 �
. , pi�8via��a.a
]6 Submk90%baEwaY,aaI�,WMIry,Sbu�W1rts,5p�ullvtbn,hremen�MarlYipanAllaY l5 Tu�6/30/36 Tueb/30/E6 �
la�kuaplry%an�.R�pwla aM Fal�maln u CMB PWD L F�OT EP[Iler mt�ruN)
2I o��0if�or�t��e�cads)Penew9VZPoaQ�uay.Or .4Jays 2b Nedl/1/]6 iue)/la/i6 �
;�B,DjVwaNa 'n n ,,.�azcaoi 9 an.rieportsB_s..ma�es
t8 oru[�909[��eli<Ai[+Ui/Meeftnq , . 3��5.10 L1�/35/i6 Sat)/i5/�6 1
PwmnHry Set L Yermhtln SerNrea M1 J�y ue l/31/26 Lt 5/33/i)
30 • c�ages WeE]/15/36 ril0/3/36 �
31 ond.aOP/pCaev�ewlorVermn Ga eolNwtlwaY.Qairoge,iraKi�,L�gnpry,vavementSEaysS 30�5�]Eay Su ]0/a/36 1tiu10/B/26 j1
3t i rm� ackageolPosOway,Oranage,TraHK,tg�ting,Vavemen�Marx�ngsa�MlanEvlEay 31 r^IO/9/]6 FnlO/9/]6
33 C B xevew Vermit vacMaye ol FoaOway.Orainage.LraXic,�igM�n&Parmrent MartingsanE 115 CaYs 33 Sa110/10/36 Sa�10/Ea/36 I�
nPUnswit�[MBapporee�tampiaM��CounryRENtlassi&OassiiVermf�anEs¢curr310Eay4 33 ]0/25/26 Y�5/i3/1]
35 u i wi roveAscamptoM��CounryRER-GR an mrt IlOEayz 33 Sun10/]S/26 SatS/23/l�
36 u tV4nswit�CMBapporeds�amOto5iWM0-ERVaMuarepemtfe� lOEayi n10/35/26 Sa�S/ii/3]
um� nawit�(MBapp�ovMsum0�o�0fPCIaszV�in�ecuonWeils�aMsxurepeimlt 110Eays 33 Sun10/2S/26 Sa[5/33/3]
wi r amD�a�OEP{IauVl��ifcontamina[ionisJlscoveretllaM�llOEays 33 n10/25/26 Yt5/]2/1]
39 u � wtFCMBa00�oeAs�am0�o�0EV�S5l�sovereignzu�meige0lanEslantlsecurei110days 33 Sun10/IS/I6 Sun2/21/3)
�m� �:musnccxa�o�aan/e,ao�wm.c..mn�,�eu���ev�m�� sae,�: iers.zo ea�nizs �ansin
100%Desltn 231day� eayWM)/15/ib Wed3/3/3)
ai ay,Drairuge.4gMing,Signal�iza�ion,FavementMarkingsanE 230Cays ]1 WeE]/15/36 iue3/9/i]
vantlxa0��k A�alysis�antl Clans(CFares I antl li�
03 ��ioNnc�e.�..m,iom�xme..,r,w.�o:¢.,men��oe�a�+u.aao�.�a.:mem sa,v: az wea:noiv s��z/:ain i
:+�d um:�,w�e m,�:,neoarz.a esumm.:IP�:e:i.�a in
aa .�eh���o.sy�,iu+t�o�.v,.e���m,n��a:.�ai.�a:�,m�eia,y .3rs.za,�:weaz�»iz� weaz�i�i1� T
�rt sB FsumatOesjlPM1ases i anE li�io CMB VW Dm�TGVI&f DOT ERC Ilor sute
aUslpe
<s me,orvwamvoo*pw,,,vc,a,eyxerizwirozxoza.�av,aainzgmnqMme, iea,n � rnuznan� wcu3;3�v i
5�{ral Uwpn{Plans,Neports6Esnmatts
on uc u c KMOHMeet�ng�^ a3i5�16EayWeE3/3/3) . T
��IW�+�dk��drla�nl 101Ny irl3/5/1) ue9/21/3)
a8 e1WMNosEway.Orainage.iraMic,liglitinyparen�entMart�rqsmEtanOuapin9 150Eay �Si5�1Eay irY3/5/3] 5we/1/3�
RnaNsis aM Ylans
<9 COMunWOtrevi<wiarl00'AawEwaY.0.aina8e.TraMc,Li�t�n{.Yrvemen�Mart�iys ]Nn b MonB/3/2] SunB/8/3�
aO�M plans.Repons B Fs��m�tes
50 SUGmtL5�0%MwEway.Ora�ru{e.lraXic,li{�eng,FavemenlMartirysantlLanEwpry%ans.lEay a9 Mon9/9/i) MonB/9/I) �
Repon�d Estmates to CMB VwD,OTVW�M iDOT�Ioi stare roaEs�
51 [MB,DTYWaMiDOi(fpstaterw4v�Review10D9eRoatrxay.Dra�na9e.iiaNi�,�ig�txy. 1<Esys 50 iue8/IO/2] MonB/33/2) i
nt MaAings anE LaMxaqrg Fians.Reparts aM Es�imares
St Uptlaee]OU%commen�slor0.oaEway.Drainage.iraHc.L�girt�ngYavementMark�iysanE EBEsys 51 iueB/2</i) Mon9/IO/t) ��
i:�m�.o��a vi,�.
53 SubnitSl{nMandSealeERoaUway,painaQe.iraH�c,L�{M1linyGavemen�Mart{n5san0 ltlay 53 iue9/2l/2] Lue9/23/3) i
Lantlxapinq Plans.Repons.Spe<s anE Esnmatn
54
wao.W� ivan na�io/�3/�z m.z/3/zc
56 �e30%Watei/Sewer/Far�eMainPlanslmDlementinB�MB�anments 93Eays 3i5�30EaysManl4/33/15 el/13/26 L�
sr a�e�«on/a��w�.m.rowwm�.iuw�,iro�amamvi,�: w.e�nans �einoiae i
se s�em�vw9sw,m,ix.oiro«.Ma��m,�:wcuarwo,�oFoo*eac ie,r* nrr neV�o�zs nea/m/xs e
Docusign Envebpe ID�.70D9D3B8-5115-0935-BD2D-586D670CDFF9
ppIBBECK VROIERSCMEDULE ; V�i
'�� PROfE5510NM OESW N SEXVICES FOR TXE NONTX BFACX iOWN CEMTE0.
�NONTN SNONE D�NEIGHBO0.NOOD IMVPOVFMEMT VNOIER
NFq�10i0-S]<-0f
ID ixkName �uration preEecesso�5tart iinis� Sep'35 0��'35 .�15 �c�15 n�]6 Feb']6 M r'l6 A r'36 y'l6 i n'lfi i'lfi nu{'l6 kp'l6 Oct'}6 w']6 Dec'l6 an'l] e0']) Mar']) q0�'�� un'IJ nW']) On']t Nrn'']> 0 l�n
31�1N1)951]1�6]916]llO�lall]9a ISIi1B1513l9 5 12192 6 3 101/1411�1N11B5121�61916]330613]@IC11IB51915]II961II�)3INR131]1NIll11�]13Bi1llR5]91R3i061II@I<111R5IB15]II951i1�631O1R43111N11l5121�fi39
59 +�ewo130965uOmiital I<Esys 58 WeE1/31/16 e2/3/16 %��i1B
60 90%eoei4� 161 aa�a wN 1/a/36 ue]/la/26
61 �nage.l.g y, ruaure, g ization.va�e��e�tMarkl�gs 133Aays 59 WeE3/a/16 Mon6/15/l6
�,m:<so�e A�=ro+D n�a vi,�,�
61 uciqa/ptreview/o.90w.Poatlway.0 nage,��gn�ing,5r uea.S�gnai�:ation. IaUays 61 rue6/16/26 'non6�39/l5 �
,�ai,�e��.o��avia��,R o„
63 Subnit90%IlwOwry,Dnbu�r.lylMry,Sbununa,n51{nalzatbn.Y��rwminMartlnµ SGry G3 Tu�f/30/M T��f/30/3f i
ak WMwylp q�m,WpM�aM Fstimrtn lo<MB W/D 6 iDpi EXC�fw Nte rwA)
sa .�.avows�om��„i . .� c3 a�i�i:s �=ma�c i
ss n�inti�s.«v..mnu„�s.,.k., j:�an rn�i:/io/:s s���a/3i/n
66 epareVerm��aa�nyeolwe�e�/5e«e�/io�<e'na�mpe e nµCMB<om,meni. BOJays BISf•10 i1�u13/10/t6 L�2/3)/l)
a•n
s> m�nN a�..re.,ro�c.,mn o,<k.ge oi w,aen seweN Fo�u Ma�� s a,n sc w�:/�e/n �3/a/n i
swm��v.��.�n:r�e.o�wa�,/x.��/fo.«M,��mcMavwo ��3�s/z� v��ls/n
69 MBNentwYc���Gac�a8colWater/Sa r/GoruMa�n 6pEan 3� L13/fi/3] ue5/6/3] '�
]0 SUEmrcGHnswit�QABaOV�weEs�amO�aMD-WunryRER-WaterMarenension 60Eari 69 WeES/5/i) Sat]/3/3) �
SUEm�IWalerMansapwweOMCMBanERfRtefireDepanmen[ 60Eay Sun�/�/i] WM9/1/3) �
Il SUEm�cWa[erpiansappavetlbyCMB.NEPanELlrcmDepartmm�olHeai�n(DOH� 60Eays ]1 Thu9/I/3] Sun10/31/i) i�
13 SuOmrtWalerManrapprovNEY�MB�oREP�NPDES cae,n 69 WeES/5/E) Sat]/3/]I �
IJ �t�CMBaOp�oveEstamOroMD�CaunryREF�Wastewacer5xtion-ior fiOEay 69 WeES/5/]] Sat)/3/3] �
e�/for
15 u wt�CMBapO�oreEstamptoMD�CountyFEP-N40E5 fiOEays 69 WeJS/5/3] Sail/3/3] �
I6 SubmltPlansw��M1CMBaOG�oveEs�amO�ofDfFiorintliwdualEnvironmentalPnource 60Aays 69 WeES/5/31 Sa�]/3/]] ��
ma m�w.ue..�e,c,�m c.o:n�a
iaoaonu� xnze.W w.ei/�sns w.en/3/n
�e ,iense.�d�o,�:m,mvi:o:�mo�.me����ecme�omm.00: �ioe.v: ca wm�nsias �e
rs o����onia,�.,�.ro.�wxwn�,/x.�y�o.��m.��am�. sa,n �e eexno/n ��.znai�v i
eo s�em�uooww,��,iso.�.iro«eM.��ei,�,wcrnerwo imr �ers.:mv.w<�ezm/n . T
���/n
ei �wiom.w,��,ix.�,ivo,«rn,mvi.�. �amv, so rwziiain w.aai3iz� L
ax s.�IsY�+b���l mian �3/s/n �.9/zun
en ��, aenxWn�co.ezmuoei:o:�mdame�n�eonecommmn iwam e�rs.�mv���3R/n �oe�i/n
!C ucnM/p[rc.nevfariinalWa�er/XW<r/ForzeMainYlaru Ny an9/2/1) SunB/8/3"I �I
SUEmiIF'inalWaler/Sewer/[or�eMainMn YW� 1Eay n9/9/]) MonB/9/3)
crnax�.M..r��ww���,ix.��iro.«Ma��SPa.Me iaa.r+ es M.anolzr ww�eiznizi �i
e� ooe.�er��,�comm���.m,wae.ix..e�iFo��mn�ovi,�: :emr+ es ��a/zazi nw�v/ao/z� �
eB S�EmnSigneCa�JSeakEWa�er/Sewe•/�or<ema�naians,Specs.Repom�nOEs�imnes 1E�y e) iue9/3V3� Tue9/31/2) i
SYWs1YrEnp�wnwRi�exe�sMAY�hWam lNdM Mwl/1/Zf isf/tl/1)
90 niul5upponior�neDe.elopmentolNeVroje�tOunexnvlan 569Esys 55.88ff on3/i/i6 ue9/3�/3]
91 ae • r ��na� os u�Na�monirat�onLcenseqgreemen�s �39Eayi }0,88Fi uel/]6/I� ue9/i1/31
93 M1au�ammt,nGCan�4ualbnYW�n 9lGy� WN9/St/1) Tw1L�/3]
ha�ur�m�n�5upportLrvirn Wy eU9/23/i] Tl�uli/33/3l
9� SuomncaNage�oC��y We09/32R] ea9�3t/i]
95 evrew ocume�iai.o�anJ0e0+�e�o�P�e-BIEConfereMe as �a/l3/t] .i10/33i3I '��
96 �e i oi.e�e�ce YS a t0/232] 10/23/]]
e�a:s�emnui � ��oi2<in �:�izziz> I�
98 C�lybitlsEvaivatien 30tlays 11/33/3] Wedli/33/31 �
nr orXiec�ea 99 iM1ul3/E3/t) M1u12/33/2]
100 ConfVutlbn OMyt �Iw12/i3/3) Tlwli/33/Sf Ii/i3♦
Can�lru�tbnPl���eU OGn � Thu1]/33/1) T1�u13/23/3I W33�
102 SuDCortYmcesJunyCons�ruttion�Eurationencampaues OUay� T�ul]i23/]> LM1u11/33j]] 13/l3♦
�omi,�cuo�i�m<�obeanerm�rceawmeaeseN
0
�& �.W., _Be�.,P�. W .,.. 6e8�P �..W.,.. S.�m�ar e W...sem..aN>W.,..e em.,P�. W v.. o m.,PNe W.,.. o F�1 �.
'_ q�rd _ z�g _-3 __ _"n3 �;3 ' 3 " �3 8` "R = ma _ '<_�3m;� "a`�3o- _ =='�w _ '�� ��� R
,- n L � a ` _ y _ 3�_ ,.Po o� ' _t g a 3 a 3 3 3 p� - _ _M_ s N
' ;£ __3: g �6� c <�_ -- �2�° ? 8 P'� �Y ,�C n ' 3 _ =-3 W � �i� A q � L_ 's w' :� O
3 ot iE�w oa R om£ N i 'g�9z -xY i �$F d3� NY6
Df` __ i#:�8 _ - "o�9 f _ Z o __ _ �R __ _ 3 n f'_ 3 _i o _a 3 'f< _-i� o� o
g � � sE �a _ '-x _ p_°�R �W ' ;8` ='x " "y � o� `g` ➢3 °� a9 �
R i _ 0 3 _ _ � i� _ "� E o� i , °! °_ 3 E�''�9 i° _ __ £w �° ��° - - ;c �3£ - �� �' �
3 3 - ^s' '� ��=� = D 8 W � _ � �i- _ � ^3 w �; i ' i: _ - Y�m g 2 0�Y 3 _ _ - 3$ � ��
- 9 c�� n �R � o x�w ;a ;'R e s � '3'~$ m�� y D;� � �� m
3 g $Fg �� - - W'� ' ° � 3 � a ° f 3 � �� m
_ - Z ' ' ` "g O
4 > > v ,C � 0 3 $ �a �
3 g B � d � � � s ;o m
s f rn
� ^ � , ` $ �s o
., „ . . � � " a i a ¢'S 6 5. . c S . . . ,. . .. ,- .. ,. L 3 .. ,. ,� . . .. �. �g .� � u " " �� .. " _ .,� u _ �Y� ' Y �e
�F_ _ `� _���� � '� 3 F_ '� '£ i F F_ �3_ ��� _ x � �
„ ,\, "�ma\„ , \,\�\,:"�,�„�, , ,,,``����\;�� , ,�� _��" ������� S
P ;, „ �`� a a a �N P PPaPP �� �m��;; P ��� ��N �N���� ������ �� `� -
ffs� ��a='saa a Panfffsff� z�$oapa;af�;a�oa\_ '�°aafo�;a$>;ff�������� -
�;;,;; __�PP,,� \ N=,\,�,,,,�'Sa'=����a��`,'oa,P;,\„\VP,,,��„-;�;����
��eW�.. s' �a�.W W ^ ,�m., o� _., eW�, a W,...oem�. e�W ,� N �>wv _ '
.. .. . �
s
.,P�, v.. �.,P� s ���� �.. �o � � o W�..o,�m �
� W S N " "� P a
� - T 1 N�
� � $ I a ,
,� �� � f^ ~Y �
.. � r ���. � �
� � � � � � ��
� � . :
� r , .w
� � � o
� � � � -P
� . � � N
� � �� ��
� Na
�
� v
� v
� � �
� �
,, � � a;
� oa
_
r �a
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Conbact No.?4•521-�I
SGMEDULE F-ANi'f-HUMAM 1'RA��lCKING CERTfFiCATION
Affidavit of Comptiance with Anti-Human Trafficking �aws
2452�.-01-PRt��'ESSIClNAL [?ESiGN S�RV(CES FOR THE NQRTH BEACH TC1WN CENTER
(NQRTH SHOR� Dj NEIGHBC?RHOQD IMPRdVEMENT PR4JECT
Contract Number and Title
Pursuant to sectian 787.06(13), Florida Statutes,this portian of the form must be completed by
an officer or representative of th�nongovernmental entity executing, renewing, or extending
a contract with a governmental entity.
Name of entity does not use coereion for labor or services as defined in section 787.06,
Florida Stafutes.
Undar penalties of peryury, I declare that I have read the foregoing statement and tha#the facts
stafed in it are true.
Entity Name: I�i bb e c K �/t���Ce rirt� 1i� c •
Re�resentative/Officer's Printed Name: �a� ��$ �� 6�<</'�/ P�•
Representafive/O c 's Title: !"r'e S/d E?r1 f'
Si nature: , Date: �0�3 Zo 2 S�
__ _ __ _ _..___.___�.___________�-- - -_ __.___
4�
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No. 24-524-QI
ATTACHMENT A
RES(�LUTION AND COMMISSION AWARD MEMURANDUM
(to be attached)
44
RESOLUTION NO. 2025-33511
A RESOLUTION C1F THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, F�ORIDA, ACCEPTING TNE RECOMMENQATION OF THE
CITY MANAGER, PURSUANT TCt REQUEST FOR QUALIF(CATIONS (RFQj
NO. 2024-524DF, FOR PRC)FESSIONAL DESIGN SERVIGES FOR THE
PIORTH BEACH TQWN CENTER (NORTH SHORE D) NEIGHB�RHOOQ
}MPROVEMENT PROJECT; AUTHQRIZING THE ADMINISTRATION TO
ENTER INTO NEGOTIATtONS WITH RIBBECK ENGINEERING INC., AS THE
TOP-RANKED PROPOSER; FURTHER, IF THE ADMIPIISTRATION IS NOT
SUCCESSFUI. iN NEGOTIATING AN AGREEMENT WITH RIBBECK
ENGINEERING Ih1C., AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH CES CONSUI.TANTS,INC.,AS THE SECONQ RANKED
PROPOSER; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN
NEGOTIATING AN AGREEMENT WtTH GES CONSULTANTS, INC.,
AUTHORIZING THE AQMINISTRATICEN TO ENTER INTO NEGUTIATIONS
WITH STANTEC CONSU�TING SERVICES INC. AS THE THIRD RANKED
PROPOSER; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY
CLERK TO EXECUTE APJ AGREEMENT UPON C�NClUS10N OF
SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.
WNEREAS, on September 11, 2024, the Mayor and City Gommissian authorized the
issuance of RFQ 2024524-DF for professional design services for the North Beach Town Center
(North Shart D) neighborhood improvement project; and
WHEREAS, on November 22, 2024, the City received praposals from the following five
(5) firms: Ardurra Group, Inc.; CES Gonsultants, Ine.; Ribbeck Engineenng Inc.; Stantec
Consulting Services lnc.; and Wade Trim, Inc.; and
WHEREAS, on December 12, 2024, the City Manager appointed the Evaluation
Committee via LTC#547-2024. On January 16, 2025, the Gity Manager updated the Evaluation
Committee via LTC #20-2025. The Committee comprised Ghassan Choueiry, Senior
Transportation Engineer,Transportation&Mobility Qepartment; Jay Fink, Deputy Directar, Public
Warks Department; Maria Cerna, Assistant Oirector, Office of Capital Improvement Projects; and
Amy Knowles, Ghief Resilience Officer, Environment and Sustainability Department; and
WHEREAS, the Evaluation Gommittee eonvened on January 16, 2025, to consider the
proposals received; and
WHEREAS, the Committee was provided a� overview of the project, information relative
to the City's Cone of Silence Ordinance, the Govemment Sunshine Law, and gene�al infarmation
on the scope af services and a copy of each proposal; and
WHEREAS, the Committee was instructed to score and rank each proposal pursuant to
the evaluation criteria established in the RFQ; and
WNEREAS, the evaluation process resulted in the proposers being ranked by the
Evaluation Gommittee in the following arder:
1. F2ibbeck Engineering Inc.
2. CES Consultants, Inc.
3. Stantec Consulting Services Inc.
4. Ardurra Group, Inc.
5. Wade Trim, Inc.; and
WHEREAS,after reviewing all of the submissions and the Evaluation Committee process,
the Gity Manager concurs with the Evaluation Committee and finds Ribbeck Engineering Inc., the
top-ranked firm, to be the best qualified firm to provide the services; and
WHEREAS, Ribbeck Engineering has provided consulting engineering and planning
services since 2008 as either a prime consultant or in association with other professional firms.
Its areas of expertise include transportation design, civil engineering, water resources, and GIS
consulting services Ribbeck Engineering has done several South Florida projects for the City of
Miami, Greater Miami Expressway Agency (GMX), Mon�oe County, Florida Department of
Transportation (FDOT), and the City of Miami Beach.
NOW, TNEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, hereby accept the recommendation
of the City Manager, pursuant to Request for Qualifications (RFQ) No. 2024524-DF, for
Professional Design Services for the North Beach Town Center (North Shore D) Neighborhood
Improvement Project; authorize the Administration to enter into negotiations with Ribbeck
Engineering Inc., as the top-ranked proposer; further, if the Administration is not successful in
negotiating an agreement with Ribbeck Engineering Inc., authorize the Administration to enter
into negotiations with CES Consultants, Inc., as the second ranked proposer; further, if the
Administration is not successful in negotiating an agreement with CES Consultants, Inc.,
authorize the Administration to enter into negotiations with Stantec Consulting Services Inc. as
the third ranked proposer; and further authorize the City Manager and City Clerk to execute an
agreement upon conclusion of successful negotiations by the Administration.
PASSED AND ADOPTED this �� day of ��wrrT2025.
ATTEST:
.
NAh 0 � ��15
RAFAEL E. GRANADO, CITY CLERK STEVEN MEINER, MAYOR
APPROVED AS TO
FORM & LANGUAGE
8 F UTION
r ) `
� �, , Z�) � '�OZ-S
City ey - Date
Procurement Requests -C2 B
MIAMIBEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Eric Carpenter. City Manager
OATE: February 26, 2025
TITLE: A RESOLUTION OF THE MAYOR AND CITY COMti91SSION OF THE CtTY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMh1ENDATION OF THE CITY
MANAGER, PURSUANT TO REQUEST FOR QUAUFICATIONS (RFQ) NO. 2024-
524-DF, FOR PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH
TOWN CENTER (N4RTH SHORE 0) NEIGHB(�RHOOD IMPROVEMENT
PROJECT; AUTHORIZ►NG THE ADMINISTFtATiON TO ENTER INTO
NEGOTIATIONS WITH RISBECK ENGINEERING INC., AS THE TOP-RANKED
PROPOSER; FURTHER, IF THE ADti11NISTRATION IS NOT SUCCESSFUL IN
NEGOTIATING AN AGREEMENT WITH RISBECK ENGINEERING INC.,
AUTHORIZfNG THE ADRQINISTRATION TO ENTER INTO NEGOTIATIONS WITH
CES CONSULTANTS, INC., AS THE SECOND RANKED PROPOSER, FURTHER,
IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN
AGREEMENT WITH CES CONSULTANTS, INC.. AUTHOR121NG THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH STANTEC
CONSULTING SERVICES (NC. AS THE THIRD RANKED PROPOSER; AND
FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE
AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY
THE ADMINISTRATION. (PUBLIC WORKS)
RECOMMENOATION
The City Administration ("Administration") recommends that the Mayor and City Commission
("City Commission") approve the Resolution authorizing the Administration to enter into
negotiations with Ribbeck Engineering Inc.. as the top-ranket! proposer. If the Administration is
not successful in negotiating an agreement with Ribbeck Engineering Inc , authorizing the
Administration to enter into negotiat+ons with CES Consultants, Inc_ as the second-ranked
proposer. If the Admin�stration is not successful in negotiating an agreement with CES
Consultants. Inc , authorizing the Administration to enter into negotiatfons with Stantec Consulting
Services Inc as the th�rd-ranked proposer. Further, authorizing the City Manager and City Clerk
to execute an agreement upon the conclusion of successful negot�ations by the Adm�nistration.
This solicitation is under the Cone of Silence.
BACKGROUNDIHISTORY
7he City af Miami Beach i"City"`}, a highly urbanized coastal community in southeast Fla�ida and
a major economic resource to the region, continues to be the leader �n climate change adaptation.
The solutions to adapt present s�gnificant challenges for the C�ty due to �ts relat�vely low-lying
topography with sigrnficant tidal influence and high-intensity rainfalfs Furthermore,the City is over
100 years old: and many of its infrastructure assets are aged near or past their useful life.
For this reason the City is committed to investing in neighborhood improvement projects ("NIPs")
that will address this concern The various projects aim to elevate roads and seawalls, provide
robust drainage systems, rep�ace aged and substandard water and sewer systems. and provide
above-ground improvements. such as new street I�ghting, signalizaUon, bicycle facillties,
Page 39 of 1310
landscap+ng. and other street fumishings Waterways suffer from degraded water quality, which
is cansistent with the challenges faced by Biscayne Bay as a whole. as a result af being ad4acent
to higMy imperv�ous surfaces w�th ag�ng infrastructu�e systems.
Consequentiy, the Ciry adopied the North Seach Town Genter Core District in 2018, which
inciudes resilient zoning elements such as wider sidewalks, higher landscape standards, and the
allowable freeboard of up to 5' above Base Flaod Elevation (BFE) for new developments. The
City has conducted muitipie previous master pianning efforts that provide the founda6on for ihe
Conceptual Design for this project(the "ProjecY') as listed below�
• North Beach Master Pian, 2016
• North Beach Town Centre D�strict, Ir�tensity Increase Study. 2014
• Resiliency Standards for Tidaf Flood and Protection
• Sanitary Sewer Master Plan. 2019
• 7ransportation fvlaster Plan, 2fl16
• Pedestr�3n ard Bicycle Master Plan, 2015
• Urban Forestry Master Pian, 2020
• Wa2er Masier Plan, 2Q19
+ Storm Water Master Pian Update, 2024
• Blue and Green Stormwater Infrastructure (BG51), 2020
• Road Elevation Strategy and Sea-level Rise (SLRj tidal flood adaptation plan,2020
• Citywide Neighborhood Improvement Projects (NIP} priorit�zation plan, 2020
vansi�ering these master plann�ng documents �n Aug�st of 2024, the City completed the Basis
of Design Report for the North Beach Town Center �NoRh Shore D) NIP
Through this RFQ, the City sought proposals from firms for engineering design services for the
North Beach Town Center fNorth SF�ore Dj NIP to provide compiete desfgn and construction
documents and related services necessary to�mplement the Project. The selected consultant(the
"ConsultanY'} sh�ll be precluded from participating in any wark resulting from the serv�ces
performed unde�this RFQ and resulting agreement.
ANALYSIS
On September 11, 2024, the Mayor and City Commission a�thorizeci the �ssuance of RFQ 2024-
524-0F for prafessional desFgn services for the North Beach Town Center (North Shore D1
neighborhood improvement project. On September 12. 2024, the RFQ was issued. A voluntary
pre-proposal conference was held on September 20, 2024, to provide information to proposers
subrnitting a response. Four{4)addenda were issued, and 209 prospective bidders accessed the
advertised sol�atatian. RFQ responses were due and received on November 22. 2024. The City
rece�ved a total of fiva (5j proposals. Listed below are the firms:
• Ardurra Graup. Inc.
• CES Consuitants. Inc.
• Ribbeck Engineering Inc
• Stantec Consult�ng Services Inc.
• Wade Trim. Inc
On Decembe� 12, 2024, the City 1�1anager �pposnted the Eua{uation Committee via LTC # 547-
202�4 Qn January 16, 2025, the City A�lanager updated the Evaluation Committee via LTC #20-
2025 (the "Committes"}. The Committee comprised Ghassan Ghoueiry, Senior Transportation
Engineer, Transportation & Mob+(ity Department Jay Fink Deputy Directar, PubHc Works
Depa�tment; Maria Cerna, Ass+stant Director, Office of Ca�ital Improvemeni Pro�ects; and Amy
Page 40 of 1310
Knowies, Chief Resilience Officer. Environment and 5ustainabi(ity Department. The Committee
convened on January 16, 2025, to consider the proposals received.
The Cammittee was provided an vverview of the project, inforrnation reiative to the City's Cone of
Silence Ordinance< and the Gavernment Sunshine Law. The Gommittee was aiso provided
general information on the scope of servEces and a capy of each pr�posal The Committee was
instructed to score and rank eaeh proposai puesuant to the evaluatian criteria established in the
RFQ. The evaluation process resulted in the ranking of proposers as incficated below and in
Attachment A.
1s' ranked - Ribbeck Engineering Inc
2"d ranked -GES Consultarts. Inc.
3''rank�d -Stantec Cansufting Services inc.
4th ranked -Ardurra Group, inc.
5�h ranked -Wade Trim, inc.
The Committee deemed Ribbeck Engineerirg inc. ("Ribbeck Engineering")the most qualified firm
to provide engineeri�g design services for the North Beach Town Center (North Shore D) The
Committee highlighted Ribbeck Engineering's strang public outreach strategy, extensive
experience, and we(1-qualified team. Additionally, the Committee valued Ribbeck Engineering's
approach and methodology, inc{uding contamination assessment, a camprehensive traffic
management pfan, and the use of a drone with LiDAR capability. Lastly, Ribbeck Engineering's
approact� to phasing and staging strategy. pump sta#ion constructability ana�ysis, and
identification of alternate sifes for pump constructian further demonstraked its abi(ity ta meet the
City�s engineering design needs
Ribbeck Engineering has been providing consulting engineering and planning services since 2008
as either a pr�me cansultant or �n association with other professiona! firms. its areas of expertise
include transportation design. civi! engineering, water resourees, and GIS consulting servicss.
Ribbeck Engineer�ng has done several South Fiorida projects for the City of Miami, Greate�Miami
Expressway Agency (GMX), Monroe County, Florida Department of Transportation (FDOT), and
the City of Miami Beach A!i references provided positive faedback
The Eval�ation Committee aiso deemed CES Consultants, Inc., 2nd ranked proposer, and
Stantec Consulting Serv;ces, inc., 3rd ranked proposer to be well qualified and shouid be
considered if the negotiations with Ribbeck Engineering were not successful.
CES Consultants. Inc {"CES"}was founded in �OQ1 by Rudy M. Ortiz, PE. CGC. Since then, CES
has grown significantly and has been invoiveef in some of the largest and most innavative
infrast�ucture improvement projects in Florida, New York. and beyond. Today. CES' incredible
team of more than 110 professionais has delivered a multitude of suceessfui projects and
continues to amass a consistent and proven record of exceifent perfarmanc�. CES has provided
consulting services fqr the Miami-Dade Gounty Water �nd Sewer Department, the City of Largo.
the City af Ft. Lauderdale, and the City af Miami Beach. Further. references provided positive
feedback.
Stantec Consulting Services, Inc. (°Stantee") is a glabai feader �n sustainable engineering,
architecture, and environmental consuiting Stantsc started in 1954 as a one-person firm, and
today, the Stantsc community unites appraximately 32,OQ0 empfoyees worlcing in over 450+
locations aeross ssx crantinents. its teams provide effective and relevant salutions, translating its
ciient's vision into va(ued consents, deCiverable plans for projects and programs, and efficient
designs for de(ivery based an technicai exceNence and deep market insight Stantec has provided
cor�sulting services for the City of Tampa, the Town of Cutier Bay, the City of Napies, the Florida
Department of Transportat�on, and the City of Miami Beach. Further, references provided positive
feedback.
Page 41 of 13?Q
SUPPORTlNG SURVEY DATA
Based on the 2Q24 Gity of Miami Beach Cammunity Satisfaction Survey. when residents were
asked which majar City services were most important for the City to pravide, one of the top five
most important was the City's efforts ta manage stormwater drainage and Flooding. With only 42%
of residents showing satisfactory marks, the City seeks to pasitively and directly address this
iss�e with the award of this contract.
FISCAL IMPACT STATEMENT
The Public Works Department budgeted approximately $7,QOO,Q00 for the engineering design
services for the North Beach Town Center (North Shore Dj. The final cost wiil be estabiished
through the negotiation process with the selected vendar. Services pursuant to the award of this
RFQ shal! be subject to successful negotiations and the availability of funds approved through
the City's budgeting process.
Does this O�dinance require a Business Impact Estimate?
(FQR (JRQINANCES C)NLY}
If applicable, the Business Impact Estimate (BIE) was published on:
See BIE at: https:llwww.miamibeachf{.govlcity-hall/citV-clerkr'meetinq-noticesl
FINANClAL INFORMATION
__---__ _ _._ _Y - _ __ _._ _ ---
i_303-0815-061357-29-41 Q-561-OQ-QQ-00-50323 * $7 346,180 54
--- --__ .
- -
$7,346,180.54
CONCLUSION
Based on the foregoing, it is recommended that the Mayor and City Commission approve the
Resolution authorizing the Administration to enter into negotiations with Ribbeck Engineering Inc..
as the top-ranked proposer. If the Administration is nat successfui fn negotiating an agreement
with Ribbeck Engineering Inc., authorizing the Administration to enter into negotiations with CES
Consultants, fnc , as the second-ranked prop�ser, If the Administration is not successful in
negotiating an agreement with CES Consuitants. Inc., authorizing the Administration to enter inta
negotiations with Stantec Cansulting Services Inc. as the third-ranked proposer. Further,
authorizing the City Manager and City Clerk to execute an agreement upon the conclusion of
successful negotiations by the Administration
Applicable Area
North Beach
Is this a "Residents Riqht to Know" item, Is this item related to a G.O. Bond
pursuant to Ci�Gode Section 2-17? Proiect?
Yes No
Page 42 of 1310
Was this Aqenda Item initialty rec�uested bv a labbyist which, as defined in Code Sec. 2-481,
inctudes a p�incipai enqaaed in iobbvinq? Nc
If so. speeify the name of lobbyist(sj and principal(s): Nok app(icabie.
Decsartment
Procure�nent
St�onsar(s)
Co-sponsor(s}
Condensed Titie
�ward R�Q 2024-5��i-DF Design Se��ices f�r tvB Town C;enter jN Shore Di Im;�rovement
Projeet, PW1PR
Previous Actian (far CitY Clerk Use Qnty,�
Page 43 of 1310
RFQ 2024-524-DF Attachment A - Scoring and Ranking
RfQ 2024-5]4DF I � � '' � �'
1 °� ,LOW
Prof�ssional Desipn S�rvlcta �g ��) � .�� . ��
Mar�a Gma � Ghasaan Chousiry .c, ,lay Fink .�. AmY Knowi�a x� �Appr�qat�
North Shan D Neighborhood a 'a� � p�� �Totds yf!,
improvBmmt ProJact } � ; �
_ wux.nv. ' o�.�nnaw. s�mor,i , o��ir,�m. ow�uunw s�ceoxr ': awin,nv. ooanurnw• sue�au ' o�auuw. owr�ue.w•! suecoc.+ � '
RiDbec' F�rtqineering Inq 99 ' S tD4 5'�. �7 , 5 �62 1 91 g � 9F' .2. ._.yb. .. S. .. 701 7 5 . .� �
('.E5 Gnnsultanis inc 9h � J 99 !- W, 3 39 L NJ 3 fl6 � J� 86 3 8U � 2� 9 ' 2 �
Stantec Cans:�llmg Serv,cas!na 9L � � �)5 S� 9� � 3 94 1. 5 3B 3 . 107 1 BS ;3 � H8 3 t4 ' 3 .
�.ArdwFa Gmup,ine 95 j 9i3 3� 95 � 3 � 98 J 3 79 � 3 � 82 �A 76 :i � J9 5 15 � 4 �
�W2ae irm.Inc 93 ; ? � 9fi a� 93 ' 3 �. 96 ,4; 75 , 3 , 78 .5 85 J . 88 3� 1& ( 5 i.i
_ .� . , . ,,�.� ., �
. . ., pr , � , .�
_—`---__ .._._.. _.......... �.� . ` . n„"'�'`
_._. .w.e._�.,,.... '"���r �_ _ .__ - _�...� ....�.� . ._>:.�.:�:..._=�
� �.. Muu-,,mvmPOY:Y �.� .
P�Mwn PynwlrGWiYa..�r.M I�.n \S]w f�ani� rVfnw�Iw�R� 1WIO�r+uYi�
War. Wvw�,.,4ifP.�AfL1.3au�+� iaMPeinuA+riMC (Nwwx. .
IYw/cw.t . .r.n�1
Gn�iw u�n tYre�e oe;n�i , � v� .
ArdUrrp(ifOiip,Inc. 5 1.4y5,U65 61... , �.f � NiA ;f �.
C,ESCO�s�ltan;s.lnc. S a56,tiS?7 . 5 � NfA ;! '�
Ribbxck Enq�neer.ng,lnc �S - I' S g '.., h/n 5 '��.
3ls�ntyc ConsulUng Snrvites tnc E 715.96't 11 I 5 , ! � N!A 3 I
Wacte rntn,InC S 2ti1.731 9d j 5 I :f ; N:A ' 3 !
Page 44 of 1310
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-{)I
ATTACHMENT B
ADDENDA AND REQUEST FOR QUALIFICATIONS (RFQ) SOLICITATION
(to be attached)
45
ATTACHMENT B
ADDENDUM AND RFQ SOLICITATION
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM N0.4
REQUEST FOR QUALIFICATIONS N0. 2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER
(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
November 14,2024
This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers,or other
clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. REVISION(S). Section 0300 — Proposal Submittal Instructions and Format, Tab 2 — Experience and
Qualifications of the RFQ, is hereby amended as follows:
2.2 Quaiifications of Proposing Firm. Utilizing the enclosed Standard Form 330 (Appendix B) —Architect-
Engineer Qualifications, submit detailed information regarding the relevant experience and proven track
record of the firm and/or its principals in providing the scope of services similar as identified in this
solicitation, including experience in providing similar scope of services to public sector agencies, with
emphasis on the following areas of expertise:
Submit(at least three(3)) projects relevant to each area of expertise performed within the last ten
(10) years as evidence of the requested experience. Projects must be submitted in the order
indicated below. Bidders are limited to the ten (10) project maximum noted on the Standard Form
330 (Appendix B).
a. Urban road design with experience in elevating roads and sidewalks and harmonizing private properties due to
the grade differential created by elevating the right-of-way.
b. Urban stormwater design that includes trunk lines of 60 inches in diameter or larger.
c. Design and permitting of stormwater pump stations and water quality treatment systems.
d. Water mains and sanitary sewer design,including gravity and pressurized mains. Experience must include the
urban design of a 20-inch or larger water main and a 30-inch force main or larger.
e. Stormwater hydraulic modeling utilizing ICPR4 software.
f. €��er�e�sear� ���eask�
f. Design roadway(s)to include sections with bicycle lanes.
II. RESPONSES TO QUESTIONS RECEIVED:
Q1: tn Addendum 3, Q2 asks about Section E(Resumesj and A2 says to refer to Q1 response. However, the
Q1 response only clarifies the number of projects for Section F (Project Experience). Can you please
provide clarification of how many resumes and projects per resume the City would like to see for the Prime
and the Subs?
A1: Submit a Section E of the Standard Form 330 for each key personnel of the prime or
subcontractor. Refer to Subsection 19 of Standard Form 330 titled "Relevant Projects"for the
number of projects.
�._. :.R..�.__.�,�.. .,.w v.._�_.. _ ..___.._ ,._......s_ .
�,...�_ ,, .._...__ _._ .... .,., _.�,��._..�....._...�......,..._._._.�.�.._.y..._.,��,«
1 ; ADDENDUM N0.4 �~.��m�..T���
` RE�UEST FOR QUALIFfCATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
Q1: We are hoping to get some clarification on Q5 of addendum#3. In Section 2.3 Qualifications of Proposer
Team, are you looking for projects ONLY from subconsultants? If that is the case, it will be difficult to meet
the minimum of 3 projects per category listed (a-g).
Can you also clarify where we are to put the SF 330 resumes?Currently, it seems like we should have the
full SF 330 in Section 2.2 and then supplemental projects from the subs in Section 2.3. Is this correct?
A1: Section F of the Standard Form 330 will be submitted under Section 2.2, Qualifications of
the Proposing Firm,to provide the project experience of the Firm,and Section 2.3.1 to provide
the project experience of the key personnel of the prime proposer and subconsultant(s).
Section E of the Standard Form 330 will be submitted under Section 2.3 Qualifications of the
Proposer Team, defined as key personnel of the prime proposer and subconsultant(s).
Q1:We would like to confirm if there will be any minimum pump station design qualifications since this project
involves several pump stations.
A1: Refer to Revision I. Further, refer to the BODR for additional information regarding the
pump stations.
This RFQ seeks to select the best qualified (as determined by the City) firm for the project.
Responses pursuant to the RFQ are not to include scope. Rather, as required per the RFQ,
proposers are to submit their qualifications as indicated in Section 0300. After selection, the
City and the selected firm will negotiate scope,terms, and cost.
Q1: With respect to Addendum 3, Q5 response, we would like to confirm we can have up to 10 projects for
section 2.3 Firm Qualification (using SF 330 Example Projects) and up to 10 different projects under
section 2.3.1 Team Qualifications(using SF 330 Example Projects).
A1: Project experience is limited to 2.3.1 of Section 2.3 so as to only require up to ten (10)
projects for the entire Section 2.3. In addition,Section 2.2 project experience for the Proposing
Firm is limited to no more than ten (10) projects.
Q1: Also, would the City reconsider the requirement for the prime firm for some of the items such as Public
Involvement(F)and Water and Sewer(D)since those are typically handled by subconsultants.
A1: Refer to Revision I.
Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention
of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov
Contact: Telephone: Email:
Dann Flores 305-673-7000 ext. 26652 Dann Flores miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission.
�x,s�,��.,..�z ADDENDUMN0.4 " x,., .x,._,..r�,_ �. w..�.,.n�.� ......... .�.�.�,.,,.�,..,� ��,..�n�..,�.,�..�..�.,�.. . , .._,.�..�.,a,�„
� REQUEST FOR QUALIFICATIONS N0.2024-524-DF
3 PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
Sincerely,
����� ������
For Kristy Bada
Chief Procurement Officer
. _. � __.,�._ .�.� ..._ _ ....� .. ,._�_.. , ,..,_.__ .......�.._._ __...�._..�.__.
_.,.: _.� u...�..,._...�,.,�.....�..___..._.. .. ..,,.., ..
; ADDENDUM N0.4
RE�UEST FOR QUALIFICATIONS N0.2024-524-DF
; PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
ADDENDUM N0. 3
REQUEST FOR QUALIFICATIONS N0. 2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER
(NORTH SHORE D) NEIGHBORHOOD IMPROVEMENT PROJECT
November 7, 2024
This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. REVISION: RFQ DUE DATE AND TIME.The deadline for the electronic receipt of bids is extended until 3:00
p.m., on Friday, November 22,2024.
All bids received and time stamped through PeriscopeS2G,prior to the bid submittal deadline shall be accepted
as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids
received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of
bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan
sufficiently. The City will in no way be responsible for delays caused by technical difficulry or caused by any
other occurrence.
II. REVISION(S). Section 0300 — Proposal Submittal Instructions and Format, Tab 2 — Experience and
Qualifications of the RFQ, is hereby amendetl as follows:
2.34 Previous Collaborative Experience of Bidder and Other Key Team Member Firms. Provide a
list of projects that the Bidder and the key team member firms have completed jointly (as a team). For
each Project, include project name; project details; name of ownerlclient entity(specify whether public or
private); and the entity's project representative and contact information. This information should not be
submitted on the Form 330.
III. RESPONSES TO QUESTIONS RECEIVED:
Q1: In Section 2.2, Qualifications of Proposing Firm, the bidder is supposed to submit (at least three (3))
projects relevant to each area of expertise performed within the last ten(10)years, and Bidders are limited
to the ten (10) project maximum noted on the Standard Form 330.
Please clarify if the 10 project maximum is for each area of expertise (A-G), for a total of 70 projects
potentially, or 10 projects maximum in total (covering all 7 areas of expertise)
A1:A minimum of three(3), but a maximum of ten(10)total projects are to be submitted as part
of the Standard Form 330 Section F for all areas of expertise(Items a.through g.)combined.
Q2: Under Section 2.2, please confirm that City would like Section E of the SF 330 forms (Resumes) to be
utilized. Is the City asking for a maximum of 10 resumes or 10 projects per resume?
A2: Refer to Q1 response.
..,.�. �.,,��a.� .�,�,�� �rtbLL.,�, �.,���.a.,. e„h _ �. �_�� �f,.w�, „ �.�.w � .�. . ...�K. ....�..�..� �_ . _ .>> .. �. ...
_� ..Mri .. .. . _ _
# ADDENDUM N0.3
� REQUEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I AM I B EAC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
Q3: Under Section 2.3, please confirm that City would like Section F of the SF 330 forms (Example Projects)
to be utilized. Is the City asking for a maximum of 10 projects total, or 10 projects per area of expertise?
A3: Proposers are to submit the teams project experience under subsection 2.3.1 of Section
2.3 utilizing Standard Form 330 Section F. A minimum of three (3), but a maximum of ten (10)
total projects are to be submitted for all areas of expertise(Items a.through g.) combined.
Q4: Is Jacobs precluded from bidding on this RFQ?
A4: No.
Q5: We would like to confirm that as per Proposal Submittal Instruction and Format, Tab 2, Section 2.2, the
total number of reference projects is limited to only 10, and include projects for both the lead firm
(proposer)and subconsultants.
A5: Section 2.2 is solely for the proposing firm.The project experience of subconsultants shall
be submitted as part of Section 2.3 titled "Qualifications of Proposer Team." Both are limited
to a minimum of three�3) but a maximum of ten (10) projects.
Q6: Is the expectation of this project to elevate Abbott Avenue and 71 st Street to elevation 5.2 if possible,even
though it is FDOT right of way?
A6: The elevation of 5.2 feet is the target adopted by the City Commission in 2020 for
emergency roads to ensure proper functionality and resilience. However, this target elevation
has not yet been approved by FDOT.Approval from FDOT will be a critical step to finalize the
design.
This RFQ seeks to select the best qualified (as determined by the City) firm for the project.
Responses pursuant to the RFQ are not to include scope. Rather, as required per the RFQ,
proposers are to submit their qualifications as indicated in Section 0300. After selection, the
City and the selected firm will negotiate scope,terms, and cost.
Q7: Are 73rd Street and 72nd Street buffered bike lanes part of this project? They are listed under Phase 1
improvements but also mentioned as"Ongoing and future proposed roadway projects in the project area"
and the plans were included as an Appendix.
A7: If the proposed improvements impact these bike lanes along the specified segments,then
restoration will be required. The project will include selection of the roadway typical sections
for these corridors.
This RFQ seeks to select the best qualified (as determined by the City) firm for the project.
Responses pursuant to the RFQ are not to include scope. Rather, as required per the RFQ,
proposers are to submit their qualifications as indicated in Section 0300. After selection, the
City and the selected firm will negotiate scope,terms, and cost.
.�......_. ..... . ,. � _,__ r..__.�w._.. . ,._�._... .._ �,. ._... _.., _ .� ._. _ ..._ _._.._ ..,,.�.....�.wr....... �..N.__... .. . ,.....�....._
. - ADDENDUM N0.3
RE�UEST FOR QUALIFICATIONS N0.2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I AM i B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
Q8: Is there a limit to how many teams can a subconsultant be part of?
A8: No.
Q9:To address Sections"2.2 Qualifications of Proposing Firm"and"2.3.1 Project Experience,"please confirm
a maximum of ten (10) total projects are to be submitted as part of the Standard Form 330 Section F
projects for the entire team, including subconsultants, and for all areas of expertise (Items a. through g.)
combined.
A9: Refer to Q1, 2, 3, 8�5 responses above.
Q10: Page 13 of the solicitation includes Data Gathering and Preliminary Design phases for"Tab 3:Approach
and Methodology." It is our understanding that the Data Gathering and Preliminary Design phases were
completed under North Shore Phase 1. Will this project include Data Gathering and Preliminary Design
phases separate from that Phase 1 project?
A10: The selected consultant may need to collect additional data(traffic,survey,geotechnical)
to complete the design phase. Selection of typical sections will be necessary.
This RFQ seeks to select the best qualified (as determined by the City) firm for the project.
Responses pursuant to the RFQ are not to include scope. Rather, as required per the RFQ,
proposers are to submit their qualifications as indicated in Section 0300. After selection, the
City and the selected firm will negotiate scope,terms, and cost.
Q11: In the Section 0300, under Tab 2, it appears that Section 2.2 Qualifications of Proposing Firm and 2.3.1
Project Experience are duplicates of each other. Can you please clarify the requirements of this section?
A11: Refer to Q1,2, 3, &5 responses above..
Q12: Similar to�bove, can you please confirm that no more than 10 projects total should be included in Tab
2? (not a max of 10 per category)
Al2: Refer to Q1, 2, 3, &5 responses above.
Q13: In Section 0400,there is mention of Veteran's Preference Points. Can you confirm these points are only
given out to prime firms with this status?
A13: Only the prime consultant is eligible for veteran's preference points.
Q14: In Section 0300, under Tab 3, Task 1 and elements of Task 2 appear to have been completed as part of
the BODR. Should these tasks still be included here?
A14: Refer to Q10 response.
Q15: Could you please clarify whether the project examples you are requesting should be solely from the prime
consultant, or if we can include relevant experience from our sub-consultants as well? Additionally, is there a
limit on the number of project examples we can provide from each source?
��_ .F_. ..,,� .,.�.�..�..t_.�...�.... �. _..._.. . . . _.�._�..__...�...�.,....,..,�,��.�.�.. ,.,.,:.t,.x.,,�...,._
; ADDENDUM N0.3
` REQUEST FOR QUALIFICATIONS N0.2024-524-DF
j PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
A15: Refer to Q1, 2, 3, &5 responses above.
Any questions regarding this Addendum should be submittetl in writing to the Procurement Department to the attention
of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov
Contact: Telephone: Email:
Dann Flores 305-673-7000 ext. 26652 Dann Flores miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission.
Sincerely,
�/�,Z�� T����-�e
For Kristy Bada
Chief Procurement Officer
_,..__.Ke,..,�.�. �.�,..,��..4.�,..._:._ . . . ....... ..� ..V.,. _..�._.,�., .,
, v, , �..._.�,.�.�..:_.._...:. ,.. _�e ... � _.. .
: �ADDENDUM N0.3
: REQUEST FOR QUALIFICATIONS N0.2024-524-DF
" PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Fioor
Miami Beach,Florida 33139
www.miamibeachfl.gov
ADDENDUM N0.2
REQUEST FOR QUALIFICATIONS N0. 2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER
(NORTH SHORE D) NEIGHBORHOOD IMPROVEMENT PROJECT
November 1,2024
This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers,or other
clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. ATTACHMENT(S)
Attachment A—Additional documents and files relative to RFQ 2024-524-DF. OneDrive link provided below.
RFP 2024-524-DF Addendum No. 2 Attachment A
THE LINK PROVIDED ABOVE EXPIRES NOVEMBER 12,2024.
II. RESPONSES TO QUESTIONS RECEIVED:
Q1: Regarding the subject RFQ,we would like to request the proposed condition ICPR model Input and Output.
The technical memorandum within the BODR only has the existing condition.
A1: See Attachment A.
Q2: I see the pre-bid meeting was held on September 20, do you have the plan holder list(attendees)?
A2: Refer to Attachment B of Addendum No. 1.
Q3: Can the City provide the source survey files in *.dwg or *.dgn format? These files are the basis of the
conceptual design in the Basis of Design Report.
A3: See Attachment A.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department
to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Contact: Telephone: Email:
Dann Flores 305-673-7000 ext. 26652 Dann Flores miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission.
S�ere� Z�
Natalia Delgado �����
Procurement Contracting Officer III
,��,,�,� "�°ADDENDUMN0.2" ,� t��,.« � e.,F..,r., a��F,.�..,�.�_._��,,.w,..�,...�,�..,.�,.,n,.,e,�....�,..�,�.��,.«�,�..vm. _ ..��.�Ww�..,�.��,..d.�.�...�w
`' REQUEST FOR QUALIFICATIONS N0.2024-524—DF
; PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
ADDENDUM N0. 1
REQUEST FOR QUALIFICATIONS N0. 2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER
(NORTH SHORE D) NEIGHBORHOOD IMPROVEMENT PROJECT
October 23, 2024
This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. REVISION: RFQ DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00
p.m., on Tuesday, November 12,2024.
All bids received and time stamped through PeriscopeS2G,prior to the bid submittal deadline shall be accepted
as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids
received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of
bids are not acceptable and will be rejected. Late bitls cannot be submitted, bidders are cautioned to plan
sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any
other occurrence.
� � � • - � � � � � � • � � � - �
� • • . � � � � i . • �
II. REVISION: Section 0300 — Proposal Submittal Instruction and Format, Subsection 4. Electronic
Proposal Format— Tab 2 Experience and Qualifications —2.2 Qualifications of Proposing Firm of the
RFQ, is hereby amended as follows:
a. Urban road design with experience in elevating roads and sidewalks and harmonizing private properties
due to the grade differential created by elevating the right-of-way.
b. Urban stormwater design that includes trunk lines of 60 inches in diameter or larger.
c. Design and permitting of stormwater water quality systems.
d. Water mains and sanitary sewer design, including gravity and pressurized mains. Experience must
include the urban design of a�830-inch or larger water main and a 30-inch force main or larger.
e. Stormwater hydraulic modeling utilizing ICPR4 software.
f. Experience in public outreach.
g. Design roadway(s)to include sections with bicycle lanes.
III. ATTACHMENT�S)
Attachment A—Appendix B-Sample Contract
Attachment B— RFQ 2024-524-DF Pre-proposal Meeting Sign-in Sheet
.�.__.�.. _ ... . ..._ ..r._�.....� ,.__._.,__..u�...__._,,,._..,..��,�_...�_,.._..�n....��......�_.,.._.._....s,.....��.rym,.�.___...M.�.�.�0.4................_._..�
ADDENDUM N0.1
REQUEST FOR QUALIFICATIONS N0.2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M i A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
IV. RESPONSES TO QUESTIONS RECEIVED:
Q1: Will the City provide a sample contract for this project?
A1: Refer to Attachment A.
Q2: On pg. 27 of the RFQ, reference is made to a Sample Contract (Appendix B), but there is no attachment
posted for this appendix. Can you please provide the sample contract?
A2: Refer to Attachment A.
Q3: I would also like to request a copy of Appendix B—Sample Contract. It was not included within the RFP
document/attachments.
A3: Refer to Attachment A.
Q4: Page 12 of the solicitation denotes the following area of expertise:
d. Water mains and sanitary sewer design, including gravity and pressurized mains. Experience must
include the urban design of a 20-inch or larger water main and a 30-inch force main or larger.
However, page 13 of the solicitation denotes the following area of expertise for the same Item"d":
d. Water mains and sanitary sewer design including gravity and pressurized mains. Experience must
include urban design of a 30-inch or larger water main of and a 30-inch force main or larger.
Please clarify which is the correct area of expertise for Item"d."
A4: Refer to Revision II.
Q5:Will the attendance list from the prebid be upload to Periscope?
A5: Refer to Attachment B.
Q6: We hope this message finds you well. Due to Hurricane Milton, the resulting power outages, and
evacuation mandates, we kindly request an extension on the due date for our proposal. Some of our
technical and proposal team members have been affected, and we have lost critical time needed for its
completion. Additionally, we are still awaiting responses to the questions we submitted. These answers
are crucial for developing an approach that offers the City the best value and unique solutions. Since we
were unable to discuss the Basis of Design Report(BODR) with the City prior to the RFQ issuance, the
responses from the City will be vital for clarifying our understanding of the BODR and ensuring a
comprehensive submittal.
�.. �.._�.a_.�a�„��,�._���4..,.a .._�. . .:e .�..� � ra„��_., r .__,._.._. � ... a �..,.,., .. . 4,. .,. _
_,.. p_ . ._:�
. r,�a�r __ � �
? � ADDENDUM N0.1
' REQUEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
A6: An extension will not be provided due to Hurricane Milton. However, the City is extending
the due date as it works on responses to questions received before the question deadline.
These responses will be provided in a subsequent addendum. Please refer to Revision I.
Q7: Appendix B (Sample Contract) was not included in the solicitation documents. Please provide this
document at your earliest convenience. It is important to review the sample contract,as the cover page includes
this statement: "By virtue of submitting a proposal, the firm hereby takes no exceptions to the terms and
conditions noted in this sample contract."
A7: Refer to Attachment A.
Any questions regarding this Addentlum should be submitted in writing to the Procurement Department to the attention
of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov
Contact: Telephone: Email:
Dann Flores 305-673-7000 ext. 26652 Dann Flores miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission.
Sincerely,
, l'>>�;�'
Kri��i B�da
Chief Procurement Officer
.r_�w.,., �u.,v..� ._ � x.., �. �, u��.� ...„�. .,w,.�. � �.,, . .. .�,. .n,., .,t. .. . �...,... _�_ ,.... a.� ._,.., ..«n n rr._,. .. � . ,
' ADDENDUM N0.1
REQUEST FOR QUALIFICATIONS N0.2024-524-DF
; PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
ATTACHMENT A
APPENDIX B
Sam le Contract
p
2024-524—D F
PROFESSIONAL DESIGN SERVICES FOR THE
NORTH BEACH TOWN CENTER ( NORTH
SHORE D) NEIGHBORHOOD IMPROVEMENT
PROJECT
.���.���.��.�.au .r� � r a� �_. �� .� �... . �� ...W. _r�� n..�... .� w._� ...0 _ .�
� �� � ADDENDUM N0.1 . _, _,�„ „ ., „.. .
' REQUEST FOR pUALIFICATIONS N0.2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I AM I B EAC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH
AND
[FILL IN CONSULTANT NAME]
FOR
fXXXXX X], PURSUANT TO
[FILL IN RFP, RFQ, OR ITB#]
This Professional Services Agreement ("Agreement") is entered into this ("Effective Date"),
between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under
the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach,
Florida, 33139 (the "City"), and [FILL IN CONSULTANT NAME], a [FILL IN TYPE OF ENTITY/I.E.
CORPORATION, LLC, ETC.], whose address is
("Consultant").
SECTION 1
DEFINITIONS
Agreement: This Agreement between the City and Consultant, including any exhibits and
amendments thereto.
City Manager: The chief administrative officer of the City.
City Manager's
Designee: The City staff member who is designated by the City Manager to administer this
Agreement on behalf of the City. The City Manager's designee shall be the
Department Director.
Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an
independent contractor, and not an agent or employee of the City.
Services: All services, work and actions by the Consultant performed or undertaken pursuant
to the Agreement.
Fee: Amount paid to the Consultant as compensation for Services.
Proposal Documents: Proposal Documents shall mean City of Miami Beach [FILL IN RFP, RFQ, OR ITB]
No. fXXXXXXX)OCXXXXXI for [XXXXXXXXXXXXXXXXXXX)CXXI, together with all
amendments thereto, issued by the City in contemplation of this Agreement [FILL
IN CORRECT ABBREVIATION RFP, RFQ, OR ITB], and the ConsultanYs proposal
in response thereto ("Proposal"), all of which are hereby incorporated and made a
part hereof; provided, however, that in the event of an express conflict between the
Proposal Documents and this Agreement, the following order of precedent shall
prevail: this Agreement; the [FILL IN RFP, RFQ, or ITB]; and the Proposal.
��ADDENDUMNO.,�,.._,��.., �,��.,. .�x< . ..� .w a,�.�..�,�,.m�M�w- �,.�..x.r���,..,_...��,..� �,..,. .R ��� .�..,.,�,. ,,,,,.,�. n .:...._ �..��,,..�..�
REQUEST FOR QUALIFICATIONS N0.2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E A� H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third
Floor, Miami Beach, Florida 33139; telephone number(305) 673-7000, Ext. 26724;
and fax number(305) 673-7529.
SECTION 2
SCOPE OF SERVICES
2.1 In consideration of the Fee to be paid to Consultant by the City, Consultant shall provide the work
and services described in Exhibit "A" hereto (the"Services").
[NOTE: EXHIBIT "A" MUST INCLUDE DETAILED DESCRIPTION OF SERVICES]
Although Consultant may be provided with a schedule of the available hours to provide its Services, the
City shall not control nor have the right to control the hours of the Services performed by the Consultant;
where the Services are performed (although the City will provide Consultant with the appropriate location
to perform the Services);when the Services are performed, including how many days a week the Services
are performed; how the Services are performed, or any other aspect of the actual manner and means of
accomplishing the Services provided. Notwithstanding the foregoing, all Services provided by the
Consultant shall be performed in accordance with the terms and conditions set forth in Exhibit"A" and to
the reasonable satisfaction of the City Manager. If there are any questions regarding the Services to be
performed, Consultant should contact the following person:
2.2 ConsultanYs Services,and any deliverables incident thereto, shall be completed in accordance with
the timeline and/or schedule in Exhibit fXXX1 hereto.
[NOTE: TIMELINE FOR DELIVERABLES CAN ALSO BE INCLUDED IN EXHIBIT "A" OR IN
SEPARATE EXHIBIT]
SECTION 3
TERM
The term of this Agreement ("Term") shall commence upon execution of this Agreement by all parties
hereto (the Effective Date set forth on p. 1 hereof), and shall have an initial term of [XXXXXXX)CX)CXXI,
with fXX)OCXX)OCXXI renewal options, to be exercised at the City Manager's sole option and discretion,
by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of
the initial term.
Notwithstanding the Term provided herein, Consultant shall adhere to any specific timelines, schedules,
dates, and/or performance milestones for completion and delivery of the Services, as same is/are set forth
in the timeline and/or schedule referenced in Exhibit fXXXI hereto.
r, .,.,. .._....., ,,�,,�. 4M�. .,.,��� ._.. .,.�...r.. ,.�,� ....,..w.. r__._.�„�...��.w . ,....��m.�... R,ti..,,_�_�.,,�,��.�rv..�... _.a
n ADDENDUM N0.1
; REQUEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
SECTION 4
FEE
4.1 In consideration of the Services to be provided, Consultant shall be compensated on a fixed fee
basis, in the amount of$XXXX)00(X , for a total annual amount not to exceed $�(XXX)CX .
4.2 [NOTE: INCLUDE AMOUNT FOR REIMBURSABLES, IF ANY].
4.3 [NOTE: INCLUDE HOW FEE IS TO BE PAID—I.E. "X" PERCENTAGE UP FRONT; "X" UPON
DELIVERY; MONTHLY; LUMP SUM; ETC.].
4.4 INVOICING
Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days
for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular
invoice).
Invoices shall include a detailed description of the Services (or portions thereo� provided, and shall be
submitted to the City at the following address:
Accounts Payable: Payables(c�miamibeachfl.gov
SECTION 5
TERMINATION
5.1 TERMINATION FOR CAUSE
If the Consultant shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants,
agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon
have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause,
the City shall notify the Consultant of its violation of the particular term(s)of this Agreement, and shall grant
Consultant ten (10)days to cure such default. If such default remains uncured after ten (10)days, the City
may terminate this Agreement without further notice to Consultant. Upon termination, the City shall be
fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement.
Notwithstanding the above,the Consultant shall not be relieved of liability to the City for damages sustained
by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion,
shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order
to enforce the City's rights and remedies against Consultant. The City shall be entitled to recover all costs
of such actions, including reasonable attorneys'fees.
5.2 TERMINATION FOR CONVENIENCE OF THE CITY
THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND
WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY
��, w. ._�r .w. ... ���,.. ._�.. �,��,ti. .., .....N..,, ti,. ._._a .r.,,r ,,. _.e u.., �... _�... q. .�.�.. �,.�� _�,. . .....
ADDENDUM N0.1
`; REQUEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I AM I B EAC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION; WHICH SHALL
BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE
CONSULTANT OF SUCH NOTICE. ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH,
WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY
MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR
WRITTEN NOTIFICATION TO CONSULTANT, MAY IMMEDIATELY SUSPEND THE SERVICES
UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE
THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR
CONVENIENCE BY THE CITY, CONSULTANT SHALL BE PAID FOR ANY SERVICES
SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH
THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES,AND TERMS
ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT.
5.3 TERMINATION FOR INSOLVENCY
The City also reserves the right to terminate the Agreement in the event the Consultant is placed either
in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event,
the right and obligations for the parties shall be the same as provided for in Section 5.2.
SECTION 6
INDEMNIFICATION AND INSURANCE REQUIREMENTS
6.1 INDEMNIFICATION
Consultant agrees to indemnify, defend and hold harmless the City of Miami Beach and its officers,
employees, agents, and contractors, from and against any and all actions (whether at law or in equity),
claims, liabilities, losses,and expenses, including, but not limited to, attorneys'fees and costs,for personal,
economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to
have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its
officers, employees, agents, contractors, or any other person or entity acting under ConsultanYs control or
supervision, in connection with, related to, or as a result of the ConsultanYs performance of the Services
pursuant to this Agreement. To that extent, the Consultant shall pay all such claims and losses and shall
pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses,
and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses,
including appeals. The Consultant expressly understands and agrees that any insurance protection
required by this Agreement or otherwise provided by the Consultant shall in no way limit the ConsultanYs
responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents
and instrumentalities as herein provided.
The parties agree that one percent (1°/a) of the total compensation to Consultant for performance of the
Services under this Agreement is the specific consideration from the City to the Consultant for the
ConsultanYs indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall
survive termination or expiration of this Agreement.
6.2 INSURANCE REQUIREMENTS - Refer to RFQ -Appendix C.
.w�.a,,.�. �..�.�,,� ,__. .,... __._. .�..,.�a.,.,_..�..rvuw ...... .w.d.._�w... � r,...,� �,�v. �,w�..,�w. .�� ..�_�_.r ,. ..,. . .. a. x_.. ,. .<..,� �_,�.,,.
� � ADDENDUM N0.1
REQUEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Fiorida 33139
www.miamibeachfl.gov
SECTION 7
LITIGATION JURISDICTION/VENUE/JURY TRIAL WAIVER
This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement
shall be enforceable in Miami-Dade County, Florida, and if legaf action is necessary by either party with
respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the
enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Agreement, Consultant
and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related
to or arising out of this Agreement.
SECTION 8
LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's
liability for any cause of action,for money damages due to an alleged breach by the City of this Agreement,
so that its liability for any such breach never exceeds the sum of$10,000. Consultant hereby expresses
its willingness to enter into this Agreement with ConsultanYs recovery from the City for any damage action
for breach of contract to be limited to a maximum amount of$10,000.
Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees
that the City shall not be liable to the Consultant for damages in an amount in excess of$10,000 for any
action or claim for breach of contract arising out of the performance or non-performance of any obligations
imposed upon the City by this Agreement.
Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of
the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes.
SECTION 9
DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS; COPYRIGHT; AND
CONFIDENTIAL FINDINGS
9.1 DUTY OF CARE
With respect to the performance of the Services contemplated herein, Consultant shall exercise that
degree of skill, care, efficiency and diligence normally exercised by reasonable persons and/or recognized
professionals with respect to the performance of comparable work and/or services.
9.2 COMPLIANCE WITH APPLICABLE LAWS
In its performance of the Services, Consultant shall comply with all applicable laws, ordinances, and
regulations of the City, Miami-Dade County, the State of Florida, and the federal government, as
applicable.
9.3 PATENT RIGHTS: COPYRIGHT; CONFIDENTIAL FINDINGS
Any work product arising out of this Agreement, as well as all information specifications, processes, data
and findings, are intended to be the property of the City and shall not otherwise be made public and/or
,,... ..a�,. ,� �ADDENDUM N0.1, .,� , .�,.,,�,.r�> .�., .. „��,,. ,s . ,s��. .,�n�� _,k,,� ��.�...�,��.., .x� �.,.w.., .,��.. ..,� �..�z�a �s�,..,._�M.,.�,_
° REQUEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
disseminated by Consultant, without the prior written consent of the City Manager, excepting any
information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public
Records Law.
All reports, documents, articles, devices, and/or work produced in whole or in part under this Agreement
are intended to be the sole and exclusive property of the City, and shall not be subject to any application
for copyright or patent by or on behalf of the Consultant or its employees or sub-consultants, without the
prior written consent of the City Manager.
SECTION 10
GENERAL PROVISIONS
10.1 AUDIT AND INSPECTIONS
Upon reasonable verbal or written notice to Consultant, and at any time during normal business hours
(i.e. 9AM—5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the
City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made
available to the City Manager, and/or such representatives as the City Manager may deem to act on the
City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to
all matters covered by this Agreement. Consultant shall maintain any and all such records at its place of
business at the address set forth in the "Notices" section of this Agreement.
10.2 INSPECTOR GENERAL AUDIT RIGHTS
(A) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the
Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections
and investigations on all City contracts, throughout the duration of said contracts. This random
audit is separate and distinct from any other audit performed by or on behalf of the City.
(B) The Office of the Inspector General is authorized to investigate City affairs and empowered to
review past, present and proposed City programs, accounts, records, contracts and transactions.
In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require
the production of witnesses and monitor City projects and programs. Monitoring of an existing City
project or program may include a report concerning whether the project is on time, within budget
and in conformance with the contract documents and applicable law. The Inspector General shall
have the power to audit, investigate, monitor, oversee, inspect and review operations, activities,
performance and procurement process including but not limited to project design, bid specifications,
(bid/proposal)submittals, activities of the Consultant, its officers, agents and employees, lobbyists,
City staff and elected officials to ensure compliance with the contract documents and to detect fraud
and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of
its overall annual contract expenditures to fund the activities and operations of the Office of
Inspector General.
(C) Upon ten(10)days written notice to the Consultant,the Consultant shall make all requested records
and documents available to the Inspector General for inspection and copying. The Inspector
, ...,�.�,� �� � ADDENDUMN0.1 •.�,�,:.��.w �_��..,,m..M � „�,.�....�, .,_�_ ..,..,.�..,�.�a�....,�w�.�.,..�..._�,...�,,.,�...� .w_...,.,_�... �_.�.:,_v... . r..,,,,�.�_.�,..,
REQUEST FOR QUALIFICATIONS N0.2024-524-DF
, PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
NI I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
General is empowered to retain the services of independent private sector auditors to audit,
investigate, monitor, oversee, inspect and review operations activities, performance and
procurement process including but not limited to project design, bid specifications, (bid/proposal)
submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and
elected officials to ensure compliance with the contract documents and to detect fraud and
corruption.
(D) The Inspector General shall have the right to inspect and copy all documents and records in the
ConsultanYs possession, custody or control which in the Inspector General's sole judgment, pertain
to performance of the contract, including, but not limited to original estimate files, change order
estimate files,worksheets, proposals and agreements from and with successful subcontractors and
suppliers, all project-related correspondence, memoranda, instructions, financial documents,
construction documents, (bid/proposal) and contract documents, back-change documents, all
documents and records which involve cash, trade or volume discounts, insurance proceeds,
rebates, or dividends received, payroll and personnel records and supporting documentation for
the aforesaid documents and records.
(E) The Consultant shall make available at its office at all reasonable times the records, materials, and
other evidence regarding the acquisition (bid preparation) and performance of this Agreement, for
examination, audit, or reproduction, until three (3) years after final payment under this Agreement
or for any longer period required by statute or by other clauses of this Agreement. In addition:
i. If this Agreement is completely or partially terminated, the Consultant shall make available
records relating to the work terminated until three (3) years after any resulting final
termination settlement; and
ii. The Consultant shall make available records relating to appeals or to litigation or the
settlement of claims arising under or relating to this Agreement until such appeals, litigation,
or claims are finally resolved.
(F) The provisions in this section shall apply to the Consultant, its officers, agents, employees,
subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all
subcontracts and all other agreements executed by the Consultant in connection with the
performance of this Agreement.
(G) Nothing in this section shall impair any independent right to the City to conduct audits or
investigative activities. The provisions of this section are neither intended nor shall they be
construed to impose any liability on the City by the Consultant or third parties.
10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING
Consultant shall not subcontract, assign, or transfer all or any portion of any work and/or service under
this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall
be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision
hereof, or right hereunder, shall be assignable unless as approved pursuant to this section, and any
attempt to make such assignment (unless approved) shall be void.
..,W,.,�.v� „u.�,,��P_.,��a�... � �.,.,m ...�� ��._a..r. , .�..�,_ , � ..,��a .�..�.,a. .�.�,,,��„�...�s,m.. n ,�.��...,. . ....,,... „
� ADDENDUM N0.1 � ry �� � .A
� REQUEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M 1 A M i B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
10.4 PUBLIC ENTITY CRIMES
Prior to commencement of the Services,the Consultant shall file a State of Florida Form PUR 7068, Sworn
Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement
Division.
10.5 NO DISCRIMINATION
In connection with the performance of the Services, the Consultant shall not exclude from participation
in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin,
sex, age, disability, religion, income or family status.
Additionally, Consultant shall comply fully with the City of Miami Beach Human Rights Ordinance, codified
in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in
employment, housing, public accommodations, and public services on account of actual or perceived
race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and
familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization
membership, familial situation, or political affiliation.
10.6 CONFLICT OF INTEREST
Consultant herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of
Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, as may be
amended from time to time; and by the City of Miami Beach Charter and Code, as may be amended from
time to time; both of which are incorporated by reference as if fully set forth herein.
Consultant covenants that it presently has no interest and shall not acquire any interest, directly or
indirectly, which could conflict in any manner or degree with the performance of the Services. Consultant
further covenants that in the perFormance of this Agreement, Consultant shall not employ any person
having any such interest. No member of or delegate to the Congress of the United States shall be
admitted to any share or part of this Agreement or to any benefits arising therefrom.
10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
(A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as
may be amended from time to time.
(B) The term "public records"shall have the meaning set forth in Section 119.011(12), which means all
documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data
processing software, or other material, regardless of the physical form, characteristics, or means
of transmission, made or received pursuant to law or ordinance or in connection with the transaction
of official business of the City.
(C) Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of
"Contractor" as defined in Section 119.0701(1)(a), the Consultant shall:
(1) Keep and maintain public records required by the City to perform the service;
(2) Upon request from the City's custodian of public records, provide the City with a copy of the
requested records or allow the records to be inspected or copied within a reasonable time
at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as
otherwise provided by law;
r,.��,,.� q��,. ._...;�,� r��-..... .
i: ADDENDUM N0.1 . ��_ .v._._.,., .� �.. .,. .u,��.,m.���..p.,,,�.,.,�,��._.,.s_....�.,..�.,,-..,. a,o. �„�. �,z�., .., .m.�,...��...,�
t REQUEST FOR QUALIFICATIONS N0.2024-524-DF
? PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I AM I B EAC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
(3) Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed, except as authorized by law, for the duration of
the contract term and following completion of the Agreement if the Consultant does not
transfer the records to the City;
(4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in
possession of the Consultant or keep and maintain public records required by the City to
perform the service. If the Consultant transfers all public records to the City upon completion
of the Agreement,the Consultant shall destroy any dupiicate public records that are exempt
or confidential and exempt from public records disclosure requirements. If the Consultant
keeps and maintains public records upon completion of the Agreement,the Consultant shall
meet all applicable requirements for retaining public records. All records stored
electronically must be provided to the City, upon request from the City's custodian of public
records, in a format that is compatible with the information technology systems of the City.
(D) REQUEST FOR RECORDS; NONCOMPLIANCE.
(1) A request to inspect or copy public records relating to the City's contract for services must
be made directly to the City. If the City does not possess the requested records, the City
shall immediately notify the Consultant of the request, and the Consultant must provide the
records to the City or allow the records to be inspected or copied within a reasonable time.
(2) ConsultanYs failure to comply with the City's request for records shall constitute a breach
of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the
Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail
itself of any available remedies at law or in equity.
(3) A Consultant who fails to provide the public records to the City within a reasonable time
may be subject to penalties under s. 119.10.
(E) CIVIL ACTION.
(1) If a civil action is filed against a Consultant to compel production of public records relating
to the City's contract for services, the court shall assess and award against the Consultant
the reasonable costs of enforcement, including reasonable attorneys' fees, if:
a. The court determines that the Consultant unlawfully refused to comply with the public
records request within a reasonable time; and
b. At least 8 business days before filing the action, the plaintiff provided written notice of
the public records request, including a statement that the Consultant has not complied
with the request, to the City and to the Consultant.
(2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public
records and to the Consultant at the ConsultanYs address listed on its contract with the City
or to the ConsultanYs registered agent. Such notices must be sent by common carrier
delivery service or by registered, Global Express Guaranteed, or certified mail, with postage
or shipping paid by the sender and with evidence of delivery, which may be in an electronic
format.
(3) A Consultant who complies with a public records request within 8 business days after the
notice is sent is not liable for the reasonable costs of enforcement.
(F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS
_ .� .:.._. _ . _ _.___. _... . � ,.. �. .._ .. _._.
. _ ..
ADDENDUM N0.1
' REQUEST FOR QUALIFICATIONS N0.2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
AT:
CITY OF MIAMI BEACH
ATTENTION: RAFAEL E. GRANADO, CITY CLERK
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FLORIDA 33139
E-MAIL: RAFAELGRANADOCc�MIAMIBEACHFL.GOV
PHONE: 305-673-7411
10.8 FORCE MAJEURE
(A) A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the
Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control
of such party unable to perform the obligation, and (iii) is not due to an intentional act, error,
omission, or negligence of such party, and (iv) could not have reasonably been foreseen and
prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing
criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics,
pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions,
transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God
which prevent performance. Force Majeure shall not include technological impossibility, inclement
weather, or failure to secure any of the required permits pursuant to the Agreement.
(B) If the City or ConsultanYs performance of its contractual obligations is prevented or delayed by an
event believed by to be Force Majeure, such party shall immediately, upon learning of the
occurrence of the event or of the commencement of any such delay, but in any case within fifteen
(15) business days thereof, provide notice: (i) of the occurrence of event of Force Majeure, (ii) of
the nature of the event and the cause thereof, (iii)of the anticipated impact on the Agreement, (iv)
of the anticipated period of the delay, and (v) of what course of action such party plans to take in
order to mitigate the detrimental effects of the event. The timely delivery of the notice of the
occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant
to this section; however, receipt of such notice shall not constitute acceptance that the event
claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the
occurrence of a Force Majeure event shall be on the requesting party.
(C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement during
a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out
such obligations. The suspension of any of the obligations under this Agreement due to a Force
Majeure event shall be of no greater scope and no longer duration than is required. The party shall
use its reasonable best efforts to continue to perform its obligations hereunder to the extent such
obligations are not affected or are only partially affected by the Force Majeure event, and to correct
or cure the event or condition excusing performance and otherwise to remedy its inability to perform
to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable
dispatch.
(D) Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event,
causing the suspension of pertormance, shall not be excused as a result of such occurrence unless
such occurrence makes such performance not reasonably possible. The obligation to pay money
..n.�. ,�� tn,a..,,w..��,,.,�:���,��,�,,,..�..���.�,�._,�rr,w.��y���,,.,�,.s.�.��.
14 ` ADDENDUM N0.1 ' �,n,_ .. . . �,a. ���. . ,,..�._ �,.n�.� M,.. �.0 ... ,� _ ...�
t REQUEST FOR QUALIFICATIONS N0.2024-524-DF
; PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3'd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force
Majeure event shall not be subject to the Force Majeure provisions.
(E) Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure
occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment
obligations under the Agreement, and may take such action without regard to the notice
requirements herein. Additionally, in the event that an event of Force Majeure delays a party's
performance under the Agreement for a time period greater than thirty (30) days, the City may, at
the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written
notice to Consultant of such termination. If the Agreement is terminated pursuant to this section,
Consultant shall be paid for any Services satisfactorily performed up to the date of termination;
following which the City shall be discharged from any and all liabilities, duties, and terms arising
out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this
Agreement beyond its stated term.
10.9 E-VERIFY
(A) Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify
Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing
on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work
authorization status of all newly hired employees during the Term of the Agreement. Additionally,
Consultant shall expressly require any subconsultant performing work or providing services
pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify
system to verify the employment eligibility of all new employees hired by the subconsultant during
the contract Term. If Consultant enters into a contract with an approved subconsultant, the
subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not
employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy
of such affidavit for the duration of the Agreement or such other extended period as may be required
under this Agreement.
(B) TERMINATION RIGHTS.
(1) If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1),
Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the
City shall thereafter have or owe no further obligation or liability to Consultant.
(2) If the City has a good faith belief that a subconsultant has knowingly violated the foregoing
Subsection 10.9(A), but the Consultant otherwise complied with such subsection, the City
will promptly notify the Consultant and order the Consultant to immediately terminate the
Agreement with the subconsultant. ConsultanYs failure to terminate a subconsultant shall
be an event of default under this Agreement, entitling City to terminate the Consultant's
contract for cause.
(3) A contract terminated under the foregoing Subsection (B)(1) or (B)(2) is not in breach of
contract and may not be considered as such.
(4) The City or Consultant or a subconsultant may file an action with the Circuit or County Court
to challenge a termination under the foregoing Subsection (B)(1) or (B)(2) no later than 20
calendar days after the date on which the contract was terminated.
(5) If the City terminates the Agreement with Consultant under the foregoing Subsection (B)(1),
Consultant may not be awarded a public contract for at least 1 year after the date of
termination of this Agreement.
(6) Consultant is liable for any additional costs incurred by the City as a result of the termination
of this Agreement under this Section 10.9.
., . ... .__.. . .....__ ._..___. ..... __ . . _,..._. _._��:,,.. .,,..,� . _.__. .
ADDENDUM N0.1
REQUEST FOR�UALIFICATIONS N0.2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
SECTION 11
NOTICES
Until changed by notice, in writing, all such notices and communications shall be addressed as follows:
TO CONSULTANT: [FILL IN]
TO CITY: [FILL IN]
All notices mailed electronically to either party shall be deemed to be sufficiently transmitted.
SECTION 12
MISCELLANEOUS PROVISIONS
12.1 CHANGES AND ADDITIONS
This Agreement cannot be modified or amended without the express written consent of the parties. No
modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless
contained in a written document executed with the same formality and of equal dignity herewith.
12.2 SEVERABILITY
If any term or provision of this Agreement is held invalid or unenforceable,the remainder of this Agreement
shall not be affected and every other term and provision of this Agreement shall be valid and be enforced
to the fullest extent permitted by law.
12.3 WAIVER OF BREACH
A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision
or modification of this Agreement. A party's waiver of any breach of a provision of this Agreement shall
not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the
terms of this Agreement.
12.4 JOINT PREPARATION
The parties hereto acknowledge that they have sought and received whatever competent advice and
counsel as was necessary for them to form a full and complete understanding of all rights and obligations
herein and that the preparation of this Agreement has been a joint effort of the parties, the language has
been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a
matter of judicial construction, be construed more severely against one of the parties than the other.
12.5 ENTIRETY OF AGREEMENT
The City and Consultant agree that this is the entire agreement between the parties. This Agreement
supersedes all prior negotiations, correspondence, conversations, agreements or understandings
applicable to the matters contained herein, and there are no commitments, agreements or understandings
.�,.� �.m ....���..-�_._��..., �.�.Mw, ..�. .�..»,.w. .,,...�. ��.._,_.�.. ,.�._ ,. .,. ,�,���.�...,..,.� .,. .....�...,.�_ _,�..._..�..�u_�
t r', � ADDENDUM N0.1
? RE�UEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I AM I B EAC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
concerning the subject matter of this Agreement that are not contained in this document. Title and
paragraph headings are for convenient reference and are not intended to confer any rights or obligations
upon the parties to this Agreement.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
,.�....�.,.�.......�..�a... ,w.... ._,.�h__,__, �.�.,, M..,.�._�..�,.�,�..,.�,,..,....�,.�.�____�..� ��.,...��,..�.,�.,.....�,.,�.,,�....,_
t" ADDENDUM N0.1 w�M��
' RE�UEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their
appropriate officials, as of the date first entered above.
FOR CITY: CITY OF MIAMI BEACH, FLORIDA
ATTEST:
By:
Rafael E. Granado, City Clerk Eric Carpenter, City Manager
Date:
FOR CONSULTANT:
By:
Print Name and Title
Date:
�R ADDENDUMN0.1F.�,,,�.,�.,��,. .�.,.�,,�.�, ,�....w..�,,��.�...s„�,.,..�...�»,,,,,-�. r,.� ,.��..=.r��..,,..,,.�.,w,,.,.,.,��.�,.�,.,..,�...,..,.
REQUEST FOR QUALIFICATIONS N0.2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M ( A� I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ATTACHMENT B
. . : .. �; �
Pre- ro osal Si n in Sheet
p p g
2024-524—DF
PROFESSIONAL DESIGN SERVICES FOR THE
NORTH BEACH TOWN CENTER (NORTH
SHORE D) NEIGHBORHOOD IMPROVEMENT
PROJECT
.X�a�� �����.r _ , _ .
_a� _ . .� n � . _ _��r . .
ADDENDUM N0.1
REQUEST FOR QUALIFICATIONS N0.2024-524-DF
PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3�d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
MIAMI BEACH
�i;v=�F�,��.sr:r s�:,ch
PRE-BtC MEETING
$r(;pJ-IN SHEET
G�TE: F�da, Septem�er2Q 2Q�4
.'F_ _ ,<�F`.
- 5 ' F �'l?w-c=�y__�' .J°-_7�.�-:� er.-.. .r..v '�3eB.�.�, �_;.�:c .c 1.�" _ ��.c< . 'r,=:_�7
..i,'�._ ::�.��.� I". . ' ' '"- ' _' ' ' � - '
• •
�°'I�;�'C'- ti�. :i��(h�.. �";;_. ,�� P'90. �T?'i:��... �:4 '__ af`li - '" "' _'
vizncar;o r=�a ��_ita�>�ic;Engi�eer ,.'g.p�o=c'v�.r,�;:s =c _- ��- �,,.���� __'�. � _- �__
C�i�cma Ortega Cttv E�gi�eer CPAB-Pub,u`uVark.s cfiscsnaorte¢a�miam�bea�nf�3G5-673-7G34
Jahn Eli�abeth 4i�man Cfient A�cou�t Wtanage� :acab; rohn.ateman�+�acobs.com 78b-293-0IR�
C�Y;tai SqUiras :�c�D, cni:taisQu�res�jacobi com
Careii�te 6las<_ Mar�et+ng Caortiinat�� �.eith :elassin�r.eRnt�am.o;m Sol•�E9-Q4S,
Maegan�ee Marketing Ccrardinator TLC Engineenng maegan.gee�tic-en�_v*r
&le�candra�Oguavo Senaor Praposaa Ma�age{ C�5 aaguayo�czscon;ulL.om 3G5-R�7-?220
Serglo Wi'lkams C�S SWdildT;�rescansutt com 3C5-827-22�1
Ja;e A,Car;:oa'o ��S icaraealac�cesconsu�t.com 3C5-8�7-�2�2
Erne�c�e'r,andez ;�5 Pf�rnantl zi6ic t-Mc�h-ort 105-827-22�3
Ra��et Sa� CES rsakaZcesconsuttcom 345-827-2223
4r.gelaM 9aron-Autz Pro�ersManage� CNASo'.�tions aba�on�chaso�u2iort;.com 786-257-30&9
Arnelio A�fonso i:HA 50�ticns Aa�fc,nsc�chasoiun-vns cuer 786-257-3G85
J4an Muniz CHA So!�ticns Jmuniz�chasolut�ons com 786-27308b
l8u�en V6R
2�' ADDENDUM N0.1� ��� �� � � � ���
^ REQUEST FOR QUALIFICATIONS N0.2024-524-DF
� PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER(NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT
Docusign Envelope ID:70D9D388-5115-4935-BD2D-586D670CDFF9
Contract No.24-524-01
ATTACHMENT C
CONSULTANT PROPOSAL RESPONSE TO RFQ AND SUNBIZ
(to be attached)
46
, i i,
�" . Ut�rt_;t�rr�J
�i�,�j����org (.,�rJ!�!'��!��r�r��✓� IJ
�r-
��'_,r�rt�.r�y� �.:t-+frz F7��r trn0r,.rf�sr�rir�rt .�.€�7r.otv
�wY.��—
Department of State / Division of Co�porations / Searr,h Records / Search bv FEI/EIN Number I
Detail by FEI/EIN Number
Florida Profit Corporation
RIBBECK ENGINEERING INC.
Filing Information
Document Number P07000041820
FEI/EIN Number 26-0460404
Date Filed 04/03/2007
Effective Date 04/03/2007
State FL
Status ACTIVE
Principal Address
14335 SW 120TH STREET
SUITE 205
MIAMI, FL 33186
Mailing Address
14335 SW 120TH STREET
SUITE 205
MIAMI, FL 33186
Registered Agent Name&Address
RIBBECK, CARLOS F
4420 SW 149TH COURT
MIAMI, FL 33185
Officer/Director Detail
Name&Address
Title PRES
RIBBECK, CARLOS F
4420 SW 149TH COURT
MIAMI, FL 33185
Title TREA
RIBBECK, CARLOS F
4420 SW 149TH COURT
MIAMI, FL 33185
Title SEC
RIBBECK, CARLOS F
4420 SW 149TH COURT
MIAMI, FL 33185
Annual Reports
Report Year Filed Date
2022 02/14/2022
2023 01/18/2023
2024 02/07/2024
Document Imag�
02/07/2024--ANNUAL REPORT View image in PDF format
01i18/2023--ANNUAL REPORT View image in PDF format
02/14/2022--ANNUAL REPORT View image in PDF format
01-7412021--ANNUAL REPORT View image in PDF format
01;08/2020--ANNUAL REPORT View image in PDF format '
03i0612019--ANNUAL REPORT View image in PDF format
9s-15/2018—ANNUAL REPORT View image in PDF format ;
02 09l2017--ANNUAL REPORT View image in PDF format '
03i02/2016--ANNUAL REPORT View image in PDF format '
01 10/2015--ANNUAL REPORT View image in PDF format
04;21/2014--ANNUAL REPORT View image in PDF format
04,'18J2013--AMENDED ANNUAL REPORT View image in PDF format
04i 16/2013--ANNUAL REPORT View image in PDF format '
02/20/2012--ANNUAL REPORT View image in PDF format
02/23/2011--ANNUAL REPORT View image in PDF format
02/25/2010--ANNUAL REPORT View image in PDF format
04101/2009--ANNUAL REPORT View image in PDF format
04/30/2008--ANNUAL REPORT View image in PDF format
_ __ _ _ _
Odl03/2007--Domestic Profit Vlew image in PDF format
;, � •ti
. �3ty r, ''��q� "'j -� -: �'� . .
*.., `� � 'if : . . y
. y.q��.�7��' �:' R�a' �{'�.� s /' �
�^'Ty�"�:��'��,�'x' wij,' �"'M�'�3� �{ . 1 C3�,%� .yl � 4 ,. '4
i�a�+�MYC����"�k{'Pj �4J,. , .._ . . .
t���l �+�Q�ts.'I5 . . }�` .
i
`'"`��tt« �, ��5� C.. �� � `� \
�re' �^�'�`�rm',�'�r,M,'�rr � � . y t:
�'=:� a?'� �y,+�ep-� ,,,
.
��y�
�/1 I A I B E H
��
Professional Design Services for the
North Beach Town Center (North Shore D)
Neighborhood Improvement Project
RFQ Procurement/Contract No.: 2024-524-DF
�- .
• •t,� �'_�� :, - :�-'. '' n:�
_— :�a -�~ �f��,�-„�' ',�... �.'�=, t �at''�-
-� �,�'..:��'"„t �� " ^ '�}- �• " .`''� ''w`��
���=--'s l�; �' _ - +� - �.t' �.l�
� �
����" Y r.����. " : � !�
-,q w.al'� � r
����� F ..a,� ��� • �a��
t'~ ��' ' • '}��� ��t w� C�' - . � ' � ���wft
�' " ��•...� +''��� � .. ���1 ! . ,� �'}w�N�
•�^, � �.� �� ���e
' ��^.���.r � � � .. �'���M�
•��
�, ~s�r M�� �� f� � � J �• ���
;�r �'�- _ _ -;••� �.�.�� r •' .7�����,�A�'
�� �i � �ri e'= _ . -�� ��- .. �"'�� �� ��1
��Y�
� , ` ^�'7 r�.f ��Q�Y
���'� ��r a � ,�' �_ ` �MS
l
�. ��_ y, - ' .. P �` �.�'�f..S�S.
��� _ ��~ � �
.-r •'A+i.� � � •�� _
. �� , �
"�'• 1-�.
. .. __� ___ _ - . ._. , � ,
� +�,,,�y :r.•.;;,. * ,. P :.% . '
��.q4��
- ' • C� .
'..�
. +� �`-I..-._
� _ �
. �...�. �ao�. ..
�"r� RIBBECK .� � } ..��� 4 �
- � � �.
�.
. ._,�,�,,. .��. r..._� ,,
� ��` ► E n i neeri n �, I nc - � � 4��-;,�;-����. _ �--�-r-..-.-.��. .._, .a
;c„�- �- � -.�.._ � -- �-� � _ ;:•a,p, -.�"' --�*-. -. �_
..
, .�..� r--^�'�,,, ... -
�T.s ^'.,��, �. . �,�.�r. .. .. ' .
ry�. _
. ,r� _�.+ � ' "'��^ ^� ��� +�.i". . ��.'rw--' '���..
r� �
's'�'0��.'�' .1,r.4`. � ^.' . ',..w,,, ..�,.w .. �. . . .�����. � � .�, r4..p.,. � .`�.- . ..
�_ ....
. ��, n - , ..� T.
. . � .� ,��,� . •
. .. . .._ �11'
M _ � . . . � ..�� , J. � , . �..-r� .
.
.
. . . � ��y::• i . .. .
',r, �;�� �'�,�`"'br� '�'.� ��
_�'".s,� ,..
s•- ,, �„�e- . �� :_al� .,�o�.. �t'i- .� �. .
.. .. �, ; , a
Cover Letter, Table of Contents, and
Minimun7 Requirements
. ,
, , � �r �
� � .�
. �,-
�:. 4 � �
, �?. a+,•y��' ' t�i�P'_' (,a �+ ��b
,/ , r�t. - � ,�� Y.^ .9., �� �, .
'^ . . - ��j.��.
ir . ; ,,,,� �.- _ �.,�
1 _ _ .
_ _
y .. . -
j,��_� ,r.� � .
!� � '
�
E (� 1 �
._....
,
.., _._.. ._ _ .. ,
�,� � .,---w�3,.:�... ,. �,e. .�.
r
. , ,
��. �O _ M�NI(.t , ^+/ ��"'� '' _ ` � . �
.�� �.'-,. �' a ` , ,. .
. , �� ^�:'' � . . .� ..._
' Q+ta ' _ . . . }.z:�a-'���:a4�` • '
� � �b= > K' _ �� r, Ri i�
p�'; .x m:.�
• �'.�`.: �n,�. ��
- ��� - �,'�r� i .
.. ,
._ , ... . �,.
s,, .
. �. � .,. :�.
�/� �1i4 ' : I .. ,
- N_ . � . �.
. . ,
,.,��a. � A�� ._ — � ., �. �
_ . • _ ` � i'
��. � � �
COVER LETTER
` RIBBECK
i�►'�► Engineering,Inc.
�
November 22, 2024
City of Miami Beach
Procurement Department
1775 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
RE: RFQ 2024-524-DF;PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER (NORTH SHORE D)
NEIGHBORHOOD IMPROVEMENT PROIECT(NIP)
Dear Selection Committee Members,
Ribbeck Engineering (REI) appreciates this opportunity to continue our partnership with the City of Miami Beach in
adapting your coastal community to climate change. Having served the City for over a decade, we have an inherent
understanding of your needs and those policies and procedures developed to lead our efforts with combating sea level
rise. We have experienced first hand the challenges the City has implementing solutions due to its relative low-lying
topography with significant tidal influence, rising groundwater, and high-intensity rainfalls, coupled with aging
infrastructure assets.
The North Beach Town Center(North Shore D) Neighborhood Improvement Project(NIP)was classified as a priority flood
mitigation project that aims to harden and revitalize the newly designated Community Redevelopment Area (CRA). This
project will address asset vulnerabilities to the recurring flooding that will be compounded by sea level rise and climate
change, as well as incorporating improvements that take into consideration future developments and expansion, while
still preserving the cultural identity of the neighborhood. The unique characteristics of the North Shore historic district
requires not only the technical expertise to provide adaptive stormwater, water, and sewer infrastructure solutions but
also the visionary foresight necessary to integrate the Town Center revitalization goals.
Established in 2007, Ribbeck Engineering, Inc (REI) is a trusted local firm providing exceptional planning, design,
permitting, and construction management services for a variety of government agencies and municipalities throughout
Florida. REI, a DBE/SBE/MBE firm, is at the forefront of South Florida's local infrastructure expansion, from the planning
phase to the completion of construction. As you review our response to your request for qualifications,please consider
the following benefits of selecting the REI Team for this contract:
The REI Team will be led by our Contract Manager and Principle-in-Charge, Carlos
Ribbeck, PE. With over 37 years of experience designing and managing projects, Carlos provides the right balance of
expertise necessary to deliver cost-effective innovative solutions in a timely fashion. He is fully available to answer any
request and is committed to providing the City with quality services that will exceed expectations.
Carlos will be supported by a robust multi-disciplinary team with the proven record of delivering
complex infrastructure improvement projects and complete street solutions. Our comprehensive team includes CHA
Consulting; HDR, Inc; Metric Engineering; WGI; Green-Dade; Longitude Surveyors; HR Engineering Services; and HML.
REI has effectively collaborated with these subconsultants in the past and are confident of their performance.The primary
leads have 70%+availability and additional resources may be provided to meet demanding deadlines.
We have assembled a local team of experts with first-hand knowledge of South Florida's changing
conditions. REI is thoroughly familiar with the regional panning tools of the Southeast (SE) Florida Regional Climate
Change Compact. Our inherent regional knowledge coupled with our built-in relationships with local and state permitting
agencies will guarantee projects are delivered within budget and on schedule. Our team has developed long lasting
relationships with key stakeholders that enable us to overcome potential roadblocks.
14335 SW 120TH STREET,SUITE 205,MIAMI, FLOIRDA 33186 T: 305-383-5909
1-2
A project of this magnitude must focus on the needs of the community. Our approach to
alleviate impacts will be developed from our past experience working on projects in the City of Miami Beach's
neighborhoods. The REI team has gained experience from coordinating public outreach efforts for several projects and is
proficient in interfacing with residents and businesses surrounding the project area that includes the North Shore Youth
Center, North Shore Open Space Park,Tatum Park,and North Shore Bandshell.
For over a decade, our firm has been at the forefront
providing resilient and adaptive engineering solutions throughout the South Florida region. Our ASCE award-winning
project in sustainability, SR AIA / Indian Creek Drive Flood Mitigation Project (City of Miami Beach), is proof of our
commitment towards meeting resiliency goals and serving the City of Miami Beach communities. We fully understand
the intricacies in addressing flooding within residential neighborhoods and the extensive coordination efforts with
external agencies such as FDOT and permitting agencies required. Our experience gives us a thorough understanding of
the City of Miami Beach's vulnerabilities to climate change and sea-level rise and their approach to incremental
adaptation.
In addition, our team has managed, designed, and permitted over 10 pump stations within our local coastal communities.
Our pump station expert, Francis Mitchell, PE., was the previous City of Miami Assistant Public Works Director in charge of
the maintaining and operating the City of Miami's pump station infrastructure. His unmatched experience provides for
construction and maintenance cost reducing designs. The REI Team has completed the design of more than 30 projects in
Miami Beach addressing the replacement of aged infrastructure while elevating the roads to mitigate the sea level rise
caused by the climate changes.Our experience includes, but not limited to the following important projects:
O ,
Included a 72-inch drainage pipe and a 45,000 gpm pump station.
O � �venu,_ , Included a 54-inch main trunk line drainage system and
two 25,000 gpm pump stations.
p ro F;:t of nf�;.��, �:; . , Included a 96-inch main trunk line drainage system and
two 125,000 gpm pump stations.
O Included elevating the road, drainage improvements, water and sewer (54-inch force
main), and landscaping.
O Induded drainage improvements,water and sewer, and landscaping.
O Induded drainage improvements, 6 pump stations (20,000 gpm each), 31
drainage wells,water and sewer,and landscaping.
O .����r, ��>>��: F-an;p a�ac� A complex pump station capable of delivering 80,000 gpm.
O h NnpE/PCCQ Fcr=a nna;r� Included 4,450 feet of 54-inch force main,mostly installed via HDD
We greatly appreciate your consideration of REI's qualifications in providing professional services to the City of Miami
Beach. We are committed to exceeding the City's expectations and look forward to providing services that build public
confidence and enhance the North Shore D community.
Best regards, ,
. .
��� Addendum 1: October 23 2024
_--�' ,.-_��--- '
Addendum 2: November 1, 2024
Addendum 3: November 7, 2024
Carlo�Ribbeck,P.E.� Principal in Charge Addendum 4: November 14, 2024
Ribbeck Engineering, Inc.
14335 SW 120TH STREET, SUITE 205, MIAMI, FLOIRDA 33186 T: 305-383-5909
1-3
TABLE OF CONTENTS -�•
. . . . . . - .
1.1 Cover Letter and Table of Contents i 1 - 2
1.2 Minimum Requirements 1 - 5
� - . • .
2.1 Organizational Chart 2 - 2
2.2 Qualifications of Proposing Firm 2 -6
2.3 Qualifications of Proposer Team 2 - 22
2.3.1 Project Experience 2 -98
2.3.2 Additional Information 2 - 114
2.4 Previous Collaborative Experience 2 - 137
� � . . . . . , . •
3.1 Project Initiation and Planning 3 - 3 {
i�:���;
3.2 Data Gathering 3 - 10
3.3 Stakeholder Engagement 3 - 13 ' . ,�,;
,_
,.�„a•.
3.4 Preliminary Design 3 - 16 ..,, ,,..
3.5 Detailed Design 3 - 36 �;�:�
�}�M
�tr.:.i,.�
3.6 Cost Estimation &Timeline 3 - 60 . ,
�
3.7 Permitting and Regulatory Compliance 3 - 64
3.8 Supplier Diversity 3 - 66
t . �
t. .�, �,.s„�}�,,, � �n , .
� ' "F�
� . ,� ,.
. •
,�... . ,,
r�" ,,i,�Y� �, _-+�.�
�.�: .� �
�;; r.��:;�;,,°.
.`�•
.::,
: �` ''��'_
, ��'� -i,`�=;u,r��e'�++ t
',�� � �`����� � 4� � *� .. �, 4.� . . .
t�,
1-4
Minimum Requirements
RIBBECK ENGINEERING
� dbpr ,.�� . � . _ �---___---�
local Business Tax Receipt i ���
ONLINESERVtCE3 LICENSEE�E7AIL5 ,,,,, ,
st�aW�l�`i�'- . . „ lkena�tnlamatiw� �,.�.-;�, . . _ , `_. .EXPIRES
. � .i,x��ee K� RIHNF�KENGINEEHINI;�N� �:A��+�Nrnel �CKEHcwtF-� SEPTF.�.18ER":(11�;25
MankCMess id})5 SW 120iN STREET +43M 5'n ipTH ' .: . . . ..'.
- ,:na68looYn9�aoecnans 5lfITEMS �.wa�.f1 S?t&�-... E��� .�. .,
MIAMI Fio�itle :11A6 �'
�_°1�� Cprty DAOE . .
,uno EOuome Cwraa neaeoc[woa:eeen.,.,.< .. .° >•A-,a,;-� .
.,.` Lk�nsti�orma�lm "�rt'��po ��`o"a' m�n�ca.
� «�.aa.z��:�
.���,%YW�[�a+4�s LicenSe7rpE Engineeri�Busine+sRege�ry �.Y•:,•«� �.�.o.r�r�rr.w�r..�•rr�.r�rio�r�.war.r�
RaN Rogisiry ..,........wrrr..w..�..r...wr.�...r�w�r.�.�+
� . ,mnwlwm�nM .w.-�+�..++vi...r�.....++..�wtiwrr
��ce�zeNumhar 2759t � eun�n.....rr�w«�µ..�.. -ro+�c+�.a.+n
� ,...�.. ,... - .� � '�.i..r,s. C�nn;er �«�,.r»�... .+wi.ruwwrrrwr
. 06:%0:jM71
Fpo� State of Flori�lcr
�'�— „ 1)epc�rii�aent of�.S'tute '
l l��rid��hepnnnir�u of Trm�.porrnnan '�"n
.,.�.,W ,�,.... � ..._,. i
il
�uro24.2o1a [:<su:}liom th.�c.a�J,�t�hu otlicc r6.n RIB[�t`:CF f\G{hEF.R1X�,iXl a
_�i�.A,��K J Cf,y�M1f8111q1 OI'121�I�lItS IIIN�CI tI1C IaA>GE IIl!�IAt�t�(FIOtI{�.��ICJ lN.�v11I? �,
RIBBECK ENGINEEMNG.i'K �lN/".efftitl�C.�itl j.:tN!'. .
�aJ35 S�v�YJ'SMt SuM 205 ,
l4em Rla1aa37�86
Ttrc dncmne+u nunilrer of tLec cnryunulau+�W�r'�ku�3 tRZu
O�rAt PqD�p��
n,. P.o.�w :+�o�� a rnmv� nes �.�..wa r� era�cem+ � 1 fiv�Aer:emYT'elw�+a�d corpo�anw has pe�d ail[m due�6n offne tlruvgh
y.a+��v�dr em aw�,.e e,n m.ar,amm�n.o n w.ww o ucm rr I)ccant+a 31.:0_J.�imt n.wo�t mYnt auau+l�qwn�wdcvtu Mnme+�rc�ov� I
�.awartY�w.nm,+a me rouo«i�9 a�+�+��a bv�s a�..arn r«Rw'i'-°�+�� ��,a,61eA m�ftlmwy'.-�i:1.m�d�6a�in uanu�ti xmt-e
7, Mmw F�r..�y pur,n I
- r.pjor`wq•.,�y a•p^ [.iu�he�;ar�t:dtai.,:d oai}veau��u Ius�-.u.•�17IeJ 4tn ie,..:Chsv.olumn�
�1 comraiwfacu.s Hq*�*r e«v�
c x rr,Ac syw T�q
7� £w'�rg.Par�nroM MSR�1 uw_namwana�
); $qnoMielbn
�+cW Mm is n0..iKMKYY MWNir!MO..�I�`E4 C�lYfiM1Y iW P*oM1qiW SY�Y[N n
:M a0o�r�r1�YM[W,OM1��)PK�Iw PerMN b..�i Itii WW1 KW�K1.YW 1WI Ilml�lliy 4inYn�nHK�Mw/�wdfM
a�1�.s v�qKH m aM r�N.v�cw+on!,�M+�.�m M�s a�snY OWr�rtwwR Thk�bOw�nM M (.pr�Sie!uf rM SnW.f f7enN '..
,e�ia,am is.��JQ.:QiS.br tanbecnn9 Wm6aYe m J',�f4ak�aw.N.(qMW.r1i�
+ppra.WR�IH.____._.. �M.tinwr�lrl4'n/F�Mr�ry•=91! i
Fx:t.Dn "" Ml M..
..`�� �PnM oft Pryrtvn �� . ,;�ti
�.MMea ��.bfM1' OVMYIM ���; �Yf''��.,
���:i3 3" OBt9'., �RwnMwOi OOtrb.; � � .
.. . `�•74�M��i �J
►«7+tr 3s.u.s.tow itz m.n r.rsa�cnom on s0«�q inar�tt cmt rn�s.11x�r to K � � ,/���� I�
CoW fa MW1tMM1 infermatlon. .. �
G
i.Mua �Yw ro�.n a^) '].+�sAma. G�MRM fMl hM l0 WnfeC1 �1M Cy Ynm�� x i�:i+ -- ...
=ar�ay��.e���em s�x.�"s or o�:onmv at 2'.C-+�.u�9� �'�.'`wi r�"�/� Slfltlffn'Bf l4lt �.
Smcarf . . ._.. ... ._....._..... . .._'_"lI ',
� �/��,(/ r.,.��..�w-st�:e�c I
/� /_ 1.��Wwwr M rwrrsw..xx W I.r�M WMw q�rM�.a��
tMf.w I�r I�M�tOM��M I
CM�uy�+RM+
AOIMfqtW$�hICN �Pi^:�.-'R`SS2Y�lE2S!'1�'S�__'_'_ ._'..—__. __._.._-�
OulIMC�11d+AbMltb�00� - __ _ I
MiamhOade Gounry
� Internal Serrkes Devmmenl
StalemeM ol TechnicW Certrticalion CNeqaies
iMm. R1�6tCK EIKJN[EPIN4lNC
U13S fW ITO ShM.bWhlOS.SUN�205.Mirm1.Fl i)IM
Caw ���Y�Awn �M�^W Dw M�rw�bn
��i IatJ�WAv'�\SIc.IM 1AfKMt��z'��1WA�:.N'.i�.N �+�.al:Xli' h:/iMM1"�
�OJF IMCMVWY3MI{MS�MNJ(1MHqIHfA�'(,c�x".N . �IF;n})�ry�: 06tY0:::J'�
�.p 1Y#1VfAYSVSIFMS SICMIIN.MV[NipiM�kkMNwAN11�1:ANNi11IAl�(MI �d�i�� ���MS
, , {<GNWAT1YSIfM: f�{iNMI)FIN1N OGp�qD}a ON#NIf+2t
WAIFRNN>SAI�NtUtYHWkNSKiitS�WAi{IIUISINIs+11KM�rN�1MN+11PMYWAGlfYlllfn:TiON�N�� ���� �mn
•.�� I4pW5NA51RNVKTTM�
r. !NVIROIM11NIMl1fG�NlIN�K: •.�(�RMW4�lef�✓.ni•INif1V.��.':qlN.:�'.MFIM�N�.S'-K\m_t� lh.��ll:�l)!.. �Ie.rMJ�'•�))
'��,h• ��t�'MIUIt1Y1�l4CJb![f41N.�. M.i�.ro... W,_u1.2•!�
..��4���..��1 I•�
/ � � � � � • � •• •�• � • � • �
�t Y• �
��t '' �i'�PAM � 9 1�'Mkf � . � .
r��`,� .�a�,� �,t s� '��w', �
t .�«w ... �,�,, � _
�
., • v
r ' 'a �i�:i`'�,- , �1. . .
�
..-'1�* �.�. a �;'� $,k - . .
��•} .Y 4 x � � y - � ' .. . . . .q y_ u-,• ��
. �"t e"�:i : ..y.
� � 3�� � *
,°, �' '` �,
�,�:�''�. _;�
�/1 I A�/1 I B EA H
�
Professional Design Services for the
North Beach Town Center ( North Shore D)
Neighborhood Improvement Project
RFQ Procurement/Contract No.: 2024-524-DF
� � .
, �
..,,� . . ..
� t t' A:`�.^ •��.�` l�♦ r�� � �/_'.�F� -� ..� � .�=���_- n.
� -t�� ��..� r�i'J����'^.n"'�. "�a.,.,►,� � � -
��� ..� �1��::��^�'=T-" �rM � .��". �.�� `i��Y ����
'�;�:�- �...�.� -��.:.:.�= F � _�,.�.�- - - ;-��
,�f�ir fC�' � � � .,�j�� � °1lw�w�jr�
�� �- . ;��:�' '�c���e k -..,rR� �� �� "1Rf4w►!
, _ � � ,i•�. .� " . ��_ 4'rn.y^ ' � '�. . - .*M�1l��ff
�' s� „�• "'� -�j` � -+t. '� "�d�l��
_ . - . -`R�.. �. .,��R,lr
•��y - �-.`�� I��...� -���� �. - T �1�����. f}��
�„�• �*;�: ,� _ 'Y "'. � � T 'w�w+r
.�*�-4. . � �— �r r���1 ��"�'.!',•
_ _.., ,..�r
� � � � � — � � . *�+�
�� � ' -- ��:::,- r `�a
��� � a c ��'�: �
* w1w.� � � r ` -_
� �
. �
.-_:}.,L�
-a ' -- _ _. � ti
�{ 1
,.' � ,t,+J�f-- 1�%^',.�-. � � �
y ��
. a..' ' � � 4� •
. _ '�Y�'"f4 ' 'v+...,� �
...r.�. �r ,°n;-"n" ' ��•"'R"�+s.� •rt "U
�� R I B B E C K N ��:���:�.� �y;� . �-��,�.,�
��-� , Engineerin�g, Inc �;;�����`.�.,��"`�..�. --�.:.. -�.� � �� . -�.. � _�
� �. � ,� � .�. -��„ ,....�..,� �,.-��y� .�.�
. � ��.,� - -
_ _ �� ..
� _ p _ � �� _ �. _ �_..,,4�J __ _
. �
��Yi����.. . �r� .' ...- � ., � '�,� q�-�. ,.t�. -Z..,,...'-.�� . •
► � ...",�'�� ,. -'�.
� ,-r.,. .:. .., ...
� _ _.. _� ,� ,_ . _ , ..; „� �(��"�
..
'. -� .. .. . .:.. . . �' !W�'�"�����I��.� Y e .. �y_ •K�
: . �
� .�-. �v ,� . �
�._�'r `���.,c�. � ��`r ... _+!�` �
� �" '
� .
, . ,� ,.. . . .� � _ Wt .; -
� - . �:a. -._ �t... . :. ...+....�.�.d�"�r.�E�. 'r < . ..++¢�� �°I . -� � _��.:a _..,;'."'
Experience and Qualifications
..r .�. �� � ;a, �,r �,. �� '� _ 0.,� �,� � ��;�
�� �� .ti. y F K�` ��, y �,,��+ss�....,,,� � �.��'w +�.,
� +i'd'� f'� �� ��., ' �� � t.-ti1 ��^ . . `���,
ti (r ����� �� �� -'A: ,�'�� . ^.�:.� A
� '��' `. /�+"�,���4. °' `'`� ` �������'� c��r �" � f�?�.� . � '��R .,�''+► �'
� /� �t � � ,� �i � �, k � . ;
,;�Y, .� �'� �� �. r � ' �. `°„�
v� �` � �,�, " — ��' _ � ������ � i�'�; � .+
,1 � � �.1 rt � �� ._ +
�� t�,,� �'•+ � ` ��j '.�"�� , . �� ` � � . .. .�.' �n ,
,� ,� ,� �� �
., .
., _ .. , . �
F,�f�:'� `�` � ��.1� � :
� _ .�,,,.� w.:
� � � �� �
. � .,.. �� a
..�...r �� _ {
v,
�4� .YJ.V- ,
i4�.; :cf f
_J.Y. . . ,��
. . .Ih'L:, a.� 1 �
.. � �� � �
� .
TAB 2.1
ORGANIZATIONAL CHART
• SF 330 PART I, SECTIONS A, B AND C
• SF 330 PART I, SECTION D - ORGANIZATIONAL CHART
2-2
* �e
F',��2� 3 .'�,23�!TF?A.!';�-�F���'Bc1t'� GJ_(.�A1..I�I4�.�kTeIL�►'Jc
A.CONTRACT INFORMATION
1.TITLE AND LOCATION(City and State)
Professional Design Services for the North Beach Town Center(North Shore D)Neighborhood Improvement(Miami Beach,Florida)
2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER
September 12,2024 RFQ No.2024-524-DF
B.ARCHITECT-ENGINEER POINT OF CONTACT
4.NAME AND TITLE
Carlos Ribbeck-President
5.NAME OF FIRM
Ribbeck Engineering,Inc.
6.TELEPHONE NUMBER 7. FAX NUMBER 8.E-MAIL ADDRESS
(305)383-5909 (305)383-5979 hr@ribbeck.co
C. PROPOSE TEAM
(Complete this section for the prime contractor and all key subcontractors.)
(Check)
w Z
O
� �?m
a �
�
Ribbeck Engineering,Inc. 14335 SW 120th Street, Prime Consultants
�RIBBECK Suite 205 Contract Management,QAQC,
`��°'�;r�erir; n: Miami,FL 33186 Civil Engineering,
� Transportation and Stormwater
CHECK IF BRANCH OFFICE
CHA Consultants 8935 NW 35th Lane Sub Consultants
Suite 200 Water and Sewer,Utility Coordination,
C�_ Doral,FL 33172 Transportation,Stormwater,
� �,� Mechanical,Electrical and Plumbing.
CHECK IF BRANCH OFFICE
Green Dade,Inc. 7220 SW 12th Street Sub Consultants
Miami,FL 33144 Lighting and Electrical
�"
�
J reen Dade
�e.a��y�ne wa�
CHECK IF BRANCH OFFICE
HDR Engineering,Inc. 8333 NW 53rd St Sub Consultants
Suite 302, Transportation,Structures,Permitting,
� '�"� '"!'� Doral,FL 33166 Environmental,Landscape Architecture,
Architecture,Complete Streets,
CHECK IF BRANCH OFFICE Resilience,Grant Support.
HML Public outreach 1255 Dove Avenue Sub Consultants
_ t �� Miami Springs,FL 33166 Public Outreach
_L
i
CHECK IF BRANCH OFFICE
HR Engineering Services,Inc. 7815 NW 72nd Avenue, Sub Consultants
Medley, FL 33166 Geotechnical Services
, .
CHECK IF BRANCH OFFICE
D. ORGANIZATIONAL CHART OF PROPOSED TEAM [) (Attached)
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 7/2021)
• • • � � � . . .• .�. . . • . -
� •
PART I -CONTRACT-SPECIFlC QIJALIFICATlONS
A.CONTRACT INFORMATION
1.TITLE AND LOCATION(City and State)
Professional Design Services for the North Beach Town Center(North Shore D)Neighborhood Improvement(Miami Beach,Florida)
2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER
September 12,2024 RFQ No.2024-524-DF
B.ARCHITECT-ENGINEER POINT OF CONTACT
4.NAME AND TITLE
Carlos Ribbeck-President
5.NAME OF FIRM
Ribbeck Engineering,Inc.
6.TELEPHONE NUMBER 7. FAX NUMBER 8.E-MAIL ADDRESS
(305)383-5909 (305)383-5979 hr@ribbeck.co
C. PROPOSE TEAM
(Complete this section for the prime contractor and aU key subcontractors.)
(Check)
w Z
g > O
� � m
a �
a�
Longitude Surveyors,LLC 7700 N.Kendall Drive Sub Consultants
� Suite 705 Surveyors and Mappers,Subsurface
I Miami,FL 33156 Utility Exploration(SUE)
CHECK IF BRANCH OFFICE
Metric Engineering,Inc. 13940 SW 136th Sub Consultants
,�, Street,Miami,FL Traffic related activities(studies,
33186 counts,etc.)and signalization
metric
CHECK IF BRANCH OFFICE
r
D. ORGANIZATIONAL CHART OF PROPOSED TEAM [� (Attached)
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 7/2021)
• • • � � � . . .. ... . � • � -
• . . . . - . � . . � . � � : . • . • . • • • .
• • . • . • �
City of
MIAMIBEACH
:�� � �
ka .
.� � :
Carlos Ribbeck,PE(REI)(37)
`'Er Francis Mitchell,PE,MS,CGC(REI)(37) 1� � ��7 Hans Ribbeck,PE,MSEM,IMSA I(REI)(20)
(
,�
(##)Staff Years of Experience � Maher nnaai�ki,PE i�=�q(23)
Small Business Firm
• •
_, �,,,
Maher Maaliki,PE(REI)(23) Carlos Ribbeck,PE(RFI)(37) Amelio Alfonso.PE�(CHA)(37) Sharon Wright,LEED AP BD+C.ENV SP(HDR)(25) � . � . �
Hans Ribbeck,PE,IMSA I(REI)(20) Francis Mitchell,PE.MS(REI)(37) Angela Baron-Ruiz,PE,ENV SP(CHA)(16) Melisa Hemiyuez Valencia(HDR)(7) Eduardo Marlinez,PE(CHA)(42)
Johanna Ribbeck,PE(REI)(18) Georgio Tachiev,PhD.PE(REI)(32) Ivonne Planas,PE(CHA)(26) Angela Baron-Ruiz,PE,ENV SP(CHA)(16) David Sigler,EI(CHA)(8)
Josef Ricardo,PE(REI)(7)
Elmer Rodriguez(REI)(9) Javier Veliz,EI(REt)(11) Julian Gomez,PE(CHA)(8) . . . . .
Ale andro Leon,PE CHA 14 Elmer Rodriguez(REI)(9) Douglas Hammann,PE(CHA)(35) ���- r�
� ( )( ) Alex Vazquez,PE(HDR)(39) Samantha La Hee,PE(HDR)(21) Mag Hanna,PLA,AICP,LEED AP-ND(HDR)(29) Edmundo Rodriguez,PE(GD)(10)
Mark Cissell,PE(CHA)(26) Mark S�iarez,PE(HDR)(17)
Javier Manso,PE(HDR)(22) Daniel Suarez,PE(HDR)(20) _ „ .. �, Diocles Tortalbas PE(GD)(8)
Emllio Corrales,PE(HDR)(27) Arnelio Alfonso,PE(CHA)(37) �'_�� ' "`�� �� �
Josiah Berg,PE(HDR)(23) : r+ -� � y^Y��"+; � ,
Angela Baron-Ruiz,PE,ENV SP(CHA)(16) James Reddrick,AIC(r�URj(20) �?'-'F arrnr_�,�.�. .�s.��r�:��a�=' �� -
�.,v;�m�; Dennis Rodriguez,PE(HDR)(78) Stefan Escanes,PE,PTOE(MET)(15)
Johanna Ribbeck.PE kE i 18 • �.,,...1�_�.:�_���� �.� �_�„��.�„'��� -� " d�' Nicolas Yep,EI(MET)(8)
( )( )
Luis Rodriguez.IMSA I(i:F-i)(13) Ken Huntington(HDR)(50) � Lisset�e Guon.EI(CHA)(23) Kevin Might,RLA(HDR)(35) � Elio Espino,PE,PhD(CHA)(37)
Luciana Casalino,EI(REI)(7) Stephanie Bortz,EI(HDR)(17) Nicolas Hoyos,PE(HDR)(4)
•
� , � . � . �:°+r•. f ��;: x � ... ..»:,. ,. .,., .. .�. . .
- .�.,...� -�>.�x:-._ . ' .. � �F �:s��"Y•..�"�. a �� .
Levi Boyle,PE(CHA)(12) Eduardo Suarez,PSM(LON)(39) Heather M.Leslie(HML)(24) + Hernando Ramos,PE(HRES)(38) Sharon Wnght,LEED AP BD+C,ENV SP(HDR)(25)
Juan Riobo Garcia,PE(CHA)(8) John Adler,III,PSM(lON)(44) Lynn W.Bemeslein(HML)(40) Chatuphat Savigamin,PE,PhD(HRES)(11) . . _
Martin Arteaga(REt)(23) �� �
�R96BECK �J/►, �,JrS�pu.dA ��� :..HML , � etric
(REI)' (CHA) `Y(GD)' (HDR) � �HM�Y (HRES)' (LS)' (MET)
• • � �
TAB 2.2
QUALIFICATIONS OF PROPOSING FIRM
• SF 330 PART I, SECTION F AND G - RELEVANT
PROJECT EXPERIENCE (PROPOSING FIRM) _
�:
�.
.. � 6
2.2 Section F Project Matrix(Proposing Firm)
� � � �� � �� � � .���� _ • � �.
�`._ `.
..r .:.�
._-
� _•
.
. .
.�
, y _.
,
e ,�,K.a,„
, . � .'< ,,':.��AIM,�. � .r '.� -d . . .. � ... ..s.Mk�ar:-��. l6
µ.
07 Yl � p `
� d d
'O t }+ 'p C pp
IC V � C b0 i
bA � 3 Ry'��
{ '�f R��..,_� C L O � aj''O p � y
� F R7��!':� .. � O � yl •� � Rf 3 �
'�_ `�,�c ��N =r p" c oo� E � d
:���=�'��-� _ .r, ,.�, �" ��., . _ ., _ O � t0 C ++ C N � � !�
�; -� - ��►� "� s>¢'- • . �.,.�1. ,, ,;• c� 3 Y :� 'v Y o � c,r
�
o � ,�,� �1.:. ;-,, o � a � y w a �
�...._. . t ; � � .� , ' :� �i� �0 tr , 7 V'O.L U t
t : �. �.�� � X . , „ ,jyV.��!�:ai � � �, � �`�._� i � > y a+ �. � � J V +=
yi: ..n; � . y . • _ r't c w.. 01 aL � � V. •�
+:� � � . + - �.�..��t�'�-' 4 . y o no u� a c � � � u�
+ ,' `•' ^ ".� �"'�"'�'" ,+�+"R'� ��'�+# � � � � � na m � � '�+� r�o � o
. �+�
�,,,, . �j � ,� . � . - ����,,4 h� N �� �t c a oc c 3 � �� ' �
^x r r o r, ,. ��� •t k. ar > c �, E � y � c u°1i
-}r, . , '�� !:� . '�'C�, �
> 4r� � Zt� '' � S ''a r�_��►Sa" " ',�� , � C.C j �.C,, a0+ � C C o '�O
� � , �n.- � X ti0 0� in vi G� tE � 7
�� � � :� � . � a a, R r s:N y OA p o l�0 Q E � C
: ��, .
-♦ ' -�� tz . t '. a+ C � N y,p� M y V '_
��., �`� „ . � � C � W �' O
.� j ti -a,,� e` , ,A . ! 3 �-o � a� �. u� � x '� 3 ..�
�„ . `a � t r � � y � co _„ v, ui 3 �e v
j`� ��� r ' ! oc�a ro .°3 a E _ �� y a >,
�� � .� 'u,t � �a� � d c �a ,a �. ro
y ,
� �"_ R �� � 3 Y � � � y L
- � '� ' A ;�% � c � £ ° a a c'o� � a
v ca;� � y -a � y � d ,c
, k ' . .. �6 N•— O �+ C ►. �rt a'
�- , _,.- � {M .,. a+ ,ni O 3 O
' �, + .� _�I �� N � � C �+ � 7=U C
��s.. � � 3 y �!� oa� d N c E on
�t ��-.' ' ..�� ��� �'O y 3 � � O a�+ d
�9; ,-. ,'� -^. � :*�a ,i �, �'�v �� o � 3 a ch �n o
�fi .
� "�;>,�-�������
SR AlA/Indian Creek Drive from 25 Street to 41 Street- �, � � � �
Sea Level Rise Flood Mitigation Project-FM 439228-2(M iami Beach,FL)
SR 907/Alton Road from Michigan Avenue to 43rd Street � � � � �
Reconstruction-FM 429193-1(Miami Beach,FL)
,.�,�
` SR 907/Alton Road from 43rd Street to East of Allison Road , �. �. _�
Reconstruction(Miami Beach,FL)
SR 972/Coral Way/SW 3rd Avenue from W.of SW 12th Avenue to E.of �
Brickell Avenue-FM 445998-1(Miami, FL)
SR AlA/Indian Creek Drive/Collins Ave from 42 Street to 44 Street&
�:.
along 43 Street Flood Mitigation Project-FM 427505-2(Miami Beach,FU
SR 836/I-395/I-95 Interchange Improvements- , ;�a
GMX Project No.83611-001.102&FDOT FM 423126-1(Miami, FL)
Allapattah Flood Mitigation Improvements from NW 7 Avenue to 14 , ,�
Avenue and from NW 23 Street to 31 Street(City of Miami)
Installation of 48"HDPE Redundant Force Main Bypass Line
(Fort Lauderdale, FL)
Emergency Replacement of 48-inch Force Main Crossing Oleta River on
NE 163rd Street(North Miami Beach, FL)
Design-Build for the Installation of 48-In Water Transmission Main for
"Area N"Water Facilities Master Plan Update(North Miami Beach, FL)
• • • � � . - - .. ... . . - - ' . -
21.TIT�E AND LOCATION(City and State) 22.YEAR COMPLETED
— PROFESSIONAL SERVICES CONSTRUCTION(1(applicable)
Sea Level Rise Flood Mitigation Project-FM 439228-2(Miami Beach, FL) 2017 Interim/2019 Final 2018 Interim/2022 Final
a.PROJECT OWNER b.POINT OF CONTAR NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Miami Beach&FDOT Giancarlo Pena,CGC,PE (305)673-7070 Ext.6343
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and costJ
This segment of SR AlA/Indian Creek Drive was subject to recurrent tidal flooding,especially during King Tide �� � � �
Season. Increased hi h tide conditions throu h the recent ears 2010-2015 resulted in creek waters A � '� '
B B Y ( � ,>,-:,, :�...-t �.-�� � . ..s
overtopping the seawall and generating recurrent and severe tidal flooding within an extremely low-lying
roadway facility,with an average edge of pavement at or below 1.0'-NAVD.The City of Miami Beach declared Urban road design with
this roadway facility under emergency status in 2014 and decided to joint-venture with FDOT to implement the experience in elevating roads
necessary improvements for this facility to mitigate the flooding. In 2016, Ribbeck Engineering was contracted and sidewalks and harmonizing
by the City of Miami Beach to be the project Engineer of Record. pfiv8te prOperties dUe to the
grade differential created by
Ribbeck Engineering, was the prime consultant providing both project management and design services. elevating the right-of-way.
Throughout the life of the project,REI worked with the City of Miami Beach and with ail regulatory agencies to
expedite the design. REI worked hand in hand with the City of Miami Beach Project Manager to accommodate Urban sto�mwatef design that
the extensive harmonization required.During construction,our team provided expedited shop drawing reviews includes trunk lines of 60 inches
and answers to RFIs. Despite the many challenges and unforeseen construction issues, REI remained fully in diameter or larger.
active in providing innovative design solutions to see the successful completion of this project.
Design and permitting of
Ribbeck Engineering, managed staff and sub consultants to ensure cost efficient and timely improvements, stormwater pump stations and
while designing and executing services originally identified.The scope includes raising the roadway profile to a watef quality treetment
minimum of 3.7 ft NAVD elevation as per City of Miami Beach Ordinance to mitigate sea level rise,design of a Systems.
new 72" drainage main trunk system, a 45,000 GPM pump station, 3 new signalized intersections, traffic
control plans,SPM with overhead structures and a new lighting system.The project required harmonization of Stormwater hydrauliC mOdeling
over 60 adjacent properties. Responsibilities include contract management, project coordination, preparation Utilizing ICPR4 Software.
of Design Variations,Typical Section Package, Pavement Design Package, overseeing roadway/harmonization
design and plans productions. Duties also included the development of a Request for Proposal package with Design roadway(s)to include
conceptual pians and design criteria as part of the Phase I. Further services executed were drainage SeCtiOns with blCyCle lanes.
improvements, pump station & new drainage systems, seawall replacement, signalization, lighting and an
exclusive bike lane divided by the Zida Zipper bicycle lane seoarator.
�r t�ec .. .. ��, . Ar. »���, � •� , ,�, y.
N
•i+�1 pn "�"- ► t �.� , ����_,'--
_ • � �� �`�� '�� �I s ��'� ' �'�r— r,�,' F ���
�i:, .!4`��3�� . . ' �
�r �_'�c..� � � fi�f�,,:; - C
� , ,� � � �
�- � `��� � u �� �
� ���� ��� '� —�..�
�w �
� 1' � �Y
�' •` �. � 1 mile
�.. � � -
� � � ' � � DESIGN ; $3,800,000
; � ���
�Y fy � � �
, �i _ � .� �nn.ISTp $50,000,000
- . .......m.:�+;�, -
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)fIRM NAME (2)fIRM LOCATION(Cityand5[ateJ (3)ROLE
Ribbeck Engineering,Inc. Miami,FL Management,Roadway,Drainage,5&PM,
Signalization and MOT EOR
(1)FIRM NAME (2�FIRM LOCATION/Ci[yand5[ote/ (3)ROLE
HDR Miami,FL FDOT Owner's Rep,Plans Review
(1)fIRM NAME (2)FIRM LOCATION(Cityand Sto[eJ (3)ROLE
HML Miami,FL Public Outreach
STANDARD FORM 330 (REV. 7/2021)
. � • � � � . .. .. . . . • . -
r
21.TITLE AND LOCATION(Ciry and State) 22.YEAR COMPLETED
— PROFESSIONAL SERVICES CONSTRUCTION(If applimbleJ
FM 429193-1(Miami Beach, FL) 2024 N/A
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
FDOT District 6 Kevin Lopez,PE (305)640-7130
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) I I
� �
The SR 907/Alton Road Corridor is a major hurricane evacuation route connecting two major Interstate - • . •
Highways, to the south I-395/MacArthur Causeway and to the north I-195/Julia Tuttle Causeway which
s'S"'�>�:r,a��!
connect Miami Beach barrier island with the mainland.The corridor lies within low-lying topography and its Urban road design with
existing drainage infrastructure consists mainly of gravity storm sewer systems which are found to be experienCe in elevating roads
undersized and obsolete to provide an adequate flood protection level of service to this important facility. and sidewalks and harmonizing
The corridor is subject to recurrent flooding especially during King Tide Season and as a result FDOT D6 has private properties due to the
grade differential created by
prioritize this corridor to implement the required improvements to make the facility resilient to SLR elevating the right-of-way.
challenges. The FDOT has already improved the Corridor from Sth Street to Michigan Avenue by
reconstructing the pavement and upgrading the previous gravity storm sewer systems with three (3) major Urban stormwater design that
stormwater pump station systems located at 6th Street,lOth Street and 14th Street.The referenced project is InClUdes tfunk lines of 60 InChes
a continuous effort from FDOT D6 to make the corridor from Michigan Avenue to 43rd Street Sea Level Rise In diametef of larger.
resilient. FDOT contracted Ribbeck Engineering to provide engineering services as the Drainage Engineer of
Record for this project. Design and permitting of
stormwater pump stations and
Ribbeck Engineering performed the Drainage components for the reconstruction of 1.8 miles of roadway Water quality tre8tment
along SR 907/Alton Road,including 60"drainage main trunk systems,seawall improvements and the design of SystemS.
2 pump stations, each one with 25,000 GPM capacity with bi-fueled (gas and diesel, accommodating bike �p/ater mains and sanitary
lanes on the western portion of the project) emergency generators in Miami Beach.The scope also includes sewer design,including gravity
repiacement of a 30"sanitary force main, new bicycle facilities along the western side of the project�imits,as and pressurized mains.
well as extensive public involvement efforts and harmonization. Expefle�Ce must iflClude the
urban design of a 30-inch or
larger water main and a 30-inch
force main or larger.
.. _,�t +t�. . i�', _ , _
. _. - - h , . Stormwater hydraulic modeling
i ,..,� — , :Ir�~., * " �;,s �, '.... A
��� *. �`�,,,, ;R ,�__ �, � �, ,��` utilizing ICPR4 software.
..r, �_.• � � t . . ?iy�,..�'��` 1,��
t+', � �������� � �� � ? :+i Design roadway(s)to include
` , �..r�,r `,r'�"`.
« � �• , l..
�� ''�' � �c� :�f' �'"��;����� . sections with bicycle lanes.
����g'�. ,i�� �r� .,. ri�� .�1 � ��..{,.�,��� . ..
��\ir' � . P 1" ' t,�'�'�t �n,�i;e. r�
, � ,t.� � .��'-_ ' ,.��; ` t� � � �. I•
- � ., � ' ����y,{ „ g��4.'�c,. `'�E f�"��,�
��� �` � r I a5 �, t � +' ;uJEC 1.8miles
� `,� � fi' ,� - :"�
�: �`:;�. � '�i�'� `�
.�% ,.f , ,�,. {� ,- - ,� . ►j < 51GN $370,000
r . � . ` '. � s.��` ..� - . �
� � `
y � �� ,•' '\\'���y'�jt• . , . �. $7��.5�0�00�
, �l�,�.�`` ..._+..r. � ��� `�!!� �[� , , 1 M� . . .
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State/ (3)ROLE
Ribbeck Engineering,Inc. Miami,FL Drainage EOR and Permitting
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
• • � � � � . . .. ... . . • . -
>�,: - ,�,_
21.TITLE AND LOCATION(City and State) 22 YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(1/applicable)
(Miami-Dade County, FL) Omgoing N/A
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
FDOT District 6 Ivette Funtanellas,PE (305)470-5270
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) �; - �_� ���I� :• ,
�,� � a �r a
State Route 907 (Alton Road) is a four-lane divided highway that runs north—south along Miami Beach's
Biscayne eay coastline.The asphalt pavement on the 2.8-mile stretch from 43rd Street to east of Allison Road ls `''�� � �
exhibiting substantial deterioration, in large part because the current roadway drainage system was designed
when the sea levels in Biscayne Bay were lower than those prevailing today; water is therefore not draining Ufban road deslgn wlth
efficiently from the site. Our team is leading the design, through construction completion, for a Florida experience in elevating roads
Department of Transportation (FDOT) project that will reconstruct the roadway and, for the first time in and sidewalks and harmonizing
Florida,install an entirely new roadway drainage system specifically designed to address rising sea levels. pfiv8te properties due to the
grade differential created by
The design(to be completed in December 2024)for this critical new drainage system is exclusively pump based elev2ting the right-of-w8y.
with no gravity drainage elements.The roadway design plans will reconstruct the asphalt pavement across all
four travel lanes,widen the existing parking lanes along most of the project to eight feet,and stripe for active Ufban sto�mwatef design that
transportation along the full project length. Our team is designing all necessary improvements to sidewalks, includes trunk lines of 60 inches
curb ramps, and pedestrian signals to comply with current ADA requirements, and various upgrades to the in diametef of lafgef.
roadway lighting and traffic signals along the project to meet FDOT's new design standards. Landscaping and
irrigation plans for the roadway median will also be provided. Deslgn and permitting of
stormwater pump stations and
Alton Road is a main thoroughfare for commuters from North Beach, particularly for access to Highway AlA Water quality treatment
and Mount Sinai hospital. A detailed construction phasing and maintenance-of-traffic plan for this project is SyStems.
being designed in close coordination with the designers of other Miami Beach construction projects, regional
and local event organizers, Mount Sinai hospital,and first responders.The plan will include the phased closure
of traffic lanes and sidewalks and an approved. Sto�mwater hydfauliC modeling
utilizing ICPR4 software.
Ribbeck Engineering was responsible for the drainage improvements along SR 907/A�ton Road. The project
design scope includes 3.5-miles of corridor roadway reconstruction and raising the roadway profile an average
of 1.0 to 1.5-feet, new major storm sewer trunk-line construction ranging in diameter from 60 to 96-inches,
and incidental roadway drainage. Scope also included an addition of 3 pump station systems; each one with
25,000 GPM capacity. FPID 430444-1 includes 1 pump station with 100,000 GPM capacity. FPID 430444-2 �
includes 1 pump station with 50,000 GPM capacity and FPID 430444-3 includes 1 pump station with 50,000
GPM capacity all with bi-fueled (gas& diesel) emergency generators. The project design scope includes new
,�"� ":_�'q
pavement marking and signing, new signalization, new lighting, temporary critical sheet-pile construction, � 1.•' �� t }
seawall replacement, new water and sanitary sewer, including gravity and pressurized mains, and new •-;� � ����t�`'
,
,
.::. .�,,. _ •
landscaoe. t
, __ --
.' :,, __ .. �
�,. �
. .. , . ; �,+4:�-;,. �.... , �',; -��d` s,���,
� ;�f�:i,,.'��r ' } ���u �:a. �
.1�i�?T ��,ij�s � �.�• xR�R�iiY _ �
.'�-�r.,'} - �* f''
�•�,�{� .a1 � �'I
�x y��""'i ��'��`` `'Y 'ROJECs" 2.6 miles
3 -.+� � , ',kr
�'� t � . � ... � t + :� r::
:# :a;M "� � � � ,k���a iIGN t. $1�450�000
` ..x��* s--�^' . '.3' . ^'� ,,
, . , - 4 � �' , `' r:� �l �..#/���5`�''�'c�_�4 p .'.t $236,070,000
_. ,.a.:a....���!�i+d._..�.,..� '� ,. :•.( . ,
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(7)FIRM NAME (2)HRM LOCATION(Cityand5tate) (3)ROLE
Ribbeck Engineering,Inc. Miami,FL Drainage and Signalization EOR,and Permitting
(1�RRM NAME (2)FIRM LOCATION(Ci[yand5[ateJ (3)ROLE
(1)RRM NAME (2)FIRM LOCATION(Cityand 5[ateJ (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
• • • � � � . . .. ... . . � . • �
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(lfapplicable)
-FM 445998-1(Miami,FL) 2024 N/A
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
FDOT District 6 Claudia Gutierrez,PE (305)470-5268
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,andcost) �
. �� � s �
Ribbeck Engineering is the Prime Consultant and Roadway, Drainage, Traffic Control Plans and Signing & ' '��- �'� ��
Pavement Markings Engineer of Record responsible for the roadway improvements along 1.75 miles of SR "�' 'r'� ` '�'�' `
972/Coral Way. The project scope includes milling and resurfacing, overbuild for cross slope correction, Stormwater hydraulic modeling
drainage improvements to addressed localized ponding and provide water quality for new urban path and utiliZing ICPR4 Software.
pavement widening areas, replacement of 2 overhead sign structures, implementation of 7-ft buffered bicycle
lanes by widening the shoulders,localized reconstruction to address deteriorated pavement,upgrades to signs Design roadway(s)to include
and pavement markings, upgrades to 11 signalized intersections including pedestrian signals, service SeCtlonS wlth biCyCle lanes.
disconnects and lighting retrofits at 11 signalized intersections and within the urban path.
In addition, an urban shared use path is proposed to connect the SW 15 Rd. roundabout and the M-Path to
provide a safe pedestrian and bicycle connectivity.This project also required extensive public outreach efforts
and securing permits with Miami-Dade Transit and the City of Miami. In addition, due to the fact that Coral
Way and Brickell Avenue are designated as State Historic Highway as per Chapters 84-379 and 2007-259 of the
Laws of Florida, thorough coordination with SHPO was conducted to obtain SHPO clearance and issue the
environmental, permit and construction certifications.The project design phase has finalized and construction
will begin on early 2025.
�` �•t...�_ ..... _� �e~ �� � N� K� A��.' x ' �f�
, �" ..a.:.w..�.. � .�� n
� ��:
� � ' �
��''�" `����� „�w n�'
r�7 �'-.--�y ' � �
�
,
0 � �
,��., �` � � � �
+ � i;t..� - " :-,
_:�� . �
�
..: �.�,, ,.
. , ..
�� �--�,-__ P ___ --_..�_....___- -----., _.- .. �..
.�=- _. ,..:_ ...__, _ .
� i ��1�
,
, �
11
._.... _--- ------ -' -_• . _ �
. . _._ _: ,._ { ---
� � ; PROJECT LENi"�;, 1.8 miles
��-_�.-�_,_-, '. �� � �■�ii � _.� �i '
� �_"�"9 � � � � DESIGN CG ` $1,100,000
� '
�
� �� ` "'�� �` $10,800,000
0 G""" �,. ��
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)RRM LOCATION(City and State) (3)ROLE
Ribbeck Engineering,Inc. Miami,FL Management,Roadway,S&PM,Drainage and MOT EOR.
(1)FIRM NAME (2)FIRM LOCATION(Cityand State) (3)ROLE
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
• � • � � � . . - - .. ... . . • . -
21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
-FM 427505-2(Miami Beach,FL) 2015 2017
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
FDOT District 6 Felix Hernandez,PE (305)470-5274
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
. � � �
The project was originated due to increasing flooding complaints from building owners for the segment of SR Y� , , ,
AlA/Collins Avenue from north of 42nd Street to south of 44th Street with underground parking garages
.-4�.�;.�., .
being flooded during King Tide Season. Design and permitting of
stormwater pump stations and
The project consisted mainly of drainage improvements and pavement milling and resurfacing along SR Water quality treatment
AlA/Collins Avenue from north of 42nd Street to south of 44th Street and along 43rd Street from SR Systems.
AlA/Collins Avenue to SR AlA/Indian Creek Drive. The pre-existing drainage system consisted of an
undersized gravity storm sewer system that was found to be substandard in capacity to provide an adequate
drainage to these three blocks along SR AlA/Collins Avenue.
The project drainage scope included the construction of a 36-inch storm sewer trunk-line and a 12,000 GPM
stormwater pump station system west of SR AlA/Indian Creek Drive(right adjacent to the creek)at the 43rd
Street intersection.Ribbeck Engineering was the Drainage Engineer of Record.
For this project our team initiated the concept of having a drainage system with water tight pipes.The water
tight pipes allowed the permanent pool of water to be below the ground water level with the benefits of
providing storage for the optimum pumps running time,and also to prevent anaerobic condition typical of y,..--
submerged pipe systems. � �
�
� �'�,"�r� �
� ��' �_. -
- _. � ,� a � n � - - --
. , � - .-� ,
. . r +� a r ':�l� /
' 'f i � ,�� � �,� �� ,,t„ � �
- -�-� � �
�r ` "�'' ;`�'� � }� � ' �
_ �� _��� �' ' �- �� ��►
:-�.�. , � ��
I� � "r I , �
, � �.,�,-� �€� . �
,�� � �, � „�, _
. = • ��� ;� �
, , � � �' -�ROJECT 0.3 miles
' �"� " �� DESIGN C� $350,000
..
�
,�' w /� . $3,800,000
� '� ���". . l ,-
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(Cityand State) (3)ROLE
Ribbeck Engineering,Inc. Miami,FL Drainage EOR and Permitting
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
(t)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
• � • � � � . . .. . . . • . -
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
— PROFESSIONAL SERVICES CONSTRUCTION(I/applicable)
GMX Project No. 83611-001.102/FDOT FM 423126-1 (Miami, FL) 2020 On-going
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
GMX Gil Portela,PE(GMX) (786)376-1045
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) � t.�„ �+� ��,�y��yq4�� �
S �ap"` R.V'�`�� ,..
The I-395/SR 836/I-95 Project is a partnership between the Florida Department of Transportation (FDOT)and ''~ � }�e��+ �
the Greater Miami Expressway Agency(GMX),with construction limits on SR 836 beginning at NW 17 Avenue = Y�'
and continuing through the SR 836/I-395/I-95(Midtown)Interchange to the MacArthur Causeway Bridge.The Urban road design with
limits on I 95 are from NW 8 Street to NW 29 Street.The project includes reconstructing I-395, including an experience in elevating roads and
iconic bridge over Biscayne Boulevard that will allow for the connection of Overtown, Downtown Miami, sidewalks and harmonizing
Omni,and Edgewater to each other by a contiguous trail that includes community activity areas. pfiv8te propefties due to the
The bridge is destined to become an icon and the largest precast concrete segmental arch bridge in North grade differential C�e2ted by
America. The signature bridge will span 1,025 feet and its largest arch will soar 325 feet above the ground and elevating the right-of-way.
span 650 feet across.The bridge's sustainable design contributes to unlocking 33 acres beneath I-395,allowing Urban Stormwater design that
for the creation of a contiguous recreational trail. inCludes tfunk lines Of 60 inChes
Safety will be enhanced for commuters by reducing weaving movements associated with drivers entering and in diameter or larger.
exiting SR 836 and I-95 at the Midtown Interchange. Safety will also be enhanced for pedestrians under the
new I-395 bridges with creation of a contiguous trail from NW 3 Avenue to Biscayne Boulevard, enhanced Design and permitting of
crosswalks and new bike lanes.This trail reflects Miami's desire to reconnect the Overtown community,which sto�mwater pump statlons and
was divided some 60 years ago by the interstate's construction.Additional sustainability features will foster a watef quality t�eatment systems.
safer environment for pedestrians, cyclists and vehicular traffic. Mobility will be enhanced for residents,
commuters and tourists by increasing capacity on SR 836, I-95 and I-395. SR 836 will be double-decked to Watef mains and Sanitary SeWer
allow for a direct connection between SR 836 and I 395. Mobility in Overtown will also be improved with the design,inCluding gravity and
connection of NW 2 Avenue under I-395 and improvements to arterial roads. pfessufized mains.ExpefienCe
The scope of work also included the design of surface street roadways, which involved realignments and must Include the U�ban deslgn of
widening of the grid system streets and ramp approaches. Other improvements included parking lot designs, a 30-InCh of lafgef Watef maln
pedestrian enhancements, harmonization due to grade differential triggered by elevating roadways and and a 30-inCh fofCe main o�
sidewalks,ADA improvements,new bicycle facilities,as well as water and sanitary betterment and relocations, 18fger.
including water main,sanitary sewer,and sanitary force main relocations of up to 36 inches in diameter. StofmW2tef hydfaUllC mOdeling
utilizing ICPR4 software.
Design roadway(s)to include
'°`� sections with bicycle lanes.
" ���
. . � �� ���: -
.
: : .
� 3: c:.
Y _
5mies
.__ ... _ . ...�. . �- � i..�..�_ �,,, Y_• $36,000,000
._'� �+-- o._.�_,i,� :_::,�.,,._ . .. . .-' „-- _ _ :a.
_ ��*� .
�� � �'+� � � � �� "� �� �,, ,r� ' (combined GMX and fDOT)
� Y�s �- = -- � ... , �
�
s i.c..±,i.r: r�ii� .�M ' �i �n��1"!'" -f►�. +-� r,.,.... .. "- " . $802,000,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(l)RRM NAME (2)FIRM LOCATION(CltyandStotef �3�ROLE
Ribbeck En ineerin ,Inc. Miami,FL GMX Owner's Rep,Conceptual Design,Master Plan,ERP Permit and Plans Review
(1)FIRM NAME (2)FIRM LOCATION(Cityand S[ateJ (3)ROLE
HDR Miami,FL Roadway,Drainage,Structures and Water&Sewer
(1)RftM NAME (2)FIRM LOCATION(CiryandState) (3)ROLE
Metric Engineering,Inc. Miami,FL Roadway,Treffic and Signals
(1)RRM NAME (2)FIRM LOCATION(CityandSm[e) (3)ROLE
CHA Miami,FL Construction Engineering Inspection(CEI)
STANDARD FORM 330 (REV. 7/2021)
. • • � � � . .. .. . . . � . -
21.TITLE AND LOCATION(Ciry and State) 22.YEAR COMPLETED
PROFESSIONAL SERVKES CONSTRUCTION(If applicoble)
—(Miami, FL) Ongoing N/A
a.PROIECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Miami Clara Sidan,PE (305)416-1050
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) I
• � •
Ribbeck Engineering, Inc. is the prime consultant for this neighborhood flood mitigation project and Engineer �,� : s ���:
4, ��� �r�y :��h,y.,.x. ,,
of Record for roadway,drainage,water and sewer,temporary traffic control plans and signing and pavement
markings. The main objective of this flood mitigation project is to implement the roadway and drainage U�ban fo8d design with
improvements recommendations as per the City's Stormwater Master Plan (SWMP). These improvements experience in elevating roads
are being funded as part of the Miami Forever Bond Initiative for Sea level Rise(SLR)and flood prevention to and sidewalks and harmonizing
private properties due to the
achieve a stronger and more resilient roadway infrastructure. The project is located within the C-6/Miami 9rade diffefential created by
River watershed. This area is identified as Basin C6-02 within the Santa Clara Neighborhood. The project elevating the right-of-way.
boundaries are NW 7 Avenue to the east,NW 14 Avenue west, NW 23 Street to the south and NW 31 Street
to the north. The project includes 5.9-miles of roadway in which all the drainage infrastructure will be Stormwater hydraulic modeling
upgraded and the roadway will be reconstructed. Several segments of roadway are below 5.5-NAVD, the utilizing ICPR4 software.
minimum roadway edge of pavement elevation required to address the City's resiliency goal. In addition,
several segments of roadway have a pronounced roadway profile, that will require full roadway Design roadway(s)to include
reconstruction to promote a minimum roadway gutter line profile of 03�o as per City's requirements. SeCtlonSwithbiCyC121aneS.
Furthermore, segments that required profile adjustments due to reconstruction and/or to achieve the
minimum resiliency requirements resulted on extensive harmonization due to the grade differential created
by elevating the road and private property. Roadway improvements also include new ADA features including
curb ramps and providing bicycle facilities where feasible. Drainage improvements wili mainly consist of
implementing the use of French drains and drainage wells to provide for runoff disposal as per the SWMS
recommendations.
In addition, as per JPA between MD-WASD and the City of Miami, over 5,000-LF of water main betterment
with fire hydrants are being design as part of the scope of this project.The water betterments will replace
existing water mains that have exceeded or are about to exceed their service life.Furthermore,the scope also
includes new signing and pavement markings.
.� _:�
.,�:..,,,..ri. . x.;.,�,�.:�,j
.. ..^�v��� �,< -�e
i�
. �.ra._. � ..A�Yi.�..�r.,..,.�>.. �. .
:�sb:�.....<,.s.,...�eM..-.... . ..�„alu.�.,:�..+�.,� . .` `. -
" �,,,.}) .i 5.9 miles
— ._`�' .. . ����.._-1►N!Wsks�i"� �� r � . � �..;. .
d ��* "
N
v� 1' +"$IC" �3,2��,0��
���'P""h�ood�, $38,000,000
,.... .._..._..�..._. I Improvemenb ! �' on cO uow
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM IOCATION(City and Sta[el (3)ROLE
Ribbeck Engineering,Inc. Miami,FL Management,roadway,drainage,water&sewer,
MOT and SPM
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
HML Miami, FL Public Outreach
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
. � � . , � . .. ... . . • . -
2L TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicable)
-City of Fort Lauderdale,FL 2020 2021
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Fort Lauderdale(Owner) Fabio Angarita(Mancini Project Manager) (954)551 2324
David Mancini&Sons Inc.-DM51(Contracior)
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
• • • s
Our team provided the City of Fort Lauderdale with complete professional design, permitting, and post-
design services related to the design and installation of approximately 15,200 LF of 48" HDPE redundant � �+,. , ��d r6'«c .-
bypass force main inciuding approximately 9,700 LF of pipe installed utilizing the Horizontal Directional Drill
installation method to cross important city streets,rivers,and other critical locations.Due to the emergency �Nater mains and sanitary
nature of this project, (the proposed force main was a redundant bypass line designed to alleviate the issue sewer design,If1ClUdlflg
of the existing 48"which suffered a rupture in December 2019 and caused a flood),the project was designed gravity and pressurized
and permitted in record time. This project required close coordination with the client, contractor, and mains.Experience must
permitting/regulatory agencies in order to deliver a timely and quality product. InClUde the U�b2fl deSlgfl Of 2
One of the major challenges of this project was the expedited schedule proposed for the design of several 30-inch or larger water main
HDD and open-cut installations for river/canai crossings. However, no issues or difficulties have been and a 30-inch force main or
experienced during the installation of this force main or any connections to the existing system. Our team �arger.
has assisted the City of Fort Lauderdale with shop drawing review and responses to RFIs,and created existing
system con�ection plans to ensure a smooth and effective construction and operations phase. '' *``""' �-�""�+t "` �,•t�
,, �.� ��� � .�^- .
s. w:.� ;�, ��� µ� � .. �"� �
- _r- �+ �
« �,Y -_..,,. <„ �ir
� ~3 s aP` f '� c� w
_ '�� �: !' +-= - 'A�.s .�„�
-�., '-.s� }idF;
�`{ � VC' �,t`�� �y
, 'A?1'��w �,• ``���� �i°` •,
. ���.: . .: � • � „ �f p��,
� �L�+ � 4 r���h� t'
� �F � �
ft
•n.,.�s. y .. . �f1 I!.t..���._ F�'��t��.
;39r;� y' � ' i. • �' �`��!�.'r "Y..YF 1�i:Ts
v iT� ���
�" `[�'7�.' i' . � �.� � ' ;, ,a' �y � � .,�
� �j i
"��.',,R �`4 ,. .. y�~ Q."°.1"�7 t ..� L�,4 r � � a.
�.����_ - _ _._ .._� �"R� f� ♦ , � l
; � �i ��� ,. ,�._
■i � 4�g, ._.-�/ ,(�
� � �O�Ec ' 2.9 miles
.�" '.� ;.' � �
'' �"``�" `'� �T +�-�+r DESIGN $1,500,000
'''�-_ � • . � —
_ ' �` - �.�,�� _ .a�,� ._�„.. $30,000,000
• �- ' - _ _ _ ' ��. i� �
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(Cityand SfateJ (3)ROLE
CHA Prime Desi n Consultant
(1)FIRM NAME (2)FIRM LOCATION(City and StateJ (3)ROLE
Ribbeck Engineering,Inc. Water and Sewer Desi n
STANDARD FORM 330 (REV. 7/2021)
• • • � � � . . .. ... . . • . -
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicable)
—North Miami Beach,FL 2019 2021
a.PROIECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
M-D WASD(Owner) Fabio Angarita(Mancini Project Manager) (954)551-2324
David Mancini&Sons Inc.-DMSI(Contractor)
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) _
'���
This project consisted of performing an emergency sub-aqueous installation of 800 LF of 48"Force Main(FM) x�� �
under the Oleta River at NE 163rd Street using the Horizontal Directional Drill (HDD) installation method. �-� ,
After a leak was discovered in the existing 48"concrete FM,a race against time began to remediate the issue
while also providing a safeguard against this sort of problem in the future.After an attempt was made to Water mains and sanitary
plug the line which resulted in the crack growing in size in the aging and brittle pipe,the A&P Engineers team sewer design,including
was brought in to design the bypass line that would be installed via HDD in order to divert the flows and gravity and pressurized
allow the existing pipe to be repaired and serve as a redundancy.The project included the design of special mains.Experience must
maintenance of traffic(MOT)plan for the installation of the 48"Force Main along this heavily trafficked part include the urban design of a
of NE 163rd Street. The project required a team with an intimate knowledge of the HDD trenchless 30-inch or larger water main
technology method and live pipeline bypassing operations,as well as complex nnoT. and a 30-inch force main or
This project serves as a stellar example of our team's capacity to plan,design,and execute a project in record larger.
time. Due to the emergency nature of this project, field visits, design plans and calculations, and permits
were all performed in close and precise coordination for maximum efficiency. In this way, the catastrophic 1�. � � � /�
emergency was resolved,and the client provided with a product that exceeded their expectations. �
�,���� .
� 1
.
. �+ �. �
� � ' �.
� • _� � � � ,
t ,- Ca;� *r`-"- „� � � 5 t `�
tf7�s#�u'�'•�� 4�� � +t� �'h ��`
�r.:.^—f _. _� �� - -
�.�. �i - °.t �`� ��'
*e " �
__ _ ,
�� . "*~ • ~ � �� r��`�� � .r�. ,� �.ti1 _ �1
- � '
,� .. • � �
:_ ... ...r..- �•�� +r.. - � • — _..
,,
"CM"`
�1. . � . 4 1 �`.
� ! }�',
"�!��, rJ���A.r.,�� � • -) � . � f`.
+?. �' ..
=K e � ��4r ,K��,�'/ � ,�� // PKGJEi o.z mile
Y �� � /
"� �'..'� ^rN�Q,►�'.' . �f�_ /
�,,,..- • �^ DESIGN $350,000
�
� ,��X �1'�R �-` � r`�� ^ .
"' � A $5,000,000
�,�v �°S
's.. � f� .
' .:"!yi�'Mi;��i�#Ecr:.'i'.;.:Yo .
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
CHA Prime Desi n Consultant
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
Ribbeck Engineering,Inc. Water and Sewer Desi n
STANDARD FORM 330 (REV. 7l2021)
• • • • � � � . . .. .. . . . • . -
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicable)
-Miami, FL 2021 2021
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
M-D WASD(Owner) Fabio Angarita(Mancini Project Manager) (954)551-2324
David Mancini&Sons Inc.-DMSI(Contractor)
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cosiJ I
The M-D WASD is roactivel im lementin the u � � � �
p y ' p g pgrade to critical water and sewer infrastructure along �.
major urban corridors to ensure that utility infrastructure is in place for current and future requirements.The � ��:�!�yr�bai '�Ir,'��a�n�r;r :.
project consisted of constructing approximately 6.0 miles of 48-inch diameter water transmission main
constructed of PCCP. Along the route, approximately 712 feet of micro-tunneling was required for the 48- WBtef m2inS 8nd S3nit2ry
inch-diameter carrier pipe,inside a 72-inch steel pipe,to cross under SR 874 and CSX Railroad.These changes SeWef design,InCluding gfavlty
reflected an alternate route proposed by the team to M-D WASD,reducing the overall construction duration, and pressurized mains.
minimizing community impact,and lowering the cost for M-D WASD.Also,as part of the scope of work,a 16- ExpeflenCe must inClude the
inch ductile iron force main was installed along SW 127t"Avenue,from SW 108th Street to SW 88th Street urban design of a 30-inCh or
(Kendall Drive),to replace 16-and 12-inch existing asbestos cement(AC) pipes.After the installation of the largerwater main and a 30-inCh
proposed force main,existing AC pipes were abandoned in-place.The project included: fofCe main of 18fgef
• Coordinating survey services
• Geotechnical engineering services
• Utility coordination and coordinating with other agencies with ongoing projects in the project limits
• Review of as-builts
• Identification of utility conflicts
• Development of complete engineering plans
• Resurfacing
• Signing and pavement markings
• MOT
• Public Outreach
• Construction specifications
• Shop drawing reviews
• Responding to RFIs,plans reviews,and revisions
• Quality assurance/quality control ''+�"�"
• As-built certification
• Project closeout
"�'�'�..� .. ..._..__ .... . _. ...� R ��- :i�- �3"�� ` �,!l 1��
!1, " ,� 1� ` � �`�� ''"^- ��`� "" +� -
f'��["" �,,.�u, .,,r� �' � � � � .`�' -"� '
� ��� � t, .j"K�y� :r" "� ' � T'
_ _ " !�i�- / A_. �: y! ��e_Il�ilj�j����
�,�' �`�
�� ', � ,. ; r % .
�� �j �, ,,:.J�. 6 miles
� ���` -
�1 �
- ' � � DESIGN $2,360,000
� � ��
� '+, .� $31,100,000
�. �`.. �- �
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and S[ateJ (3)RO�E
CHA Consultin ,Inc. Miami, FL Prime Desi n Consultant
(1)FIRM NAME (2)FIRM LOCATION(Cityand State) (3)ROLE
Ribbeck Engineerin ,Inc. Miami, FL Subconsultant Water 8�Sewer
(1)FIRM NAME (2)FIRM LOCATION(Cityand State) (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
• • • � � . .. ... . . � . -
28.EXAMPLE PROJECTS LISTED IN SECTION F
(Fill in"Example Projects Key"section below before
26. NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT completing table.Place"X"under project key number for
(From Section E,Block 12) (From Section E,Block 13) participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Carlos Ribbeck, PE Project Manager X X X X X X X X X X
Francis Mitchell,PE,MS,CGC Senior Drainage Engineer/Constructability X X X X X X X X X X
Reviewer
Hans Ribbeck, PE,MSEM, IMSA I Senior Roadway Engineer X X X X X X X X X
Maher Maaliki,PE Deputy Project ManagerlSenior Roadway Engineer X X X X
Johanna Ribbeck,PE Senior Roadway Engineer X X X X
Josef Ezra Ricardo,PE Senior Roadway Engineer X X X X
Georgio Tachiev, PhD,PE Senior Drainage Engineer X X X
Javier Veliz,EI Drainage Engineer X X X X X X X
Luciana Casalino, EI Roadway Engineer X X X
Doribel Ortiz,EI Roadway Engineer X X X
Elmer Rodriguez Project Engineer X X X X X
Luis Rodriguez Project Engineer X X X X X
Horacio Lopez Senior Designer X X
Victor Linares Senior Designer X X X X
Martin Arteaga GIS Specialist X X
Arnelio Aifonso,PE Project Engineer-Water/Sewer and Stormwaterl X X X
Draina e
Julian Gomez,PE Project Engineer-WaterlSewer X X X
Ivonne Planas,PE Project Engineer-WaterlSewer X X X
Douglas Hammann,PE Project Engineer-WaterlSewer X X X
Alejandro Lebn,PE Roadway Engineer
Eithel Sierra,PE Roadway Engineer
Mark Cissell,PE Roadway Engineer
Elio Espino,PhD,PE TraffiGPedestrian Engineer
No. TITLE OF EXAMPLE PROJECT(FROM SECTION F) No. TITLE OF EXAMPLE PROJECT(FROM SECTION F)
� SR A1A/lndian Creek Drive from 25 Street to 41 Street Recon. s SR 836/1-39511-95 Interchange Improvements
2 SR 907IAIton Road from Michigan Avenue to 43rd Street � Allapattah Flood Mitigation Improvements from NW 7 Avenue to
NW 14 Avenue and from NW 23 Street to NW 31 Street
3 SR 907(Alton)Reconstruction 43 Street to E.of Allison Road 8 Installation of 48"HDPE Redundant Force Main Bypass Line
4 SR 972/Coral WayISW 3rd Avenue from W.of SW 12 Avenue 9 Emergency Replacement of 48-inch Force Main Crossing Oleta
River NE 163rd Street
5 SR A1 Allndian Creek Drive/Collins Ave from 42 St to 44 St io Design-Build for the Installation of 48-In Water Transmission Main
. -. .- � �
• • � � � � � . . .. ... . . • . -
28.EXAMPLE PROJECTS LISTED IN SECTION F
(Fill in"Example Projects Key"section below before
26.NAMES OF KEY PERSONNEL 27. ROLE IN THIS CONTR,4CT completing table.Place"X"under project key number for
(From Section E,Block 12) (From Section E,Block 13) participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Sonia Shreffler-Bogart,PE,PTOE Traffic/Pedestrian Engineer
Eric Lindstrom,PE,PMP,IMSA II Traffc/Pedestrian Engineer
Hector Vargas,PE Traffc/Pedestrian Engineer
Project Engineer-StormwaterlDrainage and
Angela Baron-Ruiz,PE,ENV SP Climate Chan e/Resilienc X X X
Project Engineer-StormwaterlDrainage and
Stephanie Bortz,EI EnvironmentallPermittin
Lissette Guon, EI Project Engineer-Utility Coordination X X X
Eduardo Martinez,PE Street LightinglElectrical Engineer
David Sigler,EI Street LightinglElectrical Engineer
Ricardo Batista,EI Street LightinglElectrical Engineer
Levi Boyle, PE CEI Specialist
Juan Riobo Garcia,PE CEI Specialist
Darlene Coitino CEI Specialist
Edmundo Rodriguez, PE Electrical Engineer
Diocles Torralbas,PE Electrical Engineer
Arian Figueiras Lighting/Electrical Designer
Alex Vazquez,PE,CFM Drainage Engineer
Daniel Suarez, PE Drainage Engineer X X
Javier Manso,PE Senior Roadway Engineerl MOT X X
Emilio Corrales,PE Senior Roadway Engineer X X
Hugo Gutierrez,PE Senior Roadway Engineer X X
Kevin Might,RLA Landscape Architecture X X
Ken Huntington Environmental Permitting X
Sharon Wright,LEED AP BD+C, ENV SP Resilience Practice Leadl Grant Support
No. TITLE OF EXAMPLE PROJECT(FROM SECTION F) No. TITLE OF EXAMPLE PROJECT(FROM SECTION F)
� SR A1Allndian Creek Drive from 25 Street to 41 Street Recon. 6 SR 836/1-395/I-95 Interchange Improvements
z SR 907/Alton Road from Michigan Avenue to 43rd Street � Allapattah Flood Mitigation Improvements from NW 7 Avenue to
NW 14 Avenue and from NW 23 Street to NW 31 Street
s SR 907(Alton)Reconstruction 43 Street to E.of Allison Road $ Installation of 48"HDPE Redundant Force Main Bypass Line
4 SR 9721Coral Way/SW 3rd Avenue from W.of SW 12 Avenue 9 Emergency Replacement of 48-inch Force Main Crossing Oleta
River NE 163rd Street
5 SR A1Allndian Creek Drive/Collins Ave from 42 St to 44 St �o Design-Build for the Installation of 48-In Water Transmission Main
. � -� .- � �
• • • � � � . . .. ... . . • . -
28.EXAMPLE PROJECTS LISTED IN SECTION F
(Fill in"Example Projects Key"section below before
26. NAMES OF KEY PERSONNEL 27. ROLE IN THIS CONTRACT completing table.Place"X"under project key number for
(From Section E,Block 12) (From Section E,Block 13) participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Melisa Henriquez Valencia Resilience
James Reddrick Architecture
Samantha La Hee, PE Water and Sewer
James Krzeminski,PE,PTOE Urban Planner Lead
Mag Hanna,PLA,AICP,LEED AP-ND Urban Planner
Mark Suarez,PE Urban Planner
Crystal Odoh,PE Urban Planner
Josiah Berg,PE Structures X
Nicolas Hoyos,PE Utility Coordination X
Dennis Rodriguez, PE Structures Lead X
Heather M Leslie Senior Community Outreach Specialist X
Lynn W.Bernstein Senior Community Outreach Specialist X
Aurora Gonzalez Outreach Support Specialist
Hernando Ramos,PE Principal Geotechnical Engineer X X
David Ramos, PE Geotechnical Engineer X X
Chatuphat Savigamin,PhD,PE Geotechnical Engineer X
Chollada Soonyakanit,EI Staff Engineer X X
Abraham Oliveira, EI Staff Engineer X X
Juan Valencia Staff Engineer X
Eduardo Suarez, PSM Chief Surveyor
John Adler,III,PSM Senior Suroeyor/SUE Specialist
Darryl Hauser,PSM SUE QAQC Manager
Greg Bouie,PSM Project Surveyor
No. TITLE OF EXAMPLE PROJECT(FROM SECTION F) No. TITLE OF EXAMPLE PROJECT(FROM SECTION F)
� SR A1Allndian Creek Drive from 25 Street to 41 Street Recon. 6 SR 836/1-395/1-95 Interchange Improvements
z SR 9071AIton Road from Michigan Avenue to 43rd Street � Allapattah Flood Mitigation Improvements from NW 7 Avenue to
NW 14 Avenue and from NW 23 Street to NW 31 Street
s SR 907(Alton)Reconstruction 43 Street to E.of Allison Road 8 Installation of 48"HDPE Redundant Force Main Bypass Line
4 SR 972/Coral WayISW 3rd Avenue from W.of SW 12 Avenue 9 Emergency Replacement of 48-inch Force Main Crossing Oleta
River NE 163rd Street
5 SR A1Allndian Creek Drive/Collins Ave from 42 St to 44 St �o Design-Build for the Installation of 48-In Water Transmission Main
� -� .- � �
• • � � � � . .. ... . . - • . • �
28.EXAMPLE PROJECTS LISTED IN SECTION F
26. NAMES OF KEY PERSONNEL 27. ROLE IN THIS CONTRACT (Fill in"Example Projects Key"section below before
completing table.Place"X"under project key number for
(From Section E,Block 12) (From Section E,Block 13) participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Telva Morejon,SIT Senior Survey Technician
Daniel Ferrera Senior Survey Technician
Stefan Escanes, PE, PTOE Traffic Studies/Signalization X
Eduardo Monteagudo Traffic Data Collection/Signalization X
Nicolas Yep,EI Traffic Analysisl FAA Drone License X
Sergio Rios,EI Traffic Analyst/Signalization X
No. TITLE OF EXAMPLE PROJECT(FROM SECTION F) No. TITLE OF EXAMPLE PROJECT(FROM SECTION F)
� SR A1Allndian Creek Drive from 25 Street to 41 Street Recon. 6 SR 83611-39511-95 Interchange Improvements
2 SR 907/Alton Road from Michigan Avenue to 43rd Street � Allapattah Flood Mitigation Improvements from NW 7 Avenue
3 SR 907(Alton)Reconstruction 43 Street to E.of Allison Road 8 Installation of 48"HDPE Redundant Force Main Bypass Line
4 SR 972/Coral Way/SW 3rd Avenue from W.of SW 12 Avenue 9 Emergency Replacement of 48-inch Force Main Crossing Oleta
River NE 163rd Street
s SR A1 A/Indian Creek Drive/Collins Ave from 42 St to 44 St �o Design-Build for the Installation of 48-In Water Transmission Main
� •� .- � �
. • • � � .. . . . -
TAB 2.3
QUALIFICATIONS OF PROPOSER TEAM
• SF 330 PART I, SECTION E - RESUMES J
(PROPOSER TEAM)
��-h'` 2-zz
12.NAME 13.ROLE W THIS CONTRACT 14 YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Carlos Ribbeck,PE Project Manager 38 17
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science Civil Engineering,Cleveland State University Professional Engineer�State of Florida,License#50543
Cleveland,OH-1987
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
3D Modeling Roadway FDOT-Nov 2020,HECRAS Training-2013,ICPR 4 Training-2019,ICPR 3 Training-2016,Certified ATTSA Florida
Advanced Traffic Control-2011,GEOPAK for Roadway Designs:Advanced FDOT-2007,GEOPAK for Roadway Designers:Basic FDOT-
2007
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and Sfate) (2)YEAR COMPLETED
SR A1Alindian Creek Drive from 25 Street to 41 Street Reconstruction-Sea Level PROFESSIONAL SERVICE CONSTRUCTION(!(applicable)
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Bne/scope,size,cosf,etc.)ANDSPECIFIC ROLE Check if p�oject perfonned with currentfirm
Project Manager&Drainage EOR responsible for the design and construction of SR A1A Indian Creek Drive,including the design of 72"drainage
main trunk system,a 45,000 GPM pump station and raising the roadway to 3.7 NAVD elevation.Project included the harmonization of over 60
adjacent properties&3 new signalized intersections.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile� Design Fee:$3,800,000.00�Construction Cost:$50,000,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9071AIton Road from Michigan Avenue to 43rd Street-FM 429193-1 (Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Beach,FL 2o2a rv/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Drainage EOR responsible for the reconstruction of roadway along SR 907/Alton Road,including 84"and 96"drainage main trunk systems,
seawall improvements and the design of 2 pump stations,each one with 25,000 GPM capacity with bi-fueled(gas and diesel)emergency
generators in Miami Beach.
Project Length: 1.8 miles�Design Fee:$370,000.00�Anticipated Construction Cost:$70,500,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9071AIton Road from 43rd Street to Allison Road -FM 430444-1,430444-2, PROFESSIONAL SERVICES CONSTRUCTION(1l applicable)
430444-3 Miami Beach,FL On-going N/A
(3)BRIEF DESCRIPTION(Brielscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Drainage EOR responsible for the reconstruction of roadway along SR 907/Alton Road, including 84"8� 96" drainage main trunk systems,
seawall improvements and the design of 3 pump stations, one (430444-1)with 100,000 GPM capacity, and iwo(430444-2,430444-3)with
50,000 GPM capacity,all with bi-fueled(gas&diesel)emergency generators.
Project Length:2.6 miles�Design Fee:$1,450,000.00�Anticipated Construction Cost:$236,070,000.00
(1)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
SR A1A/lndian Creek Drive/Collins Ave from 42 Street to 44 Street 8 along 43 Street PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Flood Mitigation Project-FM 427505-2(Miami Beach,FL) 2oi5 2oi�
(3)BRIEF DESCRIPTION(Briefscope,size,cast,efc.J ANDSPECIFIC ROLE Check if praject performed with current firm
Drainage Engineer of Record in charge of the design of drainage improvements and a 12,000 GPM pump station to upgrade existing substandard
system within a flood-prone segment of Collins Avenue&Indian Creek Drive at 43rd Street in the City of Miami Beach.
Project Length:0.3 miles�Design Fee:$350,000.00�Construction Cost:$3,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Roosevelt BoulevardRruman Avenue/Eisenhower Drive/Jose Marti Drive PROFESSIONAL SCRVICE CONSTRUCTION(lf applicable)
Intersection Flood Miti ation Cit of Ke West,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Lead Drainage Engineer responsible developing drainage feasibility study and concept plans to provide flood mitigation at this intersection.The
improvements included reconstructing and raising the intersection from 0.5'to 1.5',seawall improvements to raise the cap antl drainage
improvements including the construction of a new stormwater pump station system.
Project Length:0.4 miles�Design Fee:$120,000.00�Anticipated Construction Cost:$10,000,000.00
STANDARD FORM 330(REV. 7/2021)
• � � � � � . . - .. ... . . • . -
y� _
>;
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERtENCE
Senior Drainage Engineer 8� a.TOTAL b.WITH CURRENT FIRM
Francis Mitchell,PE,MS,CGC Constructability Reviewer 38 12
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science Civil Engineering,University of Professionaf Engineer�State of Florida,License#44747 General
Miami,Miami,FL—1985;Master of Science Civil Contractor�State of Florida,License#N0701190002
Engineering,University of Miami,Miami,FL-1987
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training.Awards,etc.)
Training: ICPR 4 - 2019, ICPR 3—2016; Publications: Chin, Davis A., and Mitchell, Francis 1986 "A Methodology for the Automatic Design of Sewer
Systems"Proceedings of the Fourth National Conference on Microcomputers in Civil Engineering;Mitchell Francis,and Chin,David A.1987,"A Numerical
Model of Buoyant-Jet Surface Wave Interaction,"Development of a numerical model related to the effect of waves on ocean outfall performance. This
research sponsored by the Engineering Foundation received the 1989 ASCE Collingwood Prize.Technical Memorandum No Cen-87-1; Mitchell Francis,
2001,"Numerical Model for the Hydraulic and Hydrologic Analysis of Underground E�Itration Trenches,"Miami,FL.
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
SR A1Allndian Creek Drive from 25 Street to 41 Street Reconstruction-Sea Level PROFESStONAL SERVICE CONSTRUCTION(!f applrcable)
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Seach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Senior Drainage Engineer responsible for the design and construction of SR A1A Indian Creek Drive,including the design of 72"drainage main
trunk system,a 45,000 GPM pump station and raising the roadway to 3.7 NAVD elevation.Project included the harmonization of over 60 adjacent
properties 8 3 new signalized intersections. This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile�Design Fee:$3,800,000.00�Construction Cost:$50,000,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9071AIton Road from Michigan Avenue to 43rd Street-FM PROFESSIONAL SERVICE CONSTRUCTION(1/applicable)
429193-1 Miami Beach,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bne/scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Senior Drainage Engineer responsible for the reconstruction of roadway along SR 907/Alton Road,including 84"and 96"drainage main trunk
systems,seawall improvements and the design of 2 pump stations,each one with 25,000 GPM capacity with bi-fueled(gas and diesel)emergency
generators in Miami Beach.
Project Length: 1.8 miles�Design Fee:$370,000.00�Anticipated Construction Cost:$70,500,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9071AIton Road from 43rd Street to Allison Road-FM 430444-1,430444-2, PROFESSIONALSERVICE CONSTRUCTION(1(applicable)
430444-3 Miami Beach,FL On-going wa
(3)BRIEF DESCRIPTION(Bnef scope,srze.cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Senior Drainage Engineer responsible for the reconstruction of roadway along SR 9071AIton Road, including 84"&96"drainage main trunk
systems,seawall improvements and the design of 3 pump stations,one(430444-1)with 100,000 GPM capacity,and two(430444-2,430444-
3)with 50,000 GPM capacity,all with bi-fueled(gas&diesel)emergency generators.
Project Length:2.6 miles(Design Fee:$1,45Q,OQ0.00�Anticipated Construction Cost:$236,070,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1Allndian Creek Drivel Collins Ave from 42 Street to 44 Street 8 along 43 PROFESSIONALSERVICE CONSTRUCTION(Ifapplicable)
Sireet Flood Mitigation Project-FM 427505-2(Miami Beach,FL) zo�s zo��
(3)BRIEF DESCRIPTION(B�ielscope,size,cost,etc.)ANDSPECIFIC ROLE CheCk if project performed with currentfirm
Senior Drainage Engineer responsible for the design of drainage improvements and a 12,000 GPM pump station to upgrade existing substandard
system within a flood-prone segment of Collins Avenue&Indian Creek Drive at 43rd Street in the City of Miami Beach.
Project Length:0.3 miles�Design Fee:$350,000.00�Construction Cost:$3,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Roosevelt BoulevardlTruman AvenuelEisenhower DrivelJose Marti Drive PROFESSIONAL SERVICE CONSTRUCTION(lfapplicable)
Intersection Flood Miti ation Cit of Ke West,FL 2o2a wa
(3)BRIEF DESCRIPTION(8nef scope,size,cost,etc.J ANDSPECIFIC ROLE Check if projeci performed with current firm
Senior Drainage Engineer in charge of developing drainage feasibility study and concept plans to provide flood mitigation at
this intersection.The improvements included reconstructing and raising the intersection from 0.5'to 1.5',seawall improvements to raise the cap
and drainage improvements including the construction of a new stormwater pump station system.
Project Len th:0.4 miles�Desi n Fee:$120,000.00�Anticipated Construction Cost:$10,000,000.00
STANDARD FORM 330 (REV. 7/2021)
• • 1 � � � . . .. .. . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Hans Ribbeck,PE,MSEM,IMSA I Senior Roadway Engineer zo 11
15.FIRM NAME AND LOCATION(City and StateJ
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(Sta(e and Discipline)
Bachelor of Science in Civil Engineering,Florida International University, Professional Engineer�State of Florida,License#70964
Miami,FL-2004
Master of Science in Engineering Management,Florida International
University,Miami,FL-2011
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Specifications Package Training, FDOT,2024,2018 and 2013,Certified ATTSA Florida Advanced Traffic Control—2023,2018,2014 and 2011,
GEOPAK for Roadway Designs:Advanced FDOT-2007,GEOPAK for Roadway Designers:Basic FDOT-2007,Certified IMSA Traffic Signal
Inspector,3D Modeling Roadway FDOT-3 Day Training—Nov 2020
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1Allndian Creek Drive from 25 Street to 41 Street Reconstruction-Sea Level PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,Fl 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Roadway Engineer and Signalization EOR responsible for the roadway,signing and pavement markings and signalization design of Indian Creek
Drive,including the design of 72"drainage main trunk system,a 45,000 GPM pump station and raising the roadway to 3.7 NAVD elevation.Project
included the harmonization of over 60 adjacent properties.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile� Design Fee:$3,800,000.00�Construction Cost: $50,000,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
GMX 83611 —SR 836 Interchange Improvements from NW 17th Avenue to PROFESSIONAL SERVICES CONSTRUCTION(If applicab/e)
Midtown Interchan e—FM 423126-1 Miami,FL 2oi9 On-going
(3)BRIEF DESCRIPTION(Brielscope.size,cosf,efc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Senior Roadway Engineer assisting in the coordination and plans review for the GMX portion of the SR 836/1-39511-95 interchange Improvement
Project.Duties included the preparation of Design Exceptions&Variations,Typical Section Package,RFP Package,support in geometric design,
and coordination for Right-of-Way acquisition.
Project Length:3 miles� Design Fee:$1,100,000.00�Construction Cost:$186,500,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1AICollins Avenue from 4700 Block to South of Indian Creek Drive-FM PROFESSIONAL SERVICE CONSTRUCTION(If applicableJ
449946-1 Miami Beach,FL On-going N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Manager and Roadway and Signing&Pavement Markings Engineer of Record responsible for the design of the roadway improvements
along 1.3 miles of SR A1A.The project scope includes upgrades to ADA curb ramps,pedestrian signal features and vehicular detection,as well
as new signing and pavement markings.
Project Length: 1.3 miles�Design Fee:$780,000.00�Anticipated Construction Cost:$3,000,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 972/Coral Way/SW 3 Avenue from W.of SW 12 Avenue to E.of Brickell Avenue— PROFEssioNn�sERvicE CONSTRUCTION(If applicable)
FM 445998-1 Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Manager and Roadway and Signing 8�Pavement Markings Engineer of Record responsible for the design of the roadway improvements
along 1.8 miles of Coral Way.The project scope included adding buffered bike lanes,green pavement markings and an urban path to connect
bike lanes between the SW 15 Rd.roundabout and the M-Path.Scope also includes widening,upgrades to ADA features,drainage,signalization,
signing&pavement markings and lighting retrofits.
Project Length: 1.8 Miles�Design Fee:$1,100,000.00�Anticipated Construction Cost:$10,600,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 907/Alton Road from 43rd Street to Allison Road-FM 430444-1,430444-2,430444- PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicable)
3 Miami Beach,FL On-going N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cosG etc.)ANDSPECIFIC ROLE Check if project performed with current firm
signalization Engineer of Record responsible for the design of 7 new signalized intersections due to the roadway reconstruction along SR
907/Alton Road.The scope also includes 84"&96"drainage main trunk systems,seawall improvements and the design of 3 pump stations.
Project Length:2.6 miles�Design Fee:$1,450,000.00�Anticipated Construction Cost:$236,070,000.00
STANDARD FORM 330 (REV. 7/2021)
• • • • � � � . ... . . • . •
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
Deputy Project Manager 8� a.TOTAL b.WITH CURRENT FIRM
Maher Maaliki,PE Senior Roadway Engineer 23 6
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and SpecializationJ 17.CURRENT PROFESSIONAL REGISTRATION(State and DisciplineJ
Bachelor of Science Civil Engineering, University of Miami,Miami,FL-2001 Professional Engineer�State of Florida,License#66597
Bachelor of Science Architectural Engineering,University of Miami,Miami,
FL-2001
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Specifications Package Training, FDOT,2023,2017 and 2013,Certified ATTSA Florida Advanced Traffic Control—2022,2018,2014 and 2011,3D
Modeling Roadway FDOT-3 Day Training—Nov 2020
L
(t)TITLE AND LOCATION(Cityand State) (2)YEAR COMPLETED
SR A1Allndian Creek Drive from 25 Street to 41 Street Reconstruction-Sea Level PROFESSIONAL SERVICES CONSTRUCTION(Happlicable)
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPEGFIC ROLE Check if project perfortned with current firm
Lead Senior Roadway Engineer responsible for the design of the roadway,harmonization,maintenance of traffic and signing 8�pavement markings
along a mile of SR A1Allndian Creek Drive.The scope included the design of 72"drainage main trunk system,a 45,000 GPM pump station and
raising the roadway to 3.7 NAVD elevation. Project included the harmonization of over 60 adjacent properties,new lighting system,signing and
pavement markings,and 3 new signalized intersections.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile� Design Fee:$3,800,000.00�Construction Cost:$50,000,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
GMX 83611—SR 836 Interchange Improvements from NW 17TH Avenue to Midtown PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Interchange—FM 423126-1 (Miami,FL) 2o�s on-going
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfortned with currentfirm
Senior Roadway Engineer assisting in the coordination and plans review for the GMX portion of the SR 836/I-395/I-95 interchange Improvement
Project.Duties included the preparation of Design Exceptions&Variations,Typical Section Package,RFP Package,support in geometric design,and
coordination for Right-of-Way acquisition.
Project Length:3 miles� Design Fee:$1,100,000.00�Construction Cost:$186,500,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 5951ALT US 191Pinellas Avenue from Curlew Place to County Club Court-FM PROFESSIONALSERVICES CONSTRUCTION(I(applicab/e)
437710-1 Pinellas Coun ,FL 2o2s On-going
(3)BRIEF DESCRIPTION(Bnelscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Project Manager and Engineer of Record responsible for the widening of 0.25 miles roadway along SR 595 I Alt US 19.Scope includes widening
to provide left turn lanes,replacing shoulders with curb and gutter,cross slope correction,relocating sidewalks,and a new drainage system.
Project Length: 0.25 mile�Design Fee:$500,000.00�Construction Cost:$2,300,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 6881Walsingham Road from SR 6991Gu1f Blvd.to East of Indian Rocks PROFESSIONAL SERVICES CONSTRUCTION(lf applicable)
Road/0akhurst Road—FM 441654-1 Pinellas Coun ,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bne(scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perforrned with current firm
Project Manager and Roadway Engineer of Record responsible for 1.2 miles of roadway rehabilitation along SR 688.Scope includes milling and
resurfacing,cross slope correction,widening to provide turn lane offsets,curb return radius reduction to slow down traffic,lighting analysis and
upgrade,signalization,miscellaneous structures and signing and pavement markings.
Project Length: 1.2 miles�Design Fee:$1,150,000.00�Anticipated Construction Cost:$5,700,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9721Coral WayISW 3 Avenue from W.of SW 12 Avenue to E.of Brickell Avenue— PROFEssioNn,�sERvicEs CONSTRUCTION(If applicable)
FM 445998-1 Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.J ANDSPECIFIC ROLE Check if project performed with current firm
Senior Roadway Engineer responsible for the design of the roadway improvements along 1.8 miles of Coral Way.The project scope included
adding buffered bike lanes,green pavement markings and an urban path to connect bike lanes between the SW 15 Rd.roundabout and the M-
Path.Scope also includes widening,upgrades to ADA features,drainage,signalization,signing 8 pavement markings and lighting retrofits.
Project Length: 1.8 Miles� Design Fee:$1,100,000.00�Anticipated Construction Cost:$10,600,000.00
STANDARD FORM 330 (REV. 7/2021)
• � • � � � . . .. ... . .
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Johanna Ribbeck,PE Senior Roadway Engineer is 9
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science Civil Engineering, Professional Engineer�State of Florida,License#78199
Florida International University,Miami,FL-2006
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Specifications Package Training,FDOT,2022 and 2016,GEOPAK for Roadway Designs:Advanced FDOT-2008,GEOPAK for Roadway Designers:
Basic FDOT-2007,3D Modeling Roadway FDOT-3 Day Training—Nov 2020
19.RELEVANT PROJECTS
(�)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
SR A1A/lndian Creek Drive from 25 Street to 41 Street Reconstruction-Sea PROFESSIONAL SERVICES CONSTRUCTION(1(applicableJ
Level Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,FL 2017 Interim/2019 Final 2018 Interim!2022 Final
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirtn
Senior Roadway Engineer assisting on the design of maintenance of tra�c and signing&pavement markings along a mile of SR A1A/lndian Creek
Drive.The scope included the design of 72"drainage main trunk system,a 45,000 GPM pump station and raising the roadway to 3.7 NAVD
elevation.Project included the harmoni2ation of over 60 adjacent properties,new lighting system,signing and pavement markings,as well as 3 new
signalized intersections.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile�Design Fee:$3,800,000.00�Construction Cost:$50,000,000.00
(1)TITLE AND LOCATION(City and S[ate) (2)YEAR COMPLETED
GMX 83611—SR 836 Interchange Improvements from NW 17TH Avenue to Midtown PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Interchange—FM 423126-1 (Miami,FL) 2ois N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Deputy Project Manager responsible for the coordination and plans review for the GMX portion of the SR 83611-395/1-95 interchange Improvement
Project.Duties included the preparation of Design Exceptions 8 Variations,Typical Section Package,RFP Package,support in geometric design,
and coordination for Right-of-Way acquisition.
Project Length:3 miles� Design Fee:$1,100,000.00�Construction Cost:$186,500,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
GMX 83618-Widening of SW 137th Avenue from SW 8th Street to SW 26th Street PROFESSIONAL SERVICE CONSTRUCTION(1/applicable)
Miami,FL 2oza N/A
(3)BRIEF DESCRIPTION(Bne/scope,size,cost,elc.)ANDSPECIFIC ROLE Check if project performed with current firm
Roadway Senior Engineer and Signing 8 Pavement Markings Engineer of Record assisting with the roadway design and responsible for the
signing and pavement markings component for 1.3 miles of SW 137�^Avenue reconstruction.The project scope includes widening to provide
additional northbound and southbound through lanes to improve traffic capacity along the corridor.Atltlitional scope includes a new drainage
system,upgrade to ADA features, new signalization system at 3 intersections,new signing&pavement markings and relocation of 350 trees.
Pro'ect Len th: 1.3 miles Desi n Fee:$980,000.00 Antici ated Construction Cost:$9,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1AICollins Avenue from 4700 Block to South of Indian Creek Drive-FM PROFESSIONAL SERVICES CONSTRUCTION(If applicableJ
449946-1 Miami Beach,FL On-going NiA
(3)BRIEF DESCRIPTION(Bnefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Roadway Senior Engineer and Signing 8�Pavement Markings Engineer of Record assisting with the roadway design and responsible for the
signing and pavement markings component for 1.3 miles of SR A1A.The project scope includes upgrades to ADA curb ramps,pedestrian signal
features and vehicular detection,as well as new signing and pavement markings.
Project Length: 1.3 miles�Design Fee:$780,000.00�Anticipated Construction Cost:$3,000,000.00
(1)TITLE AND LOCATION(Ciryand State) (2)YEAR COMPLETED
SR 972�Ci0�8�WBY�.Sw 3 AV@�U@ f�ORI W.Of.SW�2 AV@IlU@�0 E.Of BfICk2��AV@IIUC— PROFESSIONAL SERVICES CONSTRUCTION(l1 applicable)
FM 445998-1 Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bne/scope,size,cost,etc.)ANDSPECIRC ROLE Check if project performed with current firm
Roadway Senior Engineer and Signing&Pavement Markings Engineer of Record assisting in the design for the roadway improvements along 1.8
miles of Coral Way.The project scope included adding buffered bike lanes,green pavement markings and an urban path to connect bike lanes
between the SW 15 Rd.roundabout and the M-Path.Scope also includes widening,upgrades to ADA,drainage,signalization and lighting retrofits.
Project Length: 1.8 miles�Design Fee:$1,100,000.00�Construction Cost:$8,800,000.00
STANDARD FORM 330(REV.7/2021)
• • • � � . . - .. ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Josef Ricardo,PE Roadway Engineer 8 $
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(Stafe and Discipline)
Bachelor of Science Civil Engineering, Professional Engineer�State of Florida,License#94699
Florida International University,Miami,FL-2017 Bachelor of Music,Jau Performance,
Florida International Universit ,Miami,FL-2013
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Roadway Geometric Design,Signing and Pavement Marking,Signalization and Plans Production,3D Modeling and ORD.
19.RELEVANT PR JECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1Allndian Creek Drive from 25 Street to 41 Street Reconstruction•Sea Level PROFESSIONAL SERVICES CONSTRUCTION(1/applicable)
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Briel scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current f rm
Engineering Intern assisting on the design and plans production of maintenance of traffic,roadway and signing&pavement markings along a mile of
SR A1A/lndian Creek Drive.The scope included the design of 72"drainage main trunk system,a 45,000 GPM pump station and raising the roadway
to 3.7 NAVD elevation. Project included the harmonization of over 60 adjacent properties,new lighting system,signing and pavement markings,as
well as 3 new signalized intersections.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile� Design Fee:$3,800,000.00�Construction Cost:$50,000,000.00
(1)TITLE AND LOCATION(City and Stafe) (2)YEAR COMPLETED
SR 9341NW 74 Street from W 4 Avenue to E 4 Avenue—FM 443909-1 (Miami,FL) PROFESSIONAL SERVICES CONSTRUCTION(lf applicable)
2024 On-going
(3)BRIEF DESCRIPTION(Bne�scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting with the roadway improvements along SR 9341NW 74 StreeUE 21 Street within the City of Hialeah.The improvements
include the milling and resurfacing and widening of 1.1 miles of roadway,new signing and pavement markings,upgrades to ADA features,
drainage,signal and lighting retroft at five(5)intersections;including the implementation of Flashing Yellow Arrows(FYA)at Palm Avenue.
Project Length: 1.1 mile� Design Fee:$650,000.00�Construction Cost:$5,800,000.00
(1)TITLE AND LOCATION(City and Sfate) (2)YEAR COMPLETED
GMX 83618-Widening of SW 137th Avenue from SW 8th Street to SW 26th Street PROFESSIONAL SERVICES CONSTRUCTION(lf applicableJ
Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Briefscope.size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting with the roadway,traffic control plans and signing and pavement markings design and plans production for 1.3 miles of
SW 137th Avenue reconstruction.The project scope includes widening to provide additional northbound and southbound through lanes to improve
traffic capacity along the corridor.Additional scope includes a new drainage system,upgrade to ADA features,new signalization system at 3
intersections,new signing&pavement markings and relocation of 350 trees.
Project Length: 1.3 miles�Design Fee:$980,000.00�Anticipated Construction Cost:$9,800,000.00
(1)TITLE AND LOCATION(City and Stafe) (2)YEAR COMPLETED
SR 9721Coral Way1SW 3 Avenue from W.of SW 12 Avenue to E.of Brickell Avenue PROFESSIONALSERVICES CONSTRUCTION(1/applicable)
—FM 445998-1 Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting in the design and plans production for the roadway improvements along 1.8 miles of Coral Way.The project scope
included adding buffered bike lanes,green pavement markings and an urban path to connect bike lanes between the SW 15 Rd.roundabout and
the M-Path.Scope also includes widening,upgrades to ADA,drainage,signalization and lighting retrofits.
Pro'ect Len th: 1.8 Miles Desi n Fee:$1,100,000.00 Construction Cost:$8,800,000.00
(1)TITLE AND LOCATION(City and Sfate) (2)YEAR COMPLETED
SR 9251NW 3 Court&NW 3 Avenue from NW 1 Street to NW 8 Street Connecting PROFESSIONAL SERVICES CONSTRUCTION(I/applicable)
Ram s to I-95—FM 429300-4 Miami,FL 20�� 2020
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Engineering Intern responsible for the design and contract document detailing for the RRR improvements of 1.3 miles of roadway,including
incidental drainage,partial roadway reconstruction,SPM&12 signalized intersections.Scope included extensive coordination with City of
Miami,PLEMO and SHPO due to historic sites.
Project Length: 1.3 Miles�Design Fee:$950,000.00�Construction Cost:$6,000,000.00
STANDARD FORM 330(REV. 7/2021)
• • � � � . . - - .. ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Georgio Tachiev,PhD,PE Senior Drainage Engineer 32 a
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science in Civil Engineering,1988,University of Architecture,Civil Professional Engineer,State of Florida,License No.67520—0112008
Engineering and Geodesy,Sofia,Bulgaria. Project Management Certificate,FIU Princeton Remediation Course,
Master of Science in Chemical Engineering, 1997 and Doctor of Philosophy Princeton Groundwater,Inc.
(PhD) in Water Resources and Environmental 1998, Vanderbilt University,
Nashville,TN
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Training: ICPR 4- 2019, ICPR 3—2016; Organizations: Florida Engineering Society(FES); Publications: Modeling the impact of restoration effoRs on
phosphorus loading and transport through Everglades National Park, FL, USA Stephanie A. Longa, Georgio I.Tachiev, Robert Fennema,Amy M. Cook,
Michael C.Sukop,Fernando Miralles-Wilhelm,Science of the Total Environment,520(2015),81-95.
(1)TITLE AND LOCATION(City and Sta[e) (2)YEAR COMPLETED
Districtwide Drainage Design 8 Plans Review Contract—FM 411433-2(Miami, FL) PROFESSIONAL SERVICE CONSTRUCTION(If applicableJ
On-going N/A
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Senior Drainage Engineer providing plans review,drainage feasibility studies,design support and emergency pushbutton Task Work Orders
(TWOs)to address drainage complaints in Miami-Dade and Monroe Counties.
Project Length:Varies per TWO�Design Fee:$1,500,000.00(all combined TWOs)�Construction Cost:Varies per TWO
(1)TITLE AND LOCATION(City and Sfate) (2)YEAR COMPLETED
SR 9336fSW 392 StreeUingraham Highway from Everglades National Park to PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
SW 192 Avenue—FM 445987-1 Miami,FL 2022 On-going
(3)BRIEF DESCRIPTION(Bne(scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Senior Drainage Engineer assisting with the drainage for 5.1 miles of roadway rehabilitation along the high-speed rural facility of SR 9336. Scope
includes milling and resurfacing, 10-ft shoulder widening, cross slope and superelevation correction through overbuild, new drainage system
composed of 48 retention swales and French drain systems.
Project Length:5.1 miles�Design Fee:$1,300,000.00�Construction Cost:$11,200,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 823/NW 57 AvenuelRed Road Reconstruction from SR 251US 271 Okeechobee PROFESSIONALSERVICES CONSTRUCTION(lfapplicable)
Road to SR 8261Palmetto Ex resswa Red Road Canal,FL 20�� 20�9
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.J ANDSPECIFIC ROLE Check if project performed with current firtn
Senior Drainage Engineer responsible for the pre and post-development hydrologic and hydraulic modeling of Red Road Canal modifications.
Scope included 4-miles of canal dredge and fill activities,canal sheet pile construction,bridge widening and replacement as well as culvert
extension and replacement.The analysis was conducted in XPSWMM.
Project Length:5 miles� Design Fee:$200,000.00�Construction Cost:$3,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1A/Collins Avenue Bridge Over Haulover Cut—Seawall Replacement Scour PROFESSIONALSERVICE CONSTRUCTION(I/applicable)
Anal sis and Tidal H draulics 8�Scour Anal sis Miami,FL 2o�s 20�9
(3)BRIEF DESCRIPTION(Bne/scope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project perfortned with current firm
Senior Drainage Engineer responsible for the development of a two-dimensional hydraulics model for determining scour depth for seawall design.
The analysis was conducted utilizing Mike-She/Mike 2D modeling software.
Project Length:0.3 mile(Design Fee:$150,000.00�Construction Cost: $2,800,000.00
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
SR 510verseas Highway Seven Mile Bridge—Fender Relocation Scour Analysis PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami,FL 2ois 2020
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Senior Drainage Engineer responsible for the development of a two-dimensional hydraulics model for determining scour depth for bridge fender
relocation design.The analysis was conducted using Mike-She/Mike 2D modeling software.
Project Length:0.2 miles�Design Fee:$150,000.00�Construction Cost:$2,600,000.00
STANDARD FORM 330(REV.7/2021)
• • � � � . . - .. ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Javier Veliz,EI Drainage Engineer 14 i i
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science in Civil and Environmental Engineering, Florida Florida Board of Professional Engineers,EIT Certification
International University,Miami,Florida 2007 No. 1100015112
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
ICPR 4 Training-2019,ICPR 3 Training-2016
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1A/lndian Creek Drive from 25 Street to 41 Street Reconstruction-Sea Level PROFESSIONAL SERVICES CONSTRUCTION(lf applicableJ
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Brie/scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Drainage Engineer assisting on the design and plans production of SR A1A/Indian Creek Drive,including the design of 72"drainage main trunk
system,a 45,000 GPM pump station and raising the roadway to 3.7 NAVD elevation. Project included the harmonization of over 60 adjacent
properties&3 new signalized intersections.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile�Design Fee:$3,800,000.00�Construction Cost:$50,000,000.00
(1)TITLE AND LOCATION(City and State) (2)VEAR COMPLETED
SR 9071AIton Road from Michigan Avenue to 43rd Street-FM 429193-1 PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami Beach,FL 2oza N!A
(3)BRIEF DESCRIPTION(Brielscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Drainage Engineer assisting on the design and plans production for the reconstruction of roadway along SR 907/Alton Road,including 84"and 96"
drainage main trunk systems,seawall improvements and the design of 2 pump stations,each one with 25,000 GPM capacity with bi-fueled(gas
and diesel)emergency generators in Miami Beach.
Project Length: 1.8 miles�Design Fee:$370,000.00�Anticipated Construction Cost:$70,500,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 907/Alton Road from 43rd Street to Allison Road -FM 430444-1,430444-2, PROFESSIONAL SERVICES CONSTRUCTION(If applicableJ
430444-3 Miami Beach,FL On-going N/A
(3)BRIEF DESCRIPTION(Brielscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Drainage Engineer assisting on the design and plans production for the reconstruction of roadway along SR 907/Alton Road, including 84"8
96"drainage main trunk systems,seawall improvements antl the design of 3 pump stations,one(430444-1)with 100,000 GPM capacity,and
two(430444-2,430444-3)with 50,000 GPM capacity,all with bi-fueled(gas&diesel)emergency generators.
Project Length:2.6 miles�Design Fee:$1,450,000.00�Anticipated Construction Cost:$236,070,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Districtwide Drainage Design&Plans Review Contract—FM 411433-2(Miami,FL) PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
On-going N/A
(3)BRIEF DESCRIPTION(Brie/scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Senior Drainage Engineer providing plans review,drainage feasibility studies,design support and emergency pushbutton Task Work Orders
(TWOs)to address drainage complaints in Miami-Dade and Monroe Counties.
Project Length:Varies per TWO�Design Fee:$1,500,000.00(all combined TWOs)�Construction Cost:Varies per TWO
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1 A/lndian Creek Drivel Collins Ave from 42 Street to 44 Street 8 along 43 Street PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Flood Miti ation Pro'ect-FM 427505-2 Miami Beach,FL 20�5 2oi�
(3)BRIEF DESCRIPTION(Brie(scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Drainage Engineer assisting with the design and plans production of drainage improvements and a 12,000 GPM pump station to upgrade existing
substandard system within a flood-prone segment of Collins Avenue&Indian Creek Drive at 43rd Street in the City of Miami Beach.
Project Length:0.3 miles�Design Fee:$350,000.00�Construction Cost:$3,800,000.00
STANDARD FORM 330(REV. 7/2021)
• • • • � . .. ... • . - 1
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.Wl7H CURRENT FIRM
Luciana Casalino,EI Roadway Engineer � 4
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
--- — - .— _ _
_ — ..__ -- - _ —_ _ ___
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science in Civil Florida International University,Miami, Florida Board of Professional Engineers,EIT Certification No.:
Florida 2017 1100021089
18.OTHER PftOFESSIONAL QUALIFICATIONS(Pu6lications,Orgarn'zations, Training,Awards,etc.)
3D Modeling Roadway FDOT 3 Day Training-Nov 2020
J
(1)TITLE AND LOCATION(Crty and State)
(2)YEAR COMPLETED
SR 510verseas Highway from MM 32.98 to MM 36.57-FM 443895-1 (Monroe County, PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
FL 2022 2023
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Project Engineer assisting with the design and plans production of 3.6 miles of roadway rehabilitation along this high-speed rural facility.Scope
includes milling and resurfacing,shoulder restoration,cross slope correction,Florida Keys Overseas Heritage Traii restoration,upgrading guardrail,
bridge railing and signing and pavement markings.
Pro'ect Len th:3.6 miles Desi n Fee:$650,000.00 Construction Cost;$5,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 934/NW 74 Street from W 4 Avenue to E 4 Avenue-FM 443909-1 (Miami,FL) PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
2024 On-going
(3}BRIEF DESCRIPTION(Briefscope,size,cost,etc.J ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting with the roadway improvements along SR 934/NW 74 StreeUE 21 Street within the City of Hialeah.The improvements
include the milling and resurfacing and widening of 1.1 miles of roadway,new signing and pavement markings,upgrades to ADA features,
tlrainage,signal and lighting retrofit at flve(5)intersections;including the implementation of Flashing Yellow Arrows(FYA)at Palm Avenue.
Project Length: 1.1 mile�Design Fee:$650,000.00�Construction Cost:$5,800,000.00
(1)TITLE AND LOCATION(City and State)
(2)YEAR COMPLETED
GMX 83618-Widening of SW 137th Avenue from SW 8th Street to SW 26th Street PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Miami,FL 2o2a N/A
(3)BRIE�DESCRIPTION(Briefscope,sr'ze,cosr,etc.)ANDSPECIFtC ROLE Check if project perfarmed with current firrrl
Project Engineer assisting with the roadway,traffic control plans and signing and pavement markings design and plans production for 1.3
miles of SW 137th Avenue reconstruction.The project scope includes widening to provide additional northbound and southbound through
lanes to improve traffic capacity along the corridor.Atlditional scope includes a new drainage system,upgratle to ADA features,new
signalization system at 3 intersections,new signing&pavement markings and relocation of 350 trees.
Pro'ect Len th: 1.3 miles Desi n Fee:$980,000.00 Antici ated Construction Cost:$9,800,000.00
(1)TITLE AND LOCATION(Cily and State) {2)YEAR COMPLETED
SR 972/Coral WayISW 3 Avenue from W.of SW 12 Avenue to E.of Brickell Avenue PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
-FM 445998-1 Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Brielscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Designer assisting in the design and plans production for the roadway improvements along 1.8 miles of Coral Way.The project scope included
adtling buffered bike lanes,green pavement markings and an urban path to connect bike lanes between the SW 15 Rd.roundabout and the M-
Path.Scope also includes widening,upgrades to ADA,drainage,signalization and lighting retrofits.
Project Length: 1.8 Miles�Design Fee:$1,100,000.00�Construction Cost:$8,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 90ISW 8 Street from SW 74 Court to SW 57 Avenue-FM 443919-1 (Miami,FL) PROFESSIONAL SERVICES CONSTRUCTION(!f applicableJ
2022 2024
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting in the roadway design and contract document detailing the roadway improvements of 1.7 miles Calle Ocho,a State
Historic Highway(SHH)facility within the cities of Miami and West Miami.The scope included upgrades to the drainage system,ADA features,
signing and pavement markings,lighting retrofits,7 signalized intersection and 4 new signalized mid-block crossings trigger by a City and County
resolutions due to recent pedestrian faciNties.
Pro'ect Len th: 1.7 miles Desi n Fee:$1,080,000.00 Construction Cost:$10,000,000.00
STANDARD FORM 330 (REV. 7/2021)
• • • ' ' � • - ... � . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Doribel 0►tiz,EI Roadway Engineer 3 3
15.FIRM NAME AND LOCATION(City and Sfate)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discip/ine)
Bachelor of Science in Civil Florida International University,Miami, Florida Board of Professional Engineers,EIT Certification
Florida 2022 No.:1100026441
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
1 .REL VAN JE
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 6881Walsingham Road from SR 699/Gulf Blvd.to East of Indian Rocks PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
RoadlOakhurst Road—FM 441654-1 Coun ,FL 202a N/A
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current f rm
Project Engineer assisting with the 1.2 miles of roadway rehabilitation along SR 688.Scope includes milling and resurfacing,cross slope
correction,widening to provide turn lane offsets,curb return radius reduction to slow down traffic,lighting analysis and upgrade,signalization,
miscellaneous structures and signing and pavement markings.
Project Length: 1.2 miles�Design Fee:$1,150,000.00�Anticipated Construction Cost:$5,700,000.00
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
SR 5951ALT US 191Pinellas Avenue from Curlew Place to County Club Court-FM PROFESSIONAL SERVICES CONSTRUCTION(IfapplicableJ
437710-1 Pinellas Coun ,FL 2023 on-going
(3)BRIEF DESCRIPTION(Briel scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting with the widening of 0.25 miles roadway along SR 595/Alt US 19.Scope includes widening to provide left turn lanes,
replacing shoulders with curb and gutter,cross slope correction,relocating sidewalks,and a new drainage system.
Project Length:0.25 mile�Design Fee:$500,000.00�Construction Cost:$2,300,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
GMX 83618-Widening of SW 137th Avenue from SW 8th Street to SW 26th Street PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firrn
Pro�ect Engineer assisting with the roadway design for 1.3 miles of SW 137�"Avenue reconstruction.The scope includes widening to provide
additional northbound and southbound through lanes to improve traffic capacity along the corridor.Additional scope includes a new drainage
system,upgrade to ADA features,new signalization system at 3 intersections,new signing&pavement markings and relocation of 350 trees.
Project Length: 1.3 miles�Design Fee:$980,000.00�Anticipated Construction Cost:$9,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1 AlCollins Avenue from 4700 Block to South of Indian Creek Drive-FM PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
449946-1 Miami Beach, FL On-going N/A
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
P�o�eot Engineer assisting with the roadway and signing and pavement markings design and plans productions for 1.3 miles of SR A1A/Collins
Avenue.The project scope includes upgrades to ADA curb ramps,pedestrian signal features and vehicular detection,as well as new signing and
pavement markings.
Project Length: 1.3 miles�Design Fee:$780,000.00�Anticipated Construction Cost:$3,000,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 901SW 8 Street from SW 74 Court to SW 57 Avenue—FM 443919-1 (Miami,FL) PROFESSIONALSERVICE CONSTRUCTION(I(applicable)
2022 zo2a
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfartned with current firm
Project Engineer assisting in the roadway design and contract document detailing the roadway improvements of 1.7 miles Calle Ocho,a State
Historic Highway(SHH)facility within the cities of Miami and West Miami.The scope included upgrades to the drainage system,ADA features,
signing and pavement markings,lighting retrofits,7 signalized intersection and 4 new signalized mid-block crossings trigger by a City and County
resolutions due to recent pedestrian facilities.
Project Length: 1.7 miles�Design Fee:$1,080,000.00�Construction Cost:$10,000,000.00
STANDARD FORM 330(REV.7/2021)
• • • � � . . .. ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Elmer Rodriguez Project Engineer g g
15.FIRM NAME AND LOCATION(City and Stafe)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science in Civil Florida International University,
Miami,Florida 2014,
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards,etc.)
3D Modeling Roadway FDOT 3 Day Training—Nov 2020,Certified ATTSA Florida Advanced Tra�c Control—2022,2018.
19. ELEVANT PR JE T
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1Allndian Creek Drive from 25 Street to 41 Street Reconstruction-Sea Level PROFESSIONAL SERVICE CONSTRUCTION(If applicableJ
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfrm
Project Engineer assisting on the design and plans production of maintenance of traffic,roadway and signing 8�pavement markings along a mile of
SR A1Allndian Creek Drive.The scope included the design of 72"drainage main trunk system,a 45,000 GPM pump station and raising the roadway
to 3.7 NAVD elevation. Project included the harmonization of over 60 adjacent properties,new lighting system,signing and pavement markings,as
well as 3 new signalized intersections.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile� Design Fee:$3,800,000.00�Construction Cost:$50,000,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9341NW 74 Street from W 4 Ave.to E 4 Ave.—FM 443909-1 (Miami,FL) PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
2024 On-going
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting with the roadway improvements along SR 934/NW 74 StreeUE 21 Street within the City of Hialeah.The improvements
include the milling and resurfacing and widening of 1.1 miles of roadway,new signing and pavement markings,upgrades to ADA features,
drainage,signal and lighting retroft at five(5)intersections;including the implementation of Flashing Yellow Arrows(FYA)at Palm Avenue.
Project Length: 1.1 mile� Design Fee:$650,000.00�Construction Cost:$5,800,000.00
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
GMX 83618-Widening of SW 137th Avenue from SW 8th Street to SW 26th Street PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfortned with current firm
Project Engineer assisting with the roadway,traffic control plans and signing and pavement markings design and plans production for 1.3
miles of SW 137th Avenue reconstruction.The project scope includes widening to provide additional northbound and southbound through
lanes to improve traffic capacity along the corridor.Additional scope includes a new drainage system,upgrade to ADA features,new
signalization system at 3 intersections,new signing&pavement markings and relocation of 350 trees.
Project Length: 1.3 miles�Design Fee: $980,000.00�Anticipated Construction Cost: $9,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9721Coral Way/SW 3 Avenue from W.of SW 12 Avenue to E.of Brickell Avenue PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
—FM 445998-1 Miami,FL 2o2a rvia,
(3)BRIEF DESCRIPTION(Briefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
P�o�ect Engineer assisting in the design and plans production for the roadway improvements along 1.8 miles of Coral Way.The project scope
included adding buffered bike lanes,green pavement markings and an urban path to connect bike lanes between the SW 15 Rd.roundabout and
the M-Path.Scope also includes widening,upgrades to ADA,drainage,signalization and lighting retrofits.
Project Length: 1.8 Miles�Design Fee:$1,100,000.00�Construction Cost:$8,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 901SW 8 Street from SW 74 Court to SW 57 Avenue—FM 443919-1 (Miami,FL) PROFESSIONALSERVICE CONSTRUCTION(I(applicable)
zozz 2o2a
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting in the roadway design and contract document detailing the roadway improvements of 1.7 miles Calle Ocho,a State
Historic Highway(SHH)facility within the cities of Miami and West Miami.The scope included upgrades to the drainage system,ADA features,
signing and pavement markings,lighting retrofits,7 signalized intersection and 4 new signalized mid-block crossings trigger by a City and County
resolutions due to recent pedestrian facilities.
Project Length: 1.7 miles�Design Fee:$1,080,000.00�Construction Cost:$10,000,000.00
STANDARD FORM 330(REV. 7/2021)
• • • � � � .. ... . . . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Luis Rodriguez Project Engineer i3 �
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science in Civil Florida International University,Miami, Florida Certified ATTSA Florida Advanced Traffic Control
2012 Certified IMSA I Tra�c Signal Inspector
18.OTHER PROFESSIONAL�UALIFICATIONS(Publica[ions,Organizations, Training,Awards,etc.)
3D Modeling Roadway FDOT 3 Day Training—Nov 2020,Certified ATTSA Florida Advanced Traffic Control—2022,2018.
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1 Allndian Creek Drive from 25 Street to 41 Street Reconstruction-Sea Level PROFESSIONAL SERVICE CONSTRUCTION(1/applicable)
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Bnel scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting on the design and plans production of roadway,signing&pavement markings and signalization along a mile of SR
A1A/lndian Creek Drive.The scope included the design of 72"drainage main trunk system,a 45,000 GPM pump station and raising the roadway to
3.7 NAVD elevation. Project included the harmonization of over 60 adjacent properties,new lighting system,signing and pavement markings,as
well as 3 new signalized intersections.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile� Design Fee:$3,800,000.00�Construction Cost:$50,000,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
GMX 83618-Widening of SW 137th Avenue from SW 8th Street to SW 26th Street PROFESSIONALSERVICE CONSTRUCTION(I/applicable)
Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bne/scope,size,cost,etc.J ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting with the roadway,traffic control plans and signing and pavement markings design and plans production for 1.3
miles of SW 137th Avenue reconstruction.The project scope includes widening to provide additional northbound and southbound through
lanes to improve traffic capacity along the corridor.Additional scope includes a new drainage system,upgrade to ADA features,new
signalization system at 3 intersections,new signing 8�pavement markings and relocation of 350 trees.
Project Length: 1.3 miles�Design Fee:$980,000.00�Anticipated Construction Cost:$9,800,000.00
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
${�972�C0�8�WBy�$W 3/�V@f1U@ ffOffl W.Of$W�2/�VQf1U@ t0 E.Of B�ICk@��AV@IlU@— PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
FM 445998-1 Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bnel scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfortned with current firm
Project Engineer assisting in the design and plans production for the roadway improvements along 1.8 miles of Coral Way.The project scope
included adding buffered bike lanes,green pavement markings and an urban path to connect bike lanes between the SW 15 Rd. roundabout and
the M-Path.Scope also includes widening,upgrades to ADA,drainage,signalization and lighting retrofits.
Project Le�gth: 1.8 Miles�Design Fee:$1,100,000.00�Construction Cost:$8,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPIETED
SR 934/NW 74 Street from W 4 Avenue to E 4 Avenue—FM 443909-1 (Miami,FL) PROFESSIONAL SERVICE CONSTRUCTION(If applicab/eJ
2024 On-going
(3)BRIEF DESCRIPTION(Bne(scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Project Engineer assisting with the roadway improvements along SR 934/NW 74 StreeUE 21 Street within the City of Hialeah.The improvements
include the milling and resurfacing and widening of 1.1 miles of roadway,new signing and pavement markings,upgrades to ADA features,
drainage,signal and lighting retrofit at five(5)intersections;including the implementation of Flashing Yellow Arrows(FYA)at Palm Avenue.
Project Length: 1.1 mile�Design Fee:$650,000.00�Construction Cost:$5,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 901SW 8 Street from SW 74 Court to SW 57 Avenue—FM 443919-1 (Miami,FL) PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
2022 2o2a
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting in the roadway and signalization design and contract document detailing the roadway and signalization improvements
of 1.7 miles Calle Ocho,a State Historic Highway(SHH)facility within the cities of Miami and West Miami.The scope included upgrades to the
drainage system,ADA features,signing and pavement markings,lighting retrofits,7 signalized intersection and 4 new signalized mid-block
crossings trigger by a City and County resolutions due to recent pedestrian facilities.
Project Length: 1.7 miles�Design Fee:$1,080,000.00�Construction Cost:$10,000,000.00
STANDARD FORM 330 (REV. 7/2021)
. • � � � � . ...
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.W ITH CURRENT FIRM
Horacio Lopez SeniorDesigner i� 2
15.FIRM NAME AND LOCATION(City and StateJ
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Accredited Bentley Open Roads Designer
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 510verseas Highway from MM 32.98 to MM 36.57—FM 443895-1 (Monroe PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
County,FL) 2022 2023
(3)BRIEF DESCRIPTION(Bnelscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Designer assisting with the design and plans production of 3.6 miles of roadway rehabilitation along this high-speed rural facility.Scope includes
milling and resurfacing,shoulder restoration,cross slope correction,Florida Keys Overseas Heritage Trail restoration,upgrading guardrail,bridge
railing and signing and pavement markings.
Project Length:3.6 miles�Design Fee:$650,000.00�Construction Cost:$5,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9341NW 74 Street from W 4 Avenue to E 4 Avenue—FM 443909-1 (Miami,FL) PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
2024 On-going
(3)BRIEF DESCRIPTION(Bne/scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfortned with current firm
Designer assisting with the roadway improvements along SR 9341NW 74 Street/E 21 Street within the City of Hialeah.The improvements include
the milling and resurfacing and widening of 1.1 miles of roadway,new signing and pavement markings,upgrades to ADA features,drainage,signal
and lighting retroft at five(5)intersections;including the implementation of Flashing Yellow Arrows(FYA)at Palm Avenue.
Project Length: 1.1 mile�Design Fee:$650,000.00�Construction Cost:$5,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 595/ALT US 19/Pinellas Avenue from Curlew Place to County Club Court-FM PROFESSIONALSERVICES CONSTRUCTION(I/applicable)
437710-1 Pinellas Coun ,FL 2023 On-going
(3)BRIEF DESCRIPTION(Brie/scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Designer assisting with the widening of 0.25 miles roadway along SR 595/Alt US 19.Scope includes widening to provide left turn lanes,
replacing shoulders with curb and gutter,cross slope correction,relocating sidewalks,and a new drainage system.
Project Length:0.25 mile� Design Fee:$500,000.00�Construction Cost:$2,300,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 6881Walsingham Road from SR 6991Gu1f Blvd.to East of Indian Rocks PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
RoadlOakhurst Road—FM 441654-1 Coun ,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bne/scope,size,cosf,efc.)ANDSPECIFIC ROLE Check if project performed with current firm
Designer assisting with the rehabilitation of 1.2 miles of roadway along SR 688.Scope includes milling and resurfacing,cross slope correction,
widening to provide turn lane offsets,curb return radius reduction to slow down traffic,lighting analysis and upgrade,signalization,miscellaneous
structures and signing and pavement markings.
Project Length: 1.2 miles�Design Fee: $1,150,000.00�Anticipated Construction Cost:$5,700,000.00
(t)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 972/Coral Way/SW 3 Avenue from W.of SW 12 Avenue to E.of Brickell PROFESSIONAL SERVICES CONSTRUCTION(lf applicable)
Avenue—FM 445998-1 Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bne/scope,size,cost,efc)ANDSPECIFIC ROLE Check if project performed with current firm
Designer assisting in the design and plans production for the roadway improvements along 1.8 miles of Coral Way.The project scope included
adding buffered bike lanes,green pavement markings and an urban path to connect bike lanes between the SW 15 Rd.roundabout and the M-
Path.Scope also includes widening,upgrades to ADA,drainage,signalization and lighting retrofits.
Project Length: 1.8 Miles�Design Fee:$1,100,000.00�Construction Cost:$8,800,000.00
STANDARD FORM 330(REV. 7/2021)
� • • � � � . .. ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Victor Linares Senior Designer aa �i
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Associate Degree Architectural Drafting and Interior Design,Garces Commercial,
Miami,FL 1974
Associate in Arts,Pre-Architecture,Miami-Dade College,Miami,FL, 1976
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,O�ganizafions, Training,Awards,etc.)
Certified ATTSA Florida Advanced Traffic Control 2022,2018;NCHRP 350 Crash Testing 2019;ADAIAccessibility Requirements for HWY Design and
Pedestrians 2018
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1Allndian Creek Drive from 25 Street to 41 Street Reconstruction-Sea Level PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicable)
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Senior Designer assisting on the design and plans production of maintenance of traffic,roadway and signing&pavement markings along a mile of
SR A1Allndian Creek Drive.The scope included the design of 72"drainage main trunk system,a 45,000 GPM pump station and raising the roadway
to 3.7 NAVD elevation. Project included the harmonization of over 60 adjacent properties,new lighting system,signing and pavement markings,as
well as 3 new signalized intersections.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile� Design Fee:$3,800,000.00�Construction Cost: $50,000,000.00
(1)TITLE AND LOCATION(City and Stafe) (2)YEAR COMPLETED
SR 9341NW 74 Street from W 4 Avenue to E 4 Avenue—FM 443909-1 (Miami,FL) PROFESSIONAL SERVICES CONSTRUCTION(lf applicable)
2024 On-going
(3)BRIEF DESCRIPTION(Bnefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project perfortned with current firm
Senior Designer assisting with the roadway improvements along SR 9341NW 74 StreeUE 21 Street within the City of Hialeah.The improvements
include the milling and resurfacing and widening of 1.1 miles of roadway,new signing and pavement markings,upgrades to ADA features,
drainage,signal and lighting retrofit at five(5)intersections;including the implementation of Flashing Yellow Arrows(FYA)at Palm Avenue.
Project Length: 1.1 mile�Design Fee:$650,000.00�Construction Cost:$5,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
GMX 83618-Widening of SW 137th Avenue from SW 8th Street to SW 26th Street PROFESSIONAL SERVICES CONSTRUCTION(If applicableJ
Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Brielscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfortned with current firm
Senior Designer assisting with the roadway,traffic control plans and signing and pavement markings design and plans production for 1.3 miles of
SW 137th Avenue reconstruction.The project scope includes widening to provide additional northbound and southbound through lanes to improve
traffic capacity along the corridor.Additional scope includes a new drainage system,upgrade to ADA features,new signalization system at 3
intersections,new signing&pavement markings and relocation of 350 trees.
Project Length: 1.3 miles�Design Fee:$980,000.00�Anticipated Construction Cost:$9,800,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1AICollins Avenue from 4700 Block to South of Indian Creek Drive-FM PROFESSIONAL SERVICES CONSTRUCTION(If applicableJ
449946-1 Miami Beach,FL on-going NiA
(3)BRIEF DESCRIPT�ON(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Senior Designer assisting with the roadway and signing and pavement markings design and pfans productions for 1.3 miles of SR A1A/Collins
Avenue.The project scope includes upgrades to ADA curb ramps,pedestrian signal features and vehicular detection,as well as new signing and
pavement markings.
Pro'ect Len th: 1.3 miles Desi n Fee:$780,000.00 Anticipated Construction Cost:$3,000,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
$R 9�Z�COfB�WBy�$W 3 AV@�U@ fl'OITI W.Of SW�2 AVCf1U2 t0 E.Of BfICk@��AV2�Ue— PROFESSIONAL SERVICES CONSTRUCTION(I(applicable)
FM 445998-1 Miami, FL 2o2a rvia
(3)BRIEF DESCRIPTION(Brief scope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Senior Designer assisting in the design and plans production for the roadway improvements along 1.8 miles of Coral Way.The project scope
included adding buffered bike lanes,green pavement markings and an urban path to connect bike lanes between the SW 15 Rd. roundabout and
the M-Path.Scope also includes widening,upgrades to ADA,drainage,signalization and lighting retrofits.
Project Length: 1.8 Miles�Design Fee:$1,100,000.00�Construction Cost:$8,800,000.00
STANDARD FORM 330(REV. 7/2021)
• • � � � / . . .. ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Martin Arteaga GIS Specialist 2� s
15.FIRM NAME AND LOCATION(City and State)
Ribbeck Engineering,Inc.-Miami,Florida
16.EDUCATION(Degree and SpecializationJ 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
AUTODESK, Raster Design,Miami,FL,2009
Associate Degree Drafting and Computer Aid Design Technology,ATI Career
Trainin Center,Miami,FL 2001
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
AUTODESK,Raster Design,Miami,FL,2009; ESRI,QAIQC for GIS Data-Data Production and Editing Techniques,Geographic Information Systems
(GIS),SRI,QAlQC for GIS Data-Data Production and Editing Techniques-Miami,FL,2006
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR A1Allndia�Creek Drive from 25 Street to 41 Street Reconstruction-Sea Level PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Rise Flood Miti ation Pro'ect-FM 439228-2 Miami Beach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if projeCt perfOrtned with Currentfirm
Senior Designer assisting on the design and plans production of maintenance of traffic,roadway and signing 8�pavement markings along a mile of
SR A1Allndian Creek Drive.The scope included the design of 72"drainage main trunk system,a 45,000 GPM pump station and raising the roadway
to 3.7 NAVD elevation. Project included the harmonization of over 60 adjacent properties,new lighting system,signing and pavement markings,as
well as 3 new signalized intersections.This project was awarded the 2023 ASCE Miami-Dade Sustainable Project of the Year.
Project Length: 1 mile�Design Fee:$3,800,000.00�Construction Cost:$50,000,000.00
(1)TIT�E AND LOCATION(Cityand State) (2)YEAR COMPLETED
Greater Miami Expressway GEC GIS Specialist Tasks(Miami,FL) PROFESSIONAL SERVICES CONSTRUCTION(1(applicable)
On-going N/A
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
GIS Specialist responsible to create and edit Geospatial data,using GPS&digitizing techniques,collect assets 8 structures in the field using
Trimble GPS GeoExplorer XM&XH units,create and maintain databases of the MDX assets for the following:Storm Water Atlas/Lighting
features,Guardrail and barrier walls,Pavement and Signage,Open Road Toll structures,Bridge Structure.
Project Length:Varies per TWO�Design Fee:$750,000.00(all combined TWOs)�Construction Cost:NIA
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 91NW 27 Avenue from NW 39 Street to NW 79 Street—FM 429185-2(Miami,FL) PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicable)
2o2z 2o2a
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfomled with current firm
Senior Designer aiding in the design and plans production for the roadway component of the RRR improvements of 2.5 miles of roadway
improvements along NW 27th Avenue,including incidental drainage, partial roadway reconstruction,signing and pavement markings and 10
signalized intersections.Scope also included extensive coordination and permitting with MDT.
Project Length:2 miles(Design Fee:$950,000.00�Construction Cost:$7,500,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 901SW 8 Street from SW 74 Court to SW 57 Avenue—FM 443919-1 (Miami,FL) PROFESSIONAL SERVICE CONSTRUCTION(I/applicable)
2022 2024
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.J ANDSPECIFIC ROLE Check if project performed with current firm
Project Engineer assisting in the roadway design and contract document detailing the roadway improvements of 1.7 miles Calle Ocho,a State
Historic Highway(SHH)facility within the cities of Miami and West Miami.The scope included upgrades to the drainage system,ADA features,
signing and pavement markings,lighting retrofits,7 signalized intersection and 4 new signalized mid-block crossings trigger by a City and County
resolutions due to recent pedestrian facilities.
Pro'ect Len th: 1.7 miles Desi n Fee:$1,080,000.00 Construction Cost:$10,000,000.00
(1)TITLE AND LOCATION(City and State) (.)YEAR COMPLETED
$R 9�Z�COfa�WBy�$W 3/�VB11U@ f�Of11 W.Of$W�2 AVQ�U@ t0 E.Of BfICkC��AV@f1U@— PROFESSIONAL SERVICES CONSTRUCTION(1/applicable)
FM 445998-1 Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bne/scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Designer assisting in the design and plans production for the roadway improvements along 1.8 miles of Coral Way.The project scope included
adding buffered bike lanes,green pavement markings and an urban path to connect bike lanes between the SW 15 Rd.roundabout and the M-
Path.Scope also includes widening,upgrades to ADA,drainage,signalization and lighting retrofts.
Project Length: 1.8 Miles�Design Fee:$1,100,000.00�Construction Cost:$8,800,000.00
STANDARD FORM 330 (REV. 7/2021)
• � • � � . .. ... . .
- . .. 'ti$s � c.q . . n,... , . . . a i:4s�,4t��*•-;s.,� 1�ri..- +;�..r:�,.,h j f ,�
. .. ,� . . . . � ... � . . .} r�, � r Y ..,...
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
Arnelio Alfonso,PE Project Engineer-WaterlSewer and a.TOTAL b WITH CURRENTfIRM
StormwaterlDrainage 37 23
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discip/ine)
B.S.,Civil Engineering Professional Engineer-FL
Hydrology Course
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards.efc.)
Project Management Institute;Cuban American Association of Civil Engineers;Florida Engineering Society
19.RELEVANTPROJECTS
���TITLE AND LOCATION(City antl SYate) (2)VEAR COMPLETED �
Design-Build Services for 11th Street Roadway Reconstruction(East Alton PROFESSIONAL SERVICES CONSTRUCTION(i/appllCable)
Road to West of Washington Avenue)�Miami Beach,FL 2019 2019
(3)[3RIEf�DESCRIPTION(Biie(scope.size,ros/,elr..J AND SPFCIFIC ROl F �X�C�efk�if pro�ac�perfametl wilh Curtenl firtn
Project manager for this project that included the reconstruction of the roadway which was raised two feet on average,and included the
harmonization of each property owner along the corridor.Throughout this project,CHA coordinated directly with the city and all stakeholders,
resulting in a superb design.This prol ect eliminated flooding in tf�e area and imQroved the lives of the residents.This project resulted from the
impacts of sea level rise along 11th Street. Faced with the infamous"King Tide'and"sunny-day floodin ,"the city embarked on a strategic
plan to raise the roads well above flooding levels and to upgradelinstall pump stations throughout the ci�y.
�11 TITLE AN D LOCATION(Ciry antl Smtel �2)YEAR COMPLETED
Sea Level Rise Mitigation Projects PROFESSIONALSERVICES CONSTRUCTION(i(appica6k)
Miami Beach,FL 2018 2018
(3)BRIEF-�ESCRIPTION(Bne/sCope.5ize,tosf,Cfc)AND$PECIFIC ROLE �X�CheCk il pro�CCt perlormed wilh Curtent firm
Project manager for this program in which CHA has spearheaded the effort to provide a suggested approach for evaluating the impacts
of sea level rise and offering potential adaptation strategies for dealing with these impacts,including hard and soft infrastructure options,
flood-risk management and coastal protection,and transportation plannin�. In addition to evaluation and assessment,CHA has worked on
the design of various construction proJects that have served to improve climate change resiliency and reduced the impacts of sea level rise
in communities throughout the City of Miami Beach.These projects comprise stormwater systems,conveyance pipes,inlets,drainage wells,
stormwater pump stations,sea walls,water quality analyses,and environmental/habitat protection projects.
-I j TITLE AND LOCATION(City ano Slefel (2)VEAR GOMPIETED
Stormwater Pump Station at Miami Beach Convention Center PROFESSIONlLL SERVICES CONSTRUCTION(AappAiableJ
Miami Beach,FL 2018 2018
(J)ORIEF DESCRIPTION IBneI scape.s�te.co5(.clt.)AND SPECIFIC ROLE ��(�Check il pro�ect peROrmetl wit�currenl firm
Senior project engineer for this design-build neighborhood improvements project.The scope encompassed an area of approximately 84
acres.The improvements included the installation of 2 pump stations consisting of four 20,000 gpm low-head axial pumps,water quality
treatment structures discharging treated runoff directly into a duplex wet well,a long energy dissipater structure,and approximately 175 feet
of new seawall following the most updated City of Miami Beach Public Works standards.This pro�ect considered the effects of sea level rise
and ensured that this facility would function properly for the estimated design life of the project.
�,1�TIT�E AND LOCATION(City and St�(eJ �2)YEAR COMPLETED
Design-Build Services for the Installation of a 54-inch HDPEIPCCP Force Main pROFESSIONAL SERNCES CONSTRUCTION(ifappl�CaDle)
Miami Beach, FL 2019 2019
(3)1121FF DESCRIP'10�!Bnefscope.sze,casf.etc.)AND SPFGFIC ROI F ��(�Cneck il pro�ett per`o`met!wilh cumen�firm
Project manager for the 54-inch PCCP force main installation along Euclid Avenue.The force main was a crucial component of the city's
wastewater transmission system to improve the quality of service in this touristic area.The project included 191 feet of 54-inch PCCP,open-
cut installation along Washington Avenue from Commerce Street to Commerce Court,405 feet of 54-inch PCCP,open-cut installation along
11th Street from Meridian Avenue to Meridian Court;and 4,450 feet of 54inch HDPE via HDD installation along Euclid Avenue from 11th
Street to Commerce Court.
�1 i TITLE AND LOCATION(City and Stafe� (2)YEAR COMPLEfED
Crespi Boulevard Pump Station Design-Build PROFESSIONAL SERVICES CONSTRUCTION(�lappNcable)
Miami Beach,FL 2015 2015
(3)9RIFF DFSCRIPTION(Bnelscope.s�:e.casl.efc.)ANO SPECIFIC ROLE ��(�Check A pro�ect pertwmetl wiln current firm
Project manager for the installation of over 2,500 feet of water main and 2,800 feet of a storm sewer collection system along Crespi
Boulevard befween 85th Street and 79th Street,as well as installing a pollution control structure,a storm sewer pump station,seawalls,and
landscaping along a residential neighborhood.Arnelio was responsible for overseeing the design team and closely coordinating with the
contractor and stakeholders.
STANDARD FORM 330(REV. 7/2021)
• � • � � � . . .. ... . . • . -
,
. . ., ., .., _ . ^
�
..{ i� - .. , . ... .. . . . . . � .. N� c`pk��jx 9 ` r'.�.
� � �
. ,. . � `�.�t ' ... i"_' _
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
2 7p7p1 b.VJ�TH CURRENT FIRM
Julian Gomez,PE Project Engineer-WaterlSewer g g
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Mechanical Engineering Professional Engineer-FL
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
19.RELEVANT PROJECTS
�.t i TITLE AND LOCATION(City and S7afe) (2)VEAR COMPLETED
Design-Build Services for 11th Street Roadway Reconstruction(East Alton PR°FESS'°""`SER�'�ES �°"STR�°T�°""�a°a"a°�a,
Road to West of Washington Avenue)�Miami Beach,FL 2019 2019
(:1`,yHItF DESCRIPTION(Bne/scope.size.cosl,elc.jAND SPECIF IC RO�E �X�Check il pro�ect perlormetl wilh currenl firm
Project engineer for this project that included the reconstruction of the roadway which was raised two feet on average,and included the
harmonization of each property owner along the corridor.Throu hout this project,CHA coordinated directly with the city and all stakeholders,
resulting in a superb design.This proJ ect eliminated flooding in t�e area and imQroved the lives of the residents.This project resulted from the
impacts of sea level rise along 11th Street. Faced with the infamous"King Tide'and"sunny-day flooding,'the city embarked on a strategic
plan to raise the roads well above flooding levels and to upgradelinstall pump stations throughout the cify.
['��Ti7LE AND LOCATION(Gry end State) �2)VEAR COMPLETED
- Stormwater Pump Station at Miami Beach Convention Center PROFESSIONAL SERVICES CONSTRUCTION(ilappBcaWe)
Miami Beach,FL 2��8 2��8
(3�9RIEF DESCRIPTION(Brrel scope.size,cosf,etc.J AND SPECIFIC ROLF �X�Cneck A pro�ect perlormea with current firm
Project engineer for this desi n-build neighborhood improvements project.The scope encompassed an area of approximately 84 acres.
The improvements included t�e installation of 2 pump stations consisting of four 20,000 gpm low-head axial pumps,water quality treatment
structures tlischarging treated runoff directly into a duplex wet well,a long energy dissipater structure,and approximately 175 feet of new
seawall following the most updated City of Miami Beach Public Works standards.This project considered the effects of sea level rise and
ensured that this facility would function properly for the estimated design life of the project.
�1���T�E AND LOCATION(Gry anrl Slalel (2)VEAR COMPLETED
Design-Build for the Installation of a New Redundant 54-inch Bypass Line PROFESSIONAL SERVICES CONSTRUCTION(i{applice0/e)
Fort Lauderdale,FL 2021 2021
(J)BRIFF�ESCRIPTION!Bne/scope size,cosl.elc)ANf7 SPECIFIC ROLE �X�Check il prqec�pe�ormed wilh currenl firtn
Pro ect en ineer res onsible for the replacementlrehabilitation of approximately 15,200 feet of 54-inch HDPE force main.The project included
approxima�ely 9,700Pfeet of pipe installation using the innovative HDD technology to cross underneath essential city streets and rivers.The
pro�ect also provided interconnections to existing pump stations and force mains currently connected to the existing aging pipe.
f�,'�TI7'LE AND LOCATION(Cirydntl SYate) (2)VEAR GOMPLETED
Emergency Replacement of 48-inch Force Main Crossing Oleta River on NE PR°FESS'°""`SER"°ES CONSTRUCTION(i/applicabla)
163rd Street�North Miami Beach,FL 2019 2019
(:1J'dHIE�f]FSCRIPTION!Bne/scope.si�e.casl.ofc.J�1ND SPECIFIC ROLE �/��Checn�.1 pro�ecl peNormed wilh cu�renlli�m
Project engineer for the emergency subaqueous installation of 800 feet of 48-inch force main under the Oleta River at NE 163rd Street using
the HDD installation method.CHA designed the bypass line installed via HDD to divert the flows and allow the existing pipe to be repaired
and serve as a redundancy.
�.1�iITLE AND LOCATION fCiry and State) (2)YEAR COMPLEIED
PROFESSIONAL SERVICES CONSTRUCTION(ilapW�cabiel
Installation of 42-inch Force Main Along North Miami Avenue
Miami,FL 2018 2019
(9)ARIEF DESCRIPTION(Bnel scape.sire,cosl.etc)AND SPFCIFIC ROLE �X�Check il project peAormed wilh current firm
Project engineer for the installation of approximately 3,000 feet of a proposed 42-inch PCCP force main along North Miami Avenue from NW
36th Street to NE 62nd Street.The project also included the installation of approximate�y 8,000 feet of 42-inch HDPE force main via HDD.
STANDARD FORM 330(REV. 7/2021)
• • � � � / . . - .. ... . . • . -
.
, ,u� � - __ p,w
�� � ,�9 : �.. , ��.m,� � � � ., r,
_ �,� �= f - - _,� - �� ,�+� t�Q,,> {+ �
, �
. _ i - A �� V j�� n�i�' ..� �.��f�^•�
� �
9 .y
�+��r�'1.�-i�£`5k z _ .
�12.NAME 13.ROLE IN THIS PROJECT Y 14.YEARS EXPERIENCE
a TOTPL �.WITH CURRENT FIRM
Ivonne Planas,PE Project Engineer-WaterlSewer 26 9
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESStONAL REGISTRATION(State and DisciplineJ
B.S.,Civil Engineering(Specialty Studies in Hydraulics) Professional Engineer-FL;Florida Stormwater Erosion and
Sedimentation Control Inspector Training Program
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
FDOT MOT Training Program
19.RELEVANT PROJECTS
�11 TITLE AND LOCATION(C�ry and Sta(e) �2)VEAR COMPLETED
Design-Build Services for 11th Street Roadway Reconstruction(East Alton �OfESSIONAL SERVICES CONSTRUCTION(i/avW��ablcl
Road to West of Washington Avenue)�Miami Beach,FL 2019 2019
(J`,!l�ziFF DESCRiP'iON(Bnelscape.s�re,cost,etc.)AND SP[GFiC ROI.i=. �X�Check�Iproiec!pe�ormed wnh.c�rrentl��+*�
Project engineer for this project that included the reconstruction of the roadway which was raised two feet on average,and included the
harmonizalion of each property owner alon�the corridor.Throughout this project,CHA coordinated directly with the city and all stakeholders,
resulting in a superb design.This proJ ect eliminated flooding in tfie area and imQroved the lives of the residents.This project resulted from the
impacts of sea level rise along 11th Street. Faced with the infamous"King Tide'and"sunny-day flooding,"the city embarked on a strategic
plan to raise the roads well above flooding levels and to upgradelinstall pump stations throughout the cify.
(1�TIT�E AND LOCATION fCiry and SfateJ (2)VEAR COMPLETED
Upgrade of Sewage Pump Station 0300 �oFEss�o��SER���ES CONSTRUCTION(dapplica�leJ
Miami-Dade County, FL Ongoing Ongoing
(3)E3NItl�DESCftIPT�ION(Bnclscope.s��e,casl,efc.J AND SPLCIf IC ROL[ ��(�Check i!pro�ect pertorme0 wilh�urrenl firm
Project engineer to.rehabilitate and upgrade Pump Station 0300,an important booster facility that suffered a catastrophic disaster when a
dresser coupling failed and flooded the station.CHA created a BDR and designed the upgrade of the pump station,which includes five 600
HP pumps,operating in a flow range of 7,000 to 31,000 gpm.The pumps collect sewage from a 72-inch influent pipe and discharge into a
common header thatjoins a 48-inch force main.CHA per�ormed several analyses of the existing conditions including hydraulic,mechanical,
electrical,structural,and architectural to determine the various possibilities and implement the most practical and cost-effective solution.
(1)TITLE AND LOCATION(Gfy antl Sfafn) (2)V EAF COMPLETED
NW 7th Avenue Wastewater Collection System Ezpansion PROFESSIONAL SERVICES CONSTRUCTION(ilapplicaWe)
Miami-Dade County, FL 2017 2017
(J)3HIF F OESCRIPTION!9nel scope.size,cosl,e(c.)ANO SPE Clf IC ROLE �X�C�eck i(pro�ecl pe�ormed wi�h c�rrenl firm
Project manager for the design of approximately 16,600 feet of 8-inch PVC Gravity Sewer and 6,050 feet of 8-inch DIP force main across
two sub-basins,complete with a total of 73 manholes,and all necessary valves and accessories for connections to future pump stations.A
detailed maintenance of tra�c(MOT)plan for construction was also developed,in conjunction with specifications for the completion of the
gravity sewer and force main system.
(1�TI7LE AND LOCATION�GiryanASiateJ (2)VEAR COMPLErED
10-inch Force Main along NW 7th Avenue between NW 11th Street and NW �OFESSIONALSERVICES CONSTRUCTION/AappNcede)
14th Street and along NW 14th Street between 7th Avenue and Pump Station 2014 2014
No.7�Miami-Dade County, FL
(3)9RIt f-fJf.SGRIPTION;9nel scope.sire,cosf.elc.)AND SPECI�IC ROL[ �X�Cneck i(pro�ect pertormetl wilh current firm
Project manager for the design and limited construction management of approximately 1,900 feet of 10-inch force main.Responsible for
the plans preparation and design of the 10-inch force main.Responsibilities also included continuous coordination with the clienUowner,
subconsultants,and permitting agencies from the onset of the project through its completion.
1'i 71TLE AND LOCATION fGryand SlateJ (2)VEAR COMPLETED
Normandy Drive Phase II,Marseille Drive Drainage Improvements �OFESSIONAL SERVICES CONSTRUCTION(ilepplicnbin)
Miami Beach,FL 2015 2015
(9)BRIEF DESCRIPTIOV(Bne�scope..v'ze.cosl,e(c.)AND SPECIFIC ROLE �X�Check�if pra�ec�peAormea with currenl fmm
Project manager responsible for drainage,lighting,crosswalk/sidewalk improvements,and a paver walk extension.Proposed improvements
included pump stations,a stormwater conveyance system,drainage inlets andlor manhole structures,or other drainage structures as
required.Drainage improvements consisted of 1,800 feet of Marseille Drive.Sidewalk improvements included the installation of pavers at
three intersecting streets with Marseilles Drive.Lighting improvements included replacing existing cobra head light bulbs from 200 watts
to 400 watts,including decorative pedestrian acorn light fixtures,and upgrades to meet current city standards.Ivonne coordinated design
plans and technical specifications,permitting,and construction inspection assistance.She was also responsible for project managemenl and
coordination with subconsultants.
STANDARD FORM 330(REV. 7/2021)
• • � � � � � � •• •� � � � ' � • �1
_ ��. � .; .
. .>.. . • � ,a ��:.�
. ;.
r, � .. . � :: �_�� :�
�. � �
., , , ,.
a,. ,
a, F , � ���� 4y ��- t
.- �
?
. , - . . « -- . : �
.. . .
, . . < .. * s �;. ,..•:� ...., �,:,.�
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL b.YNTH CURRENT FIRM
Douglas Hammann,PE Project Engineer-WaterlSewer 35 34
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Coral Springs,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
M.E.,CivillEnvironmental and Water Resources Professional Engineer-FL,OH
B.S.,Civil Engineering Technology
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
American Society of Civil Engineers;American Water Works Association;Florida Water Environment Association;Water Environment Federation
Publications:WEF Manual of Practice No.FD-12,Alternative Sewer Systems(Vacuum Systems)
19.RELEVANT PROJECTS
(1�71TLE AND LOCATION(Cily antl SYafe) (2)VEAR COMPLE7ED
Pine Ridge Park Utility System Improvements PROFESSIONAL SERVICES CONSTRUCTION(ilappliceb�e)
Okeechobee,FL Ongoing Ongoing
(l�.lRiFF�ESCRiPTiON(Bnelscope,size,cosl,efc.JAND SPECIFIC ROLE �X�Check�ilpro7ect pertormed wrt�curren[l�rm
Project manager to provide comprehensive engineering services for the design,permitting,and bidding assistance for utility improvements
for Pine Ridge Park within OUA's service area.The new utility services include a new wafer main and a vacuum sewer colfection system.
Water main installation will include over 5,300 feet of PVC and HDPE pipe,while the vacuum collection system includes over 10,000 feet of
vacuum main and approximately 40 vacuum pits to service the residents within Pine Ridge Park.One new vacuum pump station is also being
designed as part of this project.
�t��TITLE AND LOCATION iCiry eiiJ Stafel �21 YEAR COMPLETED
Rehabilitation of Lift Stations 14A,15C,178,19C,and 20C PROFESSiON.4L SERVICES CONSTRUCTION(ilapp4caWe)
Coral Springs,FL 2022 2022
(J)f3RIfF DESCRIPTION(Brielscape,size,cosl,efc.)AND SP[CIFIC ROLE �X�Check il pra�ecl perlormetl w�th currenl firm
Principal-in-charge for the design,permitting,and engineering seroices during construction to rehabilitate and convert five of the City of Coral
Springs'wet pit/dry pit suction lift stations.These lift stations were converted fo submersible lift stations and additional civil site improvements
specific to each station were made.The design phase proposed provision for a new deeper wet well,valve vault,electrical and control
Panels,and associated mechanical and civil improvements reqwred to bring each of the lift stations up to the city's standards for submersible
ft stations. Following the design and permitting of the lift station rehabilitations,CHA provided engineenng services during construction as
the owner's representative for contract administration with limited on-site field inspections to review and o6serve construcE'ion progress from
project mobilization through closeout.
i,�'i 717LE AND LOCATION(Crty and StatGl (21 vEAR COMPLETED
University Drive Water Main and Force Main PROFESSIONAL SERVICES CONSiRUCTION(i/appticableJ
Coral Springs,FL 2020 2020
(3)BRIE4-DESCRIPTION/Bix/stope.s�ze.cosf,e�c.JAND SPECIFIC ROLE �X�Check A pro�ec�per/ormed Wilh currenl firm
Client manager/engineer who provided engineering seroices for the preliminary design,final design,permitting,bidding phase,and
construction-phase services for the installation of approximately 2,155 feet of new 1 Z-inch water main and approximately 1,500 feet of 6-inch
force main within the traffic lanes of University Drive.
(1)TITLE AND��OCATION(Gry ariU SYafe) (2)VEAR COMPLETE�
Wiles Road Reclaimed Water Main �°FES�°""`SER�'°ES °°"STR"°T'°"°'a�"a°'a,
Coconut Creek,FL 2017 2017
(3)BRIEF OESCRIPTION(Bne/scope.v[e,cosl.efc.J AND SPFGFIC ROLE ��(��heck il pro�ect pertormed wilh c�rrent firm
Client manager/engineer for this pro1ect that consisted of the design of a reclaimed water distribution system.This project includes
approximately 1,250 feet of 16-inch PVC reclaimed water main installed via open-cut,and 4,000 feet of 16-inch HDPE reclaimed water main
installed via horizontal directional drill(HDD).This project was designed to provide irrigation to future connections.
(1 j TITLE AND LOCATION(C�y antl SfafeJ (2)VEAR COMPLETED
New Force Main on Sample Road Between Coral Springs Drive and Sample �°FESS'°�`SER"°ES °°"STR�°T'°"';,°°°'"'°'",
Road�Coral Springs, FL 2019 2019
(3J BRIE�O[SCf21PTION!8nel srope.s��e.Cosf.efc.)AND SPFCIFI(;KOLF �X�C�ecv�l pro�ecl pertormeC wilh currenl frm
Client manager/engineer who provided engineering services for the planning,design,permitting,and services during construction.CHA
designed a new force main along Sample Road between Coral Hills Drive and University Drive in response to the city's growing concern
regarding aged transmission force mains.The project consisted of approximately 1,500 feet of 20-inch ductile iron force main and a
right-turn lane on Sample Road at NW 94th Avenue.CHA was also responsible for construction services,such as daily site evaluations
and inspections.
STANDARD FORM 330 (REV. 7/2021)
• • • � � . . - .. ... . . • . -
„ ... ?�-�' .��., ,{,� �
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL D.WITH CURRENT FIRM
Alejandro Leon,PE Roadway Engineer 17 12
15.FIRM NAME AND�OCATION(Cify and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
M.S.,Engineering Management Professional Engineer-FL
B.S.,Civil Engineering
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training.Awards,efc.)
19.RELEVANT PROJECTS
�t)TITLE AND LOCATION(C�ry and Sfala) (2)VEAR COMPLETED
Design-Build Services for 11th Street Roadway Reconstruction(EastAlton �OFESSIONAL SERVICES CONSTRUC110Np/apWreaOle)
Road to West of Washington Avenue)�Miami Beach,FL 2019 2019
(3;BRiE�DESCRIPiION!Bnelscope.s��e.cost.eic)AND SPECIFiC ROLE �X�Check�f pro;ec:oe�`o�m¢c wnh current firm
Project engineer for the reconstruction of the roadway which was raised two feet on average,and included the harmonization of each
property owner along the corridor.Throughout this project,CHA coordinated directly with tfie city and all stakeholders,resulting in a superb
design.This pro'ect eliminated flooding in the area and improved the lives of the residents.This project resulted from the impacts of sea level
rise along 11th�treet.Faced with the infamous"King Tide”and"sunny-day flooding,"the city embarked on a strategic plan to raise the roads
well above flooding levels and to upgrade/install pump stations throughout the city.
(i�TITLE AND LOCATION(Gty antl SYate) (2)VEAR COMPLETED
Miami River Greenway-Curtis Park East NW N River Drive from NW 24th �OFESSIONAL SERVICES CONSTRUCTION(i�appliceb�e)
Avenue to NW 22nd Avenue�Miami, FL Ongoing Ongoing
(3i BRIE�UESCFiINiION!Bne/.scnpe.siee,casf,elc.J AND SPECIFIC ROLE �X�Check�I pro�ecl oertormea wrth c�urrent fi.�,�
Project manager for this Local Agency Program(LAP)project managed by FDOT District 6.This pro1'ect includes improvements to the
existing roadway,such as the reconsfruction and realignment of NV1rNorth River Drive and the instalfation of a greenway path on the south
side ofNW North River Drive.The scope also includes the reconstruction of NW 24th Avenue and sidewalk and greenway construction,
including the reconstruction of existing sidewalks and the Miami Riverwalk Path as part of the Miami River Greenway.Alex is the project
manager and fully responsible for the design and coordination with the local agencies,including environmental permitting for this pro�ect.
(1)TITLE AN D LOCATION(Gfy and Sfatt�f (2)�EAR COMPLEI ED
FDOT District 6,SR 251US 2710keechobee Road from East of NW 107th �OFESSIONAL SERVICES CONSTRUC710N P��aD/e)
Avenue to East of NW 116th Way�Hialeah,FL 2020 Ongoing
(3)9RIEF DESCRIPiION(8ncl scope,s�ze,cos1.efc)ANO SPECIFIC ROLE ��C�eck A pro�ect peAormeO wnh current firm
Senior project engineer for a safety and operations prolect along SR 25/Okeechobee Road to alleviate major traffic impacts on frontage road
and service roads approaching Okeechobee Road and 121st Way and 116th Way/Hialeah Gardens Boulevard.This project includedthe
major reconstruction of SR 25 to provide grade separation at the intersection of NW 116th Way.The proJ�ect included nine new signalized
intersections,conventional lighting,sigrnng, pavement marking,miscellaneous structures,new ITS backbone installation, major tree
relocation,and six new bridges.The pavement of Okeechobee Road was replaced with rigid pavement due to the high truck traffic.The
project also included the slip lining of a 96-inch culvert to extend its service life by 100 years.
���i I TLE AN D LOCATION(C�ry antl SfaleJ (2)VEAR COMPLETED
Miami River Greenway SE 5th Street from S Miami Avenue Bridge to Brickell �OFESSIONAL SERVICES CONSTRUCTION(rtapplicable)
Avenue�Miami, FL 2015 2015
(3)�filt�-ULSGF214"ION(Brrel srope.sire.cosf,elc.)ANU SPECIFIG HOI.F �X�Check A pro�ect per�ormetl wilh curren�firm
Project engineer for this project that included milling,resurfacing,decorative sidewalk reconstruction decorative lighting, new drainage,
amenities,signing,pavement marking,and Iandscaping.The.project also involved the preparation o�the technical memorandum,utility
coordination,preparing cost estimates,obtaining all permits(including DERM,M-D DTPW,FDOT)and coordination with Miami-Dade Transit
to obtain a maintenance agreement for the construction of the new sidewalk.
(1�TITLE AND LOCATION(Cfry and SYate) (2)YEAR COMPLE7ED
FDOT District 4,SR 8171University Drive(Riviera Boulevard to SR 8241 �OFESSIONAL SERVICES �oNSTR��T�oN r��.�a��,
Pembroke Road)�Pembroke Pines,FL 2019 2022
(3�BRIE�OESCRIPTION(Bne/scope.Sile,casl.efc.J ANO SPECIFIC ROLE �X�Checx if pro�ect peNorm.etl wilh�urrent firm
ProJect engineer for this Broward County MPO mobility initiative on SR 8171University Drive,aiming to bolster pedestrian,bicycle,and
traffic safety,as well as enhance transit and operational aspects.Key interventions inclutled widening the road for bicycle lanes,improving
drainage,expanding sidewalks,implementing ADA-compliant ramps,introducing new bus shelters,and constructing a pedestrian overpass.
STANDARD FORM 330(REV. 7/2021)
• • � � � . .. ... . .
, _ .� .. . . 1 i.' .i,. ' .
. . . •. _ . . 4 .$ �
:.. ..:... .. . ,:�.. - . . . �. . _ ,. _ . .. .
. . '.�. ,...t--..,,....�.. . ....i.-��_•.�
. l
h .,4 �.. I ��.£`�_'�i.� �-� ,�..�_ .
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Eithel Sierra,PE Roadway Engineer 29 25
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and DisciplineJ
B.S.,Civil Engineering Professional Engineer-FL;Advanced MOT Certification;Adaptive Traffic
Control Systems(ATCS)15 Module Training Course;Traffic Signal
Technician,IMSA Level II
18.OTHER PROFESSIONAL QUALIFICATIONS(Publicafions,Organizations,Training,Awards.etc.)
American Society of Civil Engineers
19.RELEVANT PROJECTS
(+i TITLE AND I.00ATION lCiry antl 5[ate) (2)YEAR COMPLETED
Design-Build Services for 11th Street Roadway Reconstruction(East Alton PR�ESSIONAL SERVICES �oNSTR��noN n�w�eb�e,
Road to West of Washington Avenue)�Miami Beach,FL 2019 2019
j3)3RiEF DESCRIP?ION(Bne�srope.size.cas�.elc I/+ND SPEGFIC ROLF �X�Check�f pro�ect periamed with current firtn
Project engineer for the reconstruction of the roadway,which was raised two feet on average,and included the harmonization of each
property owner along the corridor.Throughout this project,CHA coordinated directly with the city and all stakeholders resultin�in a superb
design.This pro1 ect eliminated flooding in the area and improved the lives of the residents.This project resulted from.the impac s of sea level
rise along 11ih 5treet.Faced with the infamous 'King Tide",and"sunny-day flooding,"the city embarked on a strategic plan to raise the roads
well above floodin levels and to u radelinstall um stations throu houf the cit .
(i J TITLE AN�LOCATION(City and S(ateJ (2)V EAR COMPLETED
Stormwater Pump Station at Miami Beach Convention Center PROFESSIONAL SERVICES CONSTRUCTION(ilapprceble)
Miami Beach,FL 2018 2018
(3)BRIEF DESCRIPTION(Bnel.scope,sre,cosl,efc.)AND SPEGFIC ROLt �X�Check il pro�ec�pertormed with currenl firm
Project manager for this design-build neighborhood improyements project.The scope encompassed an area of approximately.84 acres.
The improvements included tFie installation of 2 pump stations consisting of four 20 000 gpm low-head axial pumps,water�uality treatment
structures discharqing treated runoff directly�into.a duplex wet well,a long energy dissipater structure,and approximately 175 feet,of new
seawall following the most updated City of Miami Beach Public Works standarcfs.This project considered the effects of sea level rise and
ensured that this facility would function properly for the estimated design life of the project.
'.:�TITLE AND LOCATION�Cifyantl Statel (2)VEAR GOMPLETED
Nautilus Neighborhood Improvements PROFESSIONALSERVICES CONSTRUCTION(i/applicaWe)
Miami Beach,FL 2010 2010
(3)BI21EF DESCRIPTION(8/rel5cope.srze,cosl.efc.J AND SPECIFIC FtOLt �X�Check i/pro�oct pe�ormetl wilh curronl firm
Senior project enqineer for milling and resurfacing,new drainage new water main system betterment,and decorative lighting.This project
was a design-build project,in which CHA partnered with RICMAN International Construction.The Nautilus,Neighborhood inciudes the area
from Sur rise Lake,south to the south end of the 41st Street ROW,antl from Biscayne Bay east to the Indian Creek waterway,.including the
Orchard�ark sub-neighborhood.The area q�enerallycomprises sin�gle-family residential streets with some pockets of multi-family housing.
Institutions in the area include Mount Sinai I�edical�Center,Miami Heart Insfitute,Nautilus Middle School,and North Beach Elementary
School.Arthur Godfrey Road(41 st Street),a state roadwa ,is a major commercial corridor to the southern border of the neiqhborhood.Alton
Road is a state minor arterial on the west side,and Pine Tree Drive is a county collector road along the east side of the neig-hborhood.
�11 TITLE AN D LOCATION(City and Sta1e) �2�YEAR COMPLETED
FDOT District 6,SR 909NV Dixie Highway(South of NW 129th Street to North PROFESSIONAL SERVICES �oNSTR��T�oN r,��,a�ab,a,
of NE 151 st Street)�North Miami,FL 2023 2023
(3�BRIE��UESCRIP�`ION(Bnel scope.size,cosl.etc J AN�SPEGFIC ROLE �X�Check�I pro;ect perlormed wiln current frm
Senior project,manager for this RRR project,including the milling and resurfacing of SR 909/West Dixie Highway,replacing deficient.ADA
ramps,remowng stamped asphalt crosswalks,replacing damagetl sidewalks ,documenting existing deficiencies infeasible io correct in design
variations,and significant access management modification including exten�ing medians and construction of channelization islands.The
project included,upgrading pedestrian signa(ization and pus�buttons, installing video detection at signalized intersections,backplates,and a
new signalized intersection.Geometric modifications were challenging due to fhe corridor's skewed alignment throuqh the normal street-grid
s�ystem.The project also included upgrading signing.and pavement markings,coordinatin�an off-system agreemeniwith the City of North
Miami,working adjacent to a 4F resource and Fiistorical fountain,coordinatinq with the city s zoning department to correct a deficient parking
condition with adjacent properties,and removing/�relocatin trees.The projec[also included lighting retrof'its at the new signalized intersection
and the modified existing mid-block crossing at NE 142nd�treet.
�'��i TIT�E AND LOCATION(C�ryand S(elel �2)VEAR COMPLETED
FDOT District 6,SR 25/US 2710keechobee Road from East of NW 107th PR°FE55'°"�SER�'�E5 �oNSTR��T�oN r���u�;�=6�a�
Avenue to East of NW 116th Way�Hialeah,FL 2020 Ongoing
�3)�RIF=OFSCRIP'ION!Bnel scope.s�ze.cosf,elc 1 ANfJ SPECIFIC�201..� ��(���ecx 1 pro�ect oerormetl wiln c.,rrent Ir.T
Senior proJect engineer for this significant reconstruction of SR 25 to provide grade separation at the intersection of NW 116th Way.The
project incfuded nine new signalized intersections.The electrical power service electrical service disconnect,mast arms,pedestrian signal
head countdowns,video defection system,and pull box were replaced or instafled per the latest standards.
STANDARD FORM 330(REV. 7/2021)
• • � � � . . .. ... . . • . -
.�._�r: �� ,
� �r.V .�r-_;
� . « . �'"" - . r tv� .
�r .
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
Mark Cissell,PE Roadway Engineer a.TOTlLL b WITHCURRENTFIRM
26 2
15.FIRM NAME AND LOCATION(Ci1y and State)
CHA Consulting,Inc.(Doral,FL)
16 EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and DisciplineJ
B.S.,Civil Engineering Professional Engineer-FL,TX
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
19.RELEVANTPROJECTS
(t J TITLE AND LOCATION(Cify xnd Sfa(e) (2)VEAR COMPLETED
FDOT District 4,SR 7010keechobee Road from Ideal Holding Road to S Rock ��FESSIONAL SERVICES CONSTRUCTION(ilapplicab�e)
Road�Browartl County,FL Ongoing Ongoing
(3;9RIE�DESCRIPTION(Bne(smpe,.cize,cnsl,elc)ANO SPECIFIC f201 F �X�Check�I ci rinrmett wilh currenl firm
��o�e oe
Roadway engineer and engineer-of-record responsible for desi�ning and developing roadway plans for the 8-mile high-speed rural facility.
The project includes the implementation of two RCUT intersections and acceleration lanes.The pro�ect also includes new sidewalks,utility
coordination,public involvement,and coordination with stakeholders.
�,1�TITLE AND LOCATION fC:ry anr!SfalaJ (2)YEAR COMPLETED
FDOT District 4,SR 5/Federal Highway�6th Avenue North to Arlington Road) �°FESS'°""�SER"'�ES CONSTRUCTIONl�ePWknbleJ
Broward County,FL Ongoing Ongoing
(3)�RIEF pESCRIPTION(BnelScape.size,casl.eIcJANO SPECIFIC HOLE �X�Check��Ipro�ect peNormeE with c�rrenlfirm
Project manager and engineer-of-record responsible for designing and developing roadway construction plans for this project that includes
the implemenfation of traffic calming measures,such as new RRFB crosswalk,raised intersection,and speed feedback signs.Lanes were
also repurposed to provide provisions for bike lanes.The project also includes sidewalk ADA improvements,utility coordination,public
involvement,and coordination with stakeholders.
�I TITLE AND IOCATION(GryanJ State) (2)VEAR COMPLETED
FDOT District 4,SR 51US 1/Federal Highway(Bailey Street to Eve Street) �OFESSIONAL SERVICES CONSTRUCTION(i/epplicable)
Broward County,FL Ongoing Ongoing
(3)3RIEF�ESCRIPrION!Bne/scape.size,cost,e(c I�ND SPECIFIC ROLE �X�C�eck 1 pro�ect pe�ormetl wM1h currenl firm
Project manager and engineer-of-record responsible for designing and developing roadway construction plans for this project that includes
the implementation of green-colored bike lanes at conflict points,signalization improvements,and lighting improvements.The pro�ect also
includes sidewalk ADA improvements,utility coordination, public involvement,and coordination with stakeholders.
i 1 i TITLE tW D LOCATION lC��y and Stafe) j2)VEAR COMPLETED
FDOT District 4,SR A1A/A1A at NE 14th Court and NE 27th Street PROFESSIONAL SERVICES CONSTRUCTION(ifapp/kable)
Fort Lauderdale,FL Ongoing Ongoing
(3)�RIEF DESCRIPTION(Bnelsrope s�ze.cosf.e/c J AND SPECIFiC ROi� ��(�Cnack�I pro�ec,peNormea with cunent firm
Senior pro1'ect engineer for this safety improvement project to install a mid-block crossing(NE 14th Court)and new signalized intersection
(NE 27th Street)due to the City of Fort Lauderdale's request to address current jaywalking,including all signal components,controllers,
traffic and pedestrian signal heads,vehicle detection,etc.Intersections also required overbwld to maintain existing drainage patterns while
addressing existing cross slopes exceeding ADA-allowed maximums of 5%.The project also provides upgrades to street Iighting to meet
current horizontal and vertical illumination criteria.
�t)il TLE AND LOCAtION(City and Stafe) �2)VEAR COMPLETED
FDOT District 4,SR 817(North of Riviera Boulevard to North of SR 824) ��FESSIONAL SERVICES CONSTRUCTION(ilapplicab/e)
Broward County,FL 2021 2022
�3)3RIEF DFSCRIPiION(Bne/scope.size,cosf.etc)AND SPECIFIC ROLr � �Che,ck il pra�ect OeAormeA w�ih curren�fum
Roadway engineer and engineer-of-record responsible for designing and developing lighting and signalization plans and traffic management
solutions.Mark coordinated with Broward County and submitted proprietary product certifications for various signalization items.
STANDARD FORM 330(REV. 7/2021)
• � • � � . . .. ... . . . -
"� . ,-F' . �, . '�....�.. '. ,. �.. .. , ... , ' �'� . �;. �� A � �..�L fu,A1.�T
'1'�, .ti�...
. . �. ' C LS�!C4 6�?;i"�.t,�� Y .. fi-�
. �,�� . . . ..� K��,.�'!1�.»"�yt"� �J�Y7Xz
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Elio Espino,PhD,PE Traffic/Pedestrian Engineer 27 ��
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Ph.D.,Civil Engineering Professional Engineer-FL,GA
M.S.,Civil Engineering
B.S.,Civil Engineering
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations. Training,Awards,etc.)
19.RELEVANT PROJECTS
(1�TITLE AND LOCATION(City antl Stdfe) (2)YEAR COMPLEfED
Design-Build Services for 11th Street Roadway Reconstruction(East Alton PROFESSIONAL SERVICES CONSTRUCTION(ileppliceb/eJ
Road to West of Washington Avenue)�Miami Beach,FL 2019 2019
(3)9RIE�OESCRIPTION!Bncl srooc.sitc.rosl,c(c.f AND SPECIFIC ROLE �X�Check��.f pro�ect perlormetl wilh curtenl firm
Traff c engineer for the reconstruction of this roadway which was raised two feet on average,and included the harmonization of each property
owner along the corridor.Throughout this project,CHA coordinated directly with the city and all stakeholders,resulting in a superb design.
This proJ'ecf eliminated flooding in the area and improved the lives of the residents.This project resulted from the impacts of sea level rise
along 11th Street.Faced with the infamous"King Tide"and"sunny-day Flooding,"the city embarked on a strategic plan to raise the roads well
above Booding levels and to upgradelinstall pump stations throughout the city.
I���71iLE AND LOCATION(Gryand Sfaful (2)YEAR COMPLE7ED
Traffic Signals and Signs(TSS),FL,Traffic Management Center Support— PR°FESS'°"�SER"'°ES CONSTRUC110N(ilapplicablel
Southwest Region and US 1 �Miami-Dade County,FL 2017 Ongoing
(JJ SRIf F�FSCRIPTION(8riel scopP,s�zr.,r,osl,e1c.J AND SPEGFIC ROLE ��(�Check II pro�ect performea wilh current firm
Principal traffic engineer for the review of 162 signalized intersections in Miami-Dade County's Tra�c Engineering Area 7 to identify
maintenance and operational issues.This area covered key corridors such as SR 94/Kendall Drive,ensuring intersection clearances met
current standards.Additionally, Elio oversaw arterial monitoring on SR 51US 1,developed performance dashboards,and supervised two
engineers at the Miami-Dade Traffic Control Center,collaborating closely with county staff.
/1)TITLE AND LOCATION(City and Stafe) (2)VEAR COMPLETED
FDOT District 4,Districtwide Traffic Safety Studies PROFESSIONAL SERVICES CONSTRUCTON(dappr,ebbJ
Various Counties,FL 2016 Ongoing
(3)SRI�%DFSCRIPTION(Briel scope,sire.tosl,etc.)AND SPECIFIC ROLF �X�Check if OroJect pcAormetl wM1�curtenl frm
Deputy proIect manaqer for overseeing tasks including field reviews,crash analysis,and safety measures for a contract. He presented
findings to fhe Safetyl�eview Committee monthly.His studies included safety assessments,signal timings,and lighting analysis for areas like
SR 820/Pines Boulevard,SR 736/Davie Boulevard,and SR 817/University Drive.
(t 7 TITLE AND LOCATION(Cityaiitl Slare) (2)VEAR COMPLETED
FDOT District 6,Traffic Engineering Data Collection Continuing Services pR°FESS'°""�SER"'°ES CONSTRUCTION(ifappliceble)
Various Counties,FL 2017 2021
(�)BKIE�UESCRIPiION(Bnel scope sve,cosl.etc.J AND SPFCIFIC ROI F �X�Check��f pro�ect perlormea w��n<�rreni��rm
Project manager who oversaw a contract that encompassed traffic data collection tasks like seven-day counts and turning movement counts.
This contract supported two Adaptive Signal Control Technology projects in District 6,with CHA having deployed 45 Bluetooth devices along
SR 90 and SR 916.Additionally,the pro�ect managed MOT services for significant construction endeavors,including the Cow Key Bridge
Rehabilitation and the I-395 Signature Bridge.
(�17ITLE AND LOCATION(Ciry ai�d Sf te1 (2)vEAR COMPLETED
FDOT District 6,Districtwide Pedestrian and Bicycle Support PROPESSIONAL SERVICES CONSTRUCTION(ilappllcable)
Various Counties,FL 2016 Ongoing
(3)9RIF��FSCRIPTION(Bnal scope.s�[e.cosl.elc.J ANO SPECIF IC ROLF �X�Check�.I prqec'peformed wM1h c�rrent fi�
Deputy project manager who oversaw a contract focused on pedestrian and bicycle safety.The team assessed signal operations,crosswalk
Provisions,and implemented exclusive pedestrian phases.Recent tasks evaluated mid-block crossings in Miami areas and high traffc zones
ke Downtown Miami near the Brickell Avenue Bridge.
STANDARD FORM 330(REV. 7/2021)
• • • � � . . .. .. . . . • . -
. � ..,, �. .>� ,�., . . _ .. . . .. - . .
,.-� ,.. � i . . t... . .., ..
. .� �•'e+ . � `.. . „�a;x '.y_-. ' F`�._ .LI I-L
' .F' � � � '� �` �.o-�'��I {
.. . . a •_ � 9 i � . � '��. _ ....
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL 0.WITH CURRENT FIRM
Sonia Shreffler-Bogart,PE,PTOE Traffic/Pedestrian Engineer 35 2
15.FIRM NAME AND�OCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16 EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S,Civil Engineering Professional Engineer-FL
Professional Traffic Operations Engineer
FDOT Advanced Temporary Traffic Controi
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards,etc.)
Institute of Transportation Engineers;Florida Puerto Rico District Institute of Transportation Engineers
19.RELEVANT PROJECTS
(t�TITLE AND LOCATION(Ciry and State) (2)VEAR COMPLETED
FDOT District 6,Districtwide Traffic Engineering Support Services Consultant PROFESSIONAL SERVICES CONS7RUCTION(ilappl�cabb)
Various Counties,FL Ongoing N/A
(l)�Rltf�ESCRIPTION(BnCI scope.size,cosf,e!c I AN�SPECIFIC RO�E �X�Cneck il pro�ect peNormed wilh current firm
Project manager responsible for this TWO-based contract providing traffic engineering services through the development of various traffc
operations and safety studies identifled for intersections,arterials,etc.,and reiated improvement recommendations and evaluations.Studiesl
analyses,along with supporting tasks, include pedestrian facilities evaluations,mid-block crosswalk evaluations,crash evaluation and
mitigation strategies,signal warrant analysis,arterial analysis/signal retiming,traffic calming evaluations,qualitative assessments,left-turn
phase analysis,signalization plans,speed zone study,conceptual design prans and cost estimates,and mast-arm structural analysis.
�'�i TITLE AND LOCATION(C�ryantl SYate) (11 VEAR COMPLETED
FDOT District 6,Districtwide Traffic Operations PROFESSIONAL SERVICES CONSTRUCTION(Aapp/�caWeJ
Ocala,FL Ongoing NIA
(3)3RIEF DESCKIP710N(Bnclscope.srze,cosf.cic.J AND SPEGFIC HOLE �X�Check�I pm�ect pertorm¢d with turrent�rm
Project manager responsibte for traffic engineering reportslstudies that identify and evaluatelanalyze the problems at certain
intersections,arterials,etc.,and recommend appropriate solution(s)based on an analysis of each recommended improvemenYs cost-
effectiveness.In addition,the contract may include highway safety studieslreports identifying and evaluatinglanalyzing specific problems
and recommendations.
I t i TITLE AND�OGATION(Ciry antl Statel �2)YEAR GOMPLETED
Miscellaneous Civil Engineering Services PROFESSIONAL SERVICES CONSTRUCTION(i/applicable)
Miami,FL Ongoing N/A
(7)3RIEF DFSCRIP'ION(Bnel scope.size,tosl,efc.)AND SPECIFIC ROL[ �X�Check 1 pro�ect oe�ormca wrth wrrent firm
Traffic engineer leatl responsible for this TWO-based contract that involves planning and design services,pavement analysis,surveying,
roadway analysis,geotechnical,options evaluations,public meetings,detailed assessments and recommendations,cost estimates,opinions
of probable construction cost,review of work prepared by subconsultants and other consultants,field investigations and observations,post-
design services,construction administration,and other related services.
(11 TITLE AND LOCATION(City eird Stafe) �2)VEAR COMPLETED
West Grove Traffic Circle Feasibility Study PROFESSIONAL SERVICES CONSTRUCTION(i/appliCable)
Miami,FL 2023 N/A
(3)BRIEF OESGRIPTION(Bne/scope,size,cosl,elc.J AND SPEGIFIC HOLE �x�Gheck if project performed wiln currenl frm
Traffic engineer who assisted with a provision of traffic circles at several intersections in the West Grove neighborhood.Five intersections
were selected by the City of Miami based on requests and concerns from area residents.
11)TITLE AND LOCATION(Cify and Statc) (1)VEAR COMPLETED
FDOT District 6,Districtwide Traffic Engineering Support Services Consultant PROFESSIONAL SERVICES �oNSTR��T�oN���;�ab�,
Various Counties,FL Unknown(Prior Firm)
(3)BRIEF DESCRIPTION(Bne/scope.size,cost,elc.J AND SPEGIFIC ROLL ��Check if pro�ect performed wilh current firm
Project manager for a range of MOT support services within work zones,ranging from real-time traff c monitoring to the implementation of
smart technologies. Responsibilities encompassed reviewing MOT Plans,traffic simulations,coordination with multiple agencies,and data
collection before construction.Sonia also conducted traffc operations studies,structural analyses,reviewed various traffic reports,and aided
the traffc operations office in initiatives like bottleneck identification.
STANDARD FORM 330 (REV. 7/2021)
• • � � � . . .. ... . . • . -
. _. . '.:." i�f ^`-� th��`p`-k � „e� .. .. . �. . . F a+,';r �, � �
�_
,,,_
� ,� ,
.s.. , . =e. ,: �cr,�( ,.
1 '"a E%�4jv7 y"V
. , .. .. . °j�kk. ,
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a TOTAL b.WITH CURRENT FIRM
Eric Lindstrom,PE,PMP,IMSA II TrafficlPedestrian Engineer 22 3
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Civil Engineering Professional Engineer-FL,MD,ID,OR,WA
IMSA Traffic Signal Field Technician Level II
Project Management Professional
FDOT Temporary Traffic Control Advanced Course
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
19.RELEVANT PROJECTS
i�i I I7LE AND LOCATION(Ciry end State) (2)VEAR COMPLETED
FDOT District 4,I-95 Ramp Meter Signal System PROFESSIONAL SERVICES CONSTRUCTION(depplicnble)
Broward County,FL 2023 2023
(11'�3RIEF DESCRIPTION(Bne/scope,s�[e,cost,elc.J ANO SPECIFIC ROL`e �X�Check if pro�ecf peRormed w�Ih cunent Am+
In conjunction with the I-95 Expressway project in District 4,Eric provided engineering support to the team responsible for programmin ,
mPlementing,and monitoring the ramp meter signals.As part of the team,Eric was responsible for the literature review and documenta�ion
of best practices,based on national and local experience. Eric was part of the team responsible for preparing the initial timing plans. He
monitored ramp operations during the initial turn-on penod,making ad�ustments to reflect field conditions,and monitonng compliance.
Additionally,Eric prepared draft documentation,including alarm ticket procedures,maintenance procedures,operators procedures,and
standard operation guidehnes.
',�TITLE AND LOCATION(C�tyand StAte) j2)VEAR COMPLETED
FDOT District 4,Districtwide Traffic Operations Safety Reviews Studies �OFESSIONAL SERVICES CONSTRUCTION(ilappllcable)
Districtwide,FL Ongoing N/A
(:3;�RIEF DESCRIPTION!Bne/scape.s�e,cost.efc.J AND SPECIFIC ROLF �X�Check�I pro�ecl perlormea wrth curtenl firm
Project manager for overseeing safety,pedestrian and bicycle safety studies,road safety audits,pavement RRR safety reviews.Eric
analyzed crasl�data from the past seven years to identify patterns and probable causes,developing improvement concepts considering
ROW constraints,design exceptions,variations and constructability,and evaluating alternatives based on operations,crash reductions,cost
estimates,and net present values.He presented findings and recommendations to the District Safety Review Committee to obtain funding for
design and construction.
��I iLE AND�OCATION(Giry antl SYatoJ (2)VEAR GOMPLETED
FDOT District 6,Traffic Operations and Safety Services PROFESSIONAL SERVICES CONSTRUCTION(i/appl�cade)
Various Counties,FL 2012 2017
(3)3RIFF DESCRIPTION(B�iel scope,5rze,cosf,elc.)AND SPFGFIC ROLE ��Chetk�f pro�eCl peAormeO with current fmm
Project manager for crash data analysis,identifying safety concerns through field reviews,and conducting in-depth studies on fatal accidents.
By evaluating historical crash data,Eric's team determined potential causes and recommended safety measures or further studies to prevent
similar incidents.Additionally,the team assessed access management,school route improvements,railroad crossings,and addressed public
safety requests.
�'��ITLE AND LOCATION(Cifyend SlalaJ (2)VEAR COMPLETED
South Florida Regionat Transportation Authority,FL,Fort Lauderdale Wave �OPESSIONAL SERVICES �oNSTR��T�oNr�a�wKeo�,
Modern Streetcar Design�Fort Lauderdale,FL 2013 2021
(3)RRIFF OESCRIPTION(Bne/scopa sire.cosl,etcJ AND SPECIFIC ROLE � �Check�il projacl pe�armed with currenl firtn
Task manager who produced traffic signal tlesign plans for a three-mile streetcar route in downtown Fort Lauderdale,encompassing 23
signalized intersections.This project involved creating new traffic signals,modifying existing ones,and integrating with train control,rail
switches,and a drawbridge system.Collaborated with a multidisciplinary team for tfie Wave Streetcar project on behalf of the South Florida
Regional Transportation Authority(SFRTA).
'�,TITLE AND LOCATION(C�ty and Sfa[e) (2)VEAR COMPLETED
FDOT District 4,Districtwide Traffic Safety Studies PROFESSIONAL SERVICES �oNSTR��T�oN r��aPa�ab�,
Various Counties,FL 2011 2015
(7)BRIEF DESCRIPTION!Bnel scape size,cosf,elc.J AND SNECIFIC RO�E � �Check�!pro�ect peAarmed w�.tn cu�rent f�rtn
Pro ect manager for preparing safety reviews for 3R projects,pedestrian and bicycle studies,high crash assessments,li�hting evaluations
an�plans,fatal crash assessments,grade crossing assessments,qualitative safety assessmenfs,traffic operations studies,identification of
crash contributing factors,and the development of engineering countermeasures.Many of the projects reqwred preparation on long-range
estimates and net-present value evaluation,and some included preliminary design countermeasures.
STANDARD FORM 330(REV. 7/2021)
• • • � � � . . .. ... . . • . -
,. . �.
•� .F, =��.. L�. •: , � a -,� . �- t � � -
� ��
�,� , �� _� � �� ��� ��� r�'�.�'.r , �«�� ��
. . . ;�.S Tb, , .
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL G.WITH CURRENT FlRM
Hector Vargas,PE Traffic/Pedestrian Engineer 5 5
15.FIRM NAME AND LOCATION(Cify and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Civil Engineering Professional Engineer-FL
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
IMSA Levels I and II;Advanced MOT Certification;Adaptive Tra�c Control Systems(ATCS);Unmanned Aircraft General(Small)
19.RELEVANT PROJECTS
(1�TITLE/WD LOCATION(Qryend SIa1e) (2)VEAR COMPLETED
Evaluation of Photo Red Light Enforcement Program PROFESSIONAL SERVICES �oNSTR��T�oN r,a�,KAo,a,
Miami Beach,FL 2018 N/A
(3)HRIL F�I]FSCRIPTION(9nel sf.ope.s�ze,r.osi,elc.J AND SPECIF�IC ROLE � �Check�.1 pro�ec�perlormetl wiih cunert�irtn
As an underg raduate student assistant,Hector participated in the safety effectiveness study of the Photo Red Light Enforcement Program
in the City ofMiami Beach.The specific tasks included acquiring crash and traffc data,intersection geometric characteristics,signalization
plans,signal operating plans,and aerial images to evaluate traffic operations and safety performance at red light camera locations.Hector
also processed and cfassified the crash data.
(1�TITLE AND LOCATION(City end Slate) (2)YEAR GOMPLEtED
FDOT District 6,Districtwide Pedestrian and Bicycle Support Conceptual PR°FESS'°"�SER"'�ES �oNSTR��T�oN r,,apwkab�A,
Design�Districtwide,FL Ongoing Ongoing
(7;9RiE�DFSCRiP'ION!Bnel scope.s�ze,cosl,elc.)AND SPECIFIC RO�F �X�Cnec�.��(pro�eci oer�ormetl wi�n c�rren�firm
Project engineering technician for supporting contract limits and identifying and avoiding potential conBict with proposed roadway work.
Survey and fieltl verification of all encountered potential utility conflicts was completed.Hector was responsible for ensuring that Miami-Dade
County and FDOT standards policies and procedures and design and construction criteria were being followed for each ufility coordinationl
relocation. Hector coordinated with FPL to identify service points for ITS,signal,lighting,and lantlscape lighting.He was also responsible for
the conceptual design,cost estimate,and preparation for several proposed signafization along the project limifs.
(1)TI TL E AND LOCATION rCity and State) (2)VEAR COMPLETED
FDOT District 6,Rickenbacker Bridge Rehabilitation(Bridges 870162(NB to 'R°FESS'°""`SER"'�ES �°"STR��T'o"„'a�w``a°'a,
I-95)8 870163(SB to S Dixie Hwy)Active Work Zone Management and MOT 2024 2024
Support�Miami-Dade County,FL
(3)f3NIEF OFSCRIPTION�Briel scooe s�re.cosl.etc.)AND SPFCIFIC ROI.E �x�CneCk��.f pro�ec!peNormeC with currenf f�*^
Field en�ineer/MOT designer for this FDOT bridge rehabilitation project. Hector provided support in developing signal timing plans and
coordina ed with the signal maintaining agency to implement them in the central system.Collaborated with the project CEI,City of Miami
Police,and Village of Key Biscayne Police to provide for efficient traff c operations.Actively monitored work zones and made real-time signal
timing adjustments to alleviate congestion and improve traffic flow.Documented and analyzed outcomes through daily dashboards and traffic
alerts to ensure effective traffic management.
�1�TI TLE AND l.00ATION{Ciry ann S(afeJ (2)YEAR COMPLETED
FDOT District 4,Districtwide ITS and Signalization Projects PROFESSIONAL SERVICES CONSTRUCTION�rlapplrcab/e)
Districtwide,FL Varies per Project Varies per Project
(3)f3Nlt:1-DFSCI21PilON(Hnelscope.s�e,cos(.etc.)ANO SPFCIFIC ROL[ ��(�Check�f pro�ect pertormed witn currenl firtn
Lead signal design engineer for supervising the traffic signal aspects across multiple projects. Responsibilities extended to overseeing ITS
and signalization design throughout each roJect.The following represents a partial list of the pro ects to which he contributed: 1)SR 7 at
Lakeworth Road in Palm Beach County;2�SR 80416oyynton Boulevard from SR 7 To Lyon's Roa�in Palm Beach County;3)SR 5/US 1 from
6th Avenue to Arlington Road in Palm Beach County 4�SR 5IUS 1 from Bailey Street to South of Eve Street in Palm Beach County;and 5)
SR A1A/Fort Lauderdale Beach Boulevard South of NE 14th Court in Browartl County,among others.
i 1 i TITLE AND LOCATION fCiry antl Stafe) (2)YEAR COMP�ETED
FDOT District 6,Districtwide ITS and Signalization Projects PROFESSIONAL SERVICES CONSTRUC710N(ilnpplicable)
Districtwide,FL Varies per Project Varies per Project
(3)9RIEi�ESCftIPTION(Bnelscope.s�te.cosf,elc.J ANO SPEGFIC ROLE �X�Check f Normee wilh wrrent Frm
�.prolea oe
Lead signal design engineer for overseeing the traffic signal aspects of several projects.Responsible for ITS and signalization design
throughout each project.The following represents a parfial list of the pro�ects to which he contributed: 1)SR 860(Miami Gardens Drive)
NW 183 Street at NW 30 Avenue/Miami Job Corps in MiamrDade County;2)SR 90(Tamiami Trail)SV�8th Stree�Pedestrian Mid-Block
Crossings at SW 35th Avenue and SW 29th Avenue in Miami-Dade County;3)SR 9b SR 817/NW 27 Avenue from NW 168 Terrace to South
of NW 187 Street in Miami-Dade County�4)SR 922/NE 123 Street from West of Biscayne Boulevard to North Bayshore Drive in Miami-Dade
County;and 5)SR 817/NW 27 Avenue{rom Sesame Street to Dunnal Avenue in Miami-Dade County,among others.
STANDARD FORM 330(REV. 7/2021)
� • • � � . .. ... . . . -
. ;,
. ,.
' ' ;,'. Z f��,' � �- h'r l��•
. �"�t. -��+'. _ , a,�!'�
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
Angela Baron-Ruiz,PE,ENV SP Project Engineer-Stormwater/Drainage and a TOTAL b.WITHCURRENTFIRM
Climate Change/Resiliency �6 �2
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Civil Engineering Professional Engineer-FL
Envision Sustainability Professional
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards,etc.)
American Society of Civil Engineers;Florida Engineering Society
19.RELEVANT PROJECTS
�1�TITLE AND LOCATION(Crty and Sfalel (ZI VEAR COMPLETED
11th Street Reconstruction from East of Alton Road to Euclid Avenue PROFESSIONAL SERVICES CONSTRUCTION(i/applicable)
Miami Beach,FL 2019 2019
(7)!3N11�OESCRIPTION(8rief scope,size,cax(,efc.J AND SPECIFIC ROLF �X�Check R prolect peAotme�with Gurtenl firm
Senior project engineer for this project in which the City of Miami Beach raised streets to protect the city from the impending sea level rise.
To fight the effects of sea level rise,the roadway profile of 11th Street was raised two feet which involved impacts to the existing drainage
system and ad1acent properties.This proJ ect consisted of the installation of a new drainage system along the corridor while harmonizing and
providing flood protection to the ad�acent properties.
i 1�71TLE AND LOCATION(bry anASiateJ (21 YEAR COMPLETED
Sea Level Rise Mitigation Projects PROFESSIONALSERVICES CONSTRUCTION(dappNce0le)
Miami Beach,FL 2018 2018
(3)aRIEF DESCRIPTION(Bne/sCope.Size.cosf.elc.)ANO SV[CIFIC ROLE �X�Check��pro�ect performcd wi�h cu/renl firm
Senior project engineer for this program in which CHA has spearheaded the effort to provide a suggested approach for evaluating the impacts
of sea level rise and offering potential adaptation strategies for dealing with these impacts,including hard and soft infrastructure options,
flood-risk management and coastal protection,and transportation planning.In addition to evaluation and assessment,CHA has worked on
the design of various construction pro ects that have seroed to improve climate change resiliency and reduced the impacts of sea level rise
in communities throughout the City of�iami Beach.These projects comprise stormwater systems,conveyance pipes,inlets,drainage wells,
stormwater pump stations,sea walls,water quality analyses,and environmentallhabitat protection projecis.
;1�IITLE AND LOCATION(Cityend StateJ (2)YEAR COMPLETED
Stormwater Pump Station at Miami Beach Convention Center PROFESSIONAL SERVICES CONSTRUCTION(i/applicade)
Miami Beach,FL 2018 2018
(3)3RIFF DESCRIPTION IBnelscope.size,tost.Blc.)AND$PEGFIC ROl E ��(�Check rl pro�ecl pertormetl with currenl frm
Senior project engineer for this design-build neighborhood improvements project.The scope encompassed an area of approximately 84
acres.The improvements included the installation of 2 pump stations consisting of four 20,000 gpm low-head axial pumps,water quality
treatment structures discharging treated runoff directly into a duplex wet well,a long energy dissipater structure,and approximately 175 feet
of new seawall following the most updated City of Miami Beach Public Works standards.This project considered the effects of sea level rise
and ensured that this facility would function properly for the estimated design life of the project.
(1 j TITLE AND LOCATION fCity and SYdfeJ (2)YEAR GOMPLETED
FDOT District 6,SR 251US 2710keechobee Road from East of NW 107th PROFESSIONAL SERVICES CONSTRUCTION(Rapplicabie)
Avenue to East of NW 116th Way�Hialeah,FL 2020 Ongoing
(3)3RIEF DESCRIPTION�Bne/scope.size.co5l.efc.)ANO$PFCIFIC ROLE �X�CheCk�f pro�ect peAormed wiln c.�rrenl fi�,
Senior project engineer for the design and reconstruction of SR 25/Okeechobee Road from east of NW 116th Way,inclutling flyovers from
NB/SB NW 87th�4venue to WBIEB Okeechobee Road,and reconstruction of NW 87th Avenue,the frontage road,NW South River Drive,NW
103rd Street,antl NW 106th Street.Angela is also responsible for drainage tlesign for the southern portion of the project, hydraulic analysis
for all canals,preparation of bridge hydraulic reportslstormwater management reports,and permit coordination with local municipalities and
jurisdictional agencies.
(1�TITLE AND LOCATION(City and Stafe) (2)V EAR COMPLETED
Broward County MPO Mobility Project Along SR 8171University Drive from PR°FESS'°"�SER"'°ES °°"STR"°T'°"�;'rP°'�a°'a,
Riviera Boulevard to SR 824/Pembroke Road�Broward County,FL 2022 2022
(3)BRIFF DESCRIP'ION'Bne/scope.s�ze.cusl.ulc)ANC]SPFCIFIC�201 E ��(�Check�(pro�ec.pertormetl wi�h c�rrenl�irtn
Project engineer assisting with this Broward County MPO mobility project along SR 817/University Drive from Riviera Boulevard to SR 824/
Pembroke Road.Improvements included milling and resurfacing to include bicycle lanes,drainage improvements(due to widening);providing
sidewalk improvements as necessary to comply with ADA;a new pedestrian bridge;upgrading signing and pavement markings; retrofitting
lighting at the signalized intersections;relocating trees;and modifying signals within the limits of the pro�ect.The pro�ect required extensive
coordination witfi Broward County,the City of Oakland Park,Broward County MPO,and stakeholders.
STANDARD FORM 330(REV. 7/2021)
• • � � � � . . - .. ... . . • . -
�� _ . . ,: ...� .. ;� �
��,� � � � , '�
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
StephanieBortz,El ProjectEngineer-StormwaterlDrainageand aTOTAL bWITHCURRENTFIRM
EnvironmentallPermitting 11 1
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Coral Springs,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Environmental Engineering Engineer Intern-FL; Certified Floodplain Manager;TTC Intermediate
B.S.,Environmental Science Certificate;TTC Advanced Certificate;FDEP Erosion 8 Sedimentation
Control Inspector;Stormwater Operator Level 1;Stormwater Operator
Level 2;OSHA 10-hour;OSHA 30-hour
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards,etc.)
Florida Floodplain Managers Association
19.RELEVANT PROJECTS
� (1)TITLE AND LOCATION(City antl State) (2)VEAR COMPLE7ED
NW 58th Street Outfall PROFESSIONAL SERVICES CONSTRUC710N�i/appNta6la)
Doral,FL 2022 2022
(3)BRIFF DFSCRIP110N(Bnelscapo.s�re.cosf,eM.f AND SPECIFIC ROLE � �Check�i(project peAormetl wilh current firtn
Project manager for the installation of 786 feet of exfiltration trench and solid pipe,manhole structures,inlet structures,and modifying existing
infrastructure.The ro ect also included the construction of a 42-inch outfall to discharge to the NW 58th Street Canal.Canal resforation was
required to comply wit�Class II and Class III permit requirements to restore the top of bank to the historical flood event elevations.
!1I TITLE AND LOCATION(Cityantl Stete) �27 VEAR COMPLETED
Canal Bank Stabilization Project:Years 5A,5B,and 7 �oFEss�o��sER��Es �oNSTR��noN r,��w��a��,
Doral,FL 2020 2020
(3)9RIFF[JESCRIPTION(BnclStopc.s�c,tost.eft f ANO SPEGFIC ROLE � �CheCk if proje[�paAormed wilh currentlmm
Project manager for this canal bank stabilization project to construct a geo-cell wall made of geo-synthetic material along the canal bank.The
pro�ect also mduded constructing a 10-foot maintenance/pedestrian/bike shared-use path and a 48'x60'mamtenance launch pad along the
canal ROW.This project also included the construction of a 60'x33'maintenance launch pad along the canal ROW.
(1�TITLE AND LOCATION(City antl Slale) �Z)YEAR COMP�ETED
Stormwater Improvement Design for Sub Basin NW 33 Street West �OFESSIONAL SERVICES CONSTRUCTION(ilnpplica�lef
Doral,FL 2022 2022
(3)9RIFF pFSCRIP'ION!Bnel scope.s�re.cosf,ek.J AND SPECIFIC ROLE � �Checx t r/ormed wilh curtent
��fpro�ec pc 5rtn
Project manager for the design and improvements to the stormwater infrastructure within the public ROW in Sub Basin NW 33rd Street West,
identified in the 2021 Stormwater Master Plan.The design includes improvements to approximately 0.50 miles of secondary roads within the
City of Doral.
(1�TITLE AND LOCATION fCr(y antl Sfate) (2)VEAR COMPLETED
Replacement of Sand Loader System(Main WTP)SDC PROFESSIONAL SERVICES CONSTRUCTION(i/�roeb/e)
Palm Springs,FL Ongoing Ongoing
(3)i3HILF UESCRIPTION(Bne/scope.si�e.cos(.etc.)AND SPECIFIC ROLC �X�Check if project perlormed wi�h currenl firm
Project engineer to address the replacement of the sand loader system,including the removal and replacement of the existing pneumatic
sand conveyance system in its entirety,inclusive of dense phase vessel,air management system panel,control panel,air compressor,
receiver tank,and the desiccant dryer system.The replacement design will be of a similar configuration to the existing system to maintain
familiarity with the operation.Services include design,permitting,and construction-phase services.
(1)TITLE AND LOCATION(C�ry and Sfnlx) (2)VEAR COMPLETED
PBCWUD WTP No.2 Treatment and Disposal Improvements �QFESSIONAL SERVICES CONSTRUCTION(�lapplitablef
West Palm Beach,FL Ongoing Ongoing
(3)3NIFF[7FSCRIPTION!8nel scope.s�ze.cosf.elc.J AND SPECIFIC ROLE �X�Check A pro�ect penurme0 wilh current firm
Prolect engineer to provide design,permitting,and bidding/award assistance for upgrades to the conventional lime softening systems of 16.4
MGD at WTP No.2. Improvements include new lime softening unit#3,rehabilitation of existing softening unit#2,and decommissioning of
softening unit#1.
STANDARD FORM 330(REV. 7l2021)
• • � � � � � � � •� ��� • • • • • 1
� ._ . ,;
' � '^Y 7 r �i{`3�.�� 1'� "r�' '�J' �x^`t.d�ia
����` �.- ����`,�1
. ... . i. •,v' , . - .- .
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL �.WITH CURRENT FIRM
Lissette Guon,EI Project Engineer-Utility Coordination 23 22
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Dorai,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Civil Engineering Engineer Intern-FL
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
19.RELEVANT PROJECTS
(��TITLE AND LOCATION IGty ann Slale) (2)YEAR COMPLETED
Design-Build Services for 11th Street Roadway Reconstruction(East Alton PR�ESS'oN,�SER���Es CONSTRUCTION(�appliceDl¢)
Road to West of Washington Avenue)�Miami Beach,FL 2019 2019
(3)BRIFI�[7ESCRIPTION(Bne/sr,upe,sizn,cosl,e1cJ AND SPECIFIC ROLE X Check�R � Aormed wilh curren�(irtn
prqec pe
Project engineer for this project that included the reconstruction oi the roadway which was raised two feet on average,and included the
harmonizalion of each property owner along the corridor.Throughout this project,CHA coordinated directly with the city and all stakeholders,
resulting in a superb design.This proJ ect eliminated flooding in tfie area and imQroved the lives of the residents.This project resulted from the
impacts of sea level rise along 11th 5treet. Faced with the infamous"King Tide'and"sunny-day flooding,"the city embarked on a strategic
plan to raise the roads well above flooding levels and to upgrade/install pump stations throughout the city.
!1)TITLF AND LOCATION(City antl Stete) �2)YEAR COMPLETED
FDOT District 4,SR 8171University Drive(Riviera Boulevard to SR 8241 PROFESSIONAL SERVICES CONSTRUCTION p,�,�ab�a,
Pembroke Road)� Broward County,FL 2022 2022
(3;�3kih"DESCRiPTiON(Bnelscope.s�ze,cost.etcJ ANO SPECIFIC ROLE ��(�Check if pro�e<t peAormed wi(h current firm
Senior utility coordinator for this Broward County MPO mobility project atong SR 8171University Drive.The project aimed to improve
pedestrian,bicycle,traffic,transit,operational,and safety.The improvements included accommodating bicycle lanes by milling,resurfacing,
widening the existing roadway,drainage,curb and gutter,widening sidewalks,ADA curb ramps,adding bus shelters at existing bus stop
locations,constructing a new pedestrian overpass bridge near the intersection of Miramar Boulevard over the SBDD Canal No. 1,upgrades
to signing and pavement markings,up�rades to pedestrian countdown signals at all signalized intersections,replacing light poles impacted by
proposed widening,and improving ligh ing unrformity levels on the sidewalk,includmg pedestnan lighting retrofit at all signalized intersections.
The project required extensive coordination with the Broward County MPO,the City of Miramar,stakeholders,and adjacent pro�ects.
��;�7ITI.F AND LOCATION/Cityand Statel (21 VEAR COMPLETED
FDOT District 4,Prospect Road(SR 8701Commercial Boulevard to SR-8111 PROFESSIONFLL SERVICES CONSTRUCTION(Aav��aGln)
N Dixie Highway)�Broward County,FL 2019 2019
(3)3HIF%�FSCRIPTION�Brie�Scope.Size.cosf,efC.J ANO SPECIFIC ROLE �X�Chetk if pro�xl peAormBG wilh currenl firtn
Senior utility coordinator for the off-system Broward County MPO mobility project to add bicycle lanes using minor widening and lane
elimination or"road tliets."The improvements consisted of milling and resurfacing,including bicycle lanes,drainage improvements(due to
widening),providing sidewalk improvements as necessary to comply with ADA,upgrading signing and pavement markings,retrofitting lighting
at the signalized intersection of Powerline Road,relocating trees,and modifyin�signals within the limits of the project.This project reqwred
approvaT from Broward County for lane elimination from 6-lane to 4-lane from owerline Road to S Dixie Highway.The project required
extensive coordination with Broward County,the City of Oakland Park,Broward MPO,and stakeholders.
'i TiTLE AND LOCATION!Cityantl Slafel �21 YEAR COMPLETED
FDOT District 6,SR 25NS 2710keechobee Road from East of NW 107th PR°FESS�°N�SER���ES CONSTRUCTION(i(applicab/e)
Avenue to East of NW 116th Way�Hialeah,FL 2020 Ongoing
(J)Cl2IL��UtSCHIf'iION!Bnel scope,si[e,cosf.efc.)AN�SPECIFIC ROLE �x�Check��(pro�ecl perlormed wilh curren�firtn
Senior utility coordinator for this safety and operations project along SR 2510keechobee Road to alleviate major tra�c impacts on the
frontage road and service roads approaching Okeechobee Road, T21st Way,and 116th Way/Hialeah Gardens Boulevard.This project
included the ma�or reconstruction of SR 25 to�rovide grade separation at the intersection of NW 116th Way.This reconstruction of SR 25
provided rade separation at NW 116th Way.It involved nine new signalized intersections,rigid pavement on Okeechobee Road for heavy
truck tra�c,and the realignment and widening of key roads for future traffic demands.Enhancements for pedestrians and cyclists,utility
relocations,and complex ROW coordination were afso notable.The project further included new lighting,signage, ITS backbone,and
extended culvert service life.
�1,TITLE AND LOCATION(Ciry and State) (Z?VEAR COMPLETED
FDOT District 6,Utility Coordination Districtwide Contract PROFESSIONAL SERVICES CONSTRUCTION(Aapplicable)
Districtwide,FL 2014 N/A
(3;3ftIFF pESCRIPTION!Bne/scope.s�te.cosf.elc.)ANU SPECIFIC NOLc �X�CheGk�if pro�ett pe�orme0 wilh current firm
Utility coordinator responsible for supporting the Department Utility Section for the utility coordination and completin�utility clear packages
as part of this process for several millmg antl resurfacing projects within Miami-Dade County and the Florida Keys. art of the scope included
coordinating with engineers-of-record for the plans,utility agency owner companies,District Construction O�ce,and Utility Office.
STANDARD FORM 330(REV. 7/2021)
• • • � � . . .. .. . . . • . -
._ . ..�� ��ii'W�#"s.r .� . .
� -� �
� . .
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL b.WI7H CURRENT FIRM
Eduardo Martinez,PE Street LightinglElectrical Engineer 42 19
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and SpecializationJ 17.CURRENT PROFESSIONAL REGISTRATION(State and Drscipline)
B.S.,Electrical Engineering Professional Engineer-FL
18.OTHER PROFESSIONAL QUALIFICATIONS(Publicahbns.Organrzafrons. Trarnrng,Awards,etc.)
19.RELEVANT PROJECTS
(1�TITLE AN�LOGATION(Giry end SYafeJ (2)VEAR COMPLETED
Design-Build Services for 11th Street Roadway Reconstruction(East Alton PR�ES�,°N�SER�'�ES CONSTRUCTION(ilaqa'icebleJ
Road to West of Washington Avenue)�Miami Beach,FL 2019 2019
(3)IIRIE�OESCftIPTION(Bne/sr,ope,s�zP.,r.os/,elc.JAND SPEGFIC ROLE �X�Check A p�a�nct peAormed with current frm
Electrical engineer for this prolect that included the reconstruction of the roadway which was raised two feet on average,and included the
harmonization of each property owner along the corridor.Throughout this project,CHA coordinated directly with the city and all stakeholders,
resulting in a superb design.This prol'ect eliminated flooding in tfie area and imQrovetl the lives of the residents.This project resulted from the
impacts of sea level rise along 11th Street. Faced with the infamous"King Tide'and"sunny-day flooding,"the city embarked on a strafegic
plan to raise the roads well above flooding levels and to upgradelinstall pump stations throughout the cify.
i 1 i TITLE AND LOCATION(Gry and Stale) �2)YEAR COMPIETED
Stormwater Pump Station at Miami Beach Convention Center PROFESSIONAL SERVICES CONSTRUCTION(i/appNca6le)
Miami Beach,FL 2018 2018
���akieF oESCaiprioN(e�e�scope.s�ze,cosr,c�c�nNn sPeCiFiC Ro�e [X�cneck�i pro�nc�oenormed wan currem nrm
Project engineer for this desi�n-builtl neighborhood improvements project.The scope encompassed an area of approximately 84 acres.
The improvements mcluded t e installation of 2 pump stations consisting of four 20,000 gpm low-head axial pumps,water quality treatment
structures discharging treated runoff directly into a duplex wet well,a long energy dissipater structure,and approximately 175 feet of new
seawall following the most updated City of Miami Beach Public Works standards.This pro�ect considered the effects of sea level rise and
ensured that this facility would function properly for the estimated design life of the project.
�i i 7I7LE AND LOCATION(City and Statel �27 VEAR COMPLETED
Washington Avenue Improvements,Phases 2,4,and 5 �ofEss�o�SER��ES CONSTRUCTION(ilapplica��e)
Miami Beach,FL 2008 2008
(3)BRlEF DESCRIPTION(8/+elsCape.sizC.cas7.Ctc.)AND SPECIFIC ROLE �/��C�eck�.(pro�ect Dertorm¢tl wiln currenl firtn
Project engineer responsible for preparing plans and specifications for the improvements that included milling and resurfacing,new gravity
drainage wells,and sanitary sewer capacity improvements,including pipe/manhole up-sizing,The proposed improvements also inclutled new
catch basins,a new collection system and 28 gravity wells.that work in addition to the existing system with several interconnects to maximize
treatment and flood attenuation.Eduardo also provided office administration construction progress activities related to the construction of this
ROW improvement project.
�:t i I'ITLE AND LOCATION(C�ryenA Stelel (2)yEP.R COMPLETED
Nautilus Neighborhood Improvements PROFESSIONAL SERVICES CONSTRUCTION(i/applica0le)
Miami Beach,FL 2010 2010
,s,�areF oEseRiP-ioN�a�ers�oP�.sao�osr,�a,arvo sveciF�c Ro�e [xJ ch�k,,vo,o��oenamen wan��„e��nm,
Electrical engineer-of-record for the Nautilus Neighborhood project.Improvements included milling and resurfacing,new drainage,a
new water main system betterment,and decorative lighting.This pro�ect was a design-build,in wfiich CHA partnered with RICINAN
International Construction.
�1�TITLE AND LOCATION(Gfty and SYafo) (2)VEAR COMPLETED
Lummus Neighborhood 7th and 8th Streetscape Improvements PROFESSIONAL SERVICES CONSTRUCTION(ifapplicable)
Miami Beach,FL 2008 2008
�a,yrrie=oescRiPnoN�9�ors�opq s,i�,��,�.�,c,nNo saEaFic Ro�e (x]cneck�.�woiem ae�o�mea w�m ourreo�em,
Electrical engineer-of-record assisting with this milling and resurfacing project.Improvements included signing and pavement maricings,street
lighting,and aesthetic enhancements(planting coconut palms on the sitlewalk).All improvements fell under ADA and MOT compliance.The
pro�ect also consisted of removing and replacing the existing curb and gutter and the sidewalk between 11 th Street and 16th Street.The
pro�ect also included improving the existing water main and drainage system.Stormwater pipe upsizing and drainage were incorporated into
the drainage improvements.
STANDARD FORM 330(REV. 7I2021)
• • • 1 � � � . . .. ... . . • . -
, , _ ,
. v , - � . _ $.�
��� , _ � ,. ,� ._ � � ,� �� �.,���-•,,.;
Q�� �� �,. ,�. � r ,�.�, � � ,���, :�
» �+�w'<� �. .� , , .
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERtENCE
a.TOTAL b.WITH CURRENT FIRM
David Sigler,EI Street LightinglElectrical Engineer 8 �
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16-EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and DisciplineJ
B.S.,Electrical Engineering Engineer Intern-FL
18.OTHER PROFESSIONAL QUAUFICATIONS(Publications,Organizations.Training,Awards,etc.)
Institute of Electrical and Electronics Engineers
19.RELEVANT PROJECTS
(1 i TITLE AND�OCATION�City antl Sfate) (2)�EAR COMPLETED
Design-Build Services for 11th Street Roadway Reconstruction(East Alton PR°FESS'°",�SER�'�ES �oNSTR��T�oN r�a�w�eb�e,
Road to West of Washington Avenue)� Miami Beach,FL 2019 2019
(3)9RIFF DESCRIPTION(Bnel scopo.s� ,cosl,e(c J ANO SP[CIFIC ROLE �X�Ghack if pro�ecl peAormed wilh curren�firm
Electrical engineer for this pro ect that included the reconstruction of the roadway which was raised two feet on average,and included the
harmonization of each proper�y owner along the corridor.Throughout this project,CHA coordinated tlirectly with the ci�y and all stakeholders,
resulting in a superb design.This proJ'ect eliminated flooding in tfie area and imProved the lives of the residents.This project resulted from the
impacts of sea level rise along 11th Street. Faced with the infamous"King Tide and"sunny-day flooding,"the city embarked on a strategic
plan to raise the roads well above flooding levels and to upgradelinstall pump stations throughout the cify.
i 1 i TITLE AND�OCATION lGryand Sta(el �2)YEAR COMPLEfED
GMA,NW 87th Avenue Interchange Reconstruction PROFESSIONAL SERVICES CONSTRUCTION(ifapplicable)
Miami,FL 2020 2020
(7)HHIFF f1FSCRIPTION�Bne/scope.size,cost,cic J AN�SPECIFIC ROLE �X�Check�1 p�o�ect peAo�med wilh curren�firtn
Assistant ITS/li�hting project engineer for the larger reconstruction effort involved in this project,providing lighting and ITS design services.
The project limi s exfended from NW 92nd Avenue to NW 82nd Avenue.CHA designed an entirely new lighting system within the project and
on all new ramps.The new system comprises 21 high-mast lights,71 lighting poles,20 under-bridge deck luminaries,and 2 serwce points.
(�I TITLE AND LOCATION(Ci(y andSfa(e) (2)VEAR COMPLETED
FDOT District 6,SR 251US 27/0keechobee Road from East of NW 107th PROFESSIONAL SERVICES CONSTRUCTION(ilapp6caWeJ
Avenue to East of NW 116th Way�Hialeah,FL 2020 Ongoing
(3):-]RIEF�ESCRIPTION(Bne/scope.s�ze.rosf,cicjANn SPFCIFIC ROLF �X�Check�I
pro�ect perlwmed wi�h current firm
Assistant ITS/lighting project engineer for the SR 25/0keechobee Road reconstruction project using rigid pavement.The scope of this project
included grade separation over NW 116th Way,the reconstruction of NW 116th Way from SR 5 to�he entrance of Hialeah Gardens,the
realignment and widening of the frontage roatl,the reconstruction of NW South River Drive,improvements to pedestrian and bicycle facilities,
designing nine new intersections(including evaluating existing ones),and ITS development per the master plan,including ADMS,CCTV,
MVDS,and TTS.
�t i I I I LE AND LOGATION(City and Sfale) (2)VEAR GOMPLETED
FDOT District 6,SR 9091W Dixie Highway(South of NW 129th Street to North pROFESSIONAL SERVICES CONSTRUCTION(AapplicableJ
of NE 151st Street)�North Miami,FL 2021 2023
(3)9RiFF oFSCRip'ION(Bne/scope.size.cost.elc.)AND SPFCIFIC ROLF �X�Check�f pro�ece oe�ormea with current firm
Electrical engineer for this RRR prol'ect that included the milling and resurfacing SR 909/West Dixie Highway,replacing deficient ADA ramps,
removing stamped asphalt crosswalks,replacing damaged sidewalks,documenting existing deficiencies infeasible to correct in design
variations,and significant access management modifications,inclutling extending medians and constructing channelization islands.
f�1 TITL E AN D LOCATION�Gry and Stale) (2)VF.AR COMPLETED
FDOT District 4,NE 6th Avenue(SR 81610akland Park Boulevard to SR 8701 PROFEss�oN�sER��Es CONSTRUCTION(ilapplicaele)
Commercial Boulevard)�Broward County,FL 2017 2019
(]),9RIFF DESCRIPTION!Brrel scope.s�ze.cost.elc.)AND SPECIFIC ROLE �x�CheIX��(pro)ect UeNormeO wilh curren�firm
Project electrical en�ineer responsible for the lighting retrofit for this project.Additional improvements included a new concrete sidewalk,
milling and resurfacing of pavement,traffic control analysis,and drainage improvements for existing signalized intersections at Commercial
Boulevard and Oakland Park Boulevard.
STANDARD FORM 330(REV. 7/2021)
• � • � � . . - .. .. . . . • . -
_ �, .r� a� �'� ; � ,`,:#� '°,� '� " . :.Nt>`
,;' ` � �.�,',� . '�. :r..
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.iOTAL �.WITH CURRENT FIRM
Ricardo Batista,EI Street LightinglElectrical Engineer 9 g
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Electrical Engineering Engineer Intern-FL
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
19.RELEVANTPROJECTS
(1 i TITLE AND LOCATION(City end SYafeJ (2)VEAR COMPLETED
Design-Build Services for 11th Street Roadway Reconstruction(East Alton PROFESSIONAL SERVICES CONSTRUCTION(i{epplice�leJ
Road to West of Washington Avenue)�Miami Beach,FL 2019 2019
����r�ier-oescrtiN�iov�e�er.<rope.sae,�o:i.ei�.�nNo saFciFic ao�r [X]cne�k�rpro�ea perto�mea wnn c�rrern rrm
Electrical engineer for this proJ'ect that included the reconstruction of the roadway which was raised two feet on average,and included the
harmonization of each property owner alon�the corridor.Throughout this project,CHA coordinated directly with the city and all stakeholders,
resulting in a superb design.This prolect eliminated flooding in tfie area and improved the lives of the residents.This project resulted from the
impacts of sea level rise along 11th Street. Faced with the infamous"King Tide"and"sunny-day flooding,"the city embarked on a strategic
plan to raise the roads well above flooding levels and to upgradelinstall pump stations throughout the city.
,i i TITLE AND LOCATION(Cityenn S(arel �2)VEAR COMPLETED
GMX,Reconstruction/Widening of NW 82nd Avenue(NW 7th Street to NW PROFESSIONAL SERVICES CONSTRUC710N(i/dopMcable)
12th Street)�Miami,FL 2020 2020
(�)BRIEF DESCftIP'104(BnC(Stope,s�ze.cosf.e!c�ANO SPFCIFIC iOl F �X�Check if pro�ea Oe�ormed wi�h cunent firm
Project engineer for the larger reconstruction effort involved in this project,providing lighting and ITS design services.The project limits
extended from NW 92nd Avenue to NW 82nd Avenue.CHA designed an entirely new lighting system within the pro�ect and on all new ramps.
The new system comprises 21 high-mast lights,71 lighting poles,20 under-bridge deck luminaries,and 2 service points.
�1�TITLEAND LOCATION(City antl Shdle) (2)YEAR COMPLETED
FDOT District 6,Reconstruction of SR 9771Krome Avenue(SW 232nd Street to PROFESSIONAL SERVICES CONS7RUCTION(ilapplicaD�eJ
South of SW 184th StreetlEureka Drive)�Miami,FL 2018 2018
(3;HRIE�OESCHIV'�ION;Bne�scope.s�ze.cosf.efc�ANO SPECIFIC�Ol e �X�CheCk il pro�ect pertolme0 wilh�urrenl fvm
Project engineer for the reconstruction of SR 9771Krome Avenue.This projecYs typical section consists of four 12-foot lanes and a 40-foot
median that separates the opposing traffic.The typical section also included 12-foot outside shoulders(5-foot paved),8-foot inside shoulders
(2-foot paved),swales on both sides of the road,and a 10-foot shared-use path on the west side.Additionally,the 5-foot paved shoulders
outside both bounds have bicycle pavement markings and are used as bicycle lanes.
��'i TI7LE AN�LOCATION fCiry and StaroJ (2)VEAR COMPLE7ED
FDOT District 6,SR 251US 2710keechobee Road from East of NW 107th PROFESSIONAL SERVICES CONSTRUCTION(Aappl/caWe)
Avenue to East of NW 116th Way�Hialeah,FL 2020 Ongoing
(3)BRIEF DESCRIPTION(Bnel scope.5ize.co51,etc.)ANO SPECIFIC ROLF �X�Check il pro�et�OeAwmetl wilh Curren�(mm
Electrical project engineer for the SR 25/Okeechobee Road reconstruction project using rigid pavement.The scope of this project included
grade separation over NW 116th Way,the reconstruction of NW 116th Way from SR 5 to the entrance of Hialeah Gardens,the realignment
and widening of the frontage road,the reconstruction of NW South River Drive,improvements to pedestrian and bicycle facilities,designing
nine new intersections(including evaluating existing ones),and ITS development per the master plan,mcluding ADMS,CCN, MVDS,
and TTS.
.�iI TLE AND LOCATION lCiry and Sta�e) (21 VEAR COMPLE7ED
FDOT District 4,SR 816/0akland Park Boulevard Intersection Lighting PROFESSIONAL SERVICES CONSTRUCTION(ileppticaNe)
Evaluation�Sunrise,FL 2021 2022
(S:�3HiF=DESCRIP'ION;Nnelscope,si�a cosf,etc.)AND SPFCIFIC ROL: �X�C�ech�fpro�ect oe�ormeC wrth c�rrent firm
Engineerlsignalization designer responsible for the preliminary assessment of potentiat crash countermeasures.Based on the field lighting
measurements,nighttime field observations,and lighting analysis,the existing roadway lighting along SR 816/0akland Park Boulevard did
not comply with the current FDOT lighting standards.
STANDARD FORM 330(REV. 7/2021)
• • • � � � . . .. ... . . ' . -
. . �,�;, . . . � . . , � . �� � ,�� 5 ' ,�� ^
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL D.WITH CURRENT FIRM
Levi Boyle,PE CEI Specialist �2 4
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Civil Engineering Professional Engineer-FL
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards,etc.)
Final Estimates Level I&II;Quality Control Manager;FDOT Advanced Maintenance of Traffic
19.RELEVANT PROJECTS
(1�I ITLE AND LOCATION(C�ry and SYateJ (21�EAR COMPLE7ED
CEI Services for West Avenue Roadway,Drainage,and Lighting �oFEss�o��sER���Es �oNSTR��T�oN r�aPw�ab�,
Reconstruction�Miami Beach,FL Ongoing Ongoing
�3�eRie�or-scrziPnoN;o�ai.tr.ove_s,.e.��si,em.larvo sPeaFie ao�� [X]ena�k a i
pro�ec pertormetl wM1h curren�frm
CEI project manager for this project that includes various improvements aimed at enhancing the area's infrastructure.One of the key
improvements is the replacement of the current water distribution systems with 20-and 12-inch DIP,as well as the replacement of fire
hydrants and water meters along the corridor.The project also involves upgrading the gravity sanitary sewer system,which includes installing
50 manholes and 200 lateral connections among the side streets.In addition,the prol�ect also includes the installatlon of a new stormwater
drainage collection and pumping system with a diameter ranging from 18-to 96-inch RCP,which includes six 20,000 gpm electrical axial
pumps with two 50cfs treatment structures.Also,the project consists of the raising of paved roads by approximately 69081 SY,paver
harmonization with adjacent properties,new street and pedestrian lighting(150 new light poles),the replacement of existing and new
signalization,new irrigation and landscaping,and the construction of a new 250-foot bay-walk.
I�)71TLE AND LOCATION fGry ane SlafeJ (2)YEAR COMPLE7ED
FDOT District 6,Resurfacing Project,US 1 (Riviera Drive to SW 27th Avenue) �OFESS'°""�SER"'�ES CONSTRUCTION(ilappNr.aDleJ
Miami-Dade County,FL 2020 2020
(3;1f21F�DFSCRIPTION(Bne/scope.size,cosl,etc.f AND SPEGFIC RO�E ��(�Check A OroIeclOCAormed wilh currenl firm
Project administrator and contract support specialist responsible for this RRR project on US 1.The scope of work on this 6-lane divided
principal arterial included milling and resurfacing 5,800 tons of asphalt at variable depths,installation of French drain and new drainage
structures,signal improvements at six intersections,including retrofitting existing intersections with video detection,and lighting
improvements throughout the project corridor.
!�j TI7LE AND LOCATION(C�ry and Sfafel (2?VEAR COMPLE7ED
FDOT District 6,Districtwide Traffic Operations Push•Button Contract �°FESS'o��sER���Es CONS7RUC710N(ifappicaWe)
Districrivide, FL 2019 2019
�'�`,3f21E=OESCRIPrION(8nel scope.size,cos1,efc.)ANO SPEGFIC ROLE ��Check�.(orolect peAormeA wi�n Cu�renl fmm
Project administrator for this districtwide push-button contract used to address a broad scope of work throughout Miami-Dade and Monroe
counties.Levi successfully managed 12 TWOs under this contract,ranging from$4,000 to$150,000. Levi was responsible for reviewing
the plans and providing comments to the engineer-of-record and the Traffic Operations O�ce and coortlinated closely with the community
outreach specialist and the public.
i 11 TITLE AND LOCATION(C�ry antl Stafel (2)VEAR COMPLETED
FDOT District 6,Bridge and Widening Project on US 1 (Riviera Drive to SW �OFESSIONAL SERVICES CONSTRUCTION(;����,
37th Avenue)�Coral Gables,FL 2019 2019
(3)3RIE�UESCfiIP'ION�Bne/scope.sire.cosl.elc.)ANO SPECIFIC RO�E � �Check��(pro�ect peAormetl with current firm
Senior project engineer,project administrator,and contract support specialist responsible for modifying an existing pedestrian bridge,
extensive widening to straighten an existing reverse horizontal curve,cross-slope corrections using overbuild and variable depth milling,
placement of 4,400 tons of asphalt,replacing 3 miles of an ITS backbone with new 144 fiber optic cable and connecting 4 new CCTV
cameras,installation of 49 new drainage structures,signal improvements at 3 intersections,including mast arm replacements,and lighting
improvements along the corridor.
�t i TITLE AND LOCATION(Ciryand Sfalel (2)VEAR COMPLETED
36-inch Water Main along NW/NE 135th Street PROPESSIONAL SERVICES �oNSTR��T�oNr���w;�ab,a,
Miami-Dade County,FL 2021 Ongoing
�3J 3NIE�DESCI2IP'I�N!Birel sco0e.si[e.casl,efc.J AND SPFCIFIC ROI �/��CnecK 1 pro�ec�pertormetl wi�h currCnl firm
Project administrator for this roadway improvement and 36-inch water main installation along 135th Street(7th Avenue to Biscayne
Boulevard).The project also involves milling and resurfacing along SR 916/NW 135th Street.
STANDARD FORM 330(REV. 7/2021)
• • • � � . . .. ... . . ' . •
u , .
F � :�
,�. ���
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAL D.WITH CURRENT FIRM
Juan Riobo Garcia,PE CEI Specialist 8 2
15.FIRM NAME AND LOCATION(City and State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Civil Engineering Professional Engineer-FL
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards,etc.)
IMSA Tra�c Signal Technician,Level I;ATSSA Maintenance of Traffc(MOT)Advance Course;OSHA 30-hour Certification;CTQP Final Estimates
Level I&II;CTQP Asphalt Paving Technician Level I;CTQP Earthwork Constructions Level I;CTQP Concrete Field Inspector;Troxler Nuclear
Safety Certification;ACI Concrete Field-Testing Technician-Grade I
19.RELEVANT PROJECTS
(1�TITLE AND LOCATION(Gty antl Sfate) (2)YEAR COMPLETED
West Avenue Roadway,Drainage,and Lighting Reconstruction PROFESSIONAL SERVICES CONSTRUCTION(i/appl�taDle)
Miami Beach,FL Ongoing Ongoing
(3;aRIFF DESCRIPTION(Bne/scope,size,cosf,elc.)AND SPECIFIC ROLE �X�Check��/pro�ect performed wi�h curteN firm
CEI specialist for thisproject that includes the installation of a new stormwater drainage collection and pumping system with a diameter
ranging from 18-to 96-inch RCP,which includes six 20 000 gpm electrical axial pumps with two 50cfs freatment structures.The discharge
will be�throug,h a 20'x80'concrete dissipator box located at the bay,where 80 feet of seawall will also be constructed.Additionally,the pro�ect
entails the raising of paved roads by approximately 69081 SY,paver harmonization with adjacent properties,new street and pedestrian
lighting(150 new light poles),the replacement of existing and new signalization,new irrigation and landscaping,and the construction of a
new 25d-foot ba -walk.
i I 1 TITLE AND LOCATION(City and SYate) (2)VEAR COMPLETE�
Dade Boulevard Emergency Force Main Replacement(Belle Isle to Michigan �oFESSIONAL SERVICES �oNSTR��T�oN,;,aP�ab�e,
Avenue)Design-Build�Miami Beach,FL 2022 2022
(31 dHIEF�ESCRIPTION(BnefSCope.5ize,cosf.CIc.J ANO SPECIFIC ROLE �X�Chetk if project perlo/med with Gurrenl firm
Senior inspector for the Dade Boulevard emergency force main replacement project.This design-build project replaced over 3,500 feet of
the existing,failing force main with a new 20-inch HDPE force main.Inspection responsibilities included performing safety and maintenance
of traffic reviews Tracking quantities for installed materials,documenting contractor personnel and equipment on-site daly preparing daily
re orts in Cit o�Miami f3each format documentin ro'ect site with timestam ed f�otos and re ortin an conflicts or tie7d issues.
(1 i il iLE AND LOCATION(City antl Sfate) (2)YEAR COMPLETED
Park-and-Ride Lot at SE 112th Avenue and SW 204th Street Busway PR°FESS'°""`SER"'°ES °°"STR�°T'°"r;'aP�;�a°'a,
Miami-Dade County,FL 2023 2023
(3;3RIE'�OESCRIPiION(Brielscope.si<e.cosf,eic.J AND SPECIFIC ROLF �X�Check R project pertorm¢d wrth��rrent firm
Chief inspector for rehabilitating the existing park-and-ride lot at SW 112th Avenue and SW 204th Street Busway to accommodate
approximately 450 parking spaces.The pro�ect included milling and resurfacing of the park-and-ride,minor widening of the pavement,
construction of new sidewalks, upgrades to existinq pedestrian rams and crosswalks,replacement of damaqed curbs,signing and pavement
markings associatetl with the new configuration of the lot parking bumpers,lighting,upgrades installation ot�p assenger sh,elters,and sodding
in compliance with the latest FDOT standards.Additionatly,the scope i,ncluded furnishing and installing five Level 2 electric vehicle.(EV)
charqing stations,one single-port and four dual-port chargin�stations incorporating lighting conductors,a load center,pull-and-splice boxes,
re-stressed concrete oles ost si ns bollards and defec able warnin s installafion.
(1)T�TLE AND LOCATION(Cifyand Sfa�e,l (2)VEAR COMPLETED
FDOT District 6,SR-9161NW 135 Street(NW 6th Avenue to SR-51Biscayne �OFESSIONAL SERVICES �oNSTR��T�oNr�a�,�ao�e,
Boulevard)�Miami-Dade County,FL Ongoing Ongoing
(3)5RIF.F OESCRIPTION(Bne/scope,size.cosf,efc.J AND SPECIFIC ftOLE ��(�CheCk i�pro�eCt pertormed wilh turrenl frm
Project administration for the roadway im�provements along NW 135th Street from NW 7th Avenue to Biscayne Boulevard.The project
involves milling and resurfacinq along SK 916/NW 135th 5treet from NW 6th Avenue to SR 5/Biscayne Boulevard.The project also includes
Type SP overbuild of varying t�iickness,brid�e expansion joint replacement/rehabilitation,construction of new curb ramps,medians,concrete
islands,concrete sidewafks,signalization inc uding pedesfrian signal heads and loop detectors signing and pavement markinqs,drainage
upgrades,and MOT,etc.Responsible for making sure that work is constructed per the contracf documents,reviewing pay applications and
verifying certified quantities submitted,coordination with local municipalities and utility companies,and reviewing and providing input on RFIs.
(1�TITLE AND LOCATION(Ciry and State) (2)VEAR COMPLETED
CEI Services for the Reclaimed Water Main for Area 10 PROFESSIONAL SERVICES CONSTRUCTION�i/applicaWel
Delray Beach,FL 2024 2024
�3)eRieF oeseRianoN fe�;e�soone,sae,cosc eic.�nrvo saeciFic Ro�e �X]cno�k�i o�oi���o�no,m�a wah��rrom n,m
CEI senior project engineer for a$1.6 million expansion of the city's 12-inch reclaimed water main by approximately 2 miles.The project,
conducted in two phases,incorporated diverse locations within cily limits and involved more than 7,500 linear feet of 12-inch and 6-inch
HDPE directional drillin ,open-cut HDPE installation,and several other infrastructural elements.Coordination with the Florida East Coast
Railway was critical for�he section beneath the tracks.The construction engineering inspection team handled daily inspections bi-weekly
meetings,and budget management.Despite encounterinq delays that extended the prol ect s end date by nearly two years,the leam kepf the
project under budget by minimizing change orders submifted to the City of Delray Beach.
STANDARD FORM 330(REV. 7/2021)
• • • � � � . . .. ... . . • . -
:
� �' �'.
12.NAME 13.ROLE IN THIS PROJECT 14.YEARS EXPERIENCE
a.TOTAI_ b.WITH CURRENT FIRM
Darlene Coitino CEI Specialist 21 1
15.FIRM NAMEAND LOCATION(Crtyand State)
CHA Consulting,Inc.(Doral,FL)
16.EDUCATION(Degree and Specialization) 1 Z CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
A.S.,Business Administration
18.OTHER PROFESSIONAL QUALIFICATIONS(Publicatrons,Organizations,Training,Awards,etc.)
10-hour OSHA Certification;Confned Space;Hazmat;NYCDDC Watermain Training;NICET Training
19.RELEVANT PROJECTS
(1�TITLE AND LOCATION fCiryancl Sfa(el (2)VEAR COMPLETED
West Avenue Roadway,Drainage,and Lighting Reconstruction PROFESS�oNA�sER���ES CONSTRUCTION(i(applicablef
Miami Beach,FL Ongoing Ongoing
(3)BRIEF DESCRIPTiON(Brial acope,size,cosf,etc.J ANO SPECIFIC ROLE �X�Check A pro�act periormad with curreM firm
CEI specialist for this project that includes the installation of a new stormwater drainage collection and pumping system with a diameter
ranging from 18-to 96-inch RCP,which includes six 20,000 gpm electrical axial pumps with two 50cfs freatment structures.The discharge
will be through a 20'x80'concrete dissipator box located at the bay,where 80 feet of seawall will also be constructed.Additionally,the pro�ect
entails the raising of paved roads by approximately 69081 SY,paver harmonization with adjacent properties,new street and pedestrian
lighting(150 new light poles),the replacement of existing and new signalization,new irrigation and landscaping,and the construction of a
new 25tl-foot bay-walk.
(�)TITLE AND LOCATION(Ci(y and Stafe) (2)VEAR COMPLETED
CEI Services for County-wide Lighting Improvements:Traffic Signals,Traffic PROFESSIONAL SERVICES CONSTRUCTION(i/applicaMe)
Signs,and Street Lighting�Miami-Dade County,FL Ongoing Ongoing
(3J BRIE,F�FSCRIPTION(Bne/scope,size,cosf,efc.J AND SPECIFIC ROLE �X�Check If project peRormed wilh current firm
CEI specialist for inspection and technical support to the M-D DTPW's Traffc Signals and Signs Division.The scope of the project
encompasses both current and future initiatives related to Miami-Dade County's lighting infrastructure.This includes ongoing maintenance
contracts,reviews of new li�hting designs,and updates to lighting manuals,among other tasks.The county is responsible for the upkeep of
over 27,000 streetlights,which are disfributed across more fhan 1,000 electrical circuits.These circuits span county,aty,and state roads.
In alignment with the county's new"Smart Initiative,"we are actively participating in Project No:RFP-00499,which focuses on LED Smart
Lighting and Smart County Systems.
�1)TI7LE AND LOCATION(Gry entl Sfafe� (2)VEAR COMPLETED
NYSDOT,Taconic State Parkway Resurfacing of Pudding Street to Hortontown PROFESSIONAL SERVICES CONSTRUCTION(ifapplica6le)
Hill Road�Putnam County,NY Unknown(Prior Firm) Unknown(Prior Firm)
(3)BRIEF�ESCRIPTION(Bne(scope.si e,cosl.efc f ANO SPECIFIC ROLE � �ChP,ck if proleCt peAormeA wilh currenl�rtn
Office engineer for this project that entailed pavement restoration of Taconic State Parkway from Pudding Street to Hortontown Hill Road
in Putnam County, NY.This contract restored this segment of roadway to go�od condition using cost effective pavement treatments and
consisted of milling and filling existing asphalt surface with the use of 12.5MM top course asphalt. Responsibilities included coordinating
inspection staff schedules according to the contractor's daily schedulel2-week look head with chief inspector and EIC for five inspectors;
ensuring that inspection staff is conducting detailed inspections,on-site field testing of materials and ofher construction activities as deemed
necessary;the review and approval of Inspector Daily Work Reports DWR's to generate contractor payments and generate various
progress reports;maintaining and archiving all records according to YSDO Manual of Uniform Record Keeping(INURK);generating
change orders;coordinating progress meetings and generating meeting minutes;entering the daily project diary on site manager application
to describe the progress of work,specific problems encountered,pay items,quantities and other perfinent information relative to the
execution of the contract work;and more.
j 1)TITLE AN D LOCATION(City and Sfafe) (2)VEAR COMPLETED
MTA-TBTA-CBDTP Infrastructure and Toll Collection System Design-Build� PROFESSIONAL SERVICES CONSTRUC710N(ifapplicable)
New York,NY 2020 2020
(3)BRIFF DESCRIP710N(Bne/scope.s�ze,cost.efc.J AND SPEGFIC ROLE ��Check��pro�ect performed wi�h current�irtn
Deputy project manager for this project whose responsibilities included managing and administering subcontract agreements,coordinating
RFP company responses,assigning tasks to project staff in a manner that op�imizes team performance, identifving pro�ect staffing needs
and assisting in the formation of effective project teams,completing and managing the organization of project documentation,preparing,
implementing,and monitoring schedule and cost estimates,generaling and submifting invoices for payment to TBTA,attending Task Force
Meetings antl coordinating with the project team on resolving action items,and coordinating with NYCDOT and subcontractors to acquire
various permits.
STANDARD FORM 330(REV. 7/2021)
• • • � � � . . .. ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Edmundo Rodriguez,PE Electrical Engineer ��+ 3+
15.FIRM NAME AND LOCATION(City and State)
Green Dade Inc.—Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Electrical Engineering,Florida Intemational Universiry,Miami,FL Professional Engineer�State of Florida,License#91400
A.S.,Automatic Engineering,Superior Polytechnic Institute Jose A.Echeverria,Cuba
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.J
Professional Organizations:Cuban American Association of Civil Engineers.CertificaGons:FDOT Specifications Package Preparation Training for Consultants,FDOT SWS-Midblock
Crosswalks,FDOT CADD Manual,CADD Tools,and CADD Platform Updates,FDOT,How to Create and Conduct an Online Public Meeting,Ensuring Total Power Backup System
Availability—Maintenance and Testing Remarks:Previous Owners Representative for the City of Miami Beach Public Works Department(2022-2023)leading citywide lighting upgrades and
smart ciry program Phase 1 B and Lighting Engineer of Record for implementation phase(Phase 1C).Engineer of record for the development of CMB Liqhtinq Approved Product List(APL).
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Smart City Lighting Upgrades-Phase 1 C, PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
De artment of Public Works,Miami Beach,FL 2023-2o2a Scheduled 09l2024
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Mr.Rodriguez has served as Lighting Engineer of Record for this contract.Scope was to retrofit and provide smart lighting control nodes to approx.1,400 light poles cilywide.Project
covers the improvements at existing un-metered load center impacted and it has an estimated construction cost of$3.SM.Engineering responsibilities comprise the provision of 100%of
the lighting design and lighting design analysis report development as well as Quality Assurance and Quality Control review of the Lighting Plans development for this project.The
dedicated involvement has been crucial in adapting to the revised scope and ensuring that the lighting upgrades meet the city's functional,aesthetic,and environmental requirements.
(1)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
The Underline Phase 3(UL3)Metrorail ROW from SW 19th Avenue to Dadeland PROFESSIONAL SERVICES CONSTRUCTION(l/applicable)
South Metrorail Station,Miami,FL 2023-2o2a 2023—2026(scheduled)
(3)BRIEF DESCRIPTION(Briel scope,size,cost,etc.)ANDSPECIFIC ROLE CheCk if p�OjeCt perfOmt2d with CUrcent firtn
Mr.Rodriguez has served as Lighting Engineer of Records and QAQC manager for the development of the Electrical Plans for this Design Built project with estimated Construction Cost
at:$93M.This construction phase consists of the largest section out of the total 10-miles of the Underline.It contains the new linear park that will run along the Metrorail ROW from the
south ROW line of SW 19th Avenue for approximately 7.36 miles and connect to the kiss and ride area at the Dadeland South Metrorail Station.Project consists of a multimodal
transportation corridor and urban worid class trail providing for separate off-street bicyde and pedestrian paths,landscaping,lighting,street fumilure and amenities such as gathenng
spaces for events,recreational fields,kiosks,gardens,etc.Phase 3 is divided into seven(7)sub-segments that will be provided with new lighting,electrical infrastructure to service nine
(9)amenities and Wi-f connectivity.The project will cross three(3)waterways,two(2)of which will require a pedestrianlbicycle bridge(capable of accommodating maintenance and
emergency vehicles)and,will require connection to other Undedine portions of the work currently being constructed by private developers as part of their agreement with MDC DTPW.
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
MDC DTPW,MT 2023006 Intersection 8�Lighting improvements, PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Mi2ml,FL 2023-On-going 2023-On-going
(3)BRIEF DESCRIPTION(Briefscope,size,cost,efc.)ANDSPECIFIC ROLE Check if project performed with current firm
Mr.Rodriguez has served as Lighting Engineer of Records for multiple task work orders within this contract.Scope responsibility includes design and post design professional services for
the lighting improvements at multiple locations.Project entailed the provision of construction documents and Lighting Design Analysis Reporl to improve pedestrian visibility and safety in
accordance with FDOT lighting design criteria requirements and standards specifcations.Project induded new conventional lighting,retrofitting existing light poles with new LED fxtures,
new teardrop decorative and new FPL lighting as required according to the location.New lighting was proposed in close with the projects'stakeholders(City of Miami,Miami Lakes,MDC
DTWP and FPL).Services provided include Six(6)TWO covering Brickell Key Dr at 320 Blk;NW 169 St at NW 75 PI/NW77 Ct;NW 173 Dr at NW 75 PI;Cow Pen Rd at Miami Lakes Dr;
Lighting improvements along NW 18th Ave from NW 62 St to NW 71 St;and Lighting improvements along NW 46 St from NW 30 Ave to NW 31 Ave.
(1)TITLE AND LOCATION(City and Statej (2)YEAR COMPLETED
Smart City and Lighting—Owners Representatives, PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Department of Public Works,Miami Beach,FL zoz2-zozs N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Mr.Rodriguez served Owner Representatives to the City of Miami Beach to provide Professional Engineering Consulting and review services for Phase 1 B(planning phase)of this$25
Million cilywide smart lighting implementation project.This project was anticipated to complete the lighting portion while creating the concept and budgeting for the subsequence SmaR
Ciry USE CASES(Lighting Management,Parking Detection,Traffic Flow,Severe WeathedFlood Detection,Wi-Fi Access,Crowd Detection and Camera Based Monitonng)
implementation phases that are planned to take place citywide in the next subsequence years once the lighting implementation is completed.Scope of services included peer review of
deliverables provided by the ciry's contractor under previously awarded contrects.Engineering support included guidance and support for peer review of deliverables.This project was
set to initiate the complete installation of smart lighting improvements with inclusion of computerized management system.Under Mr.Rodriguez purview was the development of
citywide lighting Approved Product List and selection of Lighting Management System.Project responsibilities were later e�ended to provide supporting services as City Assistant
Project Manager to ensure project schedule completion and ensure successful management of the current and future phases.
STANDARD FORM 330(REV. 7/2021)
• • � � � ...
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
Diocles Torralbas,PE Electrical Engineer a.TOTn� b.WITH CURRENT FIRM
g+ �+
15.FIRM NAME AND LOCATION(City and State)
Green Dade Inc.—Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discip/ine)
B.S., Electrical Engineering, Florida International Professional Engineer�State of Florida,License#96030
University,Miami,FL
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Remarks:Lighting Design Engineer for the Smart City Lighting Upgrades project(Phase 1 C)and E�gineer of record for and electrical designer of multiple city projects including
Miami Beach QW Pump Station 24,Generator additions to existing Quality Wells as part of West Ave N.I.P.and MBPD cameras infrastructure project work orders.Additional
Experience:Protection and Control Engineer that served multiple utilities(FPL&Georgia Power)in the development,improvements and replacement of substations,power
transmission lines and power distribution lines.Trainings:OSHA 10 certified.
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Preliminary Assessment of the Existing Lighting Conditions of the Village, PROFE=SSIONAL SERVICE CONSTRUCTION(If app/icable)
Ke Bisca ne, FL 2023-2o2a Scheduled 09/2024
(3)BRIEF DESCRIPTION(Bnefscope,size,cos[,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Mr.Torralbas served as an Electrical Engineer supporting Engineer of Record in the completion of this project.The scope of services involved conducting a preliminary assessment of the
existing lighting conditions.This included performing site visits(village wide)to identify the existing lighting system and its standard or substandard conditions induding identification of load
center locations,ratings and conditions,identifying typical pole types and fixtures in vanous Village areas and main roads,and identifying Oceanfront Environmental areas for turtle
protection in compliance with Florida's Fish and Wildlife Commission(FWC)regulations.Additionally,the scope involved coordinating with city staff to determine minimum requirements for
future development of lighting design criteria,considering special areas within the village,and identifying special lighting requirements and maintenance agreements.The goal was to provide
preliminary recommendations for lighting standardization to enhance the village's lighting infrastructure and safety.
(1)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
The Underline Phase 3,Metrorail ROW from SW 19th Ave to PROFFSSIONAL SERVICES CONSTRUCTION(If applicable)
Dadeland South Station,Miami,FL 2023-2oza 2023—2026(scheduled)
(3)BRIEF DESCRIPTION(Brie/scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Mr.Torralbas has served as Lighting Designer and has supported the Engineer of record in the development of the Lighting Photometric and Lighting Design Analysis Report for this project.
This construction phase consists of the largest section out of the total 10-miles of the Undedine.It contains the new linear park that will run along the Metrorail ROW from the south ROW line
of SW 19th Avenue for approximately 7.36 miles and connect to the kiss and ride area at the Dadeland South Metrorail Station.Project consists of a multimodal transportation corridor and
urban worid class trail providing for separate off-street bicyde and pedestrian paths,landscaping,lighting,street fumiture and amenities such as gathering spaces for events,recreational
fields,kiosks,gardens,etc.Phase 3 is divided into seven(7)sub-segments that will be provided with new lighting,electncal infrastructure to service nine(9)amenities and Wi-f connectivity.
The project will cross three(3j waterways,two(2)of which will require a pedestrianlbicycle bridge(capable of accommodating maintenance and emergency vehicles)and,will require
connection to other Underline portions of ihe work currenUy being constructed by private developers as part of their agreement with Miami-Dade County DTPW.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Cow Pen Rd at Miami Lakes Dr, PROFFSSIONALSERVICE CONSTRUCTION(lfapplicable)
Mlanli,FL 2023-On-going TBD
(3)BRIEF DESCRIPTION(Bne�scope,size,cost,etc.)ANDSPECIFIC ROLE (:heck if project performed with current firm
Mr.Torralbas has served as Lead Lighting Designer for this Project.Provide consisted of the provision of new load center and lighting system for the new signalized intersection.
Engineering invotvement accounts for the removal of existing pedestnan lighting and provision of new roadway lighting provided with teardrop decorative light poles to ensure pedeshians'
safety and improve vehides visibility at the intersection and crossings.Scope responsibility includes the design and post design professional services for the lighting improvements at
multiple locations.Project entailed the provision of construction documents and Lighting Design Analysis Report to improve pedestrian visibility and safety in accordance with FDOT lighting
design critena requirements and standards specifcations.Project included new conventional lighting,retrofitting existing light poles wilh new LED fixtures,new teardrop decorative and new
FPL lighting as required according to the location.
(1)TITLE AND LOCATION(City and Sfate) (2)YEAR COMPLETED
Lighting improvements along NW 46 St from NW 30 Ave to NW 31 Ave. PROFFssioNa�sERvicE CONSTRUCTION(If applicable)
2023-2023 2023—On-going
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check it project performed w�th current flrm Senior Mr.Torralbas served as QAQC
Engineer for this project.Scope entailed the provision of new decorative lighting required to replace existing conventional cobra head lighting along the
north sidewalk,on opposite side from existing FPL overhead lines to remain. Engineer responsibilities include the design and post design professional
services for the lighting improvements.Project entailed the provision of construction documents and Lighting Design Analysis Report to improve
pedestrian visibility and safety in accordance with FDOT lighting design criteria requirements and standards specifications.
STANDARD FORM 330(REV.7/2021)
• • � � � � . . .. ... . . • . - �
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Arian Figueiras Lighting/Electrical Designer 3+ z+
15.FIRM NAME AND LOCATION(City and State)
Green Dade Inc.-Miami,Florida
16.EDUCATION(Degree and Specia/izationJ 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
B.S.,Automatic Engineering,Universidad de Oriente,Santiago de Cuba,
Cuba,2014
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Mr.Figueiras has been actively engaged as a lighting and electrical designer,contributing to the successful delivery of projects for Miami-Dade County and providing support to local
municipalilies,including the City of Miami Beach,Village of Key Biscayne,and Town of Miami Lakes.
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
MDC DTPW-MT 2023006 Intersection 8 Lighting improvements, PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miaml,FL 2023-2024 2023—On-going
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirtn
Mr Figueiras served as Lighting and Electncal Designer for this contracL Project scope encompassed the design and post design professional services for the lighting improvements at
multiple locations.The engineenng responsibilities entailed the provision of construction documents and Lighting Design Analysis Report to improve pedestrian visibility and safety in
accordance with FDOT lighting design criteria requirements and standards specifcations.Project induded new conventional lighting,retrofitting existing light poles with new LED fi�Rures,
new teardrop decorative and new FPL lighting as required according to the location.New lighting was proposed in close coordination with the projects'stakeholders that included.City of
Miami,Town of Miami Lakes,MDC DTPW and FPL.
(1)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
Smart City Lighting Upgrades-Phase 1C,Department of Public Works, PROFESSIONAL SERVICE CONSTRUCTION(1(applicable)
Miami Beach,FL 2023-2o2a Scheduled 10/2024
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE CheCk If prOject perfORned Wlth CUfrentfirm
Mr.Figueiras served as Lighting Designer supporting the Engineer of record in the development of the Lighting Photometric and Lighting Design Analysis Report for this project.Scope
was to retrofit and provide smart lighting control nodes to approx.1,400 light poles citywide.Project wvers the improvements at existing un-metered load center impacted and it has an
estimated construction cost of$3.5M.Engineering responsibilities comprise the provision of 100%of the lighting design and lighting design analysis report development for this project.
The dedicated involvement has been cruaal in adapting to the revised scope and ensunng that the lighting upgrades meet the city's functional,aesthetic,and environmental
requirements.Design considerations incorporated the use of smart lighting control nodes and minimizing the number of proposed lumens packages with the use of dimming within the
different roadwa sections of the ci .
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Local Wastewater Pump Stations and Related Facilities Necessary for Capital PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Im rovement contract,Miami,FL 2o2s-2o2a 2023-Ongoing
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfortned with current firm Mf.
Figueiras has served as Electrical,Instrumentation and Controls Designer for this contract.The project scope consists of relocation,replacement andlor upgrade of the existing pump
stations within Miami-Dade County.Equipmenl installationlreplacements for each location indude pumps,control panel,RTU,antenna,power service,etc.)to provide better access to
the station or improve the pump based on previous Feasibilities studies by owner(MDWASD).The design considered the future system expansion or improvements,utility
relocations,roadway improvements,resurfacing and all other applicable MDWASD sewer main replacement criteria and standards.All the electrical equipment is being provided
above the FEMA flood cnteria.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Preliminary Assessment of the Existing Lighting Conditions of the Village, PROFESSIONALSERVICES CONSTRUCTION(I/applicable)
Ke Bisca ne,FL 2o2a-2o2a N!A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Mr.Figueiras served as Lighting and Electrical Inspector supporting Engineer of Record in the wmpletion of this project.The project scope of services involved conducting a preliminary
assessment of the existing lighting conditions by performing site visits(village wide)to identify the existing lighting system characteristics and its conditions.Mr.Figueiras was
responsible for the identification of load center locations,ratings,and conditions,identification of typical pole rypes and fxlures in vanous Village areas and main roads.Responsibilities
involved coordination with city staff to determine minimum requirements for future developments considering special areas and identifying any special lighting requirements.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Charge Stations for Electric Vehicles at 58th Street and 38 Sites, PROFESSIONALSERVICE CONSTRUCTION(lfapplicable)
Miami,FL 2023-2023 2023-2o2a
(3)BRIEF DESCRIPTION(Brielscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Mc Figueiras served as Electrical Designer and Electrical Inspector for this project.The Scope of work for this project was to provide the Department of Solid Waste Management with
professional services for concept design,development of construction documents,permitting,support during bidding phase and construction management services up to project
completion,for the installation of the ten(10)Level 2 Electric Vehicle(EV)Charging Stations at each two existing parking lot locations from the Department of Solid Waste Management.
Each one was being provided with a new electncal service,signing and pavement marking and five(5)double EV charging stations.Responsibilities included development of
construction documents,electrical load and voltage drop calculations,site inspections,shop drawings review and responses to construction RFfs.
STANDARD FORM 330(REV.7/2021)
• • � � � . .. ... . . . • .1
�..:�.�.�s . �.,. . .„ �... , .. ... . ..,. �s�P±.;a?z .. , �.�+�"�ra,�.��,+�p1�4%„N,a"� T«�, � �.,.,,,dat .;r •r�,�� ..�,�"�
.:: :.�� s�,.:.. .. � .. ,. ._ ..,: � .-
� �
12.NAME 13.ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE
��A.TOTAL P `vViTHC'JRRt°�i� ���t�.
Alex Vazquez,PE,CFM Drainage
39 <1
15.FIRM NAME AND LOCATION r�ir•;�;r�
HDR Engineering,Inc. � Doral,FL
16.EJUCATION� i���i �, �����r,i���n.�.� 17.CURRENT PROFESSIONAL REGISTRATION i5�r'�,�mCu_i
BS,Civil Engineering Professional Engineer:FL,Puerto Rico,GA,TX,
Certified Floodplain Manager(CFM),FL
18.OTHERPROFESSIONALQUALIRCATIONS �r,ir�+n�_ri; >�.i;�rior � i,i^����,1�a ;f��_�
Alex has 39 years of experience,including drainage infrastructure and stormwater management systems analysis,design and permitting;
hydrologic,hydraulic,and water quality modeling;stormwater management master plan development;watershed studies;sea-level rise;and
design of stormwater pump stations for neighborhood flood protection projects.
_ -- -
19.RELEVANT PROJECTS
__.__ 1
- , i: '.>.- ". (2)YEAR COMPLETED
City of Fort Lauderdale,Dorsey-Riverbend Neighborhood Stormwater 'ROFEssioNa�sERvicEs co�vsiHucTion� ,- :, ,
Improvement,FL 2023 , Estimated 2026
- ;,���� �;rr=iRrn
QC Reviewer.The project included the design of a 36 CFM stormwater pump station to improve the flood protection level of
service of the Dorsey-Riverbend Neighborhood.This neighborhood encompasses an area of approximately 200 acres.Water
quality is met via grass swales and approximately 1,000 linear feet of exfiltration trenches.
�. ,-'LGCF-'�.:��. � . C�.)YF<�H��OMf'LF.�FD
City of Fort lauderdale,Progresso Village Neighborhood Stormwater '''Of E'`''O�' `=k�'��t� `�"�s ��"` ���''` �
Improvements,FL 2024 Estimated 2025
f:., � � � , � . -x, �� ,� �u;, -r F�� _ ��_� �,r�
QC Reviewer.The project included the design of a 36 CFM stormwater pump station to improve the flood protection level of
service of the Progresso Village Neighborhood.This neighborhood encompasses and area of approximately 300 acres.Water
quality is met via grass swales and approximately 1,200 linear feet of exfiltration trenches.
_ �.r�_,
FDOT,South Roosevelt Stormwater Pump Station,City of Key West,FL � � ��'��'�'_��a�n��s �c��s i�uc- ,
2022 � Estimated 2025
Project Manager,Engineer of Record.H&H Modeling,Plans Production,Construction Administration Services.The project
included designing and constructing a stormwater pump station to address the flooding conditions along a one-mile segment of
South Roosevelt Boulevard.The pump station has a capacity of 45 CFS.Water quality is met through drainage injection wells with
an overflow structure bypass structure before discharging to an existing mangrove wetland.The project also included raising this
portion of South Roosevelt Boulevard.
, � � , ��i�_,_�.
City of Fort Lauderdale,Melrose Manors Neighborhood Stormwater ���'Ftssioraa�SERvi�Fs i coNsrku�i :>ti
Improvements,FL Estimated 2025 Estimated 2026
� � � i -i� - �� �i ,��r�t_ ;,��, , i.,,�r�� Fiiz;�i
" QC Reviewer.The Melrose Manors neighborhood lies within the North Fork New River(NFNR)and South Fork New River
(SFNR)Watersheds(approximately 640 acres).The neighborhood lacks stormwater infrastructure and has no positive outfall
to a receiving water body.As part of this project,HDR is providing conceptual engineering,final design,permitting,and bidding
services associated with stormwater management improvements to the Melrose Manors neighborhood.These improvements
include stormwater collection,treatment,conveyance,and discharge systems with two stormwater pump stations totaling 71 CFS.
�. - ... .. - . 'If�,R��.O�h1['L�Tf D
FDOT,Azelia and Van Buren Siormwater Pump Stations,City of Hollywood, �� �-�`'��` �'" ""�� �'�� �
FL 2023 Estimated 2026
Project Manager and QC Reviewer.This project included the design and permitting of two stormwater pump stations collecting
runoff from SR AlA and the City of Hollywood.The Van Buren Pump station included a stormwater pump station with a 45
CFS capacity and the Azalea pump station with a 35 CFS Capacity.Both pump stations discharge to the Intracoastal Waterway
(ICW W).Water quality is provided via a hydrodynamic separator prior to discharging to the ICWW.The velocities from the
pump stations were controlled via an overflow control structure to reduce the flow velocity to less than 5 FPS since the ICW W is a
navigable water.
• � � � � � . . - .. ... . . -
� ��� �� ��� ��� ���` ��� � . ,.,
� , z
_, , ���
���� ,�: ��� , <:
12.NAME 13.ROLE IN THIS CONi RACT 14.YEARS EXPERIENCE
:TA� .�. . _.rr•,_ _ ,.
Daniel Suarez,PE Drainage
2o s
15.FIRM NAME AND LOCATION�aiv,tvo��-qit�
HDR Engineering,inc.� Fort Lauderdale,FL
16.EDUCATION .�,I.� C ! i"-�.ila.-i�.`e 17.CURRENTPROFESSIONALREGISTRATION � 'i �`.:,�..i'u�'ii';I
BS,Civil Engineering,2004;BS,Commerce,2000 Professional Engineer,FL[69096]
18.OTHER PROFESSIONAL QUALIFICATIONS(PUBI.iCAilo��S.ORGANIZATIONS.iRAINiN4AWARDS.ETC)
Daniel's 20+years of experience spans program management,master planning,capital improvement planning,design,and
construction oversight of water,wastewater and storm sewer infrastructure.
__ ____ _-- --- _ _ _
19.RELEVANTPROJECTS
� � � �� � � � <2)YEAR COMP_Fl-r,
City of Fort Lauderdale Neighborhood Improvements-Dorsey Riverbend, PROFEssioN.�,�sE�vicEs c��.sT�u� ��. ������� �
Fort Lauderdale,FL 2021 � Expected 2027
� r, � � r:,� ��:. �. - < ,�,� _ .
' Project Manager.HDR designed neighborhood stormwater improvements for the Dorsey-Riverbend neighborhood.Design
elements included architectural,structural,electrical,mechanical,and instrumentation and controls(I&C).Surface improvements
were made,such as grassed swales and other pervious surfaces,as well as infrastructure improvements,which included upsizing
existing drainage infrastructure and incorporating new infrastructure,such as drainage pipes,exfiltration trenches,water quality
structures,and pump stations.
. � � � , �c�r��FT-r,
City of Fort Lauderdale,Progresso Village Neighborhood Stormwater PRorEs�io��a�sE�vicEs rI cotvs�i?�. - ^:
Improvements,FL 2024 Estimated 2025
r,_ � � ����� _ , _-�Ecrir ���E;_, � ���,,��- , -. �
Project Manager.The project included the design of a 36 CFM stormwater pump station to improve the flood protection level of
service of the Progresso Village Neighborhood.This neighborhood encompasses and area of approximately 300 acres.Water
quality is met via grass swales and approximately 1,200 linear feet of exfiltration trenches.
� t�;�rFr�R�a�nr_rT���
City of Fort Lauderdale,Melrose Manors Neighborhood Stormwater ��'ttoFtssi�ti��srkvicEs �cotvsTRuc o�ti �� - �
Improvements,FL Estimated 2025 , Estimated 2026
� � � , _:ri�cr i � �_- ��F:rok�; [, .. �l_r,r
Deputy PM.The Melrose Manors neighborhood lies within the North Fork New River(NFNR)and South Fork New River(SfNR)
Watersheds(approximately 640 acres).The neighborhood lacks stormwater infrastructure and has no positive outfall to a
receiving water body.As part of this project, HDR is providing conceptual engineering,final design,permitting,and bidding
services associated with stormwater management improvements to the Melrose Manors neighborhood.These improvements
include stormwater collection,treatment,conveyance,and discharge systems with two stormwater pump stations totaling 71 CFS.
�� �.� i „� � �vt�izr-, sN�_ri�_u
Monroe County Roadway Vulnerability Analysis and Capital Plan,FL PR�FEssiori.a�sFa:��cEs �cousT�ucT�cv ��� �
' 2023 I N/A
,
_ . . „ ..-
. . _ <���E�_� r ��Ec-FF� oFa�rE� , ��G�,���
Task Lead.Analyze the impacts of current and projected levels of sea level rise on County-maintained roads and to develop
"' an implementation plan and timeline to adapt roads for sea level rise.The results will identify new policy considerations and
design criterla to determine acceptable levels of service. HDR will evaluate future sea level rise,tidal waves,storm surge,and
extreme weather analysis projections to determine the vulnerability level of the roadway segments and implement the adaptation
improvements. HDR will develop mitigation concept roadway and drainage plans,cost estimates,and benefit cost analysis for the
most critical segments.An adaptation plan will then be developed based on the criticality components evaluated throughout the
project.
. �. _ ,. . . � (Z)YEAR�OMPLET�U
Miami-Dade County DTPW,Bay Vista Boulevard Widening and Drainage �'ROFEssioN��sEavicEs i corvsrRuc ��`
Improvements Expected 2025 , Expected 2027
_ x, �., � KG�>�n�r�:. . - ,
Project Manager.The project consists of improvements of Bay Vista Boulevard,which include expansion from four to six lanes,
�' addition of bike lanes and sidewalks,improvements to the median,raising the roadway profile,and milling and resurfacing.The
improvements to the SWM system include the construction of inlets and culverts to capture and convey runoff to the proposed
on-site pollution control baffle boxes for water quality treatment prior to overflow to proposed and existing drainage wells with no
off-site discharge for Phase 1.During Phase 1 activities,a weir will be installed as part of the Phase 1 SWM system,which will not be
put into service until Phase 2 is constructed.The weir will provide overflow to the Phase 2 SWM system,which will include,as part
of its future construction,one new outfall for discharge to a canal leading to Biscayne Bay.
• � � � � / • - • - - - i• •�• � • ' • •
�. q..
� � �s r.+�s t >�cs��s� � �' ���w+, �� �
. .�� s �. . `�` �.,� a. .
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
�,.,Tr, ..� {� dJITH CURFENT FlRtvi
Javier Manso,PE Sr. Roadway Engineer/MOT 22 Zz
15.RRMNAMEANDLOCATIONr�i '��C,'�:���
HDR Engineering,Inc. ( Doral, FL
16.EDUCAiInN � .-� [ [�i��_i7+�';�_`.' 17.CURRENT PROFESSIONAL REGISTRATIONr��,+���' i � i�J'�':
BS,Civil Engineering Professional Engineer:FL,No.69183
18.OTHER PROFESSIONAL QUAUFICATIONS;�u�ucniioN�_o��nwznTioN�.rF,�ININc,nwnR[�s E1ca
Javier has 21 years of experience in the design and management of transportation facilities throughout South Florida.Javier's
experience includes preparation of final design plans,roadway geometrics,signing and pavement markings,access management,
signalization,pavement design,and utility coordination for milling and resurfacing,among other support areas.
19.RELEVANT PROJECTS
City of Miami Beach,Preparation of Environmental Analysis for Miami �'RaF�s�i�,��a�5Er�cFs �utisT�u�Tioti . ���
Beach Transit-Beach Corridor Transit Connection,Miami Beach,FL 2017 N/A
. ... . . . . .. � � .� x . ..K , . . . , �. ..
Project Engineer.HDR served as a subconsultant in developing conceptual plans for an Lf2T/modern streetcar line on Sth Street
� between Alton Road and Washington Avenue,and on Washington Avenue between 5th Street and Dade Blvd.providing a
connection to the Miami Beach Convention Center.The proposed route was approx.2.10 to 2.75 miles long and consisted of double
track in exclusive rights-of-way with approximately six station/stops.The alignment and vehicle technology were to be developed
to facilitate future extensions not only to the west to connect with Downtown Miami,but also to the north to serve Middle Beach
and expansion of the system in South Beach along 17th Street and Alton Road.Javier's responsibilities included preliminary
roadway design and analysis to accommodate the streetcar proposed alignment and typical section.
� � � � ?��E�a ,�n� �r_�
FDOT District 6,1-395 Signature Bridge Design-Build,Miami-Dade County, � '��''�""A�`��'���r� �coNSTr;u� i�,� -���� ��_
F� 2020 , Expected 2027
� � � �. . �x� _K ���c.__ ?i�r,�,. ..i r, . ���, ._�
Lead Roadway Engineer.HDR led the final design for the Archer-Western/de Moya JV for the I-395 section of the project. HDR
was the Engineer of Record for the signature bridge and roadway design for the I-395 viaduct.lavier was the I-395 Segment
Roadway Engineer of Record,and HDR's design lead for non-structural components.
.,_oc� rz�rr,aK co ;r���F�r�o
FDOT District 6,NW 87th Avenue Reconstruction,Miami-Dade County,FL R> �'�` , ,�sE:��«�rs �IcoNs1�u� ��;>���� �� �
2007 2011
� � x�� �r,>R,,.t�, , �. �� -i-.�;���
Project Designer.Reconstruction of an existing 2-lane undivided,rural section of NW 87th Avenue between NW 58th Street and
NW 74th Street,to a 5-lane,undivided urban section.The Typical Section included a two way left turn lane in the median,curb and
gutter,and 6'sidewalks in each direction.A complete stormwater management system was constructed including installation of a
closed drainage system and a pollution control structure due to limited stormwater mana,gement facility options within the corridor.
Javier's responsibilities included roadway geometrics,access management,field reviews,utility coordination,plans preparation,
and preparing the electronic delivery package submittal.
_ ,. � � � v�;;F> _�.�,,�_E�r���
FDOT District 6,Palmetto Expressway Capacity Improvements and Express '"��FEssic�r��,�S�Rvic�s �Cc�Nsi�Ez��� i���. ��� ���
Lanes Retrofit,Phase 2,Miami-Dade County,FL Ongoing , Estimated 2025
„� ��� �� _ E�_ >>��� . _i-i=
Roadway Lead and Engineer of Record. HDR was responsible for developing the RFP for f'hase 2 of the proposed retrofit
improvements from south of NW 74th Street to north of NW 154th Street.The proposed improvements included relocating
existing ingress points and widening along multiple interchanges.Javier was the roadway EOR for the phase 1 construction plans
and the Roadway Lead for the phase 2 procurment support. For phase 2,Javier was responsible for leading the roadway concept
development,interchange geometry,design documentation,and design oversight after award.
„ ,� �� vF��k�,�..N_, �;.-,�
FDOT District 4,SW 10th Street Connector Corridor Design Consultant �H'>FE`-'' ,�.�^i Sr:�,�r��-t '�<<,tis�i.,i�� o.��� �
Broward County,FL Ongoing , Estimated 2031
;ii ,F_ �ir_'r' _ x. ':1 �i %�r�R�:r�D. , _:I�
Roadway Lead. HDR led t're development of design phase concept plans and multi-disciplinary corridor design to allow for two
` �D&E studies to move towards construction implementation.The post-PD&E preferred alternative activities include master planning,
traffic reevaluation,environmental,permitting,utility coordination,cost estimating,projeci:scheduling,constructability assessment
for segmentatlon,and delivery methods. HDR'S strategic communications group led comrnunity outreach through the creation of
a strategic communications plan and included hosting public meetings,an aesthetic charrette,and stakeholder collaborations.An
educational campaign was developed including collateral materials such as Information viceos for public consumptlon of technical
concepts.Javier is respons�ble for leading the roadway concept development,interchange geometry,and design documentation.
� • � � � � . . - .. ... . . -
r� ���'�� �t�'` a� ��,r �,��r"a+� ,�� r � , � � ��� � �,,:�� ""�����,3 ��Mt i"+,� �, +"� ����� ��:�,
; , ' 7ii� I�� ti`"'1� ����I ��� � �1�'�i�t" ��� i'y� iE�* , � �i �'�i,����:� � �y��� �'��
� �'. ��. � . _ ��� h,s a.';�... I�'
12.NAME 13.ROLE IN THIS�CONTRACT 14.YEARS EXPERIENCE
',B.W ITH CURR[NT FIR�b'
Emilio Corrales,PE Roadway 21 �9
15.FIRM NAME AND LOCATION��i���1'+�:?���'
HDR Engineering,Inc.� Doral,FL
16.EDUCATION �-SRC���D��Ea��J7a i,,^:� 17.CURRENTPROFESSIONALREGISTRATION sT��*Ean� i i�'uNEi
MS,Civil Engineering Professional Engineer:FL,No.70657
BS,Civil Engineering
18.OTHER PROFESSIONAL QUALIFICATIONS(PURucAiioNS oe�,�Ni[nrlouS.�k?�wiNi,,4wneps,Ei�.;
Emilio has 19 years of experience in preparation and design of roadway plans,roadway geometrics,signing and pavement markings,
signalization,cost estimates,pavement design and utility coordination as well as extensive computer experience in MicroStation,
Geopak,GuidSIGN,AutoTURN,and AutoCAD.
19.RELEVANT PROJECTS —
, , ,, .. (2)YEAR COMPLETED
�� �:��.� i. � ---
Stillwright Point Road Elevation&Stormwater- Monroe Co.� Key Largo,FL
'�'ROFESSION(�LSERVKEl �ONSTRUCTIO\ E?
Ongoing N/A
� „r�,r �K iF�Rn=_ ;aroR �rr ,�-�—� � ��;,-
Project Manager/Sr.Engineer.HDR is responsible for the roadway geometric design,signing&pavement marking,utility
coordination,maintenance of traffic(MOT),and miscellaneous structural design for the design and permitting for elevating
specified roadways,resurfacing/reconstruction,and drainage system improvements in the Stillwright Point Community.Also
Includes the design and permitting of a gravity stormwater management and pretreated pressurized closed system. Leading the
design efforts for the development of construction plans that include roadway profiles,typical sections,integration of proposed
stormwater system,and Maintenance of Traffic.
(2)YEi�R IOMPLET�-D
FDOT District 6-SR-986/Sunset Drive/SW 72nd St RRR from SW 84th °t7eFEssioNa�sF�zvicEs I coNSTRucTioti
Place to SW 69th Avenue,FL 2012 � 2012
� �,: _ K �< . ,� . _ . ��,� �, �..
Project Designer.Scope of services included all activities involved in a RRR project to extend the service life of the pavement and
Improve safety for this Historic and Scenic Road.Work involved milling and resurfacing of the existing pavement,median curb
replacement for cross slope correction,minor widening to provide intersection improvements and shared-use bike lanes on both
directions,isolated drainage improvements,and signing,marking,signalization and landscape upgrades.Project Designer for this
RRR project which includes;resurfacing the existing asphalt pavement,drainage improvements,improve level of safety,upgrade
signing,pavement marking and signalization. Emilio was responsible for this RRR project which included resurfacing the existing
asphalt pavement,drainage improvements,improve level of safety,upgrade signing,pavement marking and signalization.
C2)YEAR COMPLFTrD
.i ��!�? ���'�+� � � ��
� �t>S�P.�tiE�2YICE5 CONSTRUC I�ti�r� -- _ .
FDOT District 4 SR A1A Resurfacing,Minor Widening,and Seawall 2008
Revetment Rehabilitation,FL 2008
�.�; �z���. J�. ;r. ao .. , � �,r �. .
` Project Designer.HDR prepared a 3R Report and construction plans for the improvements to SRAIA in Palm Beach County,a
distance of 5 miles.The project scope included improvements to SR 802 and SR 80 between the Atlantic Intracoastal Waterway
� : and SR AIA.Work elements included milling and resurfacing cross-slope correction addition of paved shoulders correction of
'' drainage and flooding problems conversion of strain pole signals to mast arm street lighting upgrades and landscaping plans.
,,� ._ •,; =. ,,�; �� � �F.� ,�_, �
� FDOT District 4-SR 5/US 1 from SE 17th Street to the Henry E.Kinney nR�FFss�ur�=�sE� ��Es �o�srRu, -�c;v
Tunnel,FL 2010 � 2012
� � x, _,E � _ �� ����� � F��_
��d.
Deputy Project Manager.Modification of an existing 6-lane combination Sonovoid/flat-slab bridge on US 1 over the Tarpon River,
' for railing upgrades,sidewalk modifications,and joint reconstruction.Emilio was responsible for roadway geometrics,signing
I and pavement marking design,signalization design,landscape design,field reviews,utility coordination,plans preparation,and
_ ', preparing the electronic delivery package submittal.
�` , ', ��,;, ' I.: � � � � ��YCFh:CO�JiP�. `
,�l;iE° ,i�^I�LSr�_-ICES CONSTRI" ti ���
Roadway Vulnerability Analysis and Capital Plan- Monroe County� Monroe N/A
County,FL 2023
�_, � r. ��R�nr u�vi- �.•r
Project Manager/Senior Engineer.Analyzing the impacts of current and projected levels of Sea Level Rise(SLR)on County
maintained roads and developing an implementation plan and timeline to adapt roads for SLR. Results will be used to determine
`~ new policy considerations and design criteria for what the acceptable levels of service should be.HDR will evaluate future SLR,
tidal waves,storm surge,and extreme weather analysis projections(2025,2030,2035,2040,2045,2060,&2100)to determine
the vulnerability level of the roadway segments and prioritize the implementation of the adaptation improvements(ie.raising
the roadway,improving storm drain system,and green engineering).HDR will develop mitigation concept roadway and drainage
plans,cost estimates,and benefit cost analysis for the most critical segments.Emilio led the production and coordination efforts in
gathering the corresponding data,conducting the engineering analysls,conceptual designs and developed the Adaptation Plan.
� • • � � � � • . _ .. ... • . -
� i i '"'" i'aiii`1`+���- ( ' �i� �ilr r,�,,�n �f i1';i-i � �`s�� � s r a s� �. is�.
«._.. ; �., � +.,; .. ,,�: .. ,�.
,�� ,� �� ,
12.NAME � 13.ROLE IN THIS CONTRACT � 14.YEARS EXPERIENCE
l�,TqT�,i j 8.1NITH CURRENT RFM
Hugo Gutierrez,PE Roadway Engineer ' 29 �
15.FIRM NAME AND LOCATION��;i?��A�,DSrpr;�.
HDR Engineering,Inc. �West Palm Beach, FL
16,EDUCATION , -�_i�a i r i�.il-,Gai 1Z CURRENT PROFESSIONAL REGISTBATION�StAiEANDDIS[ia�WEi
MS,Civil Engineering, Professional Engineer:FL(66890)
BS,Civil Engineering, Protessional Engineer Colombia(South America)
18.OTHER PROFESSIONAL QUALIFICATIONS;vunucniiaNS oR�nNnnrioNs,reniNiN�.nwaFOS ri+-:
Hugo is certified in FDOT Temporary Traffic Control(advance)and FDOT Specification Package Preparation,and has extensive
experience working with Florida Department of Transportation(FDOT),serving as in-house project manager on several special
projects,including design-build contracts.
19.RELEVANT PROJECTS
___ _�
„ �,v��� l,2)YEAR COMPLE7ED
Indian Creek Design-Build Support Services,DOT District 6,City of Miami "�EssioN,q�sERvicEs �ca:vsrRucTioti� > � ��,�
Beach,Fl 2021 2023
� � � ,, .� �i ��r � ��.r� ����.f"..�m�-..,.��-����T- �^�n
Senior Project Engineer.HDR provided support services during the Request for Proposal(RFP)/Concept Plans Phase; Post-award,
Owner's representative services of the Indian Creek Design-Build project from 24th Street to 41st Street.The purpose of the project
was to raise the roadway and provide new drainage system.Hugo was involved in RFP review,concept plans review,stakeholder
coordination,meetings,as well as Final Plans reviews,and contract maintenance.
, � �-_;��i��.� ���rE�
Northwest Cultural Trail,City of West Palm Beach,West Palm Beach,FL ' ��5i1 'NA� s���ncEs �'ceNs����u� i«ti��� �
2018 2021
. , . . � �. .. , . ,.� , r . ,,. . . � l.<K� i, ......
,;, Senior Highway Engineer.HDR provided design services for the rehabilitation of the 7th Street corridor between the major north/
south Tamarind Avenue and Rosemary Avenue corridors.This is a neighborhood where many of the residents rely on pedestrian
and bicycle modes of travel.The purpose of this project is to make the area more bicycle and pedestrian friendly.Supporting
project elements include lighting,landscape,hardscape,stormwater management improvements,and potable water line
replacement.Tasks for this project included data collection and analysis,design,permitting and bidding assistance.2021 Project of
the Year by the American Society of Civil Engineers(ASCE) Palm Beach Branch. Hugo was responsible for the roadway design QC.
, ,,
� . � ,i� ��,
FDOT District 6,SR 25/US 27/Okeechobee Road from Broward County ' �' "�` ��� �� �''��u` �'� ���' ��
Line to West of HEFT,Capacity Improvements,Design Phase,Miami-Dade 2019 2024
County,FL
� � x�; , __ � . �r- � � . .�
Senior Project Engineer/QC.Miami-Dade/Broward County Line to west of HEFT,using a combination of asphalt pavement and
concrete pavement at intersections with Krome Avenue and NW 154th Street.This includes the traffic analysis and validation
required as part of the reevaluation of the proposed improvements. HDR's responsibilities include roadway design,drainage
design,utilities coordination,miscellaneous structures design,signing and pavement markings,signalization,lighting,landscape
architecture,and ITS design.A roadway alternative analysis was performed,which included new traffic counts,trafflc modeling,
and traffic forecast demand. Hugo was responsible for the coordination and general QC of the design.
�� � <<N� ��r��F-F�
Broward Coun4y,SW 30th Avenue and SW 42nd Street,Broward County,FL �����FrssioNA�sE�tvicEs co�vsrRu��ioti����_� ��,,n�r:
2020 2022
� � � ,� _ .. _ , �,�-� �,� �_,�r r ,.
; Project Manager.HDR provided improvements at the intersection of SW 30th Avenue and SW 42nd Street within the City of
Hollywood in Broward County.The project consisted of a new traffic signal installation that constructed mast arm supported traffic
signals and minor roadway improvements at the intersection.Responsibilities included records research,utility coordination,
subsurface utility engineering,roadway,drainage,structural,signing and pavement marking,traffic,signalization,surveying and
mapping,geotechnical,permitting,including the engineering design,analysis,plan preparation,and reports.Hugo was responsible
for the coordination and delivery of plans and other contract documents.
� �_ar� �_ ��
Broward County,Nob Hill and Southgate Boulevard Intersection,Broward ss�:r�ni sr��,�crs �coNSTRuc i�ti���- _ .
County,FL 2021 2023
Project Manager/EOR.HDR prepared engineering analysis and final plans for N.Nob Hill Rd and Southgate Blvd intersection in
the City of Tamarac,Broward County.The project was an intersection improvement project that constructed a new Eastbound and
Westbound dual left turn lane.The scope elements included traffic analysis and report,environmental technical memorandum,
milling and resurfacing,ADA upgrades,new signalization,structural mast arms and foundations,signing and pavement markings,
drainage,records research, surveying and mapping(control and basemap),utility coordination,subsurface utility engineering,
permitting,and soil borings.Hugo was responsible for leading all aspects of the project including the delivery of final design plans.
� � � � � � • � - - •• •�• • • - ' • '
_ . _ _ ,�
� , �
�. .t.�. o� � .3�-e �i .,. ;_ �,
�•,, r . ._*..e _ _..�.. .. ... .. >. ,... ,.,.-� .__ . . , .,...
. a � . , :... . ��., -...>... -�.� .__ ,. . .
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
�A.TOTAI_ �� �TlI�TH CURRENT FlRM
Kevin Might,RLA Landscape Architect 35 s
15.FIRM NAME AND LOCATION :i''-nrdi>s'n`;
HDR Engineering,Inc.� Doral,FL
16.EDUCATIONu; :r+ � r'i�i������i:•i, 17.CURRENTPROFESSIONALREGISTRATION(si�vtnNuuiscivuNt�
Master of City and Regional Planning Registered Landscape Architect:FL,No.6666708
BS,Landscape Architecture
18.OTHER PROFESSIONAL QUALIFICATIONS�, r=�icancNS oecaNizanor,� :ar�ivc n�,r,:t Er�?
Kevin has more than 35 years of experience and expertise in the design and delivery of complex landscape projects.He is experienced
in grading,road alignment,dimensioning,construction documents,construction administration,&contractor interaction/relationship.
19.RELEVANT PROJECTS
._.. „ )C I '. . � .. � �� . . .. � ri�l:
Progresso Village Stormwater Improvements Final Design-City of Fort ���FFS';��'raa� sF�vicFs �cr,,,ravc �:��: � �- �
Lauderdale� Fort Lauderdale,FL ' 2024 i Estimated 2025
� , , ,. .
<. � ,� � , � � �K� � -� , . , - <
Landscape Architect.As a subconsultant, HDR is providing full enginering design for the Progresso Village Stormwater
Improvement project. HDR provide the preliminary design and will obtain final permits for the construction of replacement
stormwater drainage systems including a new stormwater pump station.
� � , ,_. :;,�i � � � � �;Yr�.�con��i_ErFc
SR 25/Okeechobee Road from West of Krome Avenue to East of NW 117th `"��'�'�'�Na�SEHvicEs `coNST�uuc ��; �� �
Avenue-f DOT District 6� Miami-Dade County,FL 2024 2024
� � - ,H��, - � a�.
Landscape Architect of Record.Capacity improvements to Okeechobee Road from the Miami-Dade/Broward County Line to west
of HEFT,using a combination of asphalt pavement and concrete pavement at intersections with Krome Avenue and NW 154th
Street.This includes the traffic analysis and validation required as part of the reevaluation of the proposed improvements.The
�,, project also includes widening of the Okeechobee Road mainline to provide acceleration lanes and adequate deceleration length at
all turn lanes,and widening to provide adequate turning radius at all intersections.Additional components include the widening of
shoulder pavement at existing Frontage Roads from NW 186th to NW 170th Street,NW 117th Avenue,and construction of a new
Frontage Road along the north side of Okeechobee Road from NW 129th Avenue to NW 127th Avenue.Also,included is milling
and resurfacing of mainline and Frontage Road on areas where proposed horizontal and vertical alignment matches the existing
alignment. HDR's responsibilities include roadway design,drainage design,utilities coordination,miscellaneous structures design,
signing and pavement markings,signalization,lighting,landscape architecture,and ITS design.A roadway alternative analysis was
performed which includes new traffic counts,traffic modeling,and traffic forecast demand. Kevin is responsible for conceptual
landscape design of the roadway corridor,and the relocation of current landscape assets on FDOT property.
� ,��,,�� ,�� ;�,�. � ��� ,�; �ra�cor��.r�r�ro
SW 10th Street Connector Corridor Design Consultant- FDOT District 4� �`'"�O�E�;��r�-�sE���nc Es j coNsrRuc iov�r-��.�:,;:�.
Broward County, FL Ongoing ', Estimated 2031
� � � _ _. x� ,� �� i �. ;:r� � >�.r:;R'�.��n" -i ; .�,���ii�i�^n
Landscape Architect. HDR led the development of design phase concept plans and multi-disciplinary corridor design to allow for
E. two PD&E studies to move towards construction implementation.The post-PD&E preferred alternative activities indude master
planning,traffic reevaluation,environmental,permitting,utility coordination,cost estimating, project scheduling,constructability
assessment for segmentation,and delivery methods. HDR'S strategic communications group led community outreach through
� the creation of a strategic communlcations plan and included hosting public meetings,an aesthetic charrette,and stakeholder
collaborations. Kevin advised the project team on landscape potential for site where a portion of elevated highway would be
constructed to join the Interstate roadway to local roadways.
� � , . , ��� �Et:�
i t�� �;>i�, �- :r�z�, . r< ;�_��� � �
Pump Stations 4 and 153 Improvements-City of West Palm Beach �West ` ' '
Palm Beach,FL 2019 2019
� . � � � ���- �, �i�c�u .,_�T�� :, . . ,� � , t . ri�-�,
Landscape Architect.As part of its capital improvements program,the City of West Palm Beach identified several wastewater
pump stations requiring rehabilitation or replacement.The purpose of this project was to develop engineering plans and
specifications for the construction of the pump station improvements,to assist in obtaining permits for construction,and to
provide bid phase services for Pump Station No.4 and Pump Station No.153.The pump station improvements included new
submersible pumps,and may include improvements to the wet well structures,piping,and other electrical upgrades.
Indian Creek Design-Build Support Services,FDOT District 6� Miami Beach, - ' ` "
FL 2024 2024
� , , � ,, �_i ��� �, �;_ F� ,,;�;� � ..�-i�_. < , �-�k..
Landscape Architect.HDR is providing support services during the RFP/Concept Plans Phase of the Indian Creek Design-Build
project from 24th Street to 41st Street in Miami Beach, FL.Specific tasks indude RFP review,concept plans review,stakeholder
coordination, meetings,and contract maintenance.
• ' � � � � / . . .. .. . . -
�. i?,��k �'�.t ,i�l�'iy ' ��� ;r�a, �.j;i,�;
�. .
12.NAME 13.ROLE IN THIS CONTRNCT 14.YEARS EXPERIE JCe
ENT R�-��'�
Ken Huntington Environmental Permitting so z
15.FIRM NAME AND LOCATION+:irvah�USiaT�;
HDR Engineering,Inc. �Orlando,FL
16.EDUCATION'i i�s a�� E��a.�_n�^_v; 17.CURRENT PROFESSIONAL REGISTRATIONd�'�Aa> n.���idi�
MS,Fisheries,Biology NPDES Inspector
BS,Wildlife Biology
18.OTHERPROFESSIONAIQUALIRCATIONS,Pi,e�i�aii���d � ;ahi[L'ie� R,�r�ird�s.n ahoS.Fi�:
Ken has 50 years of experience in environmental permitting,including:Federal Dredge&Fill Permitting Program(USACE,West Palm
Beach)and Environmental Resources Permitting Program(FDEP,Tampa).
19.RELEVANT PROJKTS �
_ _ _
� . � � , � �� (2?YE�,R CU(v1PLETED
City of Fort Lauderdale Neighborhood Improvements-Dorsey Riverbend, PROFEssioN.a�sEkvicEs corvsTRucTio`
Fort Lauderdale, FL �� 2021 Expected 2027
- � �� :. � _� �^ . , � �>R���F:���-i; .� ���.
Sr.Environmental Scientist.Ken was a part of the consultant team responsible for developing and implementing a comprehensive
plan to prepare and obtain all environmental permits for a stormwater treatment improvement project involving the addition of
collection systems,pump station and outfall to the North Fork New River.The development of permit applications included the
U.S.Army Corps of Engineers(Dredge&Fill/Section 10 Navigation Permits)and the Broward County Environmental Permitting
and Growth Management Department(Environmental Resource Permit as delegated from the SFWMD).Consultation was
required by the U.S.Fish&Wildlife Service and the National Marine Fisheries Service.
� �� � :�„�N�� ���.._
City of Miami Beach Public Works*,Miami Beach,FL FR�FFs�i�NFl�SEkvicEs �coNSTRuc i��� �:�� � ;:_.
2017 � Ongoing
� - x� ,-, � .�,� __ ," .:. ,-,.: ,>��,�T ..�.
Environmental Scientist.Long term contract with the City of Miami Beach to obtain environmental permits as part of the City's
program to deal with sea level rise. Projects included the replacement and elevation of seawalls throughout the City,installation of
pump stations,bridge construction and street improvements.Preparation of environmental studies supporting required permits
(including endangered species,essential fish studies,wetland identification,benthic surveys,state lands and water quality).
� . , ,. .,�� �� �. �� a< � � ������.
SR 838/Sunrise Boulevard Rehab�FDOT District 4,Broward County,FL ��">�kss�� � ��ra�,�c t�, ������i�.u� „. ��� ���
Ongoing I Expected 2025
-� , �, , � ;,..;. . , ,,�
Environmental Scientist.HDR performed the design of the SR 838/Sunrise Boulevard corridor from East of Middle River Drive to
east of NW 26th Avenue,and Over Intracoastal Waterway Bridge Nos.860466 and 860467.The resurfacing project included
milling and resurfacing,implemented necessary pedestrian ADA modifications,and also included traffic safety,signing and
pavement marking, lighting,signalization,and minor drainage improvements.
�� �rai�� ���� � -_
SW 10th Street ConnectorCorridor Design Consultant�FDOT District4, ° "�S��r�ri°�� �Es���i��Es ��o�sT�ziir r�����, �
Broward County,FL 2024 Expected 2028
� , �',_. x < � �, . �
Environmental Scientist.HDR led the development of design phase concept plans and multi-disciplinary corridor design to allow
the two PD&E studies(one for SW lOth Street and one for the SW lOth Street/I-95 interchange)to move towards construction
implementation.The post-PD&E preferred alternative activities included master planning,traffic reevaluation,environmental,
permitting,utility coordination,cost estimating,project scheduling,constructability assessment for segmentation,and
determination of the appropriate delivery method.HDR was also responsible for development of RFP packages to allow FDOT to
procure construction contracts for implementation of the full improvements. HDR led the development of the Phased Design Build
RFQ,for use by FDOT to procure the Phased Design Build(PDB) Firm on this$1.36,7+year program. HDR continues to carry out
community outreach which consisted of hosting public meetings,an aesthetic charrette,stakeholder collaborations,construction
industry forums,and development of a corridor use educational campaign.
� � � ,. , . � ���t�i��,�t�
FDOT District 6,Districtwide Miscellaneous Environmental Permitting � '��EssioN�,�sr��zvicEs i coNsrRu��ioR: � � ��
Consultant*,Districtwide,FL 2024 ! Expected 2025
Senior Environmental Scientist.Ken was responsible for performing environmental permitting services for District 6 inctuding
preparation of Federal and state permit applications;agency coordination;evaluating design plans for potential impacts;wetland
assessments and delineations;upland and hammock assessments;protected species surveys and evaluations;mitigation plan
design;and coordination with FDOT staff and designers.
• • • � � � . . .. ... . . - • . -
' ���� ��'� `1; j ii
, x� ��. -^a.
12.NAME 13.ROLE IN THIS CONl RACT � 14.YEARS EXPERIENCE
Sharon Wright,AICP,LEED AP BD+C,ENV SP Resilience Practice Lead/Grant ���� �"'� �����i�uRR`NT Fi�:'^.
Support 25 15
15.FIRM NAME AND LOCATION�,a'��nNn';�:���
HDR Engineering,Inc. �Tampa, FL
16.EDUCATIOti' , - i c -,i . 17.CURRENT PROFESSIONAL REGISTRATION,,= - i,r'i�u�;
MS,City Planning �'}g,2001;NCIP,2007;LEED AP BD+C,2009;ENV SP,
BS,Soil and Water Science
18.OTHERPROFESSIONALQUALIFICATIONS f -i'-�i<n ��»�wL-�i� s �,ir,ih�s��a�_���c,
Sharon has 25+years'experience collaborating across disciplines to address environmental impacts and resilient design to bring a
holistic context to project delivery.She has public and private sector experience and currently serves as a Board Member on the Pinellas
County Urban League.
19.RELEVANT PROJECTS
.----
—_._,�._•.
� � L�)' � � � � (L)YEAR COMPLETED
, ---— --
Clt�/Of$t.Petersburg,Water Resources Department Alternative Funding �ROFEssiorva�sERvicEs CONSTRUCTIOfv
Strategies,Phase I and II,St.Petersburg,FL 2022 � N/A
� _ � ���,F��<��: � � �r.F ��;����, ;��r�ic� � �
Director.Assisted the City with identifying alternative funding strategies to support future funding of the Water Resources Utility
Capital Improvement Program(CIP)and reviewing opportunities to apply for grants,loans,and other funding sources.Strategies
included adjustments in CIP project timing or CIP project consolidation to better align with conditions of potential funding
opportunities that were identified.Grant application support and early action strategies were accomplished to maximize near-term
opportunities. Phase II included detailed funding schedule overlays and process improvements.
- i ., � i�i �1,1f:"(:fVn�.:r7G?.
City of St.Petersburg Resilient Florida Grant Administration Support. PROFE��>�or�N�sEri�-i�Es _. -��oc-i��.� �
St.Petersburg,FL Estimated 2025 N/A
i,. , � _ ,�. �:i�:� i � ��:�� . . -
Project Manager.Assisting the City with documentation,progress reports,grant compliance for their Resilient Florida Grant Award
for the Southwest Water Reclamation Facility.Also coordinating across departments to support the City's organizational and process
improvements for overall grant administration for infrastructure and resilience-related grants.
� � .�. � � . . (Ji YI AR r;;Crni.! I i�,
Pinellas County Vulnerability Assessment(VA)Phase II �ROFE»'�N���E��'i�Fs �coNSTRuc�iun� ��
Pinellas County,FL Estimated 2025 N/A
Project Manager.Vulnerability assessment updates and compliance with most recent legislation, F.S.380.093 Resilient Florida
Grant Program.The scope of work includes selecting and developing the appropriate sea level rise and flood scenarios,developing,
organizing,and attributing critical infrastructure features in a compliant Esri geodatabase,exposure analyses that include millions
of critical infrastructure features,environmental,and cultural features,sensitivity analyses to determine the criticality of impacted
assets along with community priorities,and developing a vulnerability assessment report compliant with FDEP standards.
�� � ��r,ti.� v;vt�K�on����t�tc
Charlotte County Utilities,Resiliency&Modernization Program,Port �"`�"'�1O`�'n� ��i�K��i��� !c�,tisr�;u_r ��. �
Charlotte,FL Estimated 2025 N/A
, ��,� .. H _
Project Manager.Review capital improvement,maintenance,master plans and more to collaboratively develop an asset management
framework that includes resiliency and modernization.Through gap reviews and program analyses,create an Integrated Management
Plan (IMP)that uses the asset management decision-making framework to prioritize project implementation across Charlotte County
Utilities.Sharon serves as Deputy Project Manager and main point of contact,coordinating day-to-day team and client activities,
workshops,public meetings,invoicing,and grant compliance tasks.
�� � �;>vr�,R�o�����rTro
SFWMD,Resilience Metrics:Central and Southern Florida Flood Resiliency P� '�F"1ON`��'E«���cEs �coNsrRuc�i,��
Study,Palm Beach,Broward and Miami-Dade Counties.FL 2024 , N/A
� � � ��� � r F�-1„�r� �ErFE��i>^, „ �� . .
�- Project Manager.Assistance with resilience planning and analysis focused on resilience metrics.This task involves taking the public
input and translating it into a technical framework that can be used to quantitatively and/or qualitatively measure benefits,potential
negative impacts,or unintended consequences to compare and evaluate different alternatives. Requires continued integration of
community and stakeholder input into an Esri GIS framework to support as many data-driven metrics as practicable.The resilience
metrics include economic,environmental,and community and social impacts.
• • � � � � . . - .. ... . . - -
� .. ,:. . . ,
� # � ^�i�
. , ,
,,
�a. , �.
� � �;
. � :r. ._
12.NAMt 13.ROLE IN THIS CONTRAC' 14.YEARS EXPERIENCE
,� rr)'���1 �f3.WITh� ��Bi A- ;�il:��'�.
Melisa Henriquez Valencia Resilience � ' �
15.NRM NAME AND LOCATION,���T��=':C�,'>.�..
HDR Engineering,Inc.�Doral, FL
16.EDUCATION�.r������;',c,;'�u-��i1��r�.>r 17.CURRENT PROFESSIONAL REGISTRATION 6�Ar�nNDG6CIVLihL�
BS,Civil Engineering
13.OTHER PROFESSIONAL QUAURCATIONS;FUHuraiioN�o�:�nniZnnoN�,i�aiNwc,Awtie�S trc�
Melisa has 9 years of experience with preparation and design of roadway plans,roadway geometrics,drainage,signing and pavement
markings,signalization,landscape,computation book,pavement design,utility coordination,cost estimate analysis,LRE development(FDOT
Basis of Estimates and Unit Prices).
19.RELEVANT PROJECTS _`�
� . .. . � . . . . (2)YEAR COMPLEL�_��.�;
Roadway Vulnerability Analysis and Capital Plan- Monroe County� Monroe '"`OFEssioNai.sFRvicEs coNSTauc�o�. �.r?
County,FL Ongoing I N/A
� �_��_ . � �i�: f� �r �; _��r. . ���' . ,�
Designer.Analyzing the impacts of current and projected levels of Sea Level Rise(SLR)on County maintained roads and
developing an implementation plan and timeline to adapt roads for SLR. Results will be used to determine new policy
� considerations and design criteria for what the acceptable levels of service should be.HDR will evaluate future SLR,tidal waves,
storm surge,and extreme weather analysis projections(2025,2030,2035,2040,2045,2060,&2100)to determine the
vulnerability level of the roadway segments and prioritize the implementation of the adaptation improvements(ie.raising the
roadway,improving storm drain system,and green engineering). HDR will develop mitigation concept roadway and drainage plans,
cost estimates,and benefit cost analysis for the most critical segments.An adaptation pian will then be developed based on the
multiple criticality components evaluated throughout the life of the project.Responsible for the management of the data collection,
GIS water level modeling, Numerical Wave Analysis,Vulnerability Study and prioritization exercise,development of conceptual
plans,cost estimate,and befit cost analysis,and preparation of presentations and reports.
�� _ � � Cv'rt-a���::,v�N�_Er�c
Ocean Reef Community Association(ORCA)Vulnerability Study-ORCA� F'�oFE ssinrvA�sERvicEs corvsTRucnoN,r aaF-uc�a�e;
Monroe County, FL 2023 N/A
� _ x� �,rrt __ � t ... , �r � .�
Designer.Project consists of analyzing the impacts of current and projected levels of SLR along the Ocean Reef community.
Includes the evaluation of 23 miles of roadway,8 bridges,ORCA Buildings,utilities,and Water Treatment plant.The results will
enable ORCA to plan accordingly.
. , � � ��>v�aR�o��nP��Fr��;
SR A1A Revetment Improvements at Sloan's Curve-FDOT District 4� Palm �''�c'��ssioNA�s�RvicEs corvsraucTioN ��a,r;�cAh�r,
Beach County, FL 2019 N/A
� � ,_� F'�� _ _ . -� _��r>.� ���•��
Designer.Drainage improvements project that consists of extending the existing revetment limits along SR AlA south to Sloan's
Curve.The scope includes the design of a riprap revetment system that will protect the roadway's embankment and obtaining the
required permits and coordinate with florida Department of Environmental Protection,US Army Corps of Engineers,South Florida
Water Management District and US Fish and Wildlite.Melisa was responsible for the preparation of roadway,signing and marking,
and landscape plans,environmental permits,utility coordination,quality calculation,and public involvement. Responsibilities also
included cost estimate analysis/LRE.
� , _ � _ � r�� - -
Vulnerability Assessment Phase 2-Pinellas County�Pinellas County,FL 'R`'��`;' ���`E��''�E� �cotisTkuc-�c� � -� -
Ongoing N/A
Deputy Project Manager.Pinellas County completed Phase 1 of its Vulnerability Assessment in 2022.However,to comply with the
recently established Resilient Florida Program Requirements,additional analyses and updates(Phase 2)were deemed necessary.
HDR is provideing professional services to review the existing data and conduct exposure and sensitivity analyses of specific critical
and regionally significant assets.These analyses require the engagement of stakeholders and the County staff.The project also
includes final report tasks,which involve the preparation of a Phase 2 FDEP-compliant report focused on results and critical asset
'Ists. Melisa is working on the exposure and sensitivity analysis set up and reports.
� �„�� ��.��v „
Key West 7st Street Drainage Assessment- Monroe County� Monroe `'�`t�����rj4�;t""��� � '�'s i k"` '�: �� � �
County,FL 2023 N/A
Designer.HDR provided a drainage study to validate the results of a previous drainage study which determined that the existing lst
Street gravity drainage system in Key West would still function adequately without needing a pump station.As part of this study,
HDR reviewed the previous drainage study,created an existing condition hydrologic/hydraulic model for the lst Street drainage
basin,ran future condition scenarios(2045 SLR and high tide)for a pump station,recommended conceptual pump station sizing
and locations,recommended conceptual forcemain and injection well configuration,and developed a cost estimate for up to three
(3)conceptual design alternatives.Melisa was responsible for preparing the cost estimate.
� � � � � / . . - .. ... . . • . -
'`^: b .cf' ... . . y}.e�e�r',a � . . r.
' ,... ,.....�
'y t 1' i-
wr t. ��
_ . v..r ��.. . .
.'. *r- .. :,. . � . �:,� . �,.
-., . ..::, ., .. . .. ,__...
. .. ..�,;.�..... :...
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
IiA.TOT,a�� , 'iC ^�F��I'rIRM
James Reddrick Architecture 20 �
15.FIR�'vl NAME AND LOCATION �:.i���;-�;^��-�i
HDR Engineering,Inc. � Charlotte,NC
16,EDUCAI ION �� .. �f" c-ii '�ii r. 17.CURRENT PROFESSIONAL REGISTRAiION '�..'i . ��c.r.��
BA,Architecture Member of the National Council of Architectural Registration:NC,
SC,TN,KY,GA,VA,FL,MD
18.OTHERPROFESSIONALQUALIFICATIONS'PURNCAii9rb��eca,n�VArIGN �cnir�irr;F'^,a�;'�`.iiC�.
James is an Architect with water and wastewater treatment projects experience in the Southeast.James has served as the architect of
record for at least 70 buiidings at water-related projects.James also has experience developing industrial facades to blend in with the
local neighborhood aesthetic.
19.RELEVANT PROJECTS �
� .'�:i)LOC�'��� � �2;YEAR COMPLETEO
Charlotte Water,Clarke Creek Pump Station,Charlotte,NC ',NROFEssioNa,�sERvicEs coNSTRuc�ioN ,
2023 2023
x ,i � � , �
Architeet.720 sf Electrical Building.Design of modular precast building to house electrical equipment.Status-Construction
Administration.James helped with permitting,iteration design,and organizing the team.
� . .'.�I - . ,(:YtAR C.C�ti'.PLt I t:)
City of Fort Lauderdale Dorsey-Riverbend and Progresso Village i�'R�F�ssioNa�sERvicEs I corvsrRucTioN a�;.,-uu��:,,,
Stormwater Neighborhood Improvements I 2023 ' Expected 2025
fi. � Y I i '� . '� . . . ..I... � ._ . . .
Architeet.280 sf Elcectrical Building for underground pump station.James helped to create the prototype facade to look like a
house,to blend in with the architectural features of the existing neighborhood and to match the general aestetics.3D visuals were
provided to meet local zoning aesthetic requirements.
� � '1 � � � � �2?YEAR COti1PLETE'J
Miami-Dade Water&Sewer Department,Pump Station 0301�PUIYIPIflg °ROFESSIONAL SERVKES cori,rr..�c�ii;N
Equipment and Alternatives Layout,City of Sunny Isles Beach,FL ' 2020 , Expected 2025
� � � � O CHF�Y I-f u01FCT PFR�ORMFD�1'1TM�UR6F'd'�i=ti'
Architect.Architect of record for the 541-SF pump station.The building is elevated above the tidal wave and is located in a
prominent area of Sunny Isles Beach.The local zoning board requires the building to have architectural features that include faux
balconies,decorative screen grilles,decorative omament facade treatments,and articulate window muntins.
� � � :r��n^�i_F,i ;
Cape Fear Public Utility Authority,Pump Station 10,Wilmington,NC `-�""`j ' ''' `
2018 , 2020
._ �. � _ o<rn . ,; o��z�nr��v� � �
Architect.Pump Station.Design of utilitarian masonry and concrete structures to house wastewater treatment equipment and
electrical components.The project also included facade materials to match the local neighborhood aesthetic.Status-2020 In
Operation.
- � �1_;1'EAK G�;'PLFTE�
North Fork Peachtree Pump Station,City of Atlanta,GA PROFi_Ss��� Nn�s�kvicEs �c�������i��.�� i ���� � �
2021 , Expected 2025
� - � � ����-� � �- . _ -� -,-�
Architect.4,032 SF pump station. Includes electrical room,odor control room,restroom,control room,and exterior emergency
generator.James helped to create the prototype facade that looks like a recreational park within the context of a high end
residential community.James met with the client and project managers to collaborate and develop the aesthetic importance of
fitting into the community without compromising the functions and purpose of the facility.
• � � � � / • • �• •�� � • - ' • • 1
,,,-. �.,�,,_,„� ,, i� , ,.� �a r:<t'��Sr��-
� �, . ...
IV�u �� a�� �a +� .�' s a�
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
� � � ���B,WI�fH Ci �kE"..����'��>,`,<.
Samantha La Hee,PE Water&Sewer 21 18
15.FIRM NAME AND LOCATION Ci' a;c >':
HDR Engineering,Inc. �Doral,FL
_ _ _ _ _
16.EDUCATION�,�.— �=�u����i�r.i/.;�i_', 17.CURRENT PROFESSIONAL REGISTRATION�siHitAHooiSaNUNt)
M5,Civil Engineering;BS,Civil Engineering Professional Engineer:FL,OH
18.OTHER PROFESSIONAL QUALIFICATIONS�PURu�anorsSt�e�aNlZanoNS.�eaiNiN;n�vnR�s,Er�:�
Samantha is a project manager with experience in hydraulic modeling,stormwater and pipeline design,water and wastewater
treatment and design,pump stations,membrane systems,water supply master planning,regulatory compliance,permitting,and
preparation of specifications,reports,and evaluations.
19.RELEVANT PROJECTS
� i_�.;'.I_ � J; rt0.R.COMPLETED
City of Fort Lauderdale,Progresso Village Neighborhood Stormwater aoF�ssiuNn s�trf���� ��coNsrRucTi�>�,�.:;��������
Improvements,FL 2024 Estimated 2025
� x�, ; _ - _ ,-.
Process Design Lead.HDR is providing full design,permitting,and engineering services during construction for the Progresso
Village Stormwater Improvement project.The project includes a new stormwater pump station with an emergency generator,
stormwater gravity pipes,and force mains. HDR is providing the final design and will obtain final permits for the construction of
replacement stormwater drainage systems,including a new stormwater pump station. Samantha was responsible for the pump
station mechanical design.
� � . .f`I.��: _ . � �.2)YCFlk��h'Fi�Tt.i:
I-395/SR 836/I-95 Interchange Improvements,Design-Build,Miami,FL ,'ROFEssiorva�SERVICES coNsrRucTioN� :, � �..<u
2019 ! Estimated 2027
._ � ����x�� Ni�o._.�r �1,�,��:Ui� ,� ,, �hk-��i �i�us,
� Task Lead(Utility Reloeation).HDR has been tasked to design the new I-395 signature bridge and roadway design.The team
was tasked to relocate water and sewer pipeline that were in confllct with the new structures or roadway designs.Tasks include
coordination with multiple disciplines and several consulting firms on the team,interfacing with Miami-Dade County Water and
Sewer Department to resolve conflicts based on their feedback,and quickly responding to design changes as part of the design-
��i'C �rocess Sa�antna's �es�onsibillties ircluded �nanaging t'^e desgn of the�tility reloeation.
�� � ��� � (2)YEARCOMPLETEC
Miami-Dade County Water and Sewer Department(MDWASD),Pump `OF`'�'`'�'' S=R'����=s ��coNSTRuc�� ,� �� �
Station 0301,Design and Construction,City of Sunny Isles Beach,FL ' 2019 I 2022
- Projeet Manager.HDR was tasked with the design of a new pamp station to meet consent decree requirements. PS 301 is a 16
MGD,110 hp,trench-well pump station whose design is based on the coastal location and has multiple resiliency components,
including submersible pumps,a generator and electrical room located on the second floor,and flood proof emergency fuel system.
Permitting and construction support included. Responsibilities included managing the design of the entire project,coordination
with technical disciplines and design of the pumps and hydraulic system.
,��v��aF;�uh'���� _,
USACE Huntington District/SFWMD,C23/24 Reservoir,Pump Station, �ROFFssiotia ��:R���c-s �corvs-RucT�ti ��
and Associated Water Control Structures Design,St.Lucie County,FL Estimated 2025 ' Estimated 2026
_. F . .
Process Design Lead and Assistant Pump Station Design Manager.C-23/24 South Reservoir Project is part of the Indian
River Lagoon-South PIR under CERP. HDR is providing multi-discipline engineering expertise to develop designs,plans,and
specifications for a 57,815 acre-feet aboveground storage reservoir,1,200 cfs pump station with 4 engine-driven pumps,and
associated water conveyance and control structures to support the Indian River Lagoon South Ecosystem Restoration Project.
Samantha's responsibilities include the design and selection of the pumps,engines,right angel gears and auxiliary equipment to
support the operation of the reservoir pumps.Coordinated the design of the overall pump station with design disciplines including
electrical,structural,mechanical,etc.
. . � ;z)veau�on�t����r��
City of St.Petersburg,Lift Station 85 Improvements,St.Petersburg,FL °ROFEssiorv,a�sr�vicEs coNsrHuc noti
2024 Estimated 2025
Project Manager.Lift Station 85(L585)is located on the former Albert Whitted Water Reclamation Facility(AW WRF)site and is
the largest lift station operated by the City.It conveys up to 23 MGD from the Southeast Collection Basin to the Southwest Water
Redamation Facility(SWWRF).The project includes hydraulic modeling,evaluation of pump selection and design options,final
design,and construction support.Samantha's responsibilities included managing the design of the entire project,coordination
with technical disciplines,and design of the pumps and hydraulic system.
• � � � � � • - • •• •�� • • - ' � -
-:<z. :,
�� >;_x � , � �: � , ;., , ;: , ,
. . __;... .. �
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
�A.TOTAL B.WITHCURRENTFIRM
James M.Krzeminski,PE,PTOE Urban Planer Lead
27 27
15.fIRM NAME AND LOCATION i � ',[' , :;
HDR Engineering,Inc. �Orlando, FL
16.EDUCATION� • I frc ii' r'r, 17.CURRENT PROFESSIONAL REGISTRATION s=i[nNDDISCi�LiND
ME,Civil Engineering(Transportation) Professional Engineer,FL(56143)
BS,Civil Engineering Professional Traffic Operations Engineer(1403)
18.OTHER PROFESSIONAL QUALIFICATIONS!r�.i5ucnrioNs ce�SaNrqnoNs,ieair,wo a°,a�nuos E1c�
Jamie is a senior transportation engineer with extensive experience in transportation planning and traffic engineering,much of which
has been focused on the provision of Complete Streets.
19.RELEVANT PROJECTS �
� Q) r E•aR�O`✓if'_t I�_��
City of Orlando,Bike Plan Update ���r;oFEssioNn�sFRvicF� � ����s�a��� ��;v �
Orlando,FL 2021 N/A
` Projeet Manager.The plan recommended a visionary bike network comprised of highly connected,convenient,low-stress facilities
and improvements,and prioritized a list of high impact projects for a 10-year planning horizon.The plan also provides a policy
framework to continue the City's transformation into a more bike-friendly community.The plan update will include graphics and
photos to display proposed concepts,recommended projects,and infrastructure examples. Public meetings will be held to engage
the public and increase community visibility.
; �e���„r .�F-_Er-..,
Lake-Sumter MPO,East Avenue Complete Streets r��_>FEssioNFl�sr��-iicEs 'corvsrRuc�ic�ti � �-�� ,
Clermont,FL 2019 N/A
Project Manager.HDR completed the East Avenue Complete Streets project in partnership with the City of Clermont under a
transportation planning contract with the Lake-Sumter MPO.During the project,a preferred corridor concept plan was developed
for a 1.1-mile section of East Avenue that will provide a safe,comfortable,and welcoming environment to meet the multimodal
travel needs of all corridor users.
;. �,r,r� � ,i� �_ � i�
Lake-SumterMPO,SR44(DixieAvenue)CompleteStreetsandTraffic PROFEssior���i �r�< ;� r�u�T�o��
Calming and Access Study,Leesburg,FL � 2016 2018
c . . , , �. , ., . . , . . �� C�: if:.Kll Vr � �., F.�..,-�,i.:����, a,i i. �;�f.i� � .�
Sr.Transportation Engineer for the 2-mile-long corridor study to convert a five-lane truck route in a complete street that more
safely accommodates all modes.The project included the development of an access plan for the introduction of a median.The plan
balanced the needs of the community to reach its signature park with the over 10 percent truck traffic.
Lake-Sumter MPO US 301 Complete Streets �'k��F�s��= �,�, ,r��,ir r< .
Lake and Sumter Counties,FL 2020 N/A
. . . � . fll.. � . .. .r.l:. , �. _ �. , .. .� . .., .
� Sr.Transportation Engineer.This project was a Complete Streets planning study on US 301(SR 35)from Cleveland Avenue(CR
466A)to Huey Street(CR 44A) in the City of Wildwood.HDR worked with the Lake-Sumter MPO and the City of Wildwood to
develop a complete streets corridor concept plan for the downtown Main Street area of Wildwood to fulfill the City's vision of"A
thriving interconnected Downtown District that draws people in and encourages them to stay."The focus was to recommend a
Complete Streets concept plan that provided a safe,comfortable,and welcoming environment to meet the multimodal travel needs
for all users of US 301.
— � � � � �� � (Z)YEAR COf✓If'_ET'�J_-
Miami Downtown Development Authority(DDA)Master Plan ;PROFEssioNa�sERvicEs coNSTauc-ic�n: _
Miami,FL 2006 N/A
� � � _ � � �ci.�:- � - ��P� ��n ., , �, — .
, Task Manager for the bicycle,pedestrian,and streets components of the Master Plan developed for the Miami Downtown
Development Authority(DDA).The plan focused on the creation of"complete streets"in downtown Miami and appropriate
intersection treatments and roadway typical sections to enhance the safe and efficient movement of bicydes,pedestrians,and
vehicles alike.The plan recommended a network of bicycle facilities within the downtown area,including bicycle lanes,routes,
and multi-use trails,and included recommendations for bicycle accommodation on bridges,addressing conflicts with railroad and
streetcar rails,and bicycle parking.
• � � � � � . . .. ... . .
,�,1 9. $....�•2�.tl����i '�'i'1 S i' 1 �
r : . . sq � � � ,
p-..,<� .M t , �.,,�., 5 :,.. ..-.... .. ,.. �v, , ., .-.. .... � _. .,, ....., .
12 NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
i�.Tf1iAL _� � I'-U ��^, �;R,ti9
Mag Hanna,PLA,AICP,LEED AP-ND Urban Planner
29 5
15.FIRM NAME AND LOCATION�a!�'�i:��s��a���:
HDR Engineering,Inc. �Orlando,FL
16.EDUCATION� � i �-f'i i:�� „ 17.CURRENTPROFESSIONALREGISTRATtONt� ���,�a���i�ir,��
MLA,Landscape Architecture/MS,Civil Engineering/ Professional Landscape Architect:FL/Professional Engineer:GA,
BS,Urban and Regional Planning TX/Certified Planner
18.OTHERPROFESSIONALQUALIFICATIONS��su��ii0r, u,��ii�aiiod-,re„iwNc,4����s�C+
Mag's education and work experience encompass planning,engineering,and beautification for creating communities and enhancing
environments.Mag leads a team of engineers,planners,landscape designers,and visualizers to analyze and develop concept designs
for a wide range of transportation projects.
19.RELEVANT PROJECTS
� � . �� (2)YEAF rOiUMPi.ET:_n
FDOT District 5,Continuing Services Contract for Planning,Project -FFssioN��sER�ncF� (cotisrRuc-^�
Development&Modal Development,FL 2022 N/A
Design Manager.HDR developed a concept design for approximately 8.5 miles of State Road AlA and its surrounding road
" network in the cities of Daytona Beach and Ormond Beach. Mag led a team of engineers,planners,landscape designers,and
visualizers to develop the design concept.The concept provided functional and aesthetically pleasing solutions to address safety
and mobility issues,creating a harmonized street environment that emphasizes the scenic character of the corridor and provides
a livable,accessible,connected environment for pedestrians and bicyclists.The process actively involved the community in
evaluating and selecting the alternatives.The engineered concepts were presented in multiple creative ways,including drive-
through animations,virtual reality experiences,three-dimensional images,and graphically rendered plans.
� , t��vEaH co�nr�_�r_o
lake-Sumter MPO,Innovation Trail,Mount Dora,FL �z�FEss� �v�,�,E�r��ic ES i cor;sTRueTioN r ..
2023 ' N/A
� � � � � r; x: < ��� rc , � � a�.
Project Manager.HDR collaborated with Lake-Sumter MPO and the City of Mount Dora to identify and evaluate potential routes
for an approximately 6.5-mile multi-use neighborhood trail.The trail would connect the Tremain Street Greenway in the City of
Mount Dora to the planned Sorrento Avenue Trail in the Lake County community near CR 437/Plymouth Sorrento Road.Mag
oversaw all project aspects,including design management,cost management,and time management.
� . _� ��;rn������ :: ,
John Young Parkway at Pleasant Hill Road,Kissimmee FL � �i ' °�_s��>.��, �es �c o�z � . � � �-
2023 � N/A �
Design Manager.HDR prepared detailed concept alternatives to improve operations at the intersection of John Young Parkway
(U.S.17-92/South Orange Blossom Trail)and Pleasant Hill Road/South Hoagland Boulevard. The project aimed to relieve
congestion,improve access,extend bicycle and pedestrian facilities,enhance aesthetics,and adding landscaping aesthetics.Mag
led the concept design efforts and coordinated the development of multiple 3D concept renderings that show improved roadway
facilities with a flyover concept,access management improvements,proposed shared-use paths,landscape/hardscape aesthetics,
and a virtual reality(VR)exhibit to show the proposed intersection improvements. Planned improvements were developed through
a Coalition effort with local partners.Design is following the recommendations of that project with the goal of relieving congestion,
extending bicycle and pedestrian facilities,and enhancing aesthetics.
� . � „� .
r , ,.,i
,�;t ,^�a ,_�r;_u
Lake-Sumter MPO,Leesburg East and West Main Street Complete Streets ��'��f`»i�.ra.�< <f:z����cts �coNs rai<<-�icti���� �� -
Plan,FL 2022 I N/A
� x, �R��, „
Deputy Project Manager.HDR completed a corridor analysis for the west and east segments of Main Street to determine
recommended safety and multimodal improvements.HDR developed a plan that included ADA,bicycle and pedestrian
improvements,new landscaping,and intersection modifications,including roundabouts to improve safety and mobility.Mag
oversaw all project aspects, including design management,cost management,and time management.
� .�;r�,�«����rF�t�_.r�
FDOT Multimodal Corridors,FDOT District 5,FL � `����' "������` -�._ ���Ns�n�ur �» �� ���
2023 N/A
� � _ �r � ;e�rr� ,�.i�,
Design Manager.HDR studied critical gaps along the Coast to Coast(C2C)following SR 50 between Mascotte and Groveland,S.R.
44 in Deland,and in New Smyrna Beach.These projects showed the necessity of bicycle and pedestrian infrastructure to these
heavily traveled corridors as well as contemplating future options for network expansion.Mag led the planning and design efforts
to define future bicycle and pedestrian projects along with their implementation strategies.
� � � � � � • • - - �• ��� � • - • � -
w r
.,. _ ,_
� .., ., ... a,`� ' .. .,�.
, , , _
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
c,.TOTA� , A';IiH�_Ur�RENTRRM
Mark Suarez,PE Urban Planner �� �
15.RRM NAME AND LOCATION�a`�awG�r�;F?
HDR Engineering,Inc. �Orlando,FL
16.EDUCATION ._',h' ��r i �i-vi0w 17.CURRENT PROFESSIONAL REGISTRATION . ' '^it��,bn��ic,i_:
BS,Civil Engineering , Professional Engineer:FL
18.OTHER PROfESSIONAL QUALIFICATIONS(PUBucniloNioR�nNcanoNs iRAiNu�i�AWAe�S ETq
Mark has 17 years of experience managing projects and working with municipalities in Central Florida.He specializes in Complete
Streets and traiis and has successfully completed a wide variety of projects in final design,concept development and planning.He has
been instrumental in recent final design projects for the City of Orlando and Osceola County.
19.RELEVANT PROJECTS —.____�
,, � �Z1 YEAR COMPLETED
_-----
City of West Palm Beach,Northwest Cultural Trail,West Palm Beach,FL ����FrssioNa�sEavicEs ICONSTRUCTIONii�.a-a ICAEtE!
2020 N/A
. . . . , . ., . - _ . � .� , ._ �_. x _��:C�. Ft'u'�;,E� ��z �f�� r �c�IIIH .,�'�r��. r R�'�.
Project Engineer.HDR provided design services for the rehabilitation of the 7th Street corridor between the major north/south
Tamarind Avenue and Rosemary Avenue corridors.The corridor is fronted by single and multi-family residential,with some
retail/office/industrial located at the intersections.This is a neighborhood where many of the residents rely on pedestrian and
bicycle modes of travel.The purpose of this project was to make the area more bicycle and pedestrian friendly.Supporting project
elements included lighting,landscape,hardscape,stormwater management improvements,and potable water line replacement.
Tasks for this project included data collection and analysis,design,permitting and bidding assistance.
- � �I�',.O�nTIOPJ�:-. . , '� i2?YEARC��'.PLETFD
City of Orlando,Edgewater Drive Complete Streets F=Ss��N��_SE�vicEs �coNsrRucrioN��h� � .�s:;
Concept Development and Final Design�Orlando,FL Ongoing ! Estimated 2026
. �,; *._�IFCK � ':,if.`. -�=OR�`��`.G17f- 4"�F��.`GIk�V�
Project Manager,EOR.This Local Agency Program(LAP)funded design project is redesigning Edgewater Dr.from Lakeview St.
to Par St.This project includes milling and resurfacing with reconstruction of the outside portions of the roadway including curb
and gutter,sidewalks,curb ramps,driveways and streetscape elements that will bring the entire corridor into compliance with the
Americans with Disabilities Act.The project also includes construction of new features to enhance pedestrian and bicycle safety.
. . . . . . . �i,YI '\R�C;1'�PI!1��: ,'
'ROF=SSiLNALSERVICES CONSTRUCTIO�� � � �
� City of Orlando,Bicycle Beltway Downtown Gap Final Design
° �Orlando,FL Ongoing I Estimated 2025
� - �,� �r����- �;�:�,.,;v��TFi � _
.., _
9�"� . , . ,. .,, ) . , ".. , i� .
��..
�t Project Manager,EOR.The scope of work includes design and right-of-way(ROW)survey,transportation design,drainage
design,grading,maintenance of traffic,utility coordination and adjustments,signalization and pavement marking,landscape
design,public involvement,environmental permitting,plan preparation,opinions of probable costs and specification package.
� Once fully complete,the 8.5-mile loop trail through and around the Central Business District will connect the Orlando Urban Trail,
� Bumby Path,Cady Way Trail,Lake Underhill Path and Gertrude's Walk.HDR also completed the study for this project.
. � � � ��rt��z ,�ti��N�E r���
, � �� �F:F�-ss� � � „�avi<Fs �„�d5rr,u� ?iori �, � ��
�' Osceola County,Lake Toho Water Restoration Pond Trail
and Bill Johnston Park Design Services�Kissimmee,FL Ongoing Estimated 2026
� K � ��'r_�< i -ia,�� ,�, ��,�,i i� � � �:,'�. ^'
� Project Manager and EOR.HDR provided concept planning for the Neptune-Lake Toho Restoration Pond Loop Trail,which
included an approximate 3.5-mile loop that connects Downtown Kissimmee and the improvements on Lakeshore Boulevard
with the emerging NeoCity development.After the completion of the planning study,HDR was awarded the final design contract
' for both the Lake Toho Restoration Pond Loop Trail and the Bill Johnston Park improvements.We are currently approaching 90
percent plans on this design project.
� (7:��E AP.�GM PLETE�
City of Clearwater Fort Harrison Avenue Complete Streets Study� �I PROFESSIONAL SERVICES i CONSTRUCTIO�:
Clearwater,FL 2020 Estimated 2025
-� .�.. �-r_ , �, � ,�z�,izti�r���.; , �� .�
�
� ,��, �,�, �
' Project Manager.�The goals of the Fort Harrison Avenue Complete Streets study performed by H DR for the City of Clearwater
included:1) Developing improvement concepts that advanced the city's mobility,safety and placemaking objectives;2) Build an
achievable improvement program through understanding,consensus and support among key community stakeholders;and 3)
Define a set of projects that can move forward into preliminary engineering and design.
• � � � i / • � •• •�� • • - - ' • '
{
��i �„�-t t�u,m� " �fYdiui Li1W��. �v��� �i''iP,I i�,'r�r,,�"
����`s�
��.. 5
12.NAME �13.ROLE IN THIS CONTRACT 1�,YEARS EXPERIENCE
� ., ��I�H CURRENT FIR�4
Crystal Odoh,PE Urban Planner 5 5
15.RRM NAME AND LOCATION r�,����qMDS"a�E� �
HDR Engineering,Inc.�Orlando,FL
16.EDUCATION'� �-��_�� ,[ � i .,��,r:r; 17.CURRENT PROFESSIONAL REGISTRATIONiS���a�� i'i��_i^.�,
MS,Urban and Regional Planning Professional Engineer:FL(97979)
BS,Civil Engineering
18.OTHERPROFESSIONALQUALIFICATIONSi'U�ilc,4ilu�� i�Gardv4rlt��siRvr�ir��n �a�s-r�!
Crystal has experience in corridor planning studies,drainage development and design for PD&E studies,and concept plan
development for SIS.She has designed and prepared plans for landscape and roadway projects,including bicycle and pedestrian
infrastructure,in accordance with state and national standards.
_. _ __ _
19.RELEVANT PROJECTS �
� � , -.";� ti ��, (2)YEAR COMPLETED
_
FDOT District 5,Continuing Services Contract for Planning,Project ���EssioNai_sE�v�cEs f coNsrRucnoti �
Development&Modal Development,FL 2022 � N/A
� � _ . ,�. ., � . .���i ���
Design Manager.HDR completed S.R.A1A Daytona and North Daytona Beach,and North Ormond Beach Area Coalition for the
` FDOT to evaluate proposed transportation solutions for segments of Atlantic Avenue(S.R.AlA),East International Speedway
Boulevard(U.S.92),Main Street,Seabreeze Boulevard(S.R.430),Oakridge Boulevard (S.R.430),and Grandview Avenue.
Crystal played a key role in developing a concept design for approximately 8.5 miles along State Road AlA and its surrounding
road network in Daytona Beach and Ormond Beach.She also played a key role in public participation,development of hardscape
and plant palettes,as well as the landscape design of the corridor.The study took into account capacity,safety,and multi-modal
enhancements along these corridors,while also seeking to minimize potential impacts on natural and human environments.
� � , ,.. . � v �A�� � �,,t r��r
Lake-Sumter MPO,Innovation Trail,Mount Dora,FL � "' '°" �'"�� �� � ` '�'��'`� �`'�`�'� � ��
2023 N/A
Project Manager.HDR completed a study to improve the multimodal and safety of a critical commercial corridor.The project
includes an extensive safety analysis,traffic analysis and access management plan. Public outreach and community walking audits
were also a core part of the effort.Crystal facilitated public outreach materials and developed 3 alternative concepts including a
roundabout,and typical sections for the corridor.
��. __ ���i � v��e �nu_��r���
John Young Parkway at Pleasant Hill Road,Kissimmee,FL r=R�Frssior�.n�SEevicEs con,srRucTion
' 2023 ; N/A
� � � x� F� , , ;�� , � ,r-�a�,
Design Manager.For John Young Parkway at Pleasant Hill Road HDR prepared detailed concept alternatives to improve operations
, at the intersection of John Young Parkway(U.S.17-92/South Orange Blossom Trail)and Pleasant Hill Road/South Hoagland
Boulevard. The project aimed to relieve congestion,improve access,extend bitycle and pedestrian facilities,enhance aesthetics,
and adding landscaping aesthetics.Crystal worked on the concept design efforts which included the development of multiple
3D concept renderings that show improved roadway facilities with a flyover concept,access management improvements,
proposed shared-use paths,landscape/hardscape aesthetics,and a virtual reality(VR)exhibit to show the proposed intersection
improvements. Design is following the recommendations of that project with the goal of relieving congestion,extending bicycle and
pedestrian facilities,and enhancing aesthetics.
� � , , ,, ���.�z ��, ��ET_!��
Dixie Way Feasibility Study,Brevard County,FL PROFEssioNn�sEa��;icE� �c�NsrRucTi�h i ,��� i��c���;
2024 N/A
. ,. .. � i. . . .. f. �„� ��; �._ ��p�'�/�I �1 .�.. � .,i .,.
Project Engineer.Dixie Way is an existing unpaved road in Mims,Brevard County District l.It is 5.4 miles long,with several
intersecting unpaved streets.HDR conducted a feasibility analysis to evaluate converting Dixie Way into a two-lane two-way
asphalt paved road with associated drainage and intersection improvements from Grantline Road to County Line Road.Crystal
developed alternative typical sections concepts to County Standards based on drainage and ROW considerations,as well as
innovative intersections to improve safety and traftic control.She worked on included innovative roadway drainage modifications.
' � � �?�Yr�AR CO�UiI'�ETi�D
FDOT Multimodal Corridors,FDOT District 5,FL �� k�� E������ � . �"�`�. ��c 'coNSTRu��ioti � --� . .
2023 N/A
. .;�. ,�, . . � "�.' " '.. x � .'k. r,., r,— , ,,,..� , _y-_.,� •�li F'A
, _ ..n , ,.�
Design Manager.HDR studied a critical gap along the Coast to Coast(C2C)following SR 50 between Mascotte and Groveland,
S.R.44 in Deland,and in New Smyrna Beach.These projects showed the necessity of bicycle and pedestrian infrastructure to these
heavily traveled corridors as well as contemplating future options for network expansion.The studies defined future bicycle and
pedestrian projects along with their implementation strategies. Enhancing the bicycle and pedestrian environment within the New
Smyrna Beach and SR 50 corridors will better connect users to the surrounding neighborhoods,enriching the quality of life.
� � � � � � • - • . �• •�• • • ' � -
�.1 � '�5 a 4� 5 ..>. .�. d�..
12.NAME '13.ROLE IN THIS CONTRACT ' 14.YEARS EXPERIENCE
4.'O�TAI._ '�B.WITH CCf'�'«iT FIE�A".
Josiah Berg,PE Structures 23 �
15.FIRh4 NAME 4ND LOCATION r �c.r,-�-
HDR Engineering,Inc.� Doral,FL
16.EDUCATION(D'e��F�tn�un�F'EanuZ�l�lo"+; U.CURRENT PROFESSIONAL REGISTRATIONiiiniEANDDISCIPUN6
BS,Ocean Engineering,2001 Professional Engineer:FL(69024)
18.OTHER PROFESSIONAL QUALI FICATIONS�vuH�I[Arlur�i i�EGANI�niluy;,ian�NMo.n�Nnrl�S.FiC�.
Josiah's more than 22 years of experience is expansive,ranging from the design of docks,marinas,cruise ship ports,and offshore
loading terminals;to dredging and navigational improvements;inspection&repair of waterfront structures/facilities;to environmental
permitting.
19.RELEVANT PROJECTS
. i . � �. . .',`'iA6� � '.tP.fl'(�
Replace Wharf Bulkhead at Christiansted National Historic Site(NPS), ;PROFessiorvA�sE avicr� �u���,rr,u�-�oN �
Christiansted,St.Croix,USVI 2018 2022
Project Engineer/Manager. Replacement of the existing seawall and historic wharf structure onsite at the Christiansted National
d Historic Site in St.Croix,USVI.As a signature NPS site,the Christiansted Harbor seawall was originally installed to provide
protection to Christiansted NHS,maritime landscape and associated historic buildings,which are between 200-275 years old.All
these features are on the Secretary of Interior's List of Classified Structures.The existing seawall was installed in 1985 and has
reached it useful life cycle of 25 years.The overall condition of the existing seawall was poor,with segments in critical condition
due to complete section loss of the existing steel sheet piles.The seawall replacement is critical to prevent damage from seasonal
storms and hurricanes typical of the area.As designed,the project will construct a new seawall immediately seaward of the
existing seawall with the existing seawall to be left in place and encapsulated by the new structure.
Diplomat Country Club Marina Rehabilitation, 'R�Frssior�,.i �r��,, ,� . � �
Hollywood,FL 2004 N/A
n.
� i� � ��: .. , � � �
Project Engineer.Josiah performed underwater engineering inspections of the existing seawall and dock structures onsite and
managed the complet�on of various engineering designs and construction documents for this private marina facility.
�� � � i-�vtau��:,����v_tt��c
Miamarina Intracoastal Bulkhead Inspection,Bayside, PROFE�S�oN��sEs���icEs coNsrRuc-�o�.�� � �
Miami,FL 2008 N/A
� � � ,F� .�+ �1�� � i, h^���t, .:ii��� n ���� �
Project Engineer.Working as part of an engineering dive team,Josiah completed above/below water inspections of the bulkhead
surrounding the south eastern portion of Miamarina. In addition,he completed data collection and assessment reports,which
provided vital information on the structures condition and remaining service life.
_ � ,.;�rEa�����eF��,rrr�
Shoreline/Bulkhead Inspection at John U.Lloyd State Park, 'Ph�Ftssior�n�sr�vicEs coNs rE;uc �u�
Hollywood,FL I 2010 N/A
� � _ �� �i<r� � t n.,E� ,, ��� ��� �
Project Engineer.As lead of an engineering dive team,Josiah assisted and managed comprehensive above/below water
Inspections of the existing bulkhead at this popular State Park. In addition,Josiah helped post-process field data and write the
engineering assessment report,which provided vital information on the structures condition and remaining service life.
- �z��_a�:��>>i��� rr,�,-
PortMiami North Bulkhead Repair Inspection, ��ROFEs���N����=':'ic�� �coNs���uc ov ��� ��
Port of Miami,FL ' 2009 N/A
� � � �F�r.� , '� ' . ' -
Project Engineer.Working as part of an engineering dive team,Josiah helped complete comprehensive above/below water
inspections of the existing bulkhead on the north of Dodge Island(Berths 1-6 or 7,200LF).In addition,Josiah help post-process
the data collected and write the engineering assessment report,which provided vital information on the structures condition and
� remaining service life.
• • � � � � . - . .. ... . . - -
. ... . , .
. ,
,
j t �� s`.� ., �
4 ..r': a 3. ♦s ,
��, •. .�. � r � .. .
:3....� . ��....... ....;.._... . � . .. . .
_........ .... ... ..... . ..:...r, . .... . ... _..... . . .. .
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
� �`��:_ �38.WITH CUR`�ENT�i@1�
Nicolas Hoyos,PE Utility Coordination 4 4
15.FIRM NAME AND LOCATION�'i`��i�[�����:;
HDR Engineering,Inc.� Doral,FL
16.EDUCATIONr�� -; ,+�.r����iu�,r�:-r:��" 17.CURRENTPROFESSIONALREGISTRATIONr<_rAri,�rrornsar��imr�
BS,Civil Engineering,2020 Professional Engineer:TX
18.OTHER PROFESSIONAL QUALIFICATIONS(PusucnnoNs,oec,nwznnoNs,repiNiNr,,a;^;±.kos Erc�
Nicolas has 4 years of utility coordination and relocation experience for multiple roadway and drainage projects.He prevented up to S
years of construction delays and$8,000,000 of relocation costs by identifying and mitigating major utility relocations.
19.RELEVANT PROlECTS _ �
" . _. . _. , �7�Y�:AR ���1'�P iT��C
SW 10th Street Connector Corridor Design Consultant(RFP Consultant), ''''01�E�sioNa�sERvicEs coh�,T RucTio�� -�� ��
FDOT Distriet 4,Broward County,FL Ongoing , Expected 2031
_ � �� >a�^� ._�;i-.. �,. , ,
Utility Design.HDR is leading the development of design phase concept plans and multi-disciplinary corridor master plans to
allow the completed PD&E studies(one for SW lOth Street and one for the SW lOth Street/I-95 interchange)to move towards
;,, construction implementation.The corridor development activities include master planning,traffic reevaluation,environmental,
permitting,utility coordination,cost estimating, project scheduling,constructability assessment for segmentation,and assessment
of the most appropriate procurement delivery methods. HDR will also be responsible for development of RFP packages to allow
FDOT to procure construction contracts for implementation of the full improvements.
Nicolas performed reviews of proposed utility plans to ensure clearance from existing and proposed conditions.Additionally,
Nicolas revises and develops prints and exhibits of existing/proposed utility alignments in ORD as the project advances. He also
developed SUE requests and participated in coordination meetings with UAOs to resolve conflicts.
�_; ���_:,i;��;�.��_������,
Meadows Roadway&Drainage,City of Round Rock,Round Rock,TX "' �������""! 5r_e��.�cF�, � ��s i F�u� -����; �-��
Expected 2025 Expected 2025
, r, - �
� Utility Design.A PER(phase 1)to study an older neighborhood with drainage problems.The second phase to the project is
the development of PS&E plans to execute the concept develop in the PER to address drainage issues via roadway drainage
improvements.Nicolas investigated and mapped existing utility facilities,created a Utility Conflict Matrix,and hosted multiple
meetings with all UAOs within the project limits. Nicolas was also responsible for developing SUE requests and coordinating the
relocation designs,reviewing these and tracking their progress.
� ��. ������_ _. ,,. ; �, ..
Monroe County Planning and PD&E for Stillwright Point Road,FL �`'`-��,�� '"`;��� `E' ``� `�`��" -' '`• �
Expected 2025 N/A
Utility Design.HDR is responsible for the roadway design and utility coordination component of a resiliency project in Monroe
County.Improvements include reconstructing and elevating the road and instillation of a stormwater collection system for current
and future sea level rise impacts.This project has seven local roads within the Stiliwright Road subdivision.
Nicolas investigated existing utilities in the area,mapped these in AutoCAD format and created a Utility Conflict Matrix by
analyzing 30%and 60%roadway and drainage designs being proposed for this neighborhood. Nicolas hosted coordination
meetings with UAOs to discuss confllcts and confirm relocations that were necessary.
� . � �i�YEAR COi�hP�ETEb
Corridor Mobility,City of Austin,Austin,TX �' �i! ;�� �r� �, ��z�.�:�r_s corvsrR�c inti��,�� - �
Ongoing N/A
� i;" , —«,>��,tro .�. -, r>.;�,� �,,�,•
" Utility Design.The Mobility Bond Program prioritizes and im�lements mobility improvements recommended in the City's Corridor
Mobility Plans for nine principal urban arterials,totaling 55 miles within Austin's urban transportation network.Nicolas created
and tracked more than 1000 conflicts in a Utility Conflict Matrix,performed utility plan reviews,hosted coordination meetings with
UAOs as well as project engineers to mitigate utility impacts.Nicolas also coordinated ROW permit submittals.
Milwaukee Avenue Reconstruction,City of Lubbock,Lubbock,TX =`'' � '�s�"�''�E` '�' ti�'i Fzu`_ `'� ��
Expected 2025 � Expected 2026
_ . . �, ,_ .. . .. . ,;_.k�lrac) FC �'�.�iRr,f- ., �� .,.� ,. .,
Utility Design.Reconstruction and widening of Milwaukee Ave.from 4th St.up to the City limits. Nicolas performed mapping and
analysis of the utility impacts within project limits,as well as developing SUE requests. Nicolas participated in multiple coordination
meetings with UAOs to discuss impacts to their faciltiies,proposed roadway and drainage plans,and review their relocation plans
to mitigate these impacts.
• � � � � � � - � �� •�� • � - ' • -
. °'�'� et �� , �
12.NA�4E 13.ROLE IN THIS CONTRA�T ' 14.YEARS EXPERIENCE
, � i�I'�<P:'
Dennis Rodriguez,PE Structures Lead �$ �o
15.FIRMNAMEANDLOCATION:a �?��C�'ai!�
HDR Engineering,Inc. �Doral,FL
16.EDUCATION�i���-����� � �,c�-�i.�.: 17.CURRENT PROFESSIONAL REGISTRATION��,�� r.�,_m.'i�r�,��
BS,Civil Engineering Professional Engineer,FL(80767)
18.OTHER PROFESSIONAL QUALIFICATIONS�Nusu�nnoas oe�aw�nnoNs,ienwiN�,Awakos eic?
Dennis has 18 years of experience in structural and roadway design,dedicated to major and minor concrete(geometric and structural design),bridge
rehabilitation,as well as miscellaneous structures design(box culverts,mast arms,retaining walls and sign structures).He has assisted with the preparation
and development of contract plans for projects consisting of all structural,roadway/site civil work for FDOT,Miami-Dade County,and other municipalities.
His experience includes structures design,roadway design,signing and pavement markings,signalization and utility coordination.
19.RELEVANT PROJECTS
� ..,,._ , � � ._;YE�R C.U�ViP_�T�:�D .
SR A1A/Indian Creek Drive from 26th Street to 41st Street,City of ��ROFEssioNa�SE�avicEs ��o�s�auc��ov �-�- �
Miami Beach,FL 2019 2022
Structures Lead Engineer.Reconstruction of SR AlA/Indian Creek Drive from 26th Street to 41st St.to raise the existing roadway
to address increasing flooding condition.The project included construction of a seawall with bulkhead,a pump station,a 72"storm
sewer pipe,signing and marking,lighting and signalization.As FDOT Owner's representative, Dennis was the structures lead
engineer in charge of reviewing structures associated plans and design calculations.
. . , . i . .. , � J)YEAI2 COiViP�_t l'�D
SR 907/Alton Road from south of 43 Street to north of West 48 Street- '�����'��v��sr_��r�cEs �co��.�r Huc ���ti� �- �
City of Miami Beach,FL 2023 I N/A
_ �� � � t� �EiFOR,'. . � _�,
i.,
Structures Lead Engineer.Reconstruction along SR 907/Alton Road.The project included construction of a seawall with bulkhead,
a pump station,drainage,signing and marking,lighting and signalization improvements.As part of HDR's D-6 GEC contract,
Dennis was the structures lead engineer responsible for the review of structures plans and design calculations for the duration of
the design phases of the project.
� � ;;�v�n�cu�n��_Er :
US 27/SR 25 Okeechobee Road,FDOT District 6-Miami-Dade County, � '''�''''�"';`✓�cEs i coNsrRuc- � .
F� Estimated 2025 � N/A
� � �,r�,�� , , h��,�,� �� t�_i� � :oR�nt��vi-i� :��ar ri�.��
�.
Structures EOR.Design and reconstruction of SR 25/Okeechobee Road from east of NW 116th Way to east of NW 87th Avenue
to reduce congestion and allow uninterrupted flow for vehicles travelling on Okeechobee Road.As the structures EOR, Dennis
is responsible for the preparation and completion of a set of contract documents induding plans,specifications,supporting
engineering analysis,calculations and other technical documents for the construction of two flat slab bridges,permanent
and temporary retaining walls,including steel sheet piles and bulkhead walls along the C-6 Canal and multiple miscellaneous
structures.
�. . , � � .. . (2)YEAR CUMP'�.rT�_D
Districtwide Repair/Rehabilitation Plans Preparation,FDOT District 6- �'�-'��°�� sE�vicE� <<��;rHuc�i�>h r-�� ���=�
Miami-Dade County,FL 2015 2017
F < � . _ . , .
Struetures EOR.Services provided under this contract induded the repair and rehabilitation of 5 bridges encompassing
prestressed concrete beam repairs,continuous steel plate girder bridge bearing replacements,expansion joint repairs,fender
system and bulkhead wall repairs.As the structures EOR, Dennis was responsible for the preparation and completion of a set of
contract documents including plans,specifications,supporting engineering analysis,calculations and other technical documents.
He was also responsible for post design items including but not limlted to: RFI, RFM and shop drawing reviews.
iz,' �,_ � _��_�
SR 968/SW 1st Street Bridge over Miami River(C6 Canal),FDOT � '�F�>>� �rn,�sr e�;�c�� �����u�-��;�, �
District 6,Miami-Dade County,FL 2018 2022
. . . , �:U.�: k' . �, �� ..:'_^�.1=�.A�1�4� .f� i � ,
Structures Engineer/Post Design EOR.Bridge replacement for the movable and approach bridges over the Miami River.The
project also encompassed the design of several miscellaneous structures such as bulkhead and CIP walls,temporary walls and
special lighting and signalization structures.As a structures engineer, Dennis assisted with the plans preparation and designs for
the mentioned structures.As the Post-Design EOR,Dennis oversaw the review and mitigation of post design items including but
not limited to: RFI, RFM,shop drawing reviews,plans and calculation reviews,cost estimates,planning and other tasks.
• • � � � � . . .. ... . .
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.W ITH CURRENT FIRM
Heather M Leslie Senior Community Outreach Specialist 2a ia
15.FIRM NAME AND LOCATION(City and State)
HML Public Outreach,1255 Dove Avenue,Miami Springs,FL 33166
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
BA in Journalism
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards,etc.)
1 . A
(1)TITLE AND LOCATION(City and Stafe) (2)YEAR COMPLETED
West Avenue Phase 2 Neighborhood Enhancements, PROFESSIONAL SERVICES CONSTRUCTION(If applicableJ
Cll of Miami Beach,F� 6 years(ongoing) Started January 2024
(3)BRIEF DESCRIPTION(Bne(scope,size,cost,etc_)ANDSPECIFIC ROLE CheCk if proj2Ct perfortned with currentfirm
Public Information Officer: Stakeholder coordination; scheduling and moderating numerous harmonization meetings; developing overall outreach
strategy and working with team and city departments to execute; handling stakeholder calls and emails; preparing responses, public meeting prep,
LTC and project website.Outreach budget:$505,442.50
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Indian Creek Flooding Mitigation Project, PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
City of Miami Beach,FL 2017 Interim12019 Final 3 years
(3)BRIEF DESCRIPTION(Bnel scope,size,cost,etc.J ANDSPECIFIC ROLE Check if project performed with current firtn
PIO:Stakeholder coordination;scheduling and moderating harmonization meetings;developing overall outreach strategy;handling stakeholder calls
and emails;working with team to gather signatures on license agreements,quit claim deeds and easements;preparing responses,public meeting
prep,project website.Outreach budget:$218,250.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Phase IV Undergrounding of Utilities and Streetscape, PROFESSIONALSERVICES CONSTRUCTION(lf applicableJ
Clt Of H011 OOd CRA,FL 2023 started in September 2024
(3)BRIEF DESCRIPTION(Briefscope,size,cosf,efc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Project Manager:Coordination with client to develop outreach strategy for license agreement meetings and execution.Overseeing development of
project branding and planning public meeting and assisting with groundbreaking ceremony.Manages contract,staffing and budget.Outreach budget:
$96,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Utility Infrastructure Improvement Project� PROFESSIONALSERVICES CONSTRUCTION(Napplicable)
Villa e of Bal Harbour,FL 2o2a 1.5 years
(3)BRIEF DESCRIPTION(Briefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
PIO:Developed branding for construction materials:fact sheets,advisories,door hangers,outdoor signage and hero slides for website.Develop
email updates and perform in-person coordination during paving operations.Outreach budget:$40,000.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Resilient Infrastructure and Adaptation Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
5 years N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with cUrrent firm
Senior Community Outreach Specialist:Coordinating development of strategy,templates and deliverables for resilience program.Stakeholder
coordination,social media and video campaigns and community events.Outreach budget: 163,000.00
STANDARD FORM 330(REV. 7/2021)
• • • � � � ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Lynn W.Bernstein Senior Outreach Support Specialist ao+ s
15.FIRM NAME AND LOCATION(City and State)
HML Public Outreach-Miami Springs,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
18.OTHER PROFESSIONAL QUALIFICATIONS(Pu6lications,Organizations,Training,Awards,etc.)
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Indian Creek Flooding Mitigation Project,City of Miami Beach,FL PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
Cit of Miami Beach,FL 2017 Interim/2019 Final 2018 Interim/2022 Final
(3)BRIEF DESCRIPTION(Bne�scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Public Information Liaison:Stakeholder coordination;scheduling and moderating harmonization meetings;working with team to gather signatures
on license agreements,quit claim deeds and easements;preparing responses.Outreach budget:$218,250.00
(1)TITLE AND LOCATION(Cityand State) (2)YEAR COMPLETED
City of Miami Beach City Manager's Office and Public Works Department PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
1996-2016 N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
During her time working for the City of Miami Beach she worked to coordinate stakeholder issues through various departments.She was
responsible for facilitating the monthly Construction Coordination Meetings and she participated in brief ngs with agencies.She was also staff
liaison for the Mayor's Blue Ribbon Panel on Sea Level Rise.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONALSERVICES CONSTRUCTION(I/applicable)
(3)BRIEF DESCRIPTION(Briefscape,size,cost,etc)ANDSPECIRC ROLE Check if project performed with currentfirm
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
PROFESSIONALSERVICES CONSTRUCTION(1(applicable)
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
(1)TITLE AND LOCATION(City and Staie) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
(3)BRIEF DESCRIPTION(Briefscope,size.cost,etc)ANDSPECIFIC ROLE Check if project performed with current firm
STANDARD FORM 330(REV. 7/2021)
• ' • • � � � � • •• r�• � • • � - :1
12.NAME 13.ROLE W THIS CONTRACT 14 YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Aurora Gonzalez Outreach Support Specialist i 5 �
15.FIRM NAME AND LOCATION(City and State)
HML Public Outreach,1255 Dove Avenue,Miami Springs,FL 33166
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Master of Science in Applied American Politics and Policy,
Florida State University,2015
18.OTHER PROFESSIONAL QUALIFICATIONS(Publicafions,Organizations,Training,Awards,etc.)
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
West Avenue Phase 2 Neighborhood Enhancements, PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Ci of Miami Beach,FL 1 year started Jan 2024
(3)BRIEF DESCRIPTION(Bnelscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Assistant Public Information Liaison:Provides critical support to harmonization agreement development and execution process for the West Avenue
Phase 2 Project.Manages harmonization meeting schedule and stakeholder research and follow up.Provides stakeholder assistance to answer
questions and provide updates.Outreach budget:$505,442.50
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Phase IV Undergrounding of Utilities and Streetscape, PROFESSIONAL SERVICES CONSTRUCTION(lf applicable)
Ci of Holl ood CRA,FL 1 year started Sept 2024
(3)BRIEF DESCRIPTION(Brie�scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfortned with currentfirm
Asst.Public Information Liaison:Assists with stakeholder license agreement distribution and coordination. Public meeting coordination and
participation.Outreach budget:$77,005.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Resilient Infrastructure and Adaptation Program, PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
Villa e of Ke Bisca ne,FL � year rv/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfrm
Outreach Support Specialist:Manages the development of social media and video campaign development.Maintains communications tracker,which
includes lookaheads to upcoming milestones.Participates in community events and helps organize staff participation in industry events.Outreach
budget:$163,00.00
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Golden Glades Interchange Construction Project,FDOT, PROFESSIONALSERVICES CONSTRUCTION(llapplicable)
Northwest Miami-Dade Coun ,FL 1 year started March 2024
(3)BRIEF DESCRIPTION(Briefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Asst.Community Outreach Specialist:Helps identify and schedule locations for community pop up events. Handles multilingual ad campaigns for public
meeting notifications.Assists with project reporting and collecting measurable outreach metrics.Outreach budget:$2 million
(1)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
FDOT District 6,Districtwide Public Information Services on Construction Projects PROFESSIONAL SERVICES CONSTRUCTION(Ilapplicable)
1 ear various ro ects
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Asst.Community Outreach Specialist:Develops social media and project video campaigns.Assists in customer service surveys and repoRing.Develops
weekly construction updates.Outreach budget(districtwide contract):$950,000.00
STANDARD FORM 330(REV. 7/2021)
• • • � � � . - . .. .. . . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Hemando R.Ramos,P.E. Principal Geotechnical Engineer 39 26
15.FIRM NAME AND LOCATION(Ciry and State)
HR Engineering Seroices,Inc.7815 NW 72Nd Avenue,Medley FL,33166
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
MS, Civil Engineering, 1988-Georgia lnstitute of Technology,
Atlanta, GA
MS, Civil Engineering, 1986- Florida International University, Professional Engineer,Florida 42045
Miami, FL
BS, Civil En ineerin , 1978- Universit of Carta ena, Colombia
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
American Society of Civil Engineers
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Pedestrian Bridge Replacement over C-8 Canal-City of North Miami Miami-Dade PROFESSIONALSERVICE CONSTRUCTION(Ifapplicable)
Coun ,Florida. On-going
(3)BRIEF DESCRIPTION(Bne/scope.size,cost,etc.)ANDSPECIFIC ROLE Check if project perfam7ed with currentfiRn
The project consists of the construction of a pedestrian bridge replacement over the C-8 Canal(Biscayne Canal)in North Miami, Miami Dade County
Florida.Provided all the final field exploration and geotechnical design of the project.Performed Two(2)SPT borings,each to a depth of 70 feet.The
new pedestrian bridge will consist of a single 154 feet span, pre-engineered steel structure. - Client: R.J. Behar&Company, Inc. Role: Principal
Geotechnical Engineer.PM:Mr.Greg Dover,P.E.-Email:gdover,nribehar.com
Pro'ect Len th: 13.5 mile Desi n Fee:$18K Construction Cost:$NIA
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9071AIton Road,from Michigan Avenue to south of 43 Street-FDOT D6,FPID PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
No.429193-1-52-01-Miami Beach,Florida. On-going N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE CheCk if pfOjeCt perfOrrTlBd With CUfr@ntflfm
The project consisted of the roadway reconstruction of SR 907/Alton Road,from Michigan Avenue to south of Ed Sullivan Drive/43rd Street.Performed
a new mast arm structure.-Client:FDOT-Role:MAT Chief Engineer. PM:Adrian Viala,PE.-Email:adrian.viala a(�dot.state.fl.us.
Project Length:13.0 mile�Design Fee:$5K�Construction Cost:$NIA
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9071AIton Road from Michigan Avenue to South of Ed Sullivan Drive143rd PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Street,FPID No.429193-1-52-01-Miami Beach,Florida. on-going N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
The project consisted of new light pole structures along SR 907/Alton Road. Performed 68 SPT borings,the test borings were drilled from a
epth of 15 feet to 20 feet.The test borings were previously performed for the roadway.Client:FDOT-Role:MAT Chief Engineer. PM:Adrian
Viala,PE.-Email:adrian.viala@dot.state.fl.us
Project Length: 13.0 miles� Design Fee:$33K�Anticipated Construction Cost:$NIA
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
Seawall Improvements at 2380 and 2457 Collins Avenue(A1A)and Flamingo Drive PROFESSIONALSERVICE CONSTRUCTION(I/applicable)
Pedestrian Bridge Neighborhood No.8,Lake Pancoast Miami Beach,Florida 2021 N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firtn
The project consisted of seawall improvements at 2380 and 2457 Collins Avenue(A1A)and Flamingo Drive Pedestrian Bridge in Miami Beach,
Florida, performed five SPT borings and eight (8) hand probes on the canal side. - Client: A&P Consulting Transportation EngineerlCha
Consulting Transportation Engineer- Role: Principal Geotechnical Engineer. PM: Osmany Alfonso, PE. /Adrian Alfonso, PE. Email:
adalfonso@chasolutions.com.
Project Len th: 15.0 miles Design Fee:$23K Anticipated Construction Cost:$NIA
(1)T�TLE AND LOCATION(City and State) (2)YEAR COMPLETED
NW 12th Street from NW 121 st Avenue to NW 114th Av Miami-Dade County, PROFESSIONAL SERVICE CONSTRUCTION(If applicableJ
FlOfldB. On-going N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if prOject performed with current firm
Design:Provided support for all the feld exploration and geotechnical design of the project.The project consisted of the construction of two new cantilever
sign structures and drainage improvements along SR 9721Coral Way,from SW 12th Avenue to Brickell Avenue in Miami-Dade County,Florida..Client:
A.D.A.Engineering,Inc. Role:Principal Geotechnical Engineer.PM:Albert Argudin,Jr,CGC-Email:aargudinjr@adaeng.net.
Project Length:9.2 miles�Design Fee:$85K�Anticipated Construction Cost:$NIA
STANDARD FORM 330(REV. 7/2021)
• • • � � . . .. ... . . . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
David A.Ramos,PE. Geotechnical Engineer a.TOTAL b.WITH CURRENT FIRM
5 14
15.FIRM NAME AND LOCATION(City and StateJ
HR Engineering Services,Inc.7815 NW 72Nd Avenue,Medley FL,33166
i6.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
BS,Civil Engineering,2019—Florida Professional En ineer,Florida 98447
Intemational University,Miami 9
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations, Training,Awards,etc.)
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Jackson Memorial Hospital ED Expansion and Renovation,Miami-Dade County, PROFESSIONALSERVICE CONSTRUCTION(Ilapplicable)
Florida 2023
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfortned with currentfirtn
he project consisted of an evaluation of the shallow and deep foundation systems for support of the proposed 3-story JMH ED Expansion structure.
Based on the latest plans, most columns are proposed to be supported on a shallow foundation system,except for the columns adjacent to the East
Tower Building Basement which will be supported on augercast piles. Role: Staff Engineer.- Client:JMH Health System. PM: Mr.Jorge L.Garciga.
Email:Jorqe.qarciqana.lhsmiami.orq.
Project Length: mile� Design Fee:$�Construction Cost:$
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Jackson South Hospital-5-Story Parking Garage,Miami-Dade County,Florida PROFESSIONAL SERVICE CONSTRUCTION(I(applicable)
2023 N/A
(3)BRIEF DESCRIPTION(Brie(scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
The project consisted of an evaluation of the foundation support of the proposed 5-story parking garage on a deep foundation system.The foundation type selected
was 18-inch diameter augercast piles.The geotechnical design included pile capacity analyses of axial compression,tension and lateral,in addition to pile single
and group settlements
Project Length:mile� Design Fee:$�Construction Cost:$
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
South Corridor Rapid Transit ProjecU Miami-Dade Department of PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Trans ortation and Public Works DTP ,Miami-Dade Count , Florida 2ois N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.JANDSPECIFICROLE CheckifprojectperformedwithcurrentfrmThe
project consisted of a study for the South Corridor Rapid Transit,from SW 344th StreeWVest Palm Drive connecting with Dadeland South Station Metrorail
Station in Miami-Dade, County, Florida. The project included the construction of new BRT stations and new access roadway lanes to the bus stations.
Performed 25 pavement cores for milling and resurfacing,28 SPT borings for BRT stations and 14 percolation tests to 15 feet for drainage design-Role:Staff
Engineer.-Client:AECOM PM,Ms.Genevieve Cave-Hunt.-Email:Genevieve.cave-hunt@aecom.com Project Length:miles�Design Fee:$ �Anticipated
Construction Cost:$
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SW 168th Street Parking Garage for South Corridor Rapid Transit ProjecU Miami- PROFEssioNa,�sERvicE CONSTRUCTION(If applicable)
Dade Department of Transportation and Public Works(DTPW),Miami-Dade County, 2o�s 20��
Florida.
(3)BRIEF DESCRIPTION(Briel scope,size,cost,etc.)ANDSPECIFIC ROLE Check if projeCt performed with CUrrent firm
The project consisted of a total of 5 pavement cores,with 4 SPT borings to a depth of 2 feet base sample for milling and resurfacing,2 percolation tests from
0 to 15 feet for drainage design and 7 SPT Borings to a depth of 100 feet for parking garage foundation design.-Role:Staff Engineer.-Client:AECOM PM,Ms.
Genevieve Cave-Hunt.-Email:Genevieve.cave-hunt@aecom.com.
Pro'ect Len th: miles Desi n Fee:$ Anticipated Construction Cost:$
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 90 Tamiami Trail Roadway Raising IFDOT,D6-FPID No.444444-2-52-01,Miami-Dade PROFESSIONAL SERVICE CONSTRUCTION(Ifapplicable)
Coun ,Florida. 2019 N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
The project consisted of a study along SR 90/Tamiami Trail in Miami-Dade County, including the reconstruction and raising of the
existing roadway,widening of existing embankments, construction of new culverts and reconstruction of existing culverts. Along
the roadway widening,performed 140 muck probes to depths ranging from 1.4 feet to 6.4 feet and 35 hand auger borings to depths
ranging from 3 feet to 7 feet. The services included laboratory testing. Role: MAT Engineer Intern.-Client: FDOT/D6- PM: Mr.
AdriBn Albert Viala,P.E.-Email:Adrian.Viala(�dot.state.Fl.us.
P�oject Length:miles�Design Fee:$ �Anticipated Construction Cost:$
STANDARD FORM 330 (REV. 7/2021)
• • � � � . . .. ... . . • . •
12.NAME 13.R LE N THI NTRA T 14.YEARS EXPERIENCE
Chatuphat Savigamin,PH.D.,PE. Geotechnical Engineer a.TOTAL b.WITH CURRENT FIRM
11 1
15.FIRM NAME AND LOCATION(City and State)
HR En ineerin Services,Inc.7815 NW 72Nd Avenue,Medle FL,33166
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
PhD,Geotechnical Engineering,2022,Purdue University
Master of Business Administration,2022,Comell University
MS,Hydraulic&Hydrologic Engineering,2021,Purdue University Professional Engineer,Florida 96217
MS,Geotechnical Engineering,2014,University of Texas,Ariington
BE,Civil En ineenn ,2011,Chulalon kom Universi ,Thailand
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications, Organizations, Training,Awards,etc.)
LEED Green Associate
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR MPLETED
Pedestrian Bridge Replacement over C-S Canal•City of North Miami Miami-Dade County, PROFESSIONAL CONSTRUCTION(If
Florida. SERVICES applicable)
On- oin
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
The project consists of the construction of a pedestrian bridge replacement over the C-S Canal (Biscayne Canal)in North Miami, Miami Dade County Florida.
Provided all the final field exploration and geotechnical design of the project.Performed Two(2)SPT borings,each to a depth of 70 feet.The new pedestrian bridge
will consist of a single 154 feet span,pre-engineered steel structure. Client:R.J.Behar&Company,Inc.-Role:Geotechnical Engineer.PM:Mr.Greg Dover,P.E.
-Email:gdover@rjbehar.com.
ro'ect Len th:13.5 mile Desi n Fee: 18.K Construction Cost: N/A
(1)TITLE AND LOCATION(City and State) 2)YEAR MPLETED
SR 9071AIton Road from Michigan Avenue to South of Ed Sullivan Drivel 43rd Street,FPID PROFESSIONAL CONSTRUCTION(If
No.429193-1-52-01-Miami Beach,Florida. SERVICES applicable)
On- oin N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
The project consisted of new light pole structures along SR 907/Alton Road.Performed 68 SPT borings,the test borings were drilled from a depth of 15 feet to 20
feet.The test borings were previously performed for the roadway.-Client:FDOT-Role:MAT Engineer.PM:Adrian Viala,PE.-Email:adrian.viala@dot.state.fl.us.
Project length:13.0 mile�Design Fee:33K$�Construction Cost:$NIA
i y an a e 2 YEAR COMPLETED
SR 907IAIton Road from Michigan Ave to South of Ed Sullivan Drivel43rd St-Pump PROFESSIONAL CONSTRUCTION(If
Stations and an Anchored Sheetpile Wall-FDOT D6-FPID No.429193-1-52-01,Miami- SERVICES applicable)
Dade County,Florida On- oin N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current frm
The project consisted of the design of Pump Stations PS-100&PS-200 and other retaining structures for the subject project. Performed all the feld exploration and provided
geotechnical recommendations for the foundation support of the pump stations and other retaining structures.-Client:FDOT-Role:MAT Engineer-PM:Adrian Viala,PE.-
Email:adrian.viala@dot.state.fl.us.
Project Length:13.0 miles�Design Fee:$33K�Construction Cost:$NIA
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 907/Alton Road,from Michi an Avenue to south of 43 Street-FDOT D6,FPID No. PROFESSIONAL CONSTRUCTION(If
9 SERVICES applicable)
429193-1-52-01-Miami Beach,Florida. N/A
On- oin
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentlhe
The project consisted of the roadway reconstruction of SR 9071ARon Road,from Michigan Avenue to south of Ed Sullivan Drivel43rd Street Performed a new mast artn
structure.-Client:FDOT-Role:MAT Engineer.PM:Adrian Viala,PE.•Email:adrian.viala@dot.state.fl.us.
Project Length:13.Omiles�Design Fee:$5K�Construction Cost:$NIA
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
NW 12th Street from NW 121st Avenue to NW 114th Av Miami-Dade County,Florida. PROFESSIONAL CONSTRUCTION(If
SERVICES applicable)
On- oin NIA
(3)BRIEF DESCRIPTION(Briefscope,size,cost,efc.)ANDSPECIFIC ROLE Check if project performed with current FIRM
Design:Provided suppoR for ail the fields of exploration and geotechnical design of the project.The project consisted of the construction of two new cantilever sign
structures and drainage improvements along SR 9721Coral Way,from SW 12th Avenue to Brickell Avenue in Miami-Dade County,Florida.Client:A.D.A.Engineering,
Inc.Role:Geotechnical Engineer.PM:Albert Argudin,Jr,CGC•Email:aargudinjr(dadaeng.net
Project Length:9.2 miles� Design Fee:$85K�Anticipated Construction Cost: $N/A
STANDARD FORM 330 REV. 7/2021
• • � � � � .
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Chollada Soonyakanit,E.I. Staff Engineer �0 5
15.FIRM NAME AND LOCATION(City and State)
HR Engineering Services,Inc.7815 NW 72Nd Avenue,Medley FL,33166
16.EDUCATION(Degree and SpecializationJ 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
MS, Civil Engineering, 2018, University of Florida, FL
BS, Civil Engineering, 2011, Chulalongkorn University, Engineer in Training,Texas No.65919
Bangkok, Thailand
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Pedestrian Bridge Replacement over C-8 Canal-City of North Miami Miami-Dade PROFESSIONAL SERVICE CONSTRUCTION(If app/icable)
Coun ,Florida. On-going rv/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current frm
The project consists of the construction of a pedestrian bridge replacement over C-8 Canal(Biscayne Canal)in North Miami,Miami Dade County Florida.Provided
all the fnal field exploration and geotechnical design of the project.Performed Two(2)SPT borings,each to a depth of 70 feet.The new pedestrian bridge will
consist of a single 154 feet span,pre-engineered steel structure.Client:R.J.Behar 8 Company,Inc.- Role:Staff Engineer.PM:Mr.Greg Dover,P.E.-Email:
gdover@rjbehar.com.
Project Length: 13.5 mile�Design Fee:$18�Construction Cost:$NIA
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
SR 907/Alton Road from Michigan Avenue to South of Ed Sullivan Drive/43rd PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Street,FPID No.429193-1-52-01-Miami Beach,Florida. On-going N/A
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
The project consisted of new light pole structures along SR 907/Alton Road.Performed 68 SPT borings,the test borings were drilled from a depth of 15 feet to 20
feet.The test borings were previously performed for the roadway-Client:FDOT- Role:MAT Engineer Intem.-PM:Adrian Viala,PE.-Email:
adnan.viala@dot.state.fl.us.
Project Length:13.0 mile�Design Fee:$33K�Construction Cost:$NIA
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
$f�9���A�tOt1 R08d f�0111 MICh19211 A1V@ t0$OUth Of Ed$U��IVatl�I'IV@�43fd$t- PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
Pump Stations and an Anchored Sheetpile Wall-FDOT D6-FPID No.429193-1- on-goin9 N/A
52-01,Miami-Dade Count ,Florida.
(3)BRIEF DESCRIPTION(Briefscope,size,cost,efc.)ANDSPECIFIC ROLE Check if project performed with current firm
The project consisted of the design of Pump Stations PS-100 8 PS-200 and other retaining structures for the subject project. Perfortned all the
field exploration and provided geotechnical recommendations for the foundation support of the pump stations and other retaining structures.Client:
FDOT-Role:MAT Engineer Intern-PM:Adrian Viala,PE.-Email:adrian.viala@dot.state.fl.us
Project Length:13.0 miles� Design Fee:$5K�Anticipated Construction Cost:$N/A
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 907/Alton Road,ffOfTl MICIl198�1 AV@f1U@ t0 SOUtFI OT 43 Stf@@t- PROFESSIONALSERVICES CONSTRUCTION(I/applicable)
FDOT D6, FPID No. 429193-1-52-01- Miami Beach, Florida. On-going 20��
(3)BRIEF DESCRIPTION (Brie(scope, size, cost, etc.J ANDSPECIFIC ROLE Check if project performed with current firm
The project consisted of the roadway reconstruction of SR 907/Alton Road, from Michigan Avenue to south of Ed Sullivan Drivel43rd Street.
Performed a new mast arm structure.-Client: FDOT-Role:MAT Engineer Intern.-PM:Adrian Viala,PE.-Email:adrian.vialaCc�dot.state.fl.us
Project Length: miles�Design Fee:$5K �Anticipated Construction Cost:$N/A
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
NW 12th Street from NW 121st Avenue to NW 114th Av Miami-Dade County, PROFESSIONAL SERVICES CONSTRUCTION(If applicableJ
Florida. On-going N/A
(3)BRIEF DESCRIPTION(Brielscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firrn
Design: Provided support for all the field exploration and geotechnical design of the project.The project consisted of the construction of two new
cantilever sign structures and drainage improvements along SR 972/Coral Way,from SW 12th Avenue to Brickell Avenue in Miami-Dade County,
Florida-Client:A.D.A.Engineering,Inc.-Role:Staff Engineer.PM:Albert Argudin,Jr,CGC-Email:aargudinjr@adaeng.net
Project Length:9.2miles�Design Fee:$85K�Anticipated Construction Cost: $N/A
STANDARD FORM 330(REV. 7/2021)
• • � � � . - . .. ... . . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.W ITH CURRENT FIRM
Abraham A.Oliveira,EI Staff Engineer 3 3
15.FIRM NAME AND LOCATION(City and State)
HR Engineering Services,Inc.7815 NW 72Nd Avenue,Medley FL,33166
16.EDUCATION(Degree and Specia/izationJ 17.CURRENT PROFESSIONAL REGISTRATION(S[ate and Discipline)
-BS Civil Engineering, 2022- Engineer In Training Miami Florida,Engineer In Training Miami Florida
Florida International University Miami- Florid
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Pedestrian Bridge Replacement over C-8 Canal-City of North Miami Miami-Dade PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Count ,Florida. On-going
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
The project consists of the construction of a pedestrian bridge replacement over the C-8 Canal(Biscayne Canal)in North Miami,Miami Dade County
Florida.Provided all the final field exploration and geotechnical design of the project.Performed Two(2)SPT borings,each to a depth of 70 feet.The
new pedestrian bridge will consist of a single 154 feet span,pre-engineered steel structure.-Client:R.J.Behar&Company,Inc. -Role:Staff Engineer.
PM:Mr.Greg Dover,P.E.-Email:gdover@rjbehar.com
Pro'ect Len th: 13.5mile Desi n Fee: 18K Construction Cost: NIA
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9071AIton Road from Michigan Avenue to South of Ed Sullivan Drivel43rd PROFESSIONALSERVICE CONSTRUCTION(Ifapplicable)
Street,FPID No.429193-1-52-01-Miami Beach,Florida. On-going N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,efc.)ANDSPECIFIC ROLE Check if project performed with current firm
The project consisted of new light pole structures along SR 907/Alton Road. Performed 68 SPT borings,the test borings were drilled from a depth of
15 feet to 20 feet.The test borings were previously performed for the roadway.-Client: FDOT-Role: MAT Engineer Intern-PM:Adrian Viala, PE.-
Email:adrian.viala@dot.state.fl.us
Pro'ect Len th:13.0 mile Desi n Fee:$33K Construction Cost:$N/A
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 907/Alton Road from Michigan Ave to South of Ed Sullivan Drivel43rd St- aROFEssioNn�sERwcE CONSTRUCTION(IfapplrcableJ
Pump Stations and an Anchored Sheetpile Wall-FDOT D6-FPID No.429193-1- or,-go�nq N/A
52-01,Miami-Dade Count ,Florida
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
The project consisted of the design of Pump Stations PS-100&PS-200 and other retaining structures for the subject project. Performed all the
field exploration and provided geotechnical recommendations for the foundation support of the pump stations and other retaining structures. -
Client:FDOT-Role:MAT Engineer Intern-PM:Adrian Viala,PE.-Email:adrian.viala@dot.state.fl.us.
Project Length:13.0 miles�Design Fee:$�Anticipated Construction Cost:$N/A
(1)TITLE AND LOCATION(City and Stafe) (2)YEAR COMPLETED
SR 9071AIton Road,from Michigan Avenue to south of 43 Street-FDOT D6,FPID N0. PROFESSIONALSERVICE CONSTRUCTION(Ifapplicable)
429193-1-52-01-Miami Beach,Florida. on-going
(3)BRIEF DESCRIPTION(Bne/scope,size,cost,etc.)ANDSPECIRC ROLE Check if project performed with current firm
The project consisted of the roadway reconstruction of SR 907/Alton Road, from Michigan Avenue to south of Ed Sullivan Drive/43rd Street.
Performed a new mast arm structure. Firtn: HR Engineering Services. Inc.-Client: FDOT-Role: MAT Engineer Intern-PM:Adrian Viala, PE. -
Email:adrian.viala@dot.state.fl.us
Project Length:13.Omiles�Design Fee:$5K�Anticipated Construction Cost:$N/A
(1)TITLE AND�OCATION(City and State) (2)YEAR COMPLETED
NW 12th Street from NW 121st Avenue to NW 114th Av Miami-Dade County, PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Flofld8. On-going N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Design:Provided support for all the field exploration and geotechnical design of the project.The project consisted of the construction of two new
cantilever sign structures and drainage improvements along SR 972/Coral Way,from SW 12th Avenue to Brickell Avenue in Miami-Dade County,
Florida.Client:A.D.A.Engineering,Inc.-Role:Staff Engineer.PM:Albert Argudin,Jr,CGC-Email:aargudinjr@adaeng.net.
Project Length:9.2miles�Design Fee:$85.0 �Anticipated Construction Cost:$N/A
STANDARD FORM 330 (REV.7/2021)
• • • � � � . . .. ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
Juan Valencia Staff Engineer a.TOTAL b.WITH CURRENT FIRM
31 24
15.FIRM NAME AND LOCATION(City and State)
HR Engineering Services,Inc.7815 NW 72Nd Avenue,Medley FL,33166
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
BS Civil Engineering, 1993-
Universidad del Quindio,Armenia, Colombia Drilled Shaft Inspection—CTQP Certified
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 9071AIton Road,from Michigan Avenue to south of 43 Street-FDOT D6,FPID N0. PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
429193-1-52-01-Miami Beach,Florida. On-going
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Mr.Juan Valencia's involvement included field exploration and MOT coordination,underground utility clearance and laboratory testing.The project
consisted of the roadway reconstruction of SR 9071AIton Road,from Michigan Avenue to south of Ed Sullivan Drive/43rtl Street. Performed a new
mast arm structure-Client:FDOT-Role:MAT Senior Engineering Technician.-PM:Adrian Viala, PE.-Email:adrian.viala@dot.state.fl.us.
Project Length: 13.Omile�Design Fee:$5k�Construction Cost:$N/A
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
SR 907/Alton Road from Michigan Avenue to South of Ed Sullivan Drive/43rd PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Street,FPID No.429193-1-52-01-Miami Beach,Florida. On-going
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Mr.Juan Valencia's involvement included field exploration and MOT coordination,underground utility clearance and laboratory testing. The project
consisted of new light pole structures along SR 9071AIton Road.Performed 68 SPT borings,the test borings were drilled from a depth of 15 feet to
20 feet.The test borings were previously performed for the roadway. Client:FDOT-Role:MAT Senior Engineering Technician-PM:Adrian Viala,
PE.-Email:adrian.viala@dot.state.fl.us.
Pro'ect Len th: 13.0 mile Desi n Fee:$33K Construction Cost:$N/A
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
$fZ 9���A�tOf1 R08d ffOfll MICh1g8f1 A1V@ t0 SOUth Of Ed SU��IV811�fIVQ�43�d St- PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
Pump Stations and an Anchored Sheetpile Wall-FDOT D6-FPID No.429193-1- on-9oin9
52-01,Miami-Dade Count ,Florida.
(3)BRIEF DESCRIPTION(Briel scope.size.cost,etc.J ANDSPECIFIC ROLE Check if project performed with current firm
Mr.Juan Valencia's involvement included field exploration and MOT coordination,underground utility clearance and laboratory testing.The project
consisted of the design of Pump Stations PS-100&PS-200 and other retaining structures for the subject project. Performed all the field exploration
and provided geotechnical recommendations for the foundation support of the pump stations and other retaining structures.Client: FDOT-Role:
MAT Senior Engineering Technician-PM:Adrian Viala,PE.-Email:adrian.viala@dot.state.fl.us
Pro'ect Len th: 13.Omiles Desi n Fee:$ Anticipated Construction Cost:$N/A
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
SR 5/US1 f�om South of MP 8.75 to MP 13.07,/FDOT,D6-FPID No.249856-2-52-01, PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami-Dade County,Florida. On-going
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Mr. Valencia's involvement with this project included field exploration and MOT coordination, underground utility clearance and laboratory
testing. The project consisted of the performance of 68 roadway borings, 72 hand auger borings, 14 tripod borings, 81 wall borings,and 5
bridge borings(alligator and wildlife crossings Role: Senior Engineering Technician.Client:FDOT/Jacobs Engineering Group, Inc.-PM:John
Larson,P.E.
Project Length: miles�Design Fee:$ �Anticipated Construction Cost:$N/A
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
NW 12th Street from NW 121st Avenue to NW 114th Av Miami-Dade County, PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Florid8. On-going
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECtFIC ROLE Check if project performed with current firm
Mr. Juan Valencia's involvement included field exploration and MOT coordination, underground utility clearance and laboratory testing. Design:
Provided support for all the field exploration and geotechnical design of the project.The project consisted of the construction of two new cantilever
sign structures and drainage improvements along SR 972/Coral Way,from SW 12th Avenue to Brickell Avenue in Miami-Dade County, Florida. .
Client:A.D.A.Engineering, Inc.-Cost:85k-Role:Staff Engineer.PM:Albert Argudin,Jr,CGC-Email:aargudinjr@adaeng.net.
Project Length:9.2 miles�Design Fee:$85.0 �Anticipated Construction Cost:$N/A
STANDARD FORM 330(REV. 7I2021)
• • � � � � . . .. �.. . . • � •
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Eduardo M.Suarez,PSM Chief Surveyor 39 20
15.FIRM NAME AND LOCATION(City and StateJ
Longitude Surveyors,LLC-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
AA,Miami Dade College(1993) Professional Surveyor and Mapper
FL License No.LS6313(2001)
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training.Awards,etc.)
Eduardo(Eddie)Suarez, PSM,is an accomplished Chief Surveyor with an illustrious career spanning 38 years in the suroeying industry.As the
Principal of Longitude Surveyors,he has demonstrated unparalleled expertise in leading and managing surveying projects of varying scales,ensuring
precision and excellence in every endeavor.
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Citywide Surveying Services,City of Miami Beach, PROFESSIONALSERVICE CONSTRUCTION(Ifapplicable)
Miami Beach,FL On-going NIA
(3)BRIEF DESCRIPTION(Brielscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Longitude Surveyors scope of services under this contract includes topographic and as-built surveys,Geographical Information System(GIS)
databases,and data sets for the Public Works Department and Capital Improvement Program projects.Mr.Suarez is the Chief Surveyor and
Principal on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
General Land and Engineering Surveying and Mapping Services, PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
Miami-Dade Coun Water and Sewer De artment,Miami,FL On-going N/A
(3)BRIEF DESCRIPTION(Brie(scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
The scope of services under this contract consists of land surveying services for water and sanitary sewer systems,sanitary sewage collection and
transmission systems,water and sanitary sewage pumping facilities,water and sanitary sewage treatment plants and any other similar surveying
services for related projects.Mr.Suarez is the Chief Surveyor and Principal on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Districtwide Miscellaneous Location Survey Consultant(BD1�, PROFESSIONALSERVICES CONSTRUCTION(Ifapplrcable)
FDOT District 6,Miami,FL on-goinq N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.J ANDSPECIFIC ROLE Check if project performed with current firtn
Longitude Surveyors is providing all necessary professional surveying&mapping services to support topographic and/or mapping projects as directed
and/or inquired by the Florida Department of Transportation(FDOT)District 6. Mr.Suarez is the Chief Surveyor and Principal on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
North Shore D Improvements,City of Miami Beach,Miami Beach,F� PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
2024 N/A
(3)BRIEF DESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Longitude Surveyors provided Topographic,Bathymetric and Tree Surveys and Subsurface Utility Engineering Services(SUE).Mr.Suarez was the
Chief Surveyor and Principal on this project.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Dade Boulevard,from Pump Station 10 to Jefferson Avenue, PROFESSIONALSERVICE CONSTRUCTION(l(applicable)
Cit of Miami Beach,Miami Beach, FL zozz N/a,
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Longitude Surveyors provided Topographic Surveying and Subsurface Utility Engineering(SUE)Services for Dade Boulevard,from Pump Station
10 to Jefferson Avenue in Miami Beach.Mr.Suarez was the Chief Surveyor and Principal on this project.
STANDARD FORM 330(REV.7/2021)
• • • � � . .. .. . . .
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
John Adler,PSM Senior Surveyor 1 Subsurface Utility a.TOTAL b.WITH CURRENT FIRM
Engineering(SUE)Specialist aa >>
15.FIRM NAME AND LOCATION(City and StateJ
Longitude Surveyors,LLC-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(S[ate and Discipline)
AA,Palm Beach College(1984) Professional Surveyor and Mapper
FL License No.LS4693(1984)
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
John Adler,PSM is Highly skilled Senior Surveyor with a specialized focus on Subsurface Utility Engineering(SUE)techniques,offering 43 years of
expertise in the field.By leveraging his knowledge of SUE standards,he has consistently delivered high-quality,reliable,and safe surveying solutions
to a diverse ran e of clients.
1 . A J
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Citywide Surveying Services, PROFESSIONALSERVICES CONSTRUCTION(lfapplicable)
On-going N/A
Cit of Miami Beach,Miami Beach,FL
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Longitude Surveyors scope of services under this contract includes topographic and as-built surveys, Geographical Information System (GIS)
databases, and data sets for the Public Works Department and Capital Improvement Program projects. Mr. Adler is the Senior Surveyor and SUE
Specialist on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
General Land and Engineering Surveying and Mapping Services, PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
On-going N/A
Miami-Dade County Water and Sewer Department,Miami,FL
(3)BRIEF DESCRIPTION(Brie/scope.size,cost,efc.)ANDSPECIFIC ROLE Check if project performed with currentfirtn
The scope of services under this contract consists of land surveying services for water and sanitary sewer systems,sanitary sewage collection and
transmission systems,water and sanitary sewage pumping facilities,water and sanitary sewage treatment plants and any other similar surveying
services for related projects.Mr.Adler is the Senior Surveyor and SUE Specialist on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Districtwide Miscellaneous Location Survey Consultant(BDI), PROFESSIONALSERVICES CONSTRUCTION(If applicable)
On-going N/A
FDOT District 6,Miami,FL
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Longitude Surveyors is providing all necessary professional surveying&mapping services to support topographic andlor mapping projects as
directed and/or inquired by the Florida Department of Transportation(FDOT)District 6.Mr.Adler is the Senior Surveyor and SUE Specialist on this
contract.
(t)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
North Shore D Improvements, PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
2023 N/A
Cit of Miami Beacn,Miami Beach,FL
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perfortned with current firm
Longitude Surveyors provided Topographic,Bathymetric and Tree Surveys and Subsurface Utility Engineering Services(SUE). Mr.Adler was the
Subsurface Utility Engineering(SUE)Specialist on this project.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Dade Boulevard,from Pump Station 10 to Jefferson Avenue, PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
2022 N/A
Ci of Miami Beach,Miami Beach,FL
(3)BRIEF DESCRIPTION(Briefscope,size,cost.etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Longitude Surveyors provided Topographic Surveying and Subsurface Utility Engineering(SUE)Services for Dade Boulevard,from Pump Station 10
to Jefferson Avenue in Miami Beach.Mr.Adler was the Senior Surveyor and SUE Specialist on this contract.
STANDARD FORM 330(REV.7/2021)
• • • � � � . - . .. ... . . - • • •
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Daryll Hauser,PSM QAQC Manager 32 s
15.FIRM NAME AND LOCATION(City and State)
Longitude Surveyors,LLC-Miami,Florida
16.EDUCATION(Degree and Specia/ization) 17.CURRENT PROFESSIONAL REGISTRATION(State and DisciplineJ
BS,Surveying&Mapping Professional Surveyor and Mapper
University of Florida(1990) FL License No.LS6277
Post Baccalaureate Study(1992)
18.OTHER PROFESSIONAL QUALIFICATIONS(Publicafions,Organizations, Training,Awards,efc.)
Darryl J.Hauser,PSM is a results-driven Surveying QA/QC Manager with 33 years of experience in ensuring the highest standards of quality and
accuracy in surveying projects.
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Citywide Surveying Services, PROFESSIONALSERVICES CONSTRUCTION(I/applicable)
Cit of Miami Beach,Miami Beach,FL Ongoing N/A
(3)BRIEF DESCRIPTION(Brielscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Longitude Surveyors scope of services under this contract inclutles topographic and as-built surveys,Geographical Information System(GIS)
databases,and data sets for the Public Works Department and Capital Improvement Program projects.Mr. Hauser is the QA/QC Manager on this
contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
General Land and Engineering Surveying and Mapping Services, PROFESSIONALSERVICE CONSTRUCTION(1/applicable)
Miami-Dade Coun Water and Sewer De artment,Miami,FL Ongoing N/A
(3)BRIEF DESCRIPTION(Bne�scope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirtn
The scope of services under this contract consists of land surveying services for water and sanitary sewer systems,sanitary sewage collection and
transmission systems,water and sanitary sewage pumping facilities,water and sanitary sewage treatment plants and any other similar surveying
services for related projects.Mr.Hauser is the QAIQC Manager on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Districtwide Miscellaneous Location Survey Consultant(BDI), PROFESSIONAL SERVICES CONSTRUCTION(If applicableJ
FDOT District 6, Miami,FL Ongoing N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE CheCk if project performed with currentfirm
Longitude Surveyors is providing all necessary professional surveying&mapping services to support topographic and/or mapping projects as
directed antl/or inquired by the Florida Department of Transportation(FDOT)District 6. Mr. Hauser is the QA/QC Manager on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Dade Boulevard between Washington Avenue and 23rd Street, PROFESSIONALSERVICES CONSTRUCTION(Ilapplicable)
Cit of Miami Beach,Miami Beach,FL 2o2s NiA
(3)BRIEF DESCRIPTION(Brie/scope,size,cost,etc.J ANDSPECIFIC ROLE ChBCk if project performed with currentfirm
Longitude Surveyors provided Topographic,Tree and Bathymetric Surveying services on this project.Mr. Hauser was the QA/QC Manager on this
contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Dade Boulevard,from Pump Station 10 to Jefferson Avenue, PROFESSIONAL SERVICE CONSTRUCTION(l/applicable)
Cit of Miami Beach,Miami Beach,FL 2022 N/A
(3)BRIEF DESCRIPTION(Brie(scope,size,cost,etc)ANDSPECIFIC ROLE Check if project performed with current firm
Longitude Suroeyors provided Topographic Surveying and Subsurface Utility Engineering(SUE)Services for Dade Boulevard,from Pump Station
10 to Jefferson Avenue in Miami Beach.Mr. Hauser was the QA/QC Manager on this contract.
STANDARD FORM 330(REV. 7/2021)
• • • � � . . . •1
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Greg Bouie,PSM Project Surveyor �s 7 months
15.FIRM NAME AND LOCATION(City and State)
Longitude Surveyors,LLC-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(Stafe and Discipline)
Florida InYI University, B.A.(2005)
Southern Polytechnic State University(2008) Professional Surveyor and Mapper FL
License No.LS7169
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,efc.)
Greg Bouie is a Licensed Professional Surveyor with a rich background spanning 18 years in the Survey and Mapping field.His journey began in Dallas,Georgia,where
he immersed himself in subdivision design and large boundary surveying mapping,tackling projects across the Metropolitan Atlanta area.
19. ELEVANT J T
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
City of Miami Beach Continuing Contract� PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
Miami Beach, FL On-going N/A
(3)BRIEF DESCRIPTION(Bnel scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Citywide Surveying and Mapping Services-Longitude Surveyors scope of services under this contract includes topographic and as-built surveys,
Geographical Information System(GIS)databases and data sets for projects for the Public Works Department and Capital Improvement
Program.Mr.Bouie is the Assistant Surveyor.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Drainage Sub-Basins U29 West&East, PROFESSIONAL SERVICES CONSTRUCTION(1l applicable)
Villa e of Pinecrest,Pinecrest,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Longitude Surveyors provided topographic surveying and Subsurface Utility Engineering(SUE)services.Mr.Bouie was the Assistant Surveyor
on this contract.
(1)TITLE AND LOCATION(City and StafeJ (2)YEAR COMPLETED
Water Main Replacement along Holiday DR, PROFESSIONAL SERVICE CONSTRUCTION(I/applicable)
Cit of Hallandale Beach,Hallandale Beach,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firtn
Longitude Surveyors provided topographic,bathymetric,and Subsurface Utility Engineering(SUE)services.Mr. Bouie was the Assistant Surveyor.
(1)TITLE AND LOCATION(City and State) (2)YEAR GOMPLETED
Improvements to South Bayshore Dr.from Darwin St.to Mercy Way South PROFESSIONAL SERVICE CONSTRUCTION(Ilapplicable)
Ba shore Drive,MD-DTPW,Miami,FL 2o2a N/A
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE CheCk if project performed with Current firm
Longitude Surveyors provided topographic and bathymetric surveying services. Mr.Bouie was the Assistant Surveyor.
(1)TITLE AND LOCATION(Clty and State) (2)YEAR COMPLETED
Pump Station No.00631 SW of the Intersection at NW 22nd Ave.8 NW 1st Street� PROFESSIONALSERVICES CONSTRUCTION(lfapplicable)
MD-WASD,Miami, FL 2oza N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Established the project baseline in accordance with WASD standards.Located and documented trees within the project limits.Collected data on
pavement striping and signage.Surveyed drainage and sanitary inverts.Identified driveway materials.Mr.Bouie was the Assistant Surveyor.
STANDARD FORM 330(REV. 7/2021)
• • � � � � . . ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Telva Morejon,SIT Sr.Survey Technician 3s 9
15.FIRM NAME AND LOCATION(City and Sfate)
Longitude Surveyors,LLC-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
BS,Civil Engineering Professional Surveyor and Mapper
University of Cienfuegos,Cuba(1994) FL License No.LS6277
Professional Surveyor and Training
Survey Technician CTS No.0617-5709(2013)
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Telva Morejon,S.I.T is a highly skilled Senior Suroey Technician with a wealth of experience in the field of surveying for 35 years.Telva is a Surveying Right
of Way Specialist with a proven track record in facilitating seamless land acquisition processes for a wide array of projects.
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
Citywide Surveying Services,City of Miami Beach, PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
On-going N/A
Miami Beach,FL
(3)BRIEF DESCRIPTION(Brie/scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Longitude Surveyors scope of services under this contract includes topographic and as-built surveys,Geographical Information System(GIS)
databases,and data sets for the Public Works Department and Capital Improvement Program projects.Ms.Morejon is the ROW Analyst on this
contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
General Land and Engineering Surveying and Mapping Services, PROFESSIONALSERVICE CONSTRUCTION(Ifapplicable)
Miami-Dade Coun Water and Sewer De artment,Miami,FL
On-going N/A
(3)BRIEF DESCRIPTION(Briefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with currentfrm
The scope of services under this contract consists of land surveying seroices for water and sanitary sewer systems,sanitary sewage collection and
transmission systems,water and sanitary sewage pumping facilities,water and sanitary sewage treatment plants and any other similar surveying
services for related projects.Ms.Morejon is the ROW Anatyst on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Districtwide Miscellaneous Location Survey Consultant(BD1�, PROFESSIONALSERVICE CONSTRUCTION(Ifapplicable)
On-going N/A
FDOT District 6,Miami,FL
(3)BRIEF DESCRIPTION(Briefscope.size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firtn
Longitude Surveyors is providing all necessary professional surveying&mapping seroices to support topographic andlor mapping projects as
directed andlor inquired by the Florida Department of Transportation(FDOT)District 6.Ms.Morejon is the ROW Analyst on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Euclid Avenue Right of Way from 11th Street to Lincoln Road� PROFESSIONAL SERVICE CONSTRUCTION(ll applicable)
2021 N/A
Cit of Miami Beach,Miami Beach,FL
(3)BRIEF DESCRIPTION(Briefscope,size,cost,elc.)ANDSPECIFIC ROLE Check if project performed with current firm
Longitude(LS)performed a boundary,tree and topographic Survey to include the following information:LS collected all the above ground
features,LS obtained existing spot elevations throughout the corridor to include elevations at approximately 50 foot intervals,including crown of
road,and at high low points throughout the survey limits.
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
Dade Boulevard,from Pump Station 10 to Jefferson Avenue, PROFESSIONAL SERVICE CONSTRUCTION(1/applicable)
2022 N/A
Cit of Miami Beach,Miami Beach,FL
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project perforrned with current firtn
Longitude Surveyors provided Topographic Surveying and Subsurface Utility Engineering(SUE)Services for Dade Boulevard,from Pump
Station 10 to Jefferson Avenue in Miami Beach. Ms.Morejon is the ROW Analyst on this contract.
STANDARD FORM 330(REV.7I2021)
• � � , , � � . .. ... . . • � •
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Daniel Ferrera Sr.Survey Technician 23 s
15.FIRM NAME AND LOCATION(City and State)
Longitude Surveyors,LLC-Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
AA,Miami Dade College(2003)
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Daniel Ferrera is a dedicated and results-oriented Senior Survey Technician with 23 years of experience in the field of surveying.With
a roven track record of successfull leadin multidisci lina teams and mana in com lex ro'ects.
L
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Districtwide Miscellaneous Location Survey Consultant(BDI) PROFESSIONALSERVICES CONSTRUCTION(Ifapplicable)
On-going N/A
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)ANDSPECIFIC ROLE CheCk if pfOject perfoRned with Current firm
Longitude Surveyors providing all necessary professional surveying 8 mapping services to support topographic and/or mapping projects as directed
andlor inquired by the Florida Department of Transportation(FDOT)District 6. Mr.Ferrera is the Project Manager on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
City of Miami Beach Continuing Contract, PROFESSIONALSERVICES CONSTRUCTION(1/applicable)
Miami Beach, FL On-going N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Citywide Surveying and Mapping Services-Longitude Surveyors scope of services under this contract includes topographic and as-built surveys,
Geographical Information System(GIS)databases and data sets for projects for the Public Works Department and Capital Improvement Program.
Mr. Ferrera is the Senior Survey Technician on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
City of Coral Gables Citywide Surveying Services, PROFESSIONALSERVICES CONSTRUCTION(lfapplicable)
Coral Gables, FL On-going N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cosf,etc.)ANDSPECIFIC ROLE CheCk if project performed with Cuffent firtn
Longitude Surveyors'(LS)scope of services under this contract includes topographic and as-built surveys,Geographical Information System(GIS)
databases and data sets for projects throughout the City of Coral Gables.Mr. Ferrera is the Senior Survey Technician on this contract.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
General Land and Engineering Surveying and Mapping Services, PROFESSIONALSERVICE CONSTRUCTION(lfapplicable)
Miami-Dade Coun Water and Sewer De artment,Miami,FL On-going N/A
(3)BRIEF DESCRIPTION(Bnefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
The scope of services under this contract consists of land surveying services for water and sanitary sewer systems,sanitary sewage
collection and transmission systems,water and sanitary sewage pumping facilities,water and sanitary sewage treatment plants and any
other similar surveying services for related projects.
(�)TITLE AND LOCATION(Ciry and State) (2)YEAR COMPLETED
US-271SR 251 Okeechobee Rd.from East of N.W.107th Avenue to E.of N.W.116th PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Wa ,FDOT District 6,Miami,FL 2oi� N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE CheCk if p�Oj6Ct perfOn718d with Cuff2flt fiRTl
Longitude Surveyors(LS)set occupation and section corners,location of existing piles, include pile dimensions.LS performed and prepared an
as-built survey.Mr. Ferrera was the Senior Survey Technician on this contract.
STANDARD FORM 330(REV.7/2021)
• • • � � . . .. ... . . • . -
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Stefan Escanes,PE,PTOE Traffic Studies 1 Signal Engineer 15 12
15.FIRM NAME AND LOCATION(City and State)
Metric Engineering,Inc.—Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science Civil Engineering, Florida International University-2010 Professional Engineer—FL#80578
Professional Traffic 0 erations En ineer-FL#W502
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
IMSA Level II Traffic Signal Field Technician Cert#:BE_113463(04/2022),Advanced MOT Certification Cert#:61796 FDOT Prov#: 185,FDOT Traffic
Noise Analysis Course BT-19-0005,FDOT TTC Advanced Cert#61796, FDOT TTC Advanced Cert#617540(exp 10/2027)
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Active Tra�c Management(2013—2020) -(Miami Beach,FL) PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Contract Start 2013 Contract End:2020
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Project Manager.Metric(through a subsidiary company ATEC,Inc.)began monitoring traffic in Miami Beach for the FDOT in October 2012 to provide Maintenance of
Traffc(MOT)support during construction along Alton Road.In November 2013,the City of Miami Beach requested additional real-time monitoring services during the
Art Basel Miami Beach Art Show,which is one of their"High Impact Period"events. In response, Metric teamed with the Miami Beach Transportation and Police
Departments and the Miami Beach Emergency Operation Center(EOC)to develop a traffc monitoring program with the objective of minimizing traffc congestion
associated with the increase in traffic during speciai events in Miami Beach.Project Length:Varies�Design Fee:$Varies depending on TWO
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Miscellaneous Civil Engineering Services,Professional Services Agreement- PROFessioNa�sERvicE CONSTRUCTION(If applicable)
Miami,FL Contract Start:2014 Contract End:2018
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFIC ROLE Ch2Ck if pfOj2Ct perfOflYl2d Wlth CUf�B�tfi�m
Tra�c Engineer.This task work order(TWO)based contract involves planning and design services,pavement analysis,surveying,roadway analysis,geotechnical,
options evaluations,public meetings,detailed assessments and recommendations,cost estimates,opinions of probable construction cost,review of work prepared by
subconsultants and other consultants,field investigations and observations, post design services,construction administration,and other related Services. Project
Length:Varies depending on Task Work Order(TWO)�Design Fee:$varies depending on TWO
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:Districtwide Tra�c Engineering Support Services PROFESSIONAL SERVICE CONSTRUCTION(I/applicable)
Consultant(2013—2018)(2018—2023)- (Miami-Dade County,Fl) Contract Start:2013 Contract End:2018
Contract Start:2018 Contract End:2023
(3)BRIEF DESCRIPTION(Bnefscope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Deputy Project Manager.Perform miscellaneous activities include performing traffc operations and safety studies,miscellaneous structural analysis,plans preparation,
and assist the traffic operations office in developing initiatives such as the Bottleneck Identifcation and Prioritization List.Additional tasks under this contract have
included review of:PDB�E Traffc Analysis Methodology,Interchange Justification Report MLOU,Signalization 8 Signing&Pavement Marking Plans,Traffic Control
Plans,Roadway Plans,PD&E Preliminary Engineering Reports;and Final Field Inspections related to Traffic Control.Project Length:Varies�Oesign Fee:$Varies
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Districtwide Congestion Management&TSM80 Planning Consuttant(2019—2024) PROFESSIONAL SERVICE CONSTRUCTION(Ifapplicable)
2023-2028 - Miami-Dade Coun ,FL Contract Start:2019 Contract End:2028
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Project Manager.The purpose of this planning study is to provide services to furlher the DistricYs Congestion Management and TSM80 master planning effoRs and
implementation of corridor-oriented projects throughout the district. Primary tasks of this contract include preparation of the D6 TSM80 Master Plan along with
supporting efforts including full signalization inventories of intersections for better planning and scope of improvement and upgrades.The TSM80 Master Plan is a
plan which identifies over$250M in potential projects to maximize the effciency of the existing state highway system and over$10M in signalization upgrade needs
have been identified through the Team's surveying efforts.Metric has held this contract for two consecutive terms including(2019—2024)and(2023-2028)!Project
Len th:N/A Desi n Fee:$N/A—$1,500,000
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:I-395/SR 8361 I-95 Signature Bridge Reconstruction Design- PROFEssioNa,�sERvicE CONSTRUCTION(If applicable)
Build Pro'ect- Miami,FL 2024 NIA
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Lead Traffc Engineer.This$802 million Design-Build project which involves three projects that were constructed concurrently by the Archer Western-de Moya(AW-
dMG) Joint Venture (JV) to minimize impacts to the public. The three projects include: I-95 Concrete Replacement Project, I-395 Improvements, and SR 836
Improvements.Metric serves as a major design team memberfor structures,ITS,signals,roadway and drainage elements.In addition,Metric prepared all of the NEPA
Reevaluation and Traffic Analysis documents(IMR,SIMR,Work Zone Analysis,etc.).Mr.Escanes'responsibilities included preparation the projecPs Transportation
Management Plan(TMP),deployment of a Smart Work Zone System,and analysis of each Traffic Control Plan(TCP)prior submittal and implementation.This TCP
analysis led to many innovative configurations substantially improving safety and mobility through the work zone.Mr.Escanes was also the Engineer of Record for the
SR 836 SIMR and I-395 IMR Reevaluations justifying the improvements of the DB Concept compared to the RFP Concept. Project Length: NIA� Design Fee:
$802,000,000
STANDARD FORM 330(REV. 7/2021)
• • • � � � / . . .. ... . . ..
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPEPoENCE
a.TOTAL b.WITH CURRENT FIRM
Eduardo Monteagudo Traffic Data Collection 1 Signal Engineer 10 10
15.FIRM NAME AND LOCATION(City and State)
Metric En ineerin ,Inc.—Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science,Tourism Management,Las Villa University-1996 Engineering Intern—FL#1100026721
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
Traffic Signal Technician Level II Cert#BE_110420(11/2026)&FDOT TTC Advanced#617531 (1012027)
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
Active Traffic Management(2013—2020) -(Miami Beach,FL) PROFESSIONAL SERVICE CONSTRUCTION(If applica6le)
Contract Start 2013 Contract End:2020
(3)BRIEF DESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Data Collection. Metric(through a subsidiary company ATEC,Inc.)began monitoring tra�c in Miami Beach for the FDOT in October 2012 to provide Maintenance of
Traffc(MOT)support during construction along Alton Road.In November 2013,the City of Miami Beach requested additional real-time monitoring services during the
Art Basei Miami Beach Art Show,which is one of their"High Impact Period"events. In response, Metric teamed with the Miami Beach Transportation and Police
Departments and the Miami Beach Emergency Operation Center(EOC)to develop a traffic monitoring program with the objective of minimizing traffic congestion
associated with the increase in tra�c during special events in Miami Beach.Project Length:Varies Task Work Order(TWO)contract�Design Fee:$Varies
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:Districtwide Traffic Operations&Safety Studies Consultant PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Services 2013—2018 - Miami-Dade Coun ,FL Contract Start:2013 Contract End:2018
(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Data Collection. The general purpose of this Task Work Order(TWO)based contract is to provide tra�c engineering services through the development of various
traffic operations and safety studies that will be identified for intersections,arterials,etc.,and related improvement recommendations and evaluations.Studies/Analysis
along with supporting tasks include:Pedestrian Facilities Evaluations,Mid-Block Crosswalk Evaluations,Crash Evaluation and Mitigation Strategies,Signal Warrant
Analysis, Arterial AnalysislSignal Retiming, D6 Bottleneck Location Identiflcation & Prioritization, D6 Expected Value Analysis (EVA) Update, Tra�c Calming
Evaluations,Qualitative Assessments,Left Turn Phase Analysis,Signalization Plans,Speed Zone Study and Mast Arm Structural Analysis. Project Length:Varies
Task Work Order(TWO)contract�Design Fee:$Varies
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:Districtwide Traffic Engineering Support Services PROFESSIONAL SERVICE CONSTRUCTION(Ifapplica6le)
Consultant(2013—2018)(2018—2023)- (Miami-Dade County,FL) Contract Start:2013 Contract End:2018
Contract Start:2018 Contract End:2023
(3)BRIEF DESCRIPTION(Brief scope,size,cosf,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Data Collection. Perform miscellaneous activities include performing traffic operations and safety studies, miscellaneous structural analysis,plans preparation,and
assist the traffic operations office in developing initiatives such as the Bottleneck Identification and Prioritization List.Additional tasks under this contract have included
review of: PD&E Traffic Analysis Methodology, Interchange Justification Report MLOU, Signalization&Signing&Pavement Marking Plans,Traffc Control Plans,
Roadway Plans, PD&E Preliminary Engineering Reports; and Final Field Inspections related to Tra�c Control. Project Length: Varies Task Work Order(TWO)
contract Desi n Fee:$Varies
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPIETED
FDOT District 6:I-1951SR 112 from NW 12th Avenue to Alton Road PDBE Study- PROFEssioNa,�sERvicE CONSTRUCTION(If applicable)
Miami&Miami Beach,FL 2022 2o2a
(3)BRIEF DESCRIPTION(Briefscope.size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Data Coflection.This PDBE project aims to build upon the previously completed I-195 Corridor Planning Study(CPS)which also produced several recommendations
to support operational,capacity,and multimodal improvements to I-95. Our Team is taking these recommendations and providing Refined Build Concepts(RBCs)
while focusing on supporting several planned projects that are critical to maintaining connectivity between Miami Beach,Miami International Airport,and I-95. Overall,
this project proposes traffic operation,capacity,and multimodal improvements along the I-195/SR 1121Julia Tuttle Causeway corridor from NW 12th Avenue to SR
907/Alton Road and within the surrounding ramp terminal areas. One of the project objectives is to improve bicycle and pedestrian connectivity through the
implementation of a protected and separated shared use path along the Julia Tuttle Causeway between the City of Miami and the City of Miami Beach.This project is
located within the cities of Miami and Miami Beach in Miami-Dade County,the corridor provides interchange access to several neighborhoods recently experiencing
si nifcant rowth includin the Desi n District,Midtown,and W nwood in the Cit of Miami.Pro'ect Len th:5 Miles est. Desi n Fee:$650,000,000 Est.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:I-395!SR 8361 I-95 Signature Bridge Reconstruction Design- PROFEssioNa�sERvice CONSTRUCTION(lfapplicable)
Build Pro'ect- Miami,FL 2024 N/A
(3)BRIEF DESCRIPTION(Briefscope,size,casf,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Data Collection.This$802 million Design-Build project which involves three projects that were constructed concurrently by the Archer Western-de Moya(AW-dMG)
Joint Venture(JV)to minimize impacts to the public.The three projects include:I-95 Concrete Replacement Project,I-395 Improvements,and SR 836 Improvements.
Metric serves as a major design team member for structures,ITS,signals,roadway and drainage elements.In addition,Metric prepared all of the NEPA Reevaluation
and Traffic Analysis documents(IMR,SIMR,Work Zone Analysis,etc.).Mr.Escanes'responsibilities included preparation the projecYs Transportation Management
Plan(TMP),deployment of a Smart Work Zone System,and analysis of each Traffic Control Plan(TCP)prior submittal and implementation.This TCP analysis led to
many innovative confgurations substantially improving safety and mobility through the work zone.Mr.Escanes was also the Engineer of Record for the SR 836 SIMR
and I-395 IMR Reevaluations usti in the im rovements of the DB Conce t com ared to the RFP Conce t.Pro'ect Len th:N/A Desi n Fee:$802,000,000
STANDARD FORM 330 (REV. 7/2021)
• � • � � r . . .. ... . . .
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
Nicolas Yep,E� Traffic Analysis/FAA Drone a.TOTAL b.WITH CURRENT FIRM
Licensed Pilot g g
15.FIRM NAME AND LOCATION(City and StateJ
Metric En ineerin ,Inc.—Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science,Civil Engineering,Florida International University-2013 Engineering Intern—FL#1100026729
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.)
IMSA Traffic Signal Technician Level I&II and FDOT Advancetl Temporary Traffic Control
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and StateJ (2)YEAR COMPLETED
Active Traffic Management(2013—2020) -(Miami Beach, FL) PROFESSIONAL SERVICE CONSTRUCTION(If applica6le)
Contract Start 2013 Contract End:2020
(3)BRIEF DESCRIPTION(Brie(scope,size,cost.etc.)ANDSPECIFIC ROLE Check if project perFormed with currentfirm
Data Collection.Metric(through a subsidiary company ATEC,Inc.)began monitoring tra�c in Miami Beach for the FDOT in October 2012 to provide Maintenance of
Traffic(MOT)support during construction along Alton Road.In November 2013,the City of Miami Beach requested additional real-time monitoring services during the
Art Basel Miami Beach Art Show,which is one of their"High Impact Period"events. In response, Metric teamed with the Miami Beach Transportation and Police
Departments and the Miami Beach Emergency Operation Center(EOC)to develop a traffic monitoring program with the objective of minimizing traffic congestion
associated with the increase in traffic during special events in Miami Beach.Project Length:Varies Task Work Order(TWO)contract�Design Fee:$Varies
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:Districtwide Traffic Operations 8�Safety Studies Consultant PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Services 2013—2018 - Miami-Dade Coun , FL Contract Start:2013 Contract End:2018
(3)BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFtC ROLE Check if project performed with currentfirm
Data Collection&FAA Certifed Drone Pilot.The general purpose of this Task Work Order(TWO)based contract is to provide traffic engineering services through the
development of various traffc operations and safety studies that will be identified for intersections,arterials,etc.,and related improvement recommendations and
evaluations.Studies/Analysis along with supporting tasks include:Pedestrian Facilities Evaluations,Mid-Block Crosswalk Evaluations,Crash Evaluation and Mitigation
Strategies,Signal Warrant Analysis,Arterial AnalysislSignal Retiming,D6 Bottleneck Location Identification 8�Prioritization,D6 Expected Value Analysis(EVA)Update,
Traffc Calming Evaluations,Qualitative Assessments,Left Turn Phase Analysis,Signalization Plans,Speed Zone Study and Mast Arm Structural Analysis. Project
Len th:varies de endin on Task Work Order TWO Desi n Fee:$varies de endin on TWO
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:Districtwide Traffic Engineering Support Services PROFESSIONAL SERVICE CONSTRUCTION(If applicable)
Consultant(2013—2018)(2018—2023)- (Miami-Dade County,FL) Contract Start:2013 Contract End:2018
Contract Start:2018 Contract End:2023
(3)BRIEF DESCRIPTION(Briel scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Engineering Technician. Perform miscellaneous activities include performing traffc operations and safety studies,miscellaneous structural analysis,plans preparation,
and assist the traffic operations o�ce in developing initiatives such as the Bottleneck Identification and Prioritization List.Additional tasks under this contract have
included review of:PD�E Tra�c Analysis Methodology,Interchange Justification Report MLOU,Signalization&Signing&Pavement Marking Plans,Traffic Control
Plans,Roadway Plans,PD&E Preliminary Engineering Reports;and Final Field Inspections related to Traffic Control. Project Length:varies depending on TWO�
Desi n Fee:$varies de endin on TWO
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:I-195/SR 112 from NW 12th Avenue to Alton Road PDB�E Study- PROFEssioNA�sERvicE CONSTRUCTION(If applica6/e)
Miami&Miami Beach,FL 2022 2024
(3)BRIEF DESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Data Collection.This PD&E project aims to build upon the previously completed I-195 Corridor Planning Study(CPS)which also produced several recommendations
to support operational,capacity,and multimodal improvements to I-95. Our Team is taking these recommendations and providing Refined Build Concepts(RBCs)
while focusing on supporting several planned projects that are critical to maintaining connectivity between Miami Beach,Miami International Airport,and I-95. Overall,
this project proposes traffic operation,capacity,and multimodal improvements along the I-1951SR 1121Julia Tuttle Causeway corridor from NW 12th Avenue to SR
907/Alton Road and within the surrounding ramp terminal areas. One of the project objectives is to improve bicycle and pedestrian connectivity through the
implementation of a protected and separated shared use path along the Julia Tuttle Causeway beiween the City of Miami and the City of Miami Beach.This project is
located within the cities of Miami and Miami Beach in Miami-Dade County,the corridor provides interchange access to several neighborhoods recenUy experiencing
si nificant rowth includin the Desi n District,Midtown,and W nwood in the Ci of Miami.Pro'ect Len th:5 Miles est. Desi n Fee:$650,000,000 Est.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:I-3951 SR 836/I-95 Signature Bridge Reconstruction Design- PROFEssioNA�sERvicE CONSTRUCTION(IfapplicableJ
Build Pro'ect- Miami,FL 2024 N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with current firm
Data Collection.This$802 million Design-Build project which involves three projects that were constructed concurrently by the Archer Western-de Moya(AW-dMG)
Joint Venture(JV)to minimize impacts to the public.The three projects include:I-95 Concrete Replacement Project,I-395 Improvements,and SR 836 Improvements.
Metric serves as a major design team member for structures,ITS,signals,roadway and drainage elements.In addition,Metric prepared all of the NEPA Reevaluation
and Traffic Analysis documents(IMR,SIMR,Work Zone Analysis,etc.).Mr.Escanes'responsibilities included preparation the projecYs Transportation Management
Plan(TMP),deptoyment of a Smart Work Zone System,and analysis of each Traffic Control Plan(TCP)prior submittal and implementation.This TCP analysis led to
many innovative configurations substantially improving safety and mobility through the work zone.Mr.Escanes was also the Engineer of Record for the SR 836 SIMR
and I-395 IMR Reevaluations usti in the im rovements of the DB Conce t com ared to the RFP Conce t.Pro'ect Len th:N/A Desi n Fee:$802,000,000
STANDARD FORM 330 (REV. 7/2021)
• � � � � � . . - .. ... . .
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Sergio Rios,EI Traffic Analyst/Signal Engineer 6 6
15.FIRM NAME AND LOCATION(City and State)
Metric En ineerin ,Inc.—Miami,Florida
16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
Bachelor of Science Civil Engineering, Florida International University-2019 En ineerin Intern—FL#1100026721
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awa�ds,etc.)
IMSA Traffic Signal Technician Level I&II(11/2026)&FDOT Advanced Temporary Traffic Control(TTC)(10/2027)
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Active Traffic Management(2013—2020) -(Miami Beach,FL) PROFESSIONAL SERVICE CONSTRUCTION(If applicableJ
Contract Start 2013 Contract End:2020
(3)BRIEF DESCRIPTION(Briefscope.size,cost,etc.)ANDSPECIFIC ROLE Check if project performed with currentfirm
Maintenance Technician/Travel Time Data Collection. Metric(through a subsidiary company ATEC, Inc.) began monitoring traffic in Miami Beach for the FDOT in
October 2012 to provide Maintenance of Traffic(MOT)support during construction along Alton Road.In November 2013,the City of Miami Beach requested additional
real-time monitoring services during the Art Basel Miami Beach Art Show,which is one of their"High Impact Period"events.In response,Metric teamed with the Miami
Beach Transportation and Police Departments and the Miami Beach Emergency Operation Center(EOC)to develop a tra�c monitoring program with the objective of
minimizing tra�c congestion associated with the increase in traffic during special events in Miami Beach.Project Length:Varies�Design Fee:$Varies
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
District 6 Bottleneck Locations:Identification and Prioritization- (Miami-Dade PROFESSIONAL SERVICE CONSTRUCTION(lf applicable)
Count ,FL Contract Start:2013 Contract End:2018
(3)BRIEF DESCRIPTION(Briefscope,size,cost,efc.)ANDSPECIFIC ROLE Check if project performed with currentfrm
Data CollectionlTraffic Analyst.The D6 Bottleneck List was developed to prioritize identifed locations to evaluate,then determine potential improvements.Efforts to
identify,mitigate source and minimize the duration of bottlenecks,will provide substantial benefits in vehicle delay.Data collected for each of the 50 Arterials include
Travel Time Runs,4-hour Peak Direction Traffic Counts,4-hour Peak Direction Spot Speed Study,4-hour AM Peak TMC's at key intersections,Queue Data from
Drone Aerials and Bottleneck Impact Area.This data is being used to rank lhe priority list by Bottleneck Impact Area,Queue lengths,Travel Times, Facility Type,
Facili Ca acit ,Time of Da showin frst si ns of con estion and Duration of bottleneck. Pro'ect Len th:Varies Desi n Fee:$Varies
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:Districtwide Traffic Engineering Support Services PROFESSIONALSERVICE CONSTRUCTION(lfapplicable)
Consultant(2013—2018)(2018—2023)- (Miami-Dade County,FL) Contract Start:2013 Contract End:2018
Contract Start:2018 Contract End:2023
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.J ANDSPECIFIC ROLE CheCk if projeCt perfOrmed with Cuffent fifm
Traffic Data Analyst. Perform miscellaneous activities include performing traffic operations and safety studies,miscellaneous structural analysis,plans preparation,
and assist the traffic operations office in developing initiatives such as the Bottleneck Identification and Prioritization List.Additional tasks under this contract have
included review of:PD&E Traffc Analysis Methodology,Interchange Justification Report MLOU,Signalization&Signing 8 Pavement Marking Plans,Traffic Control
Plans,Roadway Plans,PD&E Preliminary Engineering Reports;and Final Field Inspections related to Tra�c Control.Project Length:Varies�Design Fee:$Varies
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:I-195/SR 112 from NW 12th Avenue to Alton Road PD&E Study- PROFEssioNA�sERvicE CONSTRUCTION(If applicable)
Miami&Miami Beach,FL 2022 2024
(3)BRIEF DESCRIPTION(Brie/scope,size,cost,etc.)ANDSPECIRC ROLE ChBck if project performed with currentfi�m
Engineering Intern.This PDBE project aims to build upon the previously completed I-195 Corridor Planning Study(CPS)which also produced several recommendations
to support operational,capacity,and multimodal improvements to I-95. Our Team is taking these recommendations and providing Refned Build Concepts(RBCs)
while focusing on supporting several planned projects that are critical to maintaining connectivity between Miami Beach,Miami International Airport,and I-95. Overall,
this project proposes traffic operation,capacity,and multimodal improvements along the I-195/SR 112/Julia Tuttle Causeway corridor from NW 12th Avenue to SR
907/Alton Road and within the surrounding ramp terminal areas. One of the project objectives is to improve bicycle and pedestrian connectivity through the
implementation of a protected and separated shared use path along the Julia Tuttle Causeway between the City of Miami and the City of Miami Beach.This project is
located within the cities of Miami and Miami Beach in Miami-Dade County,the corridor provides interchange access to several neighborhoods recently experiencing
si nifcant rowth includin the Desi n District,Midtown,and W nwood in the Ci of Miami.Pro'ect Len th:5 Miles est. Desi n Fee:$650,000,000 Est.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
FDOT District 6:I-3951 SR 836 I I-95 Signature Bridge Reconstruction Design- PROFEssioNn�sERvicE CONSTRUCTION(If applicable)
Build Pro'ect- Miami,FL 2024 NIA
(3)BRIEF DESCRIPTION(Brielscope,size,cost,etc.J ANDSPECIFIC ROLE Check if project performed with current firm
Data Collection/Traffic Analyst.This$802 million Design-Build project which involves three projects that were constructed concurrently by the Archer Western-de Moya
(AW-dMG)Joint Venture(JV)to minimize impacts to the public.The three projects include: I-95 Concrete Replacement Project, I-395 Improvements,and SR 836
Improvements.Metric serves as a major design team member for structures,ITS,signals,roadway and drainage elements.In addition,Metric prepared all of the NEPA
Reevaluation and Traffic Analysis documents(IMR,SIMR,Work Zone Analysis,etc.).Mr. Escanes'responsibilities included preparation the projecYs Transportation
Management Plan(TMP),deployment of a Smart Work Zone System,and analysis of each Traffic Control Plan(TCP)prior submittal and implementation.This TCP
analysis led to many innovative configurations substantially improving safety and mobility through the work zone.Mr.Escanes was also the Engineer of Record for the
SR 836 SIMR and I-395 IMR Reevaluations justifying the improvements of the DB Concept compared to the RFP Concept. Project Length: N/A� Design Fee:
$802,000,000
STANDARD FORM 330(REV.7/2021)
• • � � � � . .. ... . . - • . -
TAB 2.3.1
PROJECT EXPERIENCE
�:
• SF 330 PART I, SECTIONS F AND G - RELEVANT
PROJECT EXPERIENCE (PROPOSER TEAMj � �
2-98
2.3.1 Section F Project Matrix(Proposer Team)
�u��o�w". , s� � i` !`� �,�r �� s�� � �;, -
- . _. ,.
�.«�... ..�...., _ ;�,,,;� . �� � � �
� 'w�; �;-� .:`, `�1IA�'� �+
� �a
y'
, �.,,� � � ''-� , � �iu�p����'` �'�` �'` � � o �,
� �a >.„�. { V y y C �
.,s� �, ,?�,.'ti.�.. � .���'k,�1� ,p ��„ V � C qp�0
Ia= � .. , . • a 00 c 3 � N�
„r. ,� � . �""�""�;. ,p•;� . '*e4,�, �t � � a_T+� p � N
,,� ♦ � 17 r� tC a+ C �� C �6 C
�i�1 '� ��!M� �y �� u1 o w � ca �a� 3 �e
�
r
� „'�,`�'.x *� 4:1' R i6+'� � C DA� £ �'a
',}�''�:. r '�,;� , 1�Foia� ��x P . � G) � � Q y�� p �
.. ..�i"'�: _._ ir �"�:j�.�. �� � _ �� C L � � V
� �:w+ � � �^ • = y 3 Y N 3 � O �
,ti ^''.�� � '�:_ �:. �''N p C d w a �
I ��� ��� !i � � ++ i � C 7 U V �
� � �t �+
i - �� �� �t." � y �OO U1 Q •C C•C C ,3
�� '�'P� ��� _ � � � � �•— Q 'N C
z, i� y a — a� 7 � ,y +' M � O
,I ., � i!�, ` i� N
,��� � � � �� � � � ro � �
; .
� , " c � oo c 3 �° 'a �
h ' d•`c +, � dy � _ ,�n
` . ._
�J � � �.,ti��. - � +� ro � 3 cr
. . � '�'. a� a�s s � y � c y �
1 ' / X�y +' N N � GI l{S � �
�st , .. `:�`� a��—y � � E �'� E � u
y��1�,. ��� _ ..E � � . — r. , M•C� •� y�,(�y � X� V �
'i19 � :� •.x r .0 �� � n0 Y � N Vl 3 .lC Y
a .x
��.• L i�
� V� � ` Y ` N
UD IC �.+ � C � � Gl '� �
,� '� •�' 1 � �� °�� � 3 `o °7 � `� E � r 3
,
h� r� � cu a�.. u, �`a �
t�1S5. /�.-�;� � *� � -� �'� • ..'� > 1^� � � �d � y � W C d i � Ry
�" . z' ' �"'X �C in}, O a+ C � ��6 N O b O
�,�Y�,,,,, ��;'� � + 'M °� a�i �' E c T � 3 cLi 3 c
•` r.,r� �� � 3 � �iS n0.� � m C � uA
��, . . 4 "�., Y � � � �� • M IA. �. •
AE• �x'< ... . x � ... .. ,. �'O� � N 3 � � O i�+ d
.� ��:.. .� :z �'�n-a �� o Q 3 a cn v> o
: �e� . .. .-... ����� :� � t.�.�����.s.000000
�
; ��a.� �.�.s�
SR AlA/Indian Creek Drive from 25 Street to 415treet-
�N"'� Sea Level Rise Flood Mitigation Project-FM 439228-2(Miami Beach,FL)
City of Miami Beach Sea Level Rise Mitigation Projects
(Miami Beach, FL)
� Design-Build Services for 11th Street Roadway Reconstruction
(Miami Beach,FL)
SR 836/I-395/I-95 Interchange Improvements-
GMX Project No.83611-001.102&FDOT FM 423126-1(Miami,FL)
SR 907/Alton Road from Michigan Avenue to 43rd Street
� Reconstruction- FM 429193-1(Miami Beach, FL)
� SR 907/Alton Road from 43rd Street to East of Allison Road
' Reconstruction(Miami Beach, FL)
Installation of a 54-inch HDPE/PCCP Force Main Along Euclid Avenue
(Miami Beach, FL)
,.�; Ft.Lauderdale Neighborhood Improvements
' (Fort Lauderdale, FL)
�;
SW lOth Street Connector Corridor
,�� (FDOT District 4)
�
Stillwright Point Rd.Flood Mitigation Improvements
(Monroe County) `
• • � � � � . . .. ... . . • . -
21_TITLE AND LOCATION(C�ty and State) 22.YEAR COMPLETED
— PROFESSIONAL SERVICES CONSTRUCTION(I(applicable)
Sea level Rise Flood Mitigation Project-FM 439228-2(Miami Beach,FL) 2017 Interim/2019 Final 2018 Interim/2022 Final
-�`
a.PROJECT OWNER 6.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPkQNE NUMBER
City of Miami Beach&FDOT Giancarlo Pena,CGC,PE (305)673-7070 Ext.6343
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) I I I
This segment of SR AlA/Indian Creek Drive was subject to recurrent tidal flooding,especially during King Tide � � � ' �
Season. Increased high tide conditions through the recent years (ZO10-2015) resulted in creek waters ' • •
overtopping the seawall and generating recurrent and severe tidal flooding within an extremely low-lying
roadway facility,with an average edge of pavement at or below 1.0'-NAVD.The City of Miami Beach dedared - Urb2n ro2tl deslgn wlth
this roadway facility under emergency status in 2014 and decided to joint-venture with FDOT to implement the experience in elevating roads
necessary improvements for this facility to mitigate the flooding. In 2016, Ribbeck Engineering was contracted and sidewalks and harmonizing
by the City of Miami Beach to be the project Engineer of Record. pfivate properties due t0 the
grade differential created by
Ribbeck Engineering, was the prime consultant providing both project management and design services. elevating the right-of-way.
Throughout the life of the project,REI worked with the City of Miami Beach and with all regulatory agencies to
expedite the design. REI worked hand in hand with the City of Miami Beach Project Manager to accommodate ` Ufb2n StOffilw2tel'deSlgil that
the extensive harmonization required.During construction,our team provided expedited shop drawing reviews inCludes trunk lines of 60 inChes
and answers to RFIs. Despite the many challenges and unforeseen construction issues, REI remained fully in di2meter of largef.
active in providi�g innovative design solutions to see the successful completion of this project.
Design and permitting of
Ribbeck Engineering, managed staff and sub consultants to ensure cost efficient and timely improvements, Stotmwatef pump StatiOns 8nd
while designing and executing services originally identified.The scope includes raising the roadway profile to a water quality treatment
minimum of 3.7 ft NAVD elevation as per City of Miami Beach Ordinance to mitigate sea level rise,design of a systems.
new 72" drainage main trunk system, a 45,000 GPM pump station, 3 new signalized intersections, traffic
control plans,SPM with overhead structures and a new lighting system.The project required harmonization of Stormw8ter hyd�BuliC modeling
over 60 adjacent properties. ftesponsibilities include contract management, project coordination, preparation utilizing ICPR4 software.
of Design Variations,Typical Section Package, Pavement Design Package,overseeing roadway/harmonization
design and plans productions. Duties also included the development of a Request for Proposal package with Design roadway(s)to include
conceptual plans and design criteria as part of the Phase I. Further services executed were drainage SeCtions with bicyCle lanes.
improvements, pump station & new drainage systems, seawall replacement, signalization, lighting and an
exclusive bike lane divided by the Zlcla Zipper bicyde lane separator.
�_: �wp�...� , �,��. � ` �'� "f�`� ' ,���: �r1 "�
, � � N�_, ,T . ;d�
�.
f�� �� -+" �� �� � r � �►
��^ s" a` ' , �-;v�.
� �_ �y� ` .. + ..�,� � �F ����� � ... �.
r �
'1
t � `►
� :
_ a•�� I �[
� 't? t �'(
1
' �Z
' A
.- �yp� 1 � �
�/'W�F � �/ �
-� � � -• . � hus�i i ��,v.,r!+. 1 mile
_ ., r v r/
'`+-
�� �, OESIGN COST$3,800,000
�
_ - � 7 a.; � � .•' -:-„rcrn:�-. 50 000 000
.....- �. $ , ,
....—,�.,.�.�- .
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(i)FiHM rvaME (z�FiRnn�ocanoru/ary ond smre) �3)Ho�t
Ribbeck Engineering,Inc. Miami,FL Management,Roadway,Drainage,5&PM,
Signalization and MOT EOR
� (1)FIRM NAME (2)FIRM LOCATION(Cityand5tote) (3}ROLE
HDR Miami,FL FDOT Owner's Rep,Plans Review
(1)FlRM NAME (2)FlRM LOCATION/City and Sfatef {3)ROLE
HML Miami,FL Public Outreach
STANDARD FORM 330(REV. 7/2021)
. • • � � .. ... . . • . • ��
6
� � i • ' i
21.TITLE AND LOCATION(Ciry and State) 22.YEAR COMPLETED
4';';3t l: S�`� � . — PROFESSIONAL SERVICES CONSTRUCTION(1(applicable)
Miami Beach, FL On-going On-going
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Miami Beach Giancarlo Pena,PE,CGC (305)673-7000 x6343
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) r a f
CHA has performed the role of program manager for the City of Miami Beach Sea Level Rise Mitigation Program � i � �
and in conjunction with the city, has worked to assess the risks of rising seas and coastal flooding.Through this • `' ' + °'
ro ram,CHA s earheaded the effort to rovide a su ����'���"' � ' �� �� �
p g p p ggested approach for evaluating the impacts of sea level '
rise (SLR) and offering potential adaptation strategies for dealing with these impacts, including hard and soft a Ufban road deslgn wlth
infrastructure options,flood risk management and coastal protection,and trensportation planning. experience in elevating roads
To enhance the city's understanding of the impacts of SLR, several scenarios have been evaluated to analyze and sidewalks and harmonizing
the effects of inundation along shorelines,beaches, beach erosion,and coastal flooding.This assists the city in priv8te properties due to the
assessing future impacts from coastal hazards and identify new and improved strategies for adapting to coastal grade differential created by
hazards in response to SLR.The information gathered has been used to inform policymakers,city agencies,and elevating the right-of-way.
community stakeholders when making decisions about developing, prioritizing, designing, and building the
appropriate adaptation strategies that enhance the City of Miami Beach's resilience to SLR and coastal flooding. :; Urban stormwater design that
CHA has worked on the design of various construction projects that have served to improve climate change includes trunk lines of 60 inches
resiliency and reduced the impacts of SLR in communities throughout the City of Miami Beach.These include in diameter or larger.
stormwater systems, conveyance pipes, inlets, drainage wells, stormwater pump stations, sea walls, water
quality analyses,and environmental/habitat protection projects.A sample of these projects includes: ` Design 8nd pefmitting Of
Nautilus Neiahborhood Improvements-This project included the implementation of a resilience program with stofmwatef pump st8tions 8nd
the installation of 16,300 feet of conveyance pipe,92 inlets,74 manholes,gravity drainage wells,31 pressurized water quality treatment
drainage welis,and 6 stormwater pump stations. SySlemS.
Cresai Boulevard - included the removal of 55 feet of existing seawall and the construction of a new seawall
and pump station. The project also included the installation of a proposed collection system, consisting of 23 Watef malnS and Sanitary
proposed inlets, 13 manholes, and 2,370 feet of drainage lines installed along Crespi eoulevard from Sewer design,inCluding g�avity
Hawthorne Avenue to 84th Street. efld pfessUriZed mainS.
11th Street Sea Level Rise Mitiaation- included the raising of streets to protect the city from impending sea EXpeflenCe must InClUde the
level rise. The roadway profile of llth Street was raised two feet which involved impacts to the existing ur'ban deSign of a 30-inCh or
drainage system and adjacent properties. This project also consisted of the installation of a new drainage larger water main and a 30-inch
system along the corridor while harmonizing and providing flood protection to the adjacent properties. The fOrCe main or larger
project also included a new 54-inch force main; a new 30-inch sanitary gravity sewer; upgrades to existing
Pump Station No.1;a new drainage system(36-inch�;water main upgrades(12-inch and 20-inch). E: Stormwater hydraullC modefing
Prairie Avenue Pumu Station-included roadway milling and resurfacing;new Type E and F curb-and-gutter and utlllzing ICPR4 softwa�e.
sidewalk; a new drainage system, a new deep underground storm-water pump station structure; injection
wells;and an upgrade of the existing signalized intersection at Prairie Avenue and Dade Boulevard.
Biscavne Point Nei¢hborhood Imorovements - included upgrades to the existing stormwater management ""
system, including the installation of 190 structures, S gravity wells, 6 injection wells, and a drainage pump
station. The project also included water main upgrades, new decorative lighting, signing and pavement
marking,and irrigation upgrades.
Washinr.ton Avenue-included partial roadway reconstruction, milling and resurfacing,gravity drainage wells,
sanitary sewer capacity improvements (consisting of pipe/manhole upsizing), water main upgrades (16-inch),
upgrades to three signalized intersections from span-wire to mast arm, relocation of water meters/meter
boxes,and several other roadways improvements. '
Lummus Neishborhood Improvements - included the development of prioritized streetscape and urban j';::-. �._,.,. Y;�o,._.,,,��_.
..
improvements throughout the neighborhood and upgraded water and stormwater infrastructure throughout '``" - --
Little Flaminao Neishborhood Improvements-was part of an infrastructure improvement program consisting pROJECi l'r�`.;t Varies(multi proj)
of the development of landscape, hardscape, lighting, water, and stormwater systems. CHA designed the
installation of approximately 4,300 ft of 8-inch ductile iron water main that replaced a 6-inch cast-iron water :�ESIGN CO;� $7,500,000
main. This project included the replacement and/or the relocation of existing water meters and services, fire
hydrants,and fire lines. $98,600,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
� �� (1)FIRM NAME (2)RRM LOCATION/CifyandS[ote) (3)ROLE
CHA Consulting,Inc. Dorel,FL Management,Roadway,Drainage,Water&Sewer.
STANDARD FORM 330 (REV. 7/2021)
. • � � � � . . .. ... . . • . • �
� .
' � �
'c���#„ :���,3„ i; ;�` .��-'�-
,e
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
,.. ,, PROFESSIONAL SERVICES CONSTRUCTION Q(applicable)
Miami Beach, FL 2019 2019
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Miami Beach Giancarlo Pena,PE,CGC (305)673 7000 x6343
BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) i�f U �� I 1 I
.. � � ' �' •
The City of Miami Beach is raising streets in an effort to protect the city from the impending sea level rise.To
fi ht the effects of sea level rise, the roadwa ' #
g y profile of llth Street was raised two feet which involved �'�,,
impacts to the existing drainage system and adjacent properties.This project consisted of the installation of a
new drainage system along the corridor while harmonizing and providing flood protection to the ad�acent �• Urban road design with
properties.As part of this project,our firm obtained permits from M-D DRER,FDEP,the Florida Department of experience in elevating roads
Health(DOH),and the City of Miami Beach Public Works Department. 2fid Sid@W21kS 2fld
harmonizing private properties
CHA's team prepared construction documents(plans and specifications)for the development of new typical due to the grade differential
section and roadway reconstruction plans along 11th Street from west of Jefferson Avenue to east of Euclid created by elevating the right-
Avenue; a new 54-inch force main;a new 30-inch sanitary gravity sewer; upgrades to existing Pump Station of-way.
No.1;a new drainage system(36-inch);water main upgrades(12-inch and 20-inch�;a new decorative lighting
system;replacement of existing span wire to mast-arm signalized intersections at Meridian Avenue and Euclid DeSlgfl efld pefrtllttlfl9 Of
Avenue; bicycle lanes; landscape and irrigation upgrades;and updating signing and pavement markings.CHA stormwater pump stations and
was also responsible for the office administration construction progress activities related to the construction water quality treatment
of this Right-of-Way improvement project. SySteI11S.
Extensive utility coordination was performed. This project includes harmonization design treatments to Nlater mains and sanitary
properties due to grade differential between the proposed and existing grades. sewe�deSlgn,inCludillg
gravity and pressurized
-� -,�,,,,,�,,,,,,,� �� �. mains.Experience must
� � �s �`.�*: " include the urban design of a
� "1 ��� ' ��,;-, �== ��� ,� � 30-inch or larger water main
� 'A ,� � *� -�� �� � and a 30-inch force main or
• .
--.,� � �" .-
� '� ~ r
..
�.
, �, �� . _ ��`� = larger.
•� , �,. ,,
'" �� �' ; �
,.
�► jn�„ t �'.` t�. �•���,� ,�,,,*:.
.- ` . : +� '�' '` >r a�`" � Stormwater hydraulic modeling
�'� � "
J` :.3 ; tl � .- . _�" . � � utilizing ICPR4 software.
»�r �, '�' ,
� : y,,� , -s ._�' § ,-� .' �� �� �`..�
y � a '� �` � � �`,� `�` Design roadway(s)to include
�� � �,
�'`'�� •� ,;- ' , '�' '� .
. � _ �Y��^�.. �., ���• ;:; e -� sections with bicycle lanes.
... . � �...�� �� � i �~`�!�s"�� � � _. .. .
�� �`� l�'
_ .�, #zi' .
� `� F�� �. ��'��s PROJECT L;`._ 0.5 miles
�4 ����}�.Y��� � '��`�;`e� c :,.g;,�, �;� -�
�wa'�'4w+v�.�.. � ,.t�»�Y : �.0.;.. �� ���� � '� ��;, ,
,� , � '+e�.,. CIESIGN CO. $450,000
�,: � r. �, , fi,. �
k �
•����y* " '� c,��Ggk.^ ' K�
_.E
��'�` . :,r. �.'�`'�°r � ��� C?�NS7RUC' , $6,700,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(Ciry and State) (3)ROLE
CHA Consulting,Inc. Dorat,FL Management,Roadway,Drainage,Water 8 Sewer,
Lighting and Signals.
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
• - • � � � � . . .. .. . . . • . - �
�:
, ��
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
— PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
GMX Project No. 83611-001.102/FDOT FM 423126-1 (Miami, FL) 2020 On-going
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
GMX&FDOT District 6 Gil Portela,PE(GMX)&Lola Benitez,PE(FDOT) (786)376-1045&(305)470-5471
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Inc/ude scope,size,and cost)
�:. . � . �
The I-395/SR 836/I-95 Project is a partnership between the Florida Department of Transportation (FDOT)and
the Greater Miami Expressway Agency(GMX),with construction limits on SR 836 beginning at NW 17 Avenue °""�'""� ��"" 'A'�'""'"""'� " �"'��"'���"
and continuing through the SR 836/I-395/I-95(Midtown)Interchange to the MacArthur Causeway Bridge.The �i Ufban road deSign with
limits on I-95 are from NW 8 Street to NW 29 Street.The project includes reconstructing I-395, including an experience in elevating roads and
iconic bridge over Biscayne Boulevard that will allow for the connection of Overtown, Downtown Miami, Sidewalks and harmonizing
Omni,and Edgewater to each other by a contiguous trail that includes community activity areas. pfiv8te p�Ope�ties dUe t0 the
The bridge is destined to become an icon and the largest precast concrete segmental arch bridge in North 9rade differential created by
America. The signature bridge will span 1,025 feet and its largest arch will soar 325 feet above the ground and elevating the rlght-of-w2y.
span 650 feet across.The bridge's sustainable design contributes to unlocking 33 acres beneath I-395,allowing Ufban StofmWatef design that
for the creation of a contiguous recreational treil. includes trunk lines of 60 inches
Safety will be enhanced for commuters by reducing weaving movements associated with drivers entering and in diameter or larger.
exiting SR 836 and I-95 at the Midtown Interchange. Safety will also be enhanced for pedestrians under the
new I-395 bridges with creation of a contiguous trail from NW 3 Avenue to Biscayne Boulevard, enhanced Design and permitting of
crosswalks and new bike lanes.This trail reflects Miami's desire to reconnect the Overtown community,which stormwater pump stations and
was divided some 60 years ago by the interstate's construction.Additional sustainability features will foster a water quality treatment
safer environment for pedestrians, cyclists and vehicular traffic. Mobility will be enhanced for residents, systems.
commuters and tourists by increasing capacity on SR 836, I-95 and I-395. SR 836 will be double-decked to
allow for a direct connection between SR 836 and I-395. Mobility in Overtown will also be improved with the WBtef 11181nS 8fld SBfllt2ly
connection of NW 2 Avenue under 1395 and improvements to arterial roads. Sewef d2Slgn,including gravity
The scope of work also included the design of surface street roadways, which involved realignments and and pressurized mains.
widening of the grid system streets and ramp approaches. Other improvements included parking lot designs, Experience must inciude the
pedestrian enhancements, harmonization due to grade differential triggered by elevating roadways and urban design of a 30-inch or
sidewalks,ADA improvements,new bicycle facilities,as well as water and sanitary betterment and relocations, larger water main and a 30-inch
including water main,sanitary sewer,and sanitary force main relocations of up to 36 inches in diameter. fOfCe melfl Of 18�98f.
�,---, Stormwater hydraulic modeling
. .
� �_;:. '� utilizing ICPR4 software.
� ��� Design roadway(s)to include
,�:; � . sections with bicvcle lanes.
a ,'' � ^
• - !�i � �� �
. I ' � PROJFCi LFNG'��5 miles
�' ' �.. . *.. 1 � .t_ 4 S�v
..� � ...� . � .�.,_
-�a`�''— �-. :-. _�--,s---- �.-.- _w� .�_ � M -- ---4 .. oE51GN COST$36,000,000(combined)
r �r
'....�1� iw�Z � � � i°�... !,�'i :a. �M! �� °�M -�.
. _ .:.�I �+� � ; �{f �"�`t`Ai► 'Rryr! 'r'�' r �°;� � �8�2,���,���
' Y. . .. � �:�.Y.o� di x �...p"� .....:::........ '
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and S'o[e/ (3)ROLE
Ribbeck Engineering,Inc. Miami,FL GMX Owner's Rep,Plans Reviewers.
(1)FIRM NAME (2)FIRM LOCATION(Ciry and S[a[e/ (3)ROLE
' HDR Miami,FL Roadway,Drainage,Structures.
(1)RRM NAME (2)FIRM IOCATION(CityandState) �3)ROLE
Metric Engineering,Inc. Miami,FL Roadway and Signal Designers
�:'- (1)FIRM NAME (2)FIRM LOCATION(City and 5[a[e� (3)ROLE
Y: CHA Miami,FL Construction Engineering Inspedions
STANDARD FORM 330 (REV. 7/2021)
• • � � � � .. . . . . � . • �
• � e��
� , w • v - .
���_�
t , . �
21.TITLE AND LOCATION(Ciry and State) 22.YEAR COMPLETED
�-`=�V2�f.E,�����i't�S�t`C'� — PROFESSIONALSERVICES CONSIRUCiION(IfopplitableJ
FM 429193-1(Miami Beach, FL) 2024 N/A
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
FDOT District 6 Kevin Lopez,PE (305)640-7130
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) I I I lil i i
. • � � ��
The SR 907/Alton Road Corridor is a major hurricane evacuation route connecting two major Interstate � • , �
.��;. f�� as�,,.„�. � ,i
Highways, to the south I-395/MacArthur Causeway and to the north I-195/lulia Tuttle Causeway which
connect Miami Beach barrier island with the mainland.The corridor lies within low-lying topography and its U�ban f08d deslgn wlth
existing drainage infrastructure consists mainly of gravity storm sewer systems which are found to be experienCe in elev8ting roads
undersized and obsolete to provide an adequate flood protection level of service to this important facility. and sidewalks and harmonizing
The corridor is subject to recurrent flooding especially during King Tide Season and as a result FDOT D6 has private properties due to the
grade differential created by
prioritize this corridor to implement the required improvements to make the facility resilient to SLR elevating the right-of-way.
challenges. The FDOT has already improved the Corridor from Sth Street to Michigan Avenue by
reconstructing the pavement and upgrading the previous gravity storm sewer systems with three (3) major =, U�b2n Stormwater design th8t
stormwater pump station systems located at 6th Street,lOth Street and 14th Street.The referenced project is inClUdes tfunk lines of 60 InChes
a continuous effort from FDOT D6 to make the corridor from Michigan Avenue to 43'd Street Sea Level Rise in diameter or larger.
resilient. FDOT contracted Ribbeck Engineering to provide engineering services as the Drainage Engineer of
Record for this project. � Design and permitting of
stormwater pump stations and
Ribbeck Engineering performed the Drainage components for the reconstruction of 1.8 miles of roadway Wate�quality tfeatment
along SR 907/Alton Road,including 60"drainage main trunk systems,seawall improvements and the design of
systems.
2 pump stations, each one with 25,000 GPM capacity with bi fueled (gas and diesel, accommodating bike ; �/�later mains and sanitary
lanes on the western portion of the project) emergency generators in Miami eeach.The scope also includes SeWer design,inCluding gfaVity
replacement of a 30"sanitary force main, new bicycle facilities along the western side of the project limits,as and pressurized mains.
well as extensive public involvement efforts and harmonization. Experience mUSt InClUde the
urban design of a 30-inch or
larger water main and a 30-inch
force main or larger.
.�►+.�+w�e�.►° "' . �.- • � -•R' ,���� �:. `" Stormwater h draulic modeling
�,�. .��f�� � ; �a _ _' � �a�� .� utilizing ICPR4 software.
�
.��: J�`,e�� � � ,�' '� - ,_.. , �"''�Z.-.�',;,� .�
J, � ` • �
�''.' ,- ° ' r . � � �� ^�'k'�`<4�, ,q .,,r'� ���i Design roadway(s)to include
�� '� � �-� "� ' � '`{`• " ' .,;; , ��'i# ,e � �; _ sections with bicycle lanes.
'� �'� y<; ;;��,� ,.��.. '���` � a �� .�� �.,�.��, .
, ..
�4� �f_ ;'°-� _.�., '� �� �r
, �
.__ ' p,� • _y rtr�; ,�" ,,. �,
.
: ` �,'.`,��+. ' , - �
� � �, ���l� �; �r ��'„ ,� {'.'��.��;."' •►
- �''� �
�,� e.y.,y � � �+� ��`:: �. y. - '�?�r' d r PRUJE�"7 �E�VG�i° 1.8 miles
� � �, .-.a�_4n i� k�� a.� f.� � ...
. � ♦ n'. � i J . .<'...,, '
`� "" " ESIGN COST 7 00
- , _ � $3 0,0
�`� y ,.r '��� �yI �` � ' ~ �?NS7RUCT' $70,500,000
."L1i �'� �I�� �t �
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)PIRM NAME (2)FIRM LOCATION(City and State) �3)ROLE
Ribbeck Engineering,Inc. Miami,FL Dreinage EOR and Permitting
(1)FIRM NAME (2)FIRM LOCATION(Ciryand State) (3)ROLE
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
• � � � � � • • •� •�• � � ' • • �.
21.TITLE AND LOCATION(City and Sfate) 22.YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(l/applicableJ
(Miami-Dade County, FL) On-going N/A
a.PROIECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
FDOT District 6 Ivette funtanellas,PE (305)470 5270
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) �
. . • �
State Route 907 (Alton Road) is a four-lane divided highway that runs north—south along Miami Beach's
Biscayne Bay coastline.The asphalt pavement on the 2.8-mile stretch from 43rd Street to east of Allison Road is ,;�,�;��:�; `' ` °
exhibiting substantial deterioration, in large part because the current roadway drainage system was designed
when the sea levels in Biscayne Bay were lower than those prevailing today; water is therefore not draining Urban foad deSign With
efficiently from the site. Our team is leading the design, through construction completion, for a Florida experience in elevating roads
Department of Transportation (FDOT) project that will reconstruct the roadway and, for the first time in and sidewalks and harmonizing
Florida,install an entirely new roadway drainage system specifically designed to address rising sea levels. prlV2te pfopeftieS dUe to the
grade differential created by
The design(to be completed in December 2024)for this critical new drainage system is exclusively pump based elevating the right-of-way.
with no gravity drainage elements.The roadway design plans will reconstruct the asphalt pavement across all
four travel lanes,widen the existing parking lanes along most of the project to eight feet,and stripe for active - Urban stormwater design that
transportation along the full project length. Our team is designing all necessary improvements to sidewalks, includes trunk lines of 60 inches
curb ramps, and pedestrian signals to comply with current ADA requirements, and various upgrades to the in diameter or larger.
roadway lighting and traffic signals along the project to meet FDOT's new design standards. Landscaping and
irrigation plans for the roadway median will also be provided. DeSign 8nd pefmitting of
stormwater pump stations and
Alton Road is a main thoroughfare for commuters from North Beach, particularly for access to Highway AlA Water quality treatment
and Mount Sinai hospital. A detailed construction phasing and maintenance-of-traffic plan for this project is SystemS.
being designed in close coordination with the designers of other Miami Beach construction projects, regional
and local event organizers,Mount Sinai hospital,and first responders.The plan will include the phased closure
of traffic lanes and sidewalks and an approved. ' StOfmw2ter hydf2uliC mOdeling
utilizing ICPR4 software.
Ribbeck Engineering was responsible for the drainage improvements along SR 907/Alton Road. The project
design scope includes 3.5-miles of corridor roadway reconstruction and raising the roadway profile an average
of 1.0 to 1.5-feet, new major storm sewer trunk-line construction ranging in diameter from 60 to 96-inches,
and incidental roadway drainage. Scope also included an addition of 3 pump station systems; each one with
25,000 GPM capacity. FPID 430444-1 includes 1 pump station with 100,000 GPM capacity. FPID 430444-2 R R�
includes 1 pump station with 50,000 GPM capacity and FPID 430444-3 includes 1 pump station with 50,000
GPM capacity all with bi-fueled (gas& diesel) emergency generators. The project design scope includes new
pavement marking and signing, new signalization, new lighting, temporary critical sheet-pile construction, a"'� `""�Y'n
seawall replacement, new water and sanitary sewer, including gravity and pressurized mains, and new ., 9"` �����T�!`d.•
landscape. -�� �f
�C s r
�..,, _.,4._._..+ �+i __ �4 � � �'-�,�� �._.,�
r � _ . -. �.
,t •
� � ' ,,
..
� h� ,:
� '
�� ,, � . . . , �Y...:...�.: ��
_ _ }.
� . � : ,,� �-��� _ _ . � - -
� � � . • . �. � # _�,
= , ,,..„
� � ,��;, . .. .
.
;�aiC:�`� «�,.y � �,�,`�
. r
'ia . �
.,
' ��' ��'��; µ w�"��� "` •� PROJECT LENGTH 2.6 miles
_ �
X ��� ,V,=
� i��� '.. � � ' + ,•y «,,..e :x .. Y'�� � � t, �*I'� � l';;
r ,�¢ 'r1,�, -i, ' ' i'}+� � � ' f�51GN COST$1,450,000
�,�"`+�' ,---.� r _ � t � �
� *�"'�� .. ' ` '` .,lj' � 's`= �i'1.�/i!��; ;`,c �,,-,n; . .;�' $236,070,000
. �`S�iti..r 1..�..�.iR• . ':.s�.�+�''� .;u� �i►� '-i,r.r ., -7`,t
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1�RRM NAME (2)FIRM LOCATION�Cityand5[ate) (3)ROLE
Ribbeck Engineering,Inc. Miami,FL Drainage and Signalization EOR,and Permitting
��.��iRm NnmE (z1 FiRnn�ocnTioN�cryondsmre) (s)Ro�E
�1)FIRM NAME (2)RRM LOCATION(Ciryand5ta[e/ (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
• • � � � . . .. .. . . . �
-7" .i;�,. �i.r.
21.TITLE AND I OCATION(Ciry and S(ateJ 22.YEAR COMPLETED
- PROFESSIONAL SERVICES CONSTRUCTION(1(applicable)
Miami Beach, FL 2017 2017
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Miami Beach Bruce A.Mory,PE (305)673-7080
26. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Indude scope,size,and cost) ,�,� y+�p Vi �il�'i 1 i�
The 54-inch PCCP force main installation for the City of Miami Beach serves as the marquee project in our
roster,exhibiting our team's commitment to ensuring that all our client's concerns are met.A proposed 54- ` • °' '
inch redundant force main was implemented along Euclid Avenue.The force main was a crucial component � _
of the City of Miami Beach to improve the quality of service in this tourist area.The project covered three Water mains and sanitary
different phases: Sewe�design,including gravity
• Phase I included the installation of approximately 191 feet of 54-inch PCCP force main via open-cut and pressurized mains.
installation. Experience must include the
urban design of a 30-inch or
• Phase II included the installation of a 30-inch ductile iron force main at the llth Street and largef wate�maln and a 30-inch
Meridian Court intersection. As part of the scope of work, this section included the design and force m2in or larger
construction of 405 feet of different-sized force mains.The installation of this section of the project
was implemented with the open-cut method.
• Phase III included the connection of the first and second phases. The scope of services for this
project consisted of the design and construction of 4,450 feet of 54-inch HDPE force main installed
via HDD.A connection to pump station#31 was also included in this phase.
The project was vastly complex,requiring additional coordination to facilitate a clear path for the directional
drilling along Euclid Avenue.The project required constant communication with the contractor,as the team
worked around the clock to deliver the project within the tight schedule. The projecYs expedited design
schedule was met with no significant setbacks.
w
i ,' ��
, �iq� y ".
` �� ' .. �.y��w'^ �:"����rM�~�
!� � ��"'���
t� t� � � ��y�fj. t�.
���(}�".�"' � r '"
��� � :1!' . �p, ��«�
'� ., �
:
•_ � �
�' � `.��.
,,, s,.f r � ��lr � �. � � .,, L K.:` �' v
s r „_« �t � , ��'''� �'��^�.
- . , -
� J� �A �~� � r ' - . �s � PR E TL
.
t .>
.. _-
��; _ _. ... <����.�,h � s 4 " � ; . OJ C 1 mile
a . �
� � � ` �.
�t. � _ .. . .>t""1 t"�
w. . � .
r' �'' ' �' ""� . �. • , `<� DESIGN COt $469,000
_
_.
� ..
� , .
� . ,-,�
.r.. .. . .�
ya �,. . .. , �y'i�- -'. -�3N4TRt�f $2,500,000
f��:.. _. ... . . .. Y . , � �. -� ��,• ��. .., _. -. .- �� �i
25. FIRMS FROM SECTION C INVO�VED WITH THIS PROJECT
��; (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
CHA Consulting,Inc. Doral,FL Management,Water and Sewer.
(1)FIRM NAME (2)FIRM LOCATION(Cityand State) (3)ROLE
, (1)FIRM NAME (2)FIRM LOCATION(Ciry and State) (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
• • � � � � . . .. .. . . . �.
. ,.: � _ . .. �;
� _. , ..�.. ., .- .,, �a
�, _ g .
}, k
`.x.. ' . ', ..
� 9ky. .r x.,..... . . .
. . . . . + ��� * ,.'.
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED k
�oc ' :�n(JrOV2tnBrit PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicable)
-Miami, FL Est.2025 Est.2026
• ~ .s .
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Fort Lauderdale Rares Petrica, PE (954)628-6720
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Inc/ude scope,size,and cost) �'�1�� I �, II'�����N�I�'ll, �
Y� u a. a
The City covers approximately 23,000 acres of highly urbanized neighborhoods,and much of its coastal land
� • •
area lies within the floodplain. The City is composed of several individual watershed areas ranging in size
from 2,000 to 11,000 acres characterized by low-lying topography and intersected by numerous canals and
rivers.This combination,including low-lying topography, limited available soil storege,aging and undersized - Ufban road design with
stormwater infrastructure, high tidal surges, and seasonal high-intensity storm events, makes the City experience in elevating roads
susceptible to severe flooding. and sidewalks and harmonizing
private properties due to the
The project scope includes a list of services that may be required on an as-needed basis as requested by the grade differential created by
City,which are authorized by individual task orders for individual projects,and which include the following: elevating the right-of-way.
Dorsey-Riverbend Neighborhood Stormwater Improvements (O8/17-2023; $1.1M): HDR designed
neighborhood stormwater improvements for the 200-acre Dorsey-Riverbend neighborhood. Surface " Urban stormwater design that
improvements included grassed swales and other pervious surfaces,as well as infrastructure improvements, inCludes tfunk Ilnes of 60 inChes
including upsizing of existing drainage infrastructure and new large diameter(66-inches maximum)drainage in diameter or larger.
pipes,approximately 1,000 LF of exfiltration trenches,water quality structures,a 10,800 GPM pump station,
and a force main system to discharge stormwater runoff to the outfall. HDR provided data collection, Design and permitting of
hydrologic/hydraulic modeling with ICPR4, final design, permitting assistance, and bid phase services. stormwater pump stations and
Construction phase services are anticipated in 2024. w2tef qu811ty tfeatment
systems.
Progresso Village Neighborhood Stormwater Improvements (08/17-2024; $1.1M): HDR designed
neighborhood stormwater improvements for the 300-acre Progresso Village neighborhood. Surface Stormwater hydraulic modeling
improvements included grassed swales and other pervious surfaces,as well as infrastructure improvements, utillzing ICPR4 softWare.
including upsizing of existing drainage infrastructure and new large diameter(72-inches or more) dreinage
pipes,approximately 1,200 LF of exfiltration trenches,water quality structures,a 16,200 GPM pump station,
�°��°;,.,
and a force main system to discharge stormwater runoff to the downstream gravity system. HDR provided �� , , �
data collection,hydrologic/hydraulic modeling with ICPR4,final design, and permitting assistance. Bid phase r
services are anticipated in 2024,and construction services are anticipated in 2025.
_ r'
Melrose Manors Neighborhood Stormwater Improvements(2023-Estimated 2025; $4.3M): HDR is designing :"" � ��'
neighborhood stormwater improvements for the 640-acre Melrose Manors neighborhood. The ; y"'�
neighborhood has no stormwater infrastructure and has no positive outfall to a receroing water body. �� ���
Surface improvements anticipated as part of this project include grassed swales and other pervious surfaces, �. �f
as well as infrastructure improvements, which include large diameter(84-inchesMaximum) drainage pipes, �'""�`- ~�
exfiltration trenches,water quality structures,two 15,850 GPM pump stations,and a force main system(36"- t _ _.�
48") to discharge stormwater runoff to the outfall. HDR is providing data collection, hydrologic/hydraulic �—�---�....
modeling with KPR4,final design,permitting assistance,bid phase services,and construction services. e .
�
PROJEC� �E�V�TN S-miles
DESIGN CQST$6,500,000
!'tJ�tiSr� ` ` $200,000,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
�"��� (t)FIRM NAME (2)FIRM LOOATION(City and Sta[e) (3)ROLE
HDR En ineerin ,Inc. Tam a, FL Subconsultant
�t,a (t)FIRM NAME (2)FIRM LOCATION(Cityand State) (3)ROLE
�
STANDARD FORM 330 (REV. 7/2021)
. • � � � � . . .. .. . . . • . - �
. __ - _ . . - .
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicable)
-Broward County, FL Estimated 2032 2032
a.PROIECT OWNER b.POINT Of CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
FDOT District 4 Vanita Saini,PE (954)777-4468
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Inc/ude scope,size,and cost) �� I
s s �
TThe SW lOth Street Connector Project will provide two roadways along SW lOth Street in Deerfield Beach,
Florida.One roadway,the SW lOth Street connector lanes,will improve regional connectivity by connecting � �
the Sawgrass Expressway with I-95 with a high-speed limited access highway. The other roadway, local SW
lOth Street,wiil become a "Complete Street"with connectivity to all existing local properties and the local Urban road design with
roadway, and it will enhance pedestrian accessibility, incorporate a shared use path along SW lOth St, and experienCe in elevating foads
provide bicycle lane improvements along Powerline Road and Military Trail. The two roadways will work and sidewalks and harmonizing
together to alleviate traffic congestion in the area, improve operations and safety,and improve emergency private properties due to the
evacuation operations.This project also includes improvements for I-95 at the SW lOth Street and Hillsboro grade differential created by
Boulevard interchanges,and completion of 95 Express within the project limits. elev2ting the�ight-Of-w2y.
HDR led the development of design phase concept plans and multi-disciplinary corridor design to allow the ':i Urb811 StOffTlWBtef deSign th8t
two PD&E studies(one for SW lOth Street and one for the I-95 interchange)to move towards construction includes trunk lines of 60 inches
implementation. The post-PD&E preferred alternative activities included master planning, traffic in diameter or larger.
reevaluation, environmental, permitting, utility coordination, cost estimating, project scheduling,
constructability assessment for segmentation, and determination of the appropriate delivery method. HDR Watef m2ins and Sanitary
was also responsible for development of RFP packages to allow FDOT to procure construction contracts for Sewer design,inCluding gf8vity
implementation of the full improvements. HDR led the development of the Phased Design Build RFQ,for use and pfessUfiZed mainS.
by FDOT to procure the Phased Design Build (PDB) Firm on this $1.3B, 7+ year program. During the PDB Experience must include the
planning and design phases, HDR will lead the review of the phase submittals for consistency with the RFQ urban design of 2 30-inCh Of
and overall program goals. HDR's ITS team is responsible for the Transportation Technology Arena of the Iafger Water main and a 30-inCh
overall program. Major transportation technology elements include a $36M+ standalone TSM&0 project fofCe maln or lafger
deploying technologies on 26 miles of surrounding arterials consisting of cutting-edge Smart Work Zone,
ATMS,connected vehicle,ATCS, integration, operations and maintenance,and staff treining. HDR continues Stormwater hydraulic modeling
to carry out community outreach which consisted of hosting public meetings, an aesthetic charrette, utilizing ICPR4 software.
stakeholder collaborations, construction industry forums, and development of a corridor use educational
campaign.
� Design roadway(s)to include
HDR is tasked with performing significant stormwater system improvements that impact three canal basins. SeCtI0f1S wlth blCyCl@ 12f1@S.
As part of the project, the team has coordinated with over 20 different utility owners involved in utility
adjustments,relocations,reconstruction,and removal.Broward County Water&Wastewater Service existing
42-inch/48-inch raw water main paralleling SW lOth Street on the south side will be relocated along the
north side of SW lOth Street between Military Trail to SW 12th Avenue. The City of Deerfield Beach owns
other utilities that require relocation including water and sewer, as well. Additionally, coordination is
required with the South Florida Regional Transportation Authority (SFRTA) for the utility crossings at the
South Florida Rail Corridor(SFRC)crossing on SW lOth St.
��`�;�-•. +'�. - ,� �.�.;,��,���� �,.,�����J,. : ,-,--•�.�
� ��,�
� .s . � - .. .... __ . .Y �'t"'—, .
_ a a a �- ' �-- -
�!a _� �0.t `- , �� ���,��1- • I �� _ �� PROJECT LENGTH 7 miles
' a a };�r `"'` ,"" ,��° �I ��t� DESIGN COST$35,000,000
- -.
,-� .. � �„���
^ •'�=� i� . ,� 1 �
- .�. , =+ :, ti ` `����� � Y � �`,I'�T ,< <L�'. .u
' � � � f� $1,300,000,000
� � -°�" rr �► ,r
�. � • � � ,
��' � �-'�F`� Y � �� � -����
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(Ciry and Srafe) (3)ROLE
HDR Engineering,Inc. Doral, FL Prime
STANDARD FORM 330 (REV. 7/2021)
• � � � � / • � �• •�• � • ' • • 1:
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(I/applicable)
-Monroe County, FL Ongoing N/A
a.PROIECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
Monroe County Debra London,CPPB, FCCM, MBA (305)852-7173
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Inc/ude scope,size,and cost) �
4. . . . .
The project area includes approximately 9,000 linear feet of pavement of design for construction and any
required permitting for elevating specified roadways and associated harmonization with private property, � �
resurfacing/reconstruction,and drainage system improvements in the Stillwright Point Community.
Urban road design with
The project includes the design for construction and any required permitting of a gravity stormwater expeflenCe In eleVating f0ads
management and pretreated pressurized closed system. Meetings and coordination with environmental and sidewalks and harmonizing
regulatory agencies such as Florida Department of Environmental Protection (FDEP), South Florida Water private properties due to the
Management District(SFWMD),U.S.Army Corps of Engineers(USACE),and the Florida Keys National Marine grade differential created by
Sanctuary(FKNMS)during design phase will be conducted. elev8ting the fight-Of-wBy.
Deliverables include the preparation of Construction Contract plans with Specifications. The HDR scope of
work consists of roadway geometric design, signing& pavement marking, utility coordination, maintenance Design and permitting of
of traffic(MOT�,and miscellaneous str�ctural design. Stormwater pump stations and
water quality treatment
The roadway improvements consist of raising the roadway to target edge of pavement elevation requiring SyStems.
design of the vertical profile and establishing the appropriate roadway typical sections that enables
accessibility, is resilient against area flooding, and also meets applicable roadway design criteria and Stormwater hydrauliC modeling
standards.Design also included the provision of driveway/turnout restoration and harmonization details.The utilizing ICPR4 SOftwBre.
design of the vertical profile and determination of the roadway low points was established for the location
for the location of the proposed drainage system and proactive utility coordination was conducted to .
establish corresponding relocation,adjustments,and application of utility conflict structures. � �R;�.'��
"�.'�tr_, i a
The MOT is constrained by right-of-way, two-lane streets, and dead-end streets, nonetheless, the team �+« -. a�i`�, t'-
designed a safe and effective Traffic Control Plan to move vehicular and pedestrian traffic during all phases of .�c: .1
construction. ` '�'
�M
The HDR team is also tasked with helping to communicate to all interested persons,groups,and government � �
organizations information regarding the development of the project. The team will prepare the necessary
materials for use in public meetings and assist with the set-up and takedown of future public outreach
meetings.The support team will attend all meetings and document the minutes/comments. It is estimated
for this project there will be three public meetings during the design. �� ,
`�� �
..__ __.._._. .��
�-�.,; '"'*,�.�""�„�"���
�ai+�..
,.�,�`r�lr.
, .�`
.li' M� �RUJECT i.ENc,��€ 1J5 miles
''s .. '+4 �
?ESIGN COST $550,000
��': .�,� °-
� '` �
''J• ��-' +�NSTRUCT!nn1="`'�' $30,000,000
�T�.l .�, ,^ .
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)RRM LOCATION(City and State) (3)ROLE
HDR En ineerin ,Inc. Tam a, FL Subconsultant
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
STANDARD FORM 330 (REV. 7/2021)
� � � � � � � • •• •�• • • ' • - �•
28.EXAMPLE PROJECTS LISTED IN SECTION F
(Fill in"Example Projects Key"section below before
26.NAMES OF KEY PERSONNEL 27. ROLE IN THIS CONTRACT completing table.Piace"X"under project key number for
(From Section E,Block 12) (From Section E,Block 13) participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Carlos Ribbeck, PE Project Manager X X X X
Senior Drainage Engineerl Constructability X X X X
Francis Mitchell, PE,MS,CGC Reviewer
Hans Ribbeck, PE,MSEM,IMSA I Senior Roadway Engineer X X X X
Maher Maaliki,PE Deputy Project Manager/Senior Roadway Engineer X X X X
Johanna Ribbeck,PE Senior Roadway Engineer X X X
Josef Ezra Ricardo,PE Senior Roadway Engineer X X
Georgio Tachiev,PhD, PE Senior Drainage Engineer X
Javier Veliz,EI Drainage Engineer X X X X
Luciana Casalino,EI Roadway Engineer X
Doribel Ortiz, EI Roadway Engineer X
Elmer Rodriguez Roadway Engineer X X X
Luis Rodriguez Project Engineer X X X
Horacio Lopez Senior Designer
Victor Linares Senior Designer X
Martin Arteaga GIS Specialist X X X
Project Engineer-Water/Sewer and Stormwaterl X X X
Arnelio Alfonso,PE Draina e
Julian Gomez,PE Project Engineer-Water/Sewer X X X
Ivonne Planas,PE Project Engineer-Water/Sewer X X X
Douglas Hammann,PE Project Engineer-Water/Sewer X X X
Alejandro Leon,PE Roadway Engineer X X X
Eithel Sierra,PE Roadway Engineer X X X
Mark Cissell,PE Roadway Engineer
Elio Espino,PhD,PE Traffic/Pedestrian Engineer X X
� f p �
No. TITLE OF EXAMPLE PROJECT(FROM SECTION F) No. TITLE OF EXAMPLE PROJECT iFROM SECTION F)
� SR A1A/lndian Creek Drive from 25 Street to 41 Street Recon. s SR 907(Alton)Reconstruction 43 Street to E.of Allison Road
2 City of Miami Beach Sea Level Rise Mitigation Projects � Installation of a 54-inch HDPEIPCCP Force Main Along Euclid
Avenue
s Design-Build Services for 11th Street Roadway Reconstruction a Ft.Lauderdale Neighborhood Improvements
4 SR 83611-395/1-95 Interchange Improvements 9 SW 10th Street Connector Corridor
5 SR 9071AIton Road from Michigan Avenue to 43rd Street �o Stillwright Point Rd.Flood Mitigation Improvements
. • -� .- i �
� • � � � � . • •. .. . . . ' . • 1
�4:.•. . Mi� �, �
�
28.EXAMPLE PROJECTS LISTED IN SECTION F
(Fill in"Example Projects Key"section below before
26. NAMES OF KEY PERSONNEL 27. ROLE IN THIS CONTRACT completing table.Place"X"under project key number for
(From Section E,Block 12) (From Section E,Block 13) participation in same or similar role.)
1 2 3 4 , 5 6 7 8 9 10
Sonia Shreffler-Bogart,PE, PTOE Traffc/Pedestrian Engineer
Eric Lindstrom,PE,PMP,IMSA II Traffc/Pedestrian Engineer
HectorVargas,PE Traffc/Pedestrian Engineer X X X
An ela Bardn-Ruiz,PE,ENV SP Project Engineer-StormwaterlDrainage and X X X
9 Climate Chan e/Resilienc
Ste hanie Bortz,EI Project Engineer-StormwaterlDrainage and X X
P EnvironmentallPermittin
Lissette Guon,EI Project Engineer-Utility Coordination X X X
Eduardo Martinez,PE Street Lighting/Electrical Engineer X X X
David Sigler,EI Street LightinglElectrical Engineer X X X
Ricardo Batista,EI Street Lighting/Electrical Engineer X X
Levi Boyle,PE CEI Specialist X
Juan Riobo Garcia,PE CEI Specialist
Darlene Coitino CEI Specialist
Edmundo Rodriguez, PE Electrical Engineer
Diocles Torralbas,PE Electrical Engineer
Arian Figueiras Lightingl Electrical Designer
Alex Vazquez,PE,CFM Drainage Engineer X X X
Daniel Suarez, PE Drainage Engineer X X X X X
Javier Manso, PE Senior Roadway Engineer/MOT X X X X X
Emilio Corrales,PE Senior Roadway Engineer X X X X X
Hugo Gutierrez,PE Senior Roadway Engineer X X X X X
Kevin Might,RLA Landscape Architecture X X X X X
Ken Huntington Environmental Permitting X X X X
Sharon Wright,LEED AP BD+C, ENV SP Resilience Practice Leadl Grant Support X X X
�. -. . . � -.
No. TITLE OF EXAMPLE PROJECT(FROM SECTION F) No. TITLE OF EXAMPLE PROJECT(FROM SECTION F)
� SR A1A/lndian Creek Drive from 25 Street to 41 Street Recon. s SR 907(Alton)Reconstruction 43 Street to E.of Allison Road
2 City of Miami Beach Sea Level Rise Mitigation Projects � Installation of a 54-inch HDPEIPCCP Force Main Along Euclid
Avenue
3 Design-Build Services for 11th Street Roadway Reconstruction 8 Ft.Lauderdale Neighborhood Improvements
a SR 83611-39511-95 Interchange Improvements s SW 10th Street Connector Corridor
5 SR 9071AIton Road from Michigan Avenue to 43rd Street �o Stillwright Point Rd.Flood Mitigation Improvements
. • -� .- � �
• • � � � � . . .. .. . . . • . -
� � ,. -_�. �,_.... � ,.
., , �
28.EXAMPLE PROJECTS LISTED IN SECTION F
26.NAMES OF KEY PERSONNEL 27. ROLE IN THIS CONTRACT (Fill in"Example Projects Key"section below before
(From Section E,Block 12) (From Section E,Block 13) completing table.Place"X"under project key number for
participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Melisa Henriquez Valencia Resilience X X X
James Reddrick Architecture
Samantha La Hee,PE Water and Sewer X X
James Krzeminski,PE, PTOE Urban Planner Lead X X
Mag Hanna,PLA,AICP,LEED AP-ND Urban Planner X X
Mark Suarez,PE Urban Planner X X
Crystal Odoh,PE Urban Planner X X
Josiah Berg, PE Structures X X X
Nicolas Hoyos,PE Utility Coordination X X X
Dennis Rodriguez,PE Structures Lead X X X
Heather M Leslie Senior Community Outreach Specialist X
Lynn W.Bernstein Senior Community Outreach Specialist X
Aurora Gonzalez Outreach Support Specialist
Hernando Ramos,PE Principal Geotechnical Engineer X X
David Ramos, PE Geotechnical Engineer X X
Chatuphat Savigamin,PhD,PE Geotechnical Engineer X
Chollada Soonyakanit,EI Staff Engineer X X
Abraham Oliveira, EI Staff Engineer X X
Juan Valencia Staff Engineer X
Eduardo Suarez,PSM Chief Surveyor
John Adler, III,PSM Senior Surveyor/SUE Specialist
Darryl Hauser,PSM SUE QAQC Manager
Greg Bouie, PSM Project Surveyor
�- __. . ...� .. 9 � • � "�
' No TITLE OF EXAMPLE PROJECT(FROM SECTION F) No. TITLE OF EXAMPLE PROJECT(FROM SECTION F)
� SR A1A/lndian Creek Drive from 25 Street to 41 Street Recon. s SR 907(Alton)Reconstruction 43 Street to E.of Allison Road
2 City of Miami Beach Sea Level Rise Mitigation Projects � Installation of a 54-inch HDPE/PCCP Force Main Along Euclid
Avenue
s Design-Builtl Services for 11th Street Roadway Reconstruction 8 Ft.Lauderdale Neighborhood Improvements
4 SR 836/1-395/I-95 Interchange Improvements 9 SW 10th Street Connector Corridor
5 SR 907/Alton Road from Michigan Avenue to 43rd Street �o Stillwright Point Rd. Flood Mitigation Improvements
� • - � .- � �
. • � � � � . . .. ... . . • . -
t ��� '.� .. A1 .� � - -
�a
28.EXAMPLE PROJECTS LISTED IN SECTION F
(Fill in"Example Projects Key"section below before
26.NAMES OF KEY PERSONNEL 27. ROLE IN THIS CONTRACT completing table.Place"X"under project key number for
(From Section E,Block 12) (From Section E,Block 13) participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Telva Morejon,SIT Senior Survey Technician
Daniel Ferrera Senior Survey Technician
Stefan Escanes,PE, PTOE Traffic Studies/Signalization X
Eduardo Monteagudo Traffic Data Collection/Signalization X
Nicolas Yep,EI Traffic Analysisl FAA Drone License X
Sergio Rios, EI Traffic Analyst/Signalization X
-. . . � -.
No. TITLE OF EXAMPLE PROJECT(FROM SECTION F) No. TITLE OF EXAMPLE PROJECT(FROM SECTION F)
i SR A1A/lndian Creek Drive from 25 Street to 41 Street Recon. s SR 907(Alton)Reconstruction 43 Street to E.of Allison Road
2 City of Miami Beach Sea Level Rise Mitigation Projects � Installation of a 54-inch HDPE/PCCP Force Main Along Euclid
Avenue
3 Design-Buiid Services for 11th Street Roadway Reconstruction 8 Ft. Lauderdale Neighborhood Improvements
4 SR 836/1-395/1-95 Interchange Improvements 9 SW 10th Street Connector Corridor
5 SR 907/Alton Road from Michigan Avenue to 43rd Street �o Stillwright Point Rd.Flood Mitigation Improvements
� • -� .- � �
• • • � � . .. .. . . . • . •
TAB 2.3.2
ADDITIONAL INFORMATION
• SF 330 PART I, SECTfON H �PROPOSER TEAM)
• SF 330 PART II (PROPOSER TEAM)
2-114
30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED.
FIRM OVERVIEW
RIBBECK ENGINEERING, INC.
Established in 2007, Ribbeck Engineering, Inc (REI) is a trusted principal Line of Business:Transportation,
local firm providing exceptional planning, design, permitting, and Stormwater, Management,Civil, Municipal,
construction management services for a variety of government Water Resources, GIS
agencies and municipalities throughout Florida.
YearFounded: 2007
REI, a DBE/SBE/MBE firm, is at the forefront of South Florida's
local infrastructure expansion, from the planning phase to the Form of Organization: S Corporation
completion of construction. Our motto Number&Location of Offices:
is largely made possible by the quality of our staff, driven 1 office.
workplace atmosphere,and innovative techniques. 14335 SW 120th Street Suite 205,
Miami, FL 33186
We take pride in providing our clients with transportation services Number of Employees:20+
focused on context-sensitive solutions that benefit multimodal
users and promote safety and resiliency. Our expertise consist of ' • ' , � • • ' ' • '
highway design including temporary traffic control, complete
streets, drainage and stormwater analysis and design, pump
Mi��r F��:<,:.;��.4�;
station design, watershed studies, hydraulic modeling, coastal Major Roadway
engineering, signalization design, signing and pavement markings, Controiled Access Highway
civil site plan, utility coordination, permitting, GIS/3D CADD
modeling, program management as well as post design services. Traffic Signal Timings
SPM and Channelization
In addition, Ribbeck Engineering has completed a vast spectrum Signalization
of projects ranging from roadway reconstructions to pump �
station designs and sea level rise. We have proven experience not only successfully designing resiliency projects, but
overseeing them during construction and ensuring their success. As such, our recent award-winning project in
sustainability, Indian Creek Drive Flood Mitigation Project, is proof of our commitment towards meeting resiliency goals.
�(� ,
�`�,�, � • • • i • '
':�,w... _ . ....
;�hway Systems - Majar Highway Des�gn
�:- ,f�
� � Highway Systems-Minor Highway Design
a • Highway Systems-SPM and Channetization
� Highway Systems-Signalization
-0 + Water and Sanitary Sewer Systems-Water Distribution and Sanitary Sewage Collection and Transmission Systems
+ + Environmental Engineering-Stormwater Drainage Design Engineering Services
_ �+ General Civil Engineering
STANDARD FORM 330 (REV. 7/2021)
• ' • • � � � � � - �� •�• • • • � -
�e.���
30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED.
The Ribbeck Engineering (REI)Team provides the subject matter experts that will seamlessly integrate as an extension of
the City of Miami Beach staff. Our robust team brings extensive experience not only within local roads but also within
State facilities within the City of Miami Beach, providing innovative design solutions and implementing lessons learned
from previous completed projects while still being viable with regards to the current constraints and funding limitations.
The REI Team was assembled in order to benefit the City by supporting with coordination, expediting submittals and
monitoring the project from begin to end. As done on the Indian Creek Drive Flood Mitigation project among other
similar projects, our team will handle all design coordination with FDOT to expedite their concurrence. We will assist the
City with all efforts for the . In addition, we will stand side-by-side with the
City staff during all presentations, meetings with the public and commissioners, and any internal discussions. Due to
our vast knowledge working with the , we are able to expedite submittals and
minimize comments as we are intimately familiar with each agency's expectation. We have the expertise to support
the City not only with the design, but as done on all our projects, with the bid review and all throughout the post
design period. The City can count on REI being in the field down in the pits with the contractor whenever needed. We
understand and know from experience that during construction, issues arise and that the City will expect us to be on site
immediately to provide solutions and directions avoiding delays.
We foster and sustain a where our team is empowered
to provide innovative solutions for a more equitable and sustainable world. We prioritize a
,offering opportunities for professional development while valuing health and safety.
� �
�...__.:
The proposed key personnel are highly available and are committed to remaining client focused for the
contract's duration.We have teamed with subconsultants that provide resource redundancy in their supporting
�;�` roles and have extensive experience working with the City and all other stakeholders,including FDOT.
' Our is to remain engaged,providing valuable results.
� ° Our office, as well as our subconsultants' supporting main offices, are located within Miami-Dade
� �� County; making our staff immediately accessible to the City. As local firms we are committed to
utilizing our talents to improve our local communities.
Collectively we bring extensive local resiliency services experience, having developed and executed
multiple resiliency projects that included new bicycle facilities, sea level rise mitigation, pump stations,
water and sewer replacements, new drainage networks and modeling with large diameter trunk lines,
public outreach and roadway reconstruction with extensive harmonization for multiple local agencies
such as City of Miami Beach, FDOT, Miami-Dade County, and Greater Miami Expressway Agency. We
have provided a local and resourceful team to cover all RFQ requirements and the technical expertise to
successfully deliver this project.
� With the growing environmental challenges within the City of Miami Beach and Miami-Dade County,
� providing sustainable designs is our top priority. For over a decade, REI has specialized in providing
resiliency and adaptive engineering solutions to the local South Florida region. Our recent award-winning
project in sustainability, Indian Creek Drive Flood Mitigation Project, is proof of our commitment towards
meeting resiliency goals.
STANDARD FORM 330 (REV. 7/2021)
• � • � � � . . .. ... . . • . -
� � � � ,
30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED.
Ribbeck Engineering, Inc. has provided municipalities similar to the City of Miami Beach with professional engineering
services and additional "extension-of-staff"type resources for a variety of public infrastructure projects following this
proven approach. Our strategies for maximizing the effectiveness and efficiency of our projects include:
5..._�
O, REI's cost control method begins with developing a detailed scope of work, fee proposal, and
— x? project-specific work plan to determine project costs. We accomplish this through proactive,
---- • upfront communication during the project's scoping phase.
Once our team and the stakeholders have agreed on the project costs and work plan, REI's assigned project manager
will develop forecasted project expenditures depicted graphically. This forecast serves as a baseline to monitor the
schedule and expenditure and keep the project on track. This dashboard system gives the project team access to
information that can be used to quickly and accurately monitor and assess project status to control schedule and
budget proactively.
The objectives of a disciplined, cost-control program are two-fold:
. To maintain control over costs throughout the design development process
. To prevent surprises when construction bids are opened
Regular Communication: We will meet with the !
City on a constant basis to discuss project priorities
and develop a project plan that outlines the �
schedule, major milestones, and staffing. `
Communication is critical to verify the project's : � �
progress and remain on the most efficient path to ����,� ,. �;�� '
i �' �
completion. �-,�''�
+�'"""�"' �'��r����= ,,, � •�� ��
r�, �:�, `'�` � �"s
Value Engineering: We have experience applying �
value engineering principles, techniques, and �,
.,;: ;,�.
models to projects. We will incorporate value
engineering milestones into the design schedule. ' � ���� �
� �����...
Life-Cycle Cost Estimating: Our team knows how to complete life-cycle cost estimating of major systems and
equipment and provide other value engineering functions to select the upgrade components most beneficial to your
facilities in terms of cost,quality, and function.
STANDARD FORM 330 (REV. 7/2021)
. • � � � � . - .. ... . . • . -
. .. . .. ,
30.PROVIDE ANY ADDITIONAI INFORMATION REQUESTED 8Y THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED.
�.
The project team has established procedures and utilizes software to continually compare project status,
� � � ±'"°�= financials and available resources. Team members will hold weekly meetings to determine the percentage
� � �,, of project tasks completed and the budget amount exhausted for each milestone. If a deviation should
^-��"` occur from the schedule or budget, project needs will be re-assessed and discussed.
We are well known for our consistent, on-time performance and quality assurance record for major clients in both the public
and private sectors. Our design service strategy is always based on client focus and process-oriented thinking to identify and
address project issues quickly and cost-effectively.
Given the Team's redundancy and extensive local experience on similar projects, we do not foresee any difficulties meeting
your needs.We have the resources and experience to make sure we meet your project's schedule.
To meet the determined deadlines for each task,the City of Miami Beach needs an engineering team that:
. Possesses proven communication skills
. Has previous experience in managing deadline-driven projects
. Provides innovative and proven techniques for maintaining schedules
. Produces work products quickly and accurately while maintaining schedule
• Has the available local resources to dedicate to this project
• Has proven experience working with the City, FDOT and all permitting agencies along with proven construction
experience
REI places a strong emphasis on schedule when completing design and study assignments and offers the City a strong history
of success in this regard. Our team's overall commitment to maintaining schedules will make the REI Team a valuable
resource for the City, particularly where fast product delivery, quality and adherence to schedule are top priorities.
Additionally, each of our subconsultants has committed to completing any and all work for the City on time
As our team has demonstrated on the various projects summarized in this proposal, the REI Team has developed many
proven techniques for maintaining schedules to make sure that project schedules are met.These techniques were invaluable
on the recent Indian Creek Drive Sea Level Rise project that included installing 4,250 LF of a 72-inch stormwater trunk line, a
45,000 GPM pump station, raising the road to a minimum of 3.7-ft NAVD, extensive harmonization and public outreach to
secure License Agreements and concurrence for harmonization approach with each property owner. The necessary fast-
tracked design of this cost-share-funded project between the City of Miami Beach and FDOT is indicative of REI's ability to
expedite project elements when critical schedule compliance deadlines are imposed.
REI's project delivery philosophy includes the concept that schedule and the ability to produce work products quickly and
accurately is a primary priority for completing municipal engineering projects.The REI team is committed to completing tasks
on time and within budget for the City, as we are with all of our clients. Our team will use the following general approach,
adapted to the city's specific needs,to promote adherence to scope and budget commitments for this project:
. Utilize a skilled and experienced team with well-defined roles(included herein)
. Determine the city's specific goals and objectives(deliverable-based)
. Segment/divide the project into specific, measurable tasks
• Determine effective communications procedures
• Develop a schedule to meet goals with specific milestones,then periodically and consistently monitor progress
. Focus initial efforts on critical path items
. Make a financial plan (budget)for the entire project
. Think of potential problems, make contingency plans as needed
. Assist the City by creating action checklists,where appropriate and provide project status updates.
More important than a written procedure, REI's management team on this project has a proven and demonstrable history of
client service and dedication that supports our stated commitment to maintaining written schedules and budgets.
STANDARD FORM 330 (REV. 712021)
• ' • • � � � � � •• •�• � • - ' � -
�;
30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED.
SUBCONSULTANTS
Collectively we bring extensive consulting engineering services experience, having developed and executed work programs for
other local agencies such as FDOT, Miami-Dade County, and Greater Miami Expressway Agency. We have provided a team to
cover all RFQ requirements and the technical expertise to successfully deliver this upcoming projects.
CHA CONSULTING, INC.
CHA Consulting, Inc. (CHA) is an innovative engineering design, consulting
and construction management firm delivering sustainable, integrated Principal Line of Business:Transportation,
solutions to the world's most challenging infrastructure projects. Having lighting, electrical,water resources,water
&sewer, structural, environmental,traffic
served the City of Miami Beach for almost two decades, CHA Consulting, Inc. studies, construction management,and CEI
(CHA) has an inherent understanding of the City of Miami Beach policies and
procedures developed to lead our efforts with combating sea level rise. We Year Founded:2022
have first-hand knowledge of the City's guidance for the road elevation
strategy/sea level rise tidal flood adaptation plan, blue and green stormwater Form of Organization:Corporation
infrastructure (BGSI�, stormwater master plan, water and sanitary sewer Number&Location of Offices:
system master plan, and integrated water management neighborhood 50 offices nationwide.
improvement project prioritization plan;just to name a few of the directives. gg35 NW 35 Lane,Suite 200,
Over the last 20 years, CHA has expanded and developed our expertise in the Doral, FL 33172
improvements of infrastructure in coastal communities, including the City of
Miami Beach. CHA has completed the design of more than 30 projects in Number of Employees:
Miami Beach addressing the replacement of aged infrastructure while 1,757(nationwide), 142 (Local)
elevating the roads to mitigate the sea level rise caused by climate change.
HDR, INC.
Founded in 1985, HDR is a recognized leader in architectural and engineering principal Line of Business:Transportation,
services across various sectors, including water, transportation, power, �ighting, electrical,water resources,water&
waste, mining, oil and gas, industrial, and federal markets. Our philosophy sewer, structural, environmental,
emphasizes being an expertise-driven firm that delivers tailored solutions permitting,traffic studies,transit, aviation,
through a strong local presence. Our Florida team consists of over 550 multi- construction management, program
disciplinary professionals across nine offices, offering deep local insight into management,architecture, landscape
urban coastal communities and resiliency projects. With over 20 years of architecture and CEI.
experience in Miami-Dade County, we have a comprehensive understanding Year Founded: 1985
of the unique challenges local communities face, enabling us to develop
effective solutions that address stakeholder needs and project drivers. We Form of Organization: Corporation
excel in delivering resilient infrastructure across water, wastewater, Number&Location of Offices:
stormwater, and roadway systems, using our extensive experience to guide Z00+offices worldwide. 8333 NW 53 Street,
clients through complex project and regulatory challenges. Our successful Suite 302, Doral, FL 33166
work includes collaborations with the City of Miami, City of Fort Lauderdale,
FDOT District 6, Miami-Dade Water & Sewer Department, Monroe County, Number of Employees:
and the South Florida Water Management District. 13,391(worldwide),550(Local)
HML Public Outreach, LLC
Since 2010, HML Public Outreach LLC (HML) has successfully delivered principal Line of Business: Public Outreach
public communications consulting services on more than 150 projects Year Founded: 2010
throughout South Florida.Their staff's combined experience has established
them as experts in public involvement. Headquartered in Miami Springs, the Form of Organization: LLC
team of six is well-versed in developing communications strategies, handling Number&Location of OfFices: 1 office,
stakeholder inquiries, organizing special events and working with our 1255 Dove Avenue, Miami Springs, FL 33166
project team members on proactive issues resolution. Number of Employees: 7 (Local)
STANDARD FORM 330 (REV. 7/2021)
• • • � � � . . .. ... . . • . -
30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED.
GREEN DADE, INC.
Green Dade is a leading electrical engineering firm, specializing in horizontal
infrastructure projects. Our firm is renowned for delivering top-quality professional Principa)Line of Business:
services, with a particular focus on roadway lighting. We excel in designing and Electrical and lighting design.
implementing advanced lighting solutions for highways, interchanges, minor Year Founded: 2021
roadways, high-mast lighting, tunnel/daytime lighting, and parking lot lighting. Our Form of Organization: Corporation
expertise extends to signalization, and intelligent transportation systems,
enhancing safety and efficiency on the road. Our deep understanding of Number&Location of Offices:
transportation aims the coordination with the different trades for every project. 1 office.
Our team provides innovative, reliable, and sustainable lighting solutions, utilizing 7220 SW 12 Street,
the latest technologies to meet our clients' unique needs and improve the safety of Miami, FL 33144
pedestrians and drivers. At Green Dade, we strive to exceed expectations and build Number of Employees: 3 (Local)
long-term partnerships based on trust and outstanding results.
METRIC ENGINEERING, INC.
Metric Engineering, Inc. (Metric) was founded in 1976 on the principle of providing principal Line of Business•
personalized consulting engineering services. Over the past 48 years, Metric has Traffic Engineering Studies,Traffic
established a statewide reputation in the transportation industry. Expanding from its
headquarters in Miami, Metric has grown to serve public agencies across the state, and Operations Design, Planning, GIS,
most recently throughout the southeastern United States. ITS,Transportation, PD&E,
Today, we are among the top consulting engineering firms specializing in civil and Environmental, Permitting and CEI.
transportation projects as evidenced by our recent #54 in the Southeast Top 100 Year Founded• 1976
Design Firms(2021) by Engineering News Record.We have also received FDOT Best in '
Florida" project awards for Community Awareness and Urban Projects. Metric has Form of Organization:Corporation
provided professional engineering services to numerous municipalities, counties, and
state agencies throughout the United States, amounting to more than 115 continuing Number&Lotation of Offices: 14
services contracts held statewide. Metric's vision is to provide comprehensive, 13940 SW 136 Street,Suite 200,
innovative solutions with a focus on technology, building long-term client relationships, Miami, FL 33186
and harboring a people-oriented, cooperative company culture. Our commitment to Number of Employees:
excellence and unparalleled responsiveness has gained the firm an outstanding
reputation and, most importantly,the trust and confidence of our clients. 363 (nationwide),80(Local)
LONGITUDE SURVEYORS, LLC.
Since 2004, Longitude has been effectuating its professional Surveying& Mapping, principal Line of Business:
3D Scanning, Subsurface Utility Engineering (SUE), and Construction Surveying Survey&SUE
services with precision across South Florida for both public and private sectors. Year Founded: 2004
With a team of highly skilled professionals and cutting-edge technology, Longitude
delivers unparalleled accuracy and efficiency in its surveying services. Form of Organization: LLC
Longitude Surveyors possess extensive surveying experience within the City of Number&Location of Offices: 1
Miami Beach. Longitude's track record speaks volumes about their expertise and ��00 N. Kendall Drive,Suite 705,
reliability. Miami, FL 33156
Number of Employees:41 (Local)
HR ENGINEERING SERVICES, INC.
HR Engineering Services is a SBE that provides geotechnical services such as Principal Line of Business:
subsurface explorations, both foundation and pavement evaluations/ Geotechnical
recommendations. Year Founded: 1998
HRES's expertise includes design, planning, execution of new geotechnical projects Form of Organization:Corporation
and the remedial procedures to correct foundation problems of existing structures,
axial and lateral pile analyses, slope stability evaluation on retaining walls & Number&Location of OfFites: 1
7815 NW 72 Avenue,
embankments using geogrid layers and roadway construction over soft soils, and Medley, FL 33166
the design of numerous retaining walls.
Number of Employees: 6(Local)
STANDARD FORM 330 (REV. 7/2021)
• • � � � � � - � �� ��� � • ' � - 1
`.� �'��',"���'BEACN
LIST OF THE RIBBECK ENGINEERING,INC.(REI)TEAM MOST RELEVANT EXPERIENCE IN MIAMI BEACH °1 > l!� , r 35
4y,� �; .�-.. ♦- 1 3 � �
1 SR AlA/Indian Creek Dr.from 25 Street to 41 Street Sea Level Rise Mitigation(REI,HDR,HML) '��+,,,�[�i ` `'x � t �,I ,e 10 �� � '
D' i�; '�t 1� F,
2 SR 907/Atton Road from Michigan Ave.to 43 Street Sea Level Rise Mitigation(REI) �_, .p-•�.,� � ,.
3 SR 907/Alton Road from 43 Street to East of Altison Road Sea Level Rise Mitigation(REI) " .,��:� > rF��� T, �"�"n `
;. , 1 e w�':
4 SR AlA/Indian Creek Drive/Collins Avenue from 42 Street to 44 Street Flood Mitigation Project(REI) ��.,�`�"„ i� ��,� ,' y ce��e,+
� _' .�_
.:#.
5 SR AlA/Collins Avenue from 4700 Block to 5800 Block Safety Improvements(REI) `�-,_,,, ��,,.,%.�,,�.i 4 '�`�b 37 39 18 �11
6 SR AlA/Mac Arthur Causeway/5th Street from West Avenue to Collins avenue(REq �K� �,����� :sr',��,� �3t ���. � �
7 SR AlA/Collins Avenue from 4700 Block to 5800 Block Safety Improvements(REq , � �` ^ �
8 SR AlA/Collins Avenue from 4700 Block to South of Indian Creek Drive RRR Improvements(RED � `� � ; ,`��,=;< � � - `-�,E q s�,ee� , - 38 ;`�� '� 8
9 SR AlA/Collins Avenue from SR 907/W 63 Street to 75 Street RRR Improvements(REI) �. � � � � ; �' c
`�s.-- i
��� � ".r$,wr n..��.. . � t -. 17 .
10 Biscayne Point Neighborhood Watermain Replacement(CHA) ,,:�� i�r� �,,,, ,�,.�. ''ti, �.
11 Harding Avenue from 69 Street to 73 Street Watermain Replacement(CHA) �,��.' .a + �^ � x` .(t-�,� 33•
12 Nautitus West Nei hborhood Watermain Re lacement(CHA) �;: G. �•r� ; � C ��� ''�y '
S P .�,_.v_ ,,.._.� ' ;�`+- �,� �zw ' �..
13 Washington Avenue Watermain Replacement(CHA) � �"`r3 fi .+�� „ - t � 9
14 Lummus Neighborhood Watermain Replacement(CHA) , ���;��'�.*+ '1 � � ' � , � f
15 Little Flamingo Neighborhood Watermain Replacement(CHA) � ���� '*��*;., `" i �3 1 , r'
16 Normandy 5hores Watermain Replacement(CHA) ��w�� �,_��„�j� y� , i a '+t 7
17 Pump Station 29 at W 63 Street and Indian Creek Drive(CHA) E, t�';' ti`` °'k ',�'F-* � x �, � '
18 73 Street 36"Sewer Valve Replacement(CHA) �y,.;y�R �� �R# �;j' _ I �x ?
19 Fountainbleau Watermain Replacement(CHA) � � '�x `,; .R e }S 2 ,,19 5 :
20 Prairie Avenue Reconstruction and Pump Station(CHA) , �-=-.�� ` '' f' . - � `� �'��r
� � • � „p+'. , .� ,,
i M
21 Convention Center 96"RCP and Pump Station(CHA) ��+�''1 r4X �� `Y x� .- � _,�' 4 •
22 Pump Station 1 at 11 Street between Jefferson and Meridian(CHA) � �' ��� `?� .,' � � �,� '' �• � -
= i _ -° . '^.-�.'-. �-�� . e �c E r.� --
23 Retocation of 72"Outfall(CHA) ,,, `�._,_� �_� x, - " • ,��<� uL �
� ,�, ' t� ,
24 54"Force Main HDD along Washington Avenue(CHA) t ; f ° r�,�_';' . �
� k rat. . � � � A R �>,4/�1 f�
25 South Point Outfall(CHA) Je, � °f'"�- � r.' _ t , F��' �>
26 12"Watermain Replacement along Sunset Drive Bridges(CHA1 , .� W�y- - � �74 , � � 2 � c �'. ,�
27 Sunset Harbor Pump Station(CHA) gx�:^r� �+-;�� r�? � Z6 Zp Z� ;�
28 Byron Avenue 12"Watermain Replacement(CHA) ��, �+�� , � � �. � r,:`'����l: - _
��?�"` --.} . 27 . .� •�
29 30"Sewer Forcemain Replacement at Harding Avenue and 71 Street(CHA) t. � ;,,. `"� A
y�„��
30 Design-BuildServicesforllStreetRoadwayReconstruction(CHA) {�M• C ' =w ^ `^" .�j,� ;*
��� t'�' C • �.�Nci`ssc c ,�y. .
31 Rue Vendome Plaza Project and Groundbreaking(HML) ,�.;��� j �_�g� A=+'� '# ' '�"'�`L�' , ��'��
"`�.' ��:, ,..' .-- ' '-` ��-s
32 West Avenue Neighborhood Enhancement Project Phases 1 and II(HML) z ':�; _ „ 'k � A',, v� 3p� 13 uj�
33 Collins Link Trolley Expansion Project(HML) � y.,.j';j��:' � a�. � ` � �::�
34 Green Bike Lane Project on Byron Avenue(HML) ��t" �� � -�+�,'-'1 � ZZ � _j.
35 Green Bike Lane Pro ect on Dickens Avenue(HMU �{ �./, e`�Y �•, M3 f ��_".' � `15�
� �;��-,.,� ,T `9-r5 t�- �} t'• 11 14,.
36 Altos Del Mar Park Groundbreaking Ceremony(HML) � �;, �'. �.':+'' �� '�c�y t�.;;" 6 9 ;
37 Normandy Drive Roadway Project(HML) 4•�� �'�t `• •\ ' z3 , t'
38 79 Street Bridge Rehabilitation Project(HML) � �"�.f�� +,,,. ,�` ''� � 24 � �
39 715treet Roadway Project(HMU r;f��. ,,, �r.,, -.� _ '� 25 ♦r.
40 Cotlins Avenue at 36 Street,83 Street and 87 Street Pedestrian Upgrade Project(HMU f- C=.1����. �' � -�'>
� • • � � �
30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED.
Office Location
The City will have the direct commitment of Ribbeck Engineering, Inc. (REI) Miami office, located at 14335 SW 120
Street, Suite 205, Miami, FL 33186. Our Miami office comprises of a robust, multi-disciplined team of professionals
with expertise in civil engineering, transportation, stormwater and sustainable design. Our team is strengthened by
the resources of our trustworthy subconsultants, with the same commitment to responsiveness, reliability, and
quality. REI's knowledgeable and experienced team will continue to provide the responsiveness and resources
needed to fulfill the City of Miami Beach's diverse needs. With REI's and all of our subconsultants located with 30
minutes from the City offices,our team can respond quickly to any and all of the Cit�s needs.
S
�i' �'v11AMIBEACH
�RIBBECK ��,� �
Engmeering.lnc � �`!'�M�
�'�cs;., ��� .. � �.
O �, �� .
�.
�.�
���
�_' �'
Q Jreen Dade ��
�om,yme...y . ., ... . .r.��.r .
Q ��� , �"'�`.� '
metric }
,�...ti: L __ �
� �"'�'''�� �
� �� �
Q - '-�HML
� ...
O . ��'
.
�� r�� �
� � li�
. ,. , . . . .
� ��
31.SIGNATURE ,, ,; 32.DATE
���/���' 10/21/2024
33.NAME AND TITLE
Carlos Ribbeck-President
STANDARD FORM 330 (REV. 7/2021)
. • � � � � . . .. ... . . - • . -
Minority Business
SMALL BUSINESS AND MINORITY BUSINESS
RIBBECK ENGINEERING
FioMda UCP DBE Directory �
Number ol Vendors Returned: � �
Seleclioo Criteria:
Vendor RI86FCK ENGINEERINC3 MC
Fforida Department oJ Trunaportalinn
v«�aw tlana: .k�A K..�� . ..
OBE CERTiFiED MBE C.ERTiFiFD AC�BESlatus: N SlatewitleAv "�wr�� �.:�.�.��w�� ;=s`q.•r'�: �'�""'
CerNM1wuon: CertiflcallotY.
DBA: fwmer Nam�:
8usin�as Wscnptlon: CONSUt i�N�ENGINEERING luiy 10.20:3
Ma�lfrp Addiafs: 14335 SW 120T11 ST STE?05 �`�`�p"'�
MIAA�1 FL 33186 Cart�P�Drr
11315:YN�711�'S1
Conlact Nams: CARl05 F RIBBECK P�one: i3Q5)3N3-5909 Faa: (3C ���'���
Emall: y_g�R�g�CK CA Web Sitl: HttP:NRIBBECJ(COM
ANNIVER$+1ltV�A7E ArwxnW x,Ju�r'�C
�4hR�39.�LA_�4
v�11U Eng�neennp SeMces ��-�'
:y1'.faU (halpngServke�
54�.� All Other R�rtessmnal.Saeroihc.arx3 TecnniG�Sern�es ThR Fbi9A D�perbnMX af Tra+mG�tn:�1 FDOTI a pauwU a m�r�auunce naw Ww'+�rn nas
oeen edtllra unOr Na�d�Y IMIW Gatllkstion Ropr+^+(11Ci'l+t s Dissdventp[O Bwmsa
Enenptre(DBEI a aam�urio�wM 49 C:o6e d ca4ra!WpHMMo^Wn T9.
Vtw c«41faGon Eo�t M sY0✓e:lwe�.�ranMqeM We^Ms 4m msnMkwg NWON�h
an^urY fwdqM mn Nhu vw Mi 0�nentw of r�+m�r��Mpani�uta n w.aioo 1 vw
/�—/7� /�YlH11ey delY.
�C�����C/l./ ✓ �U i'Wli(/� Yar!km w�w;aa�e0�RwWsk OBE PnoMr.wnKh un ua awayss0 M fM(oYw.n�i Nn�
.VrYr,���non ria
cawwm,�w�e w,�ly ww ry+ns osE onM�c�wr+suw.ano Id�efr ry,.ak rea�H�n.ewrn*e
bm+M OBE N4Ms.U►q+On tMs Orum�Y
� fINF aY1lYnKR MRwe yoii Mm b TmpW M M1MrKi wewl nn AM U5IN1T 40�rnd��F M
FTA.uW FhWAI Drt�1 n Flaw�M a OBE caw�po�el cornu�Wl In aiklfon.FDOTo DBE
SuppMM S�tNCM RONtlM h a�/e0�4 70 WCMO!IW wMl m�11BD���Iq bCM1v1�B�t4NnM el,W
wK b rou ra,�.Y ca,ua aie sYd�o�.l+nbena caow.rc a��en��sasts�
'rou nuri q�M ar a/�a�11860}�1a�717 a w w�W tt�
Ribbcck Enginccnng lnc �a.wan,,iY, �
;
i,,,,����„�,,���:i��-���,�„+�,-,�,.., , ���_
. . . . r i� .r.�n,i.�,. ��. .... oxE cwmulbn M.nwuv
/� � ����
..w�, .... .. . . ..
•'W^.4i]HfNY���: . K4.,mti
.. .... .AIIItM�RI,IW l A
RHNtRlM�Pet�iM�.l�+
KU5111NIIIs.iS1.1 M.II���..
MA16l1�tla+
1��+tItY.M��q.JutlftiWl►�..�.r�aw+.�..�-r�+•s+��RF�an�nN�•xi�a.i
� _.. w�v+fya��M.M!
� R�fN`JIrv�Nll1�'IaK ,... � ..��...�a.�..._
W.s�el.►r.s.x.0�ru..n..M+.n.��4i..s..�r h�.w..i{..a..uvr-�,i�•t��i.
�i�v�w..n11�IMtiM r�.�e'iw as4w�� A.�+►•�w��iw.MNr��1...r��wN�r�-
w�l iMa�.....w.��Mr-i�e ...�J q�4e
•fw11M4wn'.i'..Y.ibrWl�Urw��..��s�.�..~ am�Iti�w.rA.6Atr��[�.nMMMwr...lrtlrw�+
vm..YLw•n�.r..NN w��'+�t mrlelB.y,?M�+..�.M�+4i m.l�'m ab�•��M:b tl�va��:I.�w�.mMatrsn a+�Wi���
�/ � YM�1i n�M���rMw M�i YIIw Y Ya�11MYrw�+�
���rinta�e�� a6Li��11 ��rtl�i�firi6e �r._ ,....�.. _�..n....,... ��:,��..,......., ,,...,....,__�
.w�.�.>R,,;, ... ..:..:. ,�..._.,,.w....
.�;>:'°.,�,,.�»,:,...�._.W�.��.:"..a...��.,...:�:»,..�...,.r..�....�
� ,.,...w........�.........,,...,...,.�
C�JPX/,f�Gl',l./,f,P O� ��`�„�...�..�»�w�,t....».�..,,..,w�.......�...«.,..�� ..�,�„ ��. _
��J��,/�� �awWMwwnJ.qN+���+.�Mew��iMww�w.raa�uNn.a�...ww•'�vr...�r.. ,,.K•
N
�dw��+T�Wi�i+M+Vfr J 0.af��y�n L..�t�.Y�a+�w�w M4N� N.e.�ww.,. �w'M�w
Y�r<Yu ar�rNFawrNw�r � .a! r�IIYf�Y•
o.a,o-,t�., .n.w•�oar r.rr..r.rawyrr.
Ribbeck Engineering Inc �-�^.w^��,��+�-�. ��-•+�--�w-�_�. -.-._.,.�� ,�....,.
a�ne+ee.r ,.ar,M�•+ru.��ttnd�a.m.a��.,ar,+s+1.i..+r44�....�r.v«,*�*a...
,r�,.,�,. . .�n�.::hu.�h���'.m i.�i�L cbM hui rnre rl�e reJe.W ia ,.�,�.. bw'a��mwww W M�.w�.�t w�++�»Ik�.r rie�'�f�r�1�m M.i wtll A Md��:i1.i►rr�.��«.�M Nt
yu�,,..���r . . .... .aeb.� M�Y M�y� \I�+M�i 5XN
M� �:w. .�e.!
e „�I���Er..�f4.�it�rwn�;nCt'RI`a.r!M1�uml.�dr.M �..,.< < � a f�rRMra�/�+r��iWtiMMV�w�r�YM*'ti�•.�
� �f���w uMYs�Y�ws<<ia�n+�w�w
.�„.i uua, H��im��... ..r •.�a . . ...,i a•.n�
'..Il(.\'!'()/)f 11 T� .�s�.'�n..mvw dn.w,��rvn •4Yc�.i lYrM14�+�M 10 w�Ma..
�. _,.«i�.1.�_ nwp�a, .1.`wn �,..,�.
C�'�,::il aw..,.. ... -t.,.....�...e....�.�+.r..�n.+�h.�N�..�_�..�..�.w..+� .
5.711yi1 a.. .
„�„- 'JOL�.�
ta':v�)11 �� ��
l
I.:ur t)ate�.Jui��iV_'l/',: .
� i
;��� � . . _ __ _....
• • • � � � • . .. ..• . . • . -
, � ,. � ..
m, ,, ., � _.
:, .�, . : ,, .�; � �;, . .. . , . ,... m ,.
��_ � : - '� :. . • . . , , _ , ,
2a.FIRM(or Branch Office)NAME 3.YEAR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER
Ribbeck Engineering, Inc. 2007
2b.STREET 5.OWNERSHIP
14335 SW 120 Street, Suite 205 a.TYPE
2c.CITY 2d.STATE 2e.ZIP CODE S Corporation
Miami FL 33186 b.SMALL BUSINESS STATUS
6a. POINT OF CONTACT NAME AND TITLE SBE
Carlos Ribbeck, P.E. -President 7.NAME OF FIRM(If Block 2a is a Branch O�ce)
6b.TELEPHONE NUMBER 6c.EMAIL ADDRESS
(305)383-5909 hr@ribbeck.co N/A
8a.FORMER FIRM NAME(S)(If any) Sb.YEAR ESTABLISHED 8c.UNIQUE ENTITY IDENTIFIER
N/A
9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE
AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a.Function .Number of Employees a. Profile c.Revenue Index
Code b.Discipline b. Experience Number
(1)FIRM (2)BRANCH Code See below
02 Administrative 2 S13 Storm Water Handlin &Facilities 6
60 Transportation 9 T03 Traffic&Transportation En ineerin 6
62 Water Resources 9
Other Employees
Total 20
11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX
SERVICES REVENUES OF FIRM NUMBER
FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million
(Insert revenue index number shown at right) 2 $100,000 to less than$250,000 7. $5 million to less than$10 million
a. Federal Work 6 3. $250,000 to less than$500,000 8. $10 million to less than$25 million
b. Non-Federal Work 6 4. $500,000 to less than$1 million 9. $25 million to less than$50 million
c.Total Work 7 5. $1 million to less than$2 million 10. $50 million orqreater
a.SIGNATURE b.DATE
10/18/2024
c.NAME AND TITI E �
Carlos Ribbeck, P.E. - President
STANDARD FORM 330 (REV. 7/2021)
• • • � � . . .. ... . . • . -
1. SOLICITATION NUMBER(l/any)
� � � � RFQ No.2024-524-DF
� �
. . ' . . . ,,.�,. . .' . •
2a. FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER
CHA Consulting,Inc. 2022 96-732-2483
2b. STREET S.OWNERSHIP
8935 NW 35th Lane,Suite 200 a.TYPE
Corporation
2c. CITY 2d. STATE 2e. ZIP CODE
Doral FL 33172 b.SMALL BUSINESS STATUS
6a. POINT OF CONTACT NAME AND TITLE NO
Arnelio Alfonso,PE,Project Manager 7.NAME OF FIRM(I�b�ock 2a is a branch otfice)
6b. TELEPHONE NUMBER 6c. E-MAILADDRESS
(786)257-3077 AAlfonso@chasolutions.com
8a.FORMER FIRM NAME(S)(Hany) 8b.YR.ESTABLISHED Sc.DUNS NUMBER
Clarkeson Engineering Co.,Inc.,1952 John Clarkeson,Consulting Eng.,1955
Clarkeson,Clough,Yokel,1966 Clarkeson&Clough Associates,1967
Clough Associates,1971 Clough,Harbour 8 Associates,1981
Clough Harbour 8 Associates LLP,1990 CHA,Inc.,2008
9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a.Function c.No.of Employees a.Profile c.Revenue
Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Index Number
(see below)
NA Airport Engineers 18 A05 Airporls;Navaids;Airport Lighting;Aircraft Fueling 6
06 Architects 27 A06 Airports;Terminals;&Hangers;Freight Handling 6
12 Civil Engineers 125 5 C15 Construction Management 5
15 Construction Inspector 91 25 D02 Dams(Earth;Rock);Dikes;Levees 2
21 Electrical Engineers 147 8 E02 Educational Facilities;Classrooms 6
23 Environmental Engineer 28 1 E07 Energy Conservation;New Energy Sources 4
24 Environmental Scientist 40 E09 Environmental Impact Studies,Assessments or Statements 5
25 Fire Protection Engineer 20 F03 Fire Protection 9
27 FoundalionlGeolechnical Engineer 7 H04 Heating,Ventilating,Air Conditioning 4
30 Geologist 5 H07 Highways;Streets;Ai�eld Paving;Parking Lots 8
35 Industrial Engineers 2 106 Irrigation;Drainage 4
38 Land Surveyor 19 L03 Landscape Architecture 4
39 Landscape Architects 15 L06 Lighting(Exteriors;Street;Memorials;Athletic Fields) 3
42 Mechanical Engineers 110 1 P06 Planning(Site,Installation and Project) 6
52 Sanitary Engineers 13 3 P12 Power Generation,Transmission,Distribution 6
54 Security Specialists 7 R06 Rehabilitation(Buildings;Structures;Facilities) 6
57 Structural Engineers 76 SO4 Sewage Collection,Treatment&Disposal 8
58 Technician/Analyst 162 5 SOS Soils 8 Geologic Studies:Foundations 3
60 Transportation Engineers 148 36 S07 Solid Wastes;Incineration;Landfill 4
62 Water Resource Engineer 42 6 S09 Structural Design;Special Structures 5
Other Employees 655 52 S10 Surveying;Platting;Mapping;Flood Plain Studies 5
Total 1,757 142 W03 Water Suppl ;Treatment and Distribution 8
•. . -. • .
, �
'" 1. Less than$100,000 6. $2 million to less than$5 million
2. $100,000 to less than$250,000 7. SS million to less than$10 million
a.Federal Work 6 3. $250,000 to less than$500,000 8. �10 million to less than$25 million
4. $500,000 to less than$1 million 9. S25 million to less than$50 million
b.Non-Federal Work 10 5. $1 mlllion to less than$2 million 10.$50 million or greater
.'�;,�, ��:i
•• i -
�.�.fl ��� � �
�i _>II�f'V���)�II��_. . . . . . . . ..... _ . .._. _ __ _ . ... . .... .. J_ �JF�1�
�-� -` %l, .� =1 `"�`K 1— 1014/2024
, .
c. NAME AND TITLE
Michael A.Platt,General Counsel and Executive Vice President
. • -. .- � �
• • • � � . - . .. .. . . . • . -
1 •
..... � . . , . . � � .. .. . . . ..__. _ _. . _ .
� e.
• � ' � �' � ;
2a FIRM(or8ranch Offlce)NAME 3. � ��R F:� '�BLISHEI� : UP.I �i�f�F N`I �'II ik �,l li f���:
Green Dade, inc. 2021 JXRSAY4DMXY8
2b. STREET 5. OWNERSHIP
7220 SW 12th Street a.TYPE
2c. CITY 2d. STATE 2e. ZIP CODE Corporation
Miami FL 33144 b.SMALL BUSINESS STATUS
6a. POINT OF CONTACT NAME AND TITLE Small Business- NAICS 541330
Edmundo Rodriguez, PE - Principal 7. NAME OF FIRM(If Block 2a is a Branch O�ce)
6b. TELEPHONE NUMBER 6c. EMAIL ADDRESS
786-487-4596 edmundo.rodriguez@greendade.com
8a. FORMER FIRM NAME(S)(If any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER
9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE
AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a.Function b. Disci line c.Number of Employees a. Profile c.Revenue Index
Code P b. Experience Number
(1)FIRM (2)BRANCH Code see below
08 CAD Technicians/ Desi ners 1 1 C15 Construction Mana ement 1
21 Electrical En ineers 2 2 C18 Cost Estimatin 1
D04 Desi n-Build- Pre .of RFP 1
E03 Electrical Studies and Desi n 1
E04 Electronics 1
H07 Hi hwa s; Streets; Parkin Lots 1
104 Intelli ent Trans ortation S stems 1
L06 Li htin Exteriors; Streets, etc. 1
P12 Power Generation, Trans. & Dist. 1
R04 Recreation Facilities-Parks, etc. 1
R05 Planning (Community, Areawide,.. 1
R06 Plannin Site Installation Pro'ect 1
S02 Securit S stems 1
SO4 Sewa e Collection 1
S06 Solar Ener Utilization 1
S11 Sustainable Desi n 1
S13 Stormwater Handlin Facilities 1
T03 Traffic&Trans ortation En . 1
V01 Value Anal sis; Life C cle Costin 1
Smart Cit Li htin 1
Other Employees Lighting Management Systems 1
Total 3 3
11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million
(Insert revenue index number shown at�ight) 2• $100,000 to less than$250,000 7. $5 million to less than$10 million
a. Federal Work � 3. $250,000 to less than$500,000 8. $10 million to less than$25 million
b. Non-Federal Work 3 4. $500,000 to less than$1 million 9. $25 million to less than$50 million
c. Total Work — �� $1 million to less than$2 millior 10. $50 millior or greater
3
• �
I 'II 1 I .e�:
a.SIGNATUHE u DATE
��',��i����� 09/30/2024
\*�� �� '�
c.NAME AND TITLE / ��\
Edmundo Rodrigu��, i�E- Principal
STANDARD FORM 330 (REV. 7l2021)
• • • � � � . ... . . - • . -
- � . , _ � �_ .
RFQ 2024-524-DF
PART II-GENERAL QUALIFICATIONS
lf a firm has branch offices,com lete for each ific branch o�ce seekin work.
r; . � � -. �,')� . �v�Ici� -.
HDR Engineering,Inc. 1985 T39AK2RRG2H9
_ ,rr���T �� �� ����-
8333 NW 53rd Street ''"�
Suite 302 Private Corporation
7i; t`;ITY iJ ... ..�= 7� ' ...�. ;M;AI i �.0 �.F SS STATUS
Doral FL 33166 Large Business
;a_POIN`OF C'�NT"� 'T NPti1E AND TI� � `�11F ���FIRh�t jlfBJock 2a is a 8ranch Ofiice)
Katie Duty,Area Manager
� -=�FF'�on;F N�� ^�a��> , ��=�ni�a�r����� HDR, Inc.(UEI:KGSKCNG22BK6)
305.728.7400 Katie.Duty@hdrinc.com
. -f�'� f ,I'�.P'�. ii _ . ., "-� "�FiLISti`tC Y,c UNI')UEENTITv iL�F^�' -..
10 PROFI�E OF FIRNI'S EXPERIENCE AND
� �� �� �� ANNUAL AVERAGE REVENUE FOR LAST 5�E°��"��
' � „ �i�r,ioline , .�� . . . , �.. . . . .
�� FIRP.1 BRAP����' ��
02 Administrative 1,409 4 A05/06 Airports;Terminals 8 Hangars;Lighting;Fuel 10
08 CADD Technician 804 3 B02 Brid es 10
12 Civil Engineer 881 1 C15 Construction Management 10
15 Construction Inspector 486 2 D01102 Dams;Dikes;Levees 10
21 Electrical Engineer 429 1 D04 Design Build-Preparation of Requests for Proposals 7
29 GIS Specialist 138 1 E01 Ecological&Archeological Investigations 8
39 Landscape Architect 46 1 E09 Env.Impact Studies,Assessments or Statements 10
47 Planner:UrbanlRegional 372 1 E12 Environmental Remediation 8
48 Project Manager 1,008 5 G04 GIS:Development,Analysis,and Data Collection 6
52 Sanita En ineer 299 1 H01 Harbors;Jetties;Piers;Ship Terminal Facilities 9
57 Structural En ineer 253 1 H07 Hi hwa s;Streets;Aifield Pavin ;Parkin Lots 10
58 Technician/Anal st 2,174 9 H09 Hospitals 8 Medical Facilities 10
60 Trans ortation En ineer 1,176 15 L01 Laboratories;Medical Research Facilities 9
62 Water Resources En ineer 315 2 P05/06 Plannin Communi ;Site,Installation,and Pro'ect 7
Public Relations(Other) 642 2 P12 Power Generation,Transmission,Distribution 10
Realty Specialists(Other) 160 1 R03 Railroad;Rapid Transit 9
R11 Rivers:Canals;Watenvays;Flood Control 9
S05 Soils&Geologic Studies;Foundations 8
S07 Solid Wastes;Incineration;Landfill 9
S11 Sustainable Design 10
T03 Traffc&Transportation Engineering 10
W02 Water Resources;H drolo ;Ground Water 9
W03 Water Suppl ;Treatment and Distribution 10
Z01 Zonin ;Land Use Studies 9
Other Employees 2,799
Total 13,391 50
i, c,NN�r,�avtKnG��ROFESsioN;�� � �
RFVENUES OF FIRM FOR LA��i,s r�,r;, �,��i r •�I�,`,',� ;E , 'I,_.�� i;�`,�v�E INDE-�'v,.':16E11
(irsert revenue index number shown at nghtl
a. Fede�al Wo�k 10 1.Less than$100.000 6.S2 million to less than$5 million
2 $100 000 to less than 5750 000 7 55 milllon to less than$10 mililon
h Non-Faderal�Nn�k �Q ,?�; � �� _
,.,r '�,'C?r�� i o�i�n leti;�h,in�9^ � i�:.,.
_ 10
12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts.
��� � � ���-— - 08/07/2024
/ -.
� �,a��r - John Henderson,CEO
�rANOfwfif.`. !=,;�i�34� �"3c� '� �
• • • � � � - •• ��• • • • • -
� `;(�llCli::.'ION'JU418ER(Ranj�
- � •
RFQ 2024-524-DF
PART 11-GENERAL QUALIFICATIONS
If a firm has branch offices com lete for each s ecific branch o�ce seekin work.
a -�f�., fi ,� 1- , __ . � . �I'. ..— .�, . i , �.�: F,
HDR Engineering,Inc. 1955 T39AK2RRG2H9
_., srf�EFT � ov��NERsi u�,
3230 West Commercial Blvd ��� �`�"F
Suite 400 Private Corporation
�.Ir7 .;�� _-,�'":� ..,: 71' '.:[;� o Sh1ALJ.BUSINFSSST�TUS
Fort Lauderdale FL 33309 Large Business
',.3 ;'�;�INT'���:(`.P:�"e,T NA41�AND TI?.�. . ,'�.1,:t�=r�IRM jlf8/ock 2a is�Brarn:l� ,..�..
Katie Duty,Area Manager
��-�,��F� ���hF�,;_,n�e�f: ,v��� �� �r-�t, � HDR,Inc.(UEI:KG5KCNG228K6)
954.233.4914 Katie.Duty@hdrinc.com
,i ..���?f.,�.-t:�IRM NAME(S1 iif anyl �� .> F.b'ISNED .� .:NI�., � F4'.I� I I,'�.�II 1-���
�. �B�-��,GI���-1F FIR��1'S E*'F�RIE`��_: .nJ,-•
. �. . ,��� -��}Y DISCIP�IN�
�i`.V,� -�.`� �F��;E R�JEf�IUE Fl .
. , .. .. .�.�i I�..� .
�� I���E �
� ,�, ,
. , , . � , , , � . r, .�.,. .. ., ,
. . ,� F .. � . . , .
01 Acoustical Engineer 141 1 A05106 Airports;Terminals&Hangars;Lightin ;Fuel 10
02 Administrative 1,409 7 B02 Brid es 10
06 Architect 768 2 C15 Construction Management 10
08 CADD Technician 804 3 D01/02 Dams;Dikes;Levees 10
12 Civil Engineer 881 3 D04 Design Build-Preparation of Requests for Proposals 7
47 Planner:UrbanlRegional 372 1 E01 Ecological&Archeological Investigations 8
48 Project Manager 1,008 4 E09 Env.Impact Studies,Assessments or Statements 10
58 Technician/Analyst 2,174 12 E12 Environmental Remediation 8
60 Transportation Engineer 1,176 8 G04 GIS:Development,Analysis,and Data Collection 6
62 Water Resources En ineer 315 1 H01 Harbors;Jetties;Piers;Ship Terminal Facilities 9
Public Relations Other 642 5 H07 Hi hwa s;Streets;Airfield Paving;Parkin Lots 10
Real Specialists Other 160 1 H09 Hospitals&Medical Facilities 10
L01 Laboratories;Medical Research Facilities 9
P05106 Plannin Communi ;Site,Installation,and Pro�ect 7
P12 Power Generation,Transmission,Distribution 10
R03 Railroad;Rapid Transit 9
R11 Rivers:Canals;Waterways;Flood Control 9
S05 Soils&Geologic Studies;Foundations 8
S07 Solid Wastes;Incineration;Landfill 9
S11 Sustainable Design 10
T03 Tra�c 8�Transportation Engineering 10
W02 Water Resources;H drolo ;Ground Water 9
W03 Water Suppl ;Treatment and Distribution 10
Z01 Zonin ;Land Use Studies 9
Other Employees 3,541
Total 13,391 48
�.`.��_'-A�AVERAGE PROFESSIONAL SER,'!�' -.:
�<EVENUES OF FIRM FOR LAST 3 YEAF: PROFESSIONAL SERVIGES REVENUE INDEX NUMBER
/�nsert revenue index number shown at riyP�r�
a Federal Wo�k �� 1 Leas tnan 5100 000 6.S2 milllon to less than$5 million
? S':!lf'"ft���n I��ss rF�n 52.50 000 7.55 mdlion ro Iess!han S10 n��dhor
h Nnn-Fede�al�Plork �� � ,I�,;� �;_s;�, , �i ,,
,._ Iot,3l�Nor�. �� � �,
12.AUTHORIZED REPRESENTATIVE The foregoing is a sfatemeni of facts.
� , _,�,��rzl � � .�.
������� ��-�--- - OS/0712024
John Henderson,CEO
STANDARD FORM "33n ,
• • • � � i � - - •� •�• • • • � -
� J%�L , i '.15'r�f' �� ,
� s
RFQ 2024-524-DF
PART II-GENERAL QUALIFICATIONS
If a firm has branch o�ces,com lete for each s ecific brancir o�ce seekin work.
.. '3r'�h �'.,. ... . � : . � � . .,
_�R� �ff���., 'v, � , � �
HDR Engineering,Inc. 1985 T39AK2RRG2H9
;��r� �
, ,��- ., ,
315 E Robinson Street �� ��
Suite 400 Private Corporation
�� i�'��� �� �-:r�rF ,F �ir�conF �, sna;� H�.�ani� ;,���,-��.
Orlando FL 32801 Large Business
,��,,�:�F CONTACT � �i�-; , , � � . �:�� . �;�,
Katie Duty,Area Manager
`P'"'"�'u�'"1eE'� � �`' `'�' r;�„ HDR,Inc.(tJEI:KGSKCNG226K6)
407.420.4200 Katie Duty@hdnnc.com
.....� �I niFi't I if�M fvct"�,f i , �;b.YR ESTABLISHED ,r. i1NIQUE FNTI��'IDENTIFIFc
� ':?PLOYFFS BY DISCIP�_INF
10 PROFILE OF FI«'�,"�� _f?iFVCE�ND
ANNUAL AVERAGE REVENUE F�R LAS?5 YE��I;'-;
r ,
��. �
� �,� �� �� �.< <��� �� �
01 Acoustical En ineer 141 5 A05106 Airports;Terminals&Hangars;Lightin ;Fuel 10
02 Administrative 1,409 10 B02 Brid es 1p
OS CADD Technician 804 8 C15 Construction Mana ement 1p
12 Civil Engineer 881 7 D01/02 Dams;Dikes;Levees 10
15 Construction Inspector 486 4 D04 Desi n Build-Preparatron of Requests for Proposals 7
20 Economist 45 1 E01 Ecological&Archeological Investigations 8
21 Electrical Engineer 429 4 E09 Env.Impact Studies,Assessments or Statements 10
24 Environmental Scientist 339 1 E12 Environmental Remediation 8
29 GIS Specialist 138 5 G04 GIS:Development,Analysis,and Data Collection 6
39 Landscape Architect 46 1 H01 Harbors;Jetties;Piers;Ship Termina�Faci(ities 9
42 Mechanical En ineer 348 1 H07 Hi hways;Streets;Ai�eld Pavin ;Parkin Lots 10
47 Planner:Urban/Re ional 372 6 H09 Hospitals&Medical Facilities 10
48 Pro'ect Mana er 1,008 7 L01 Laboratories;Medical Research Facilities 9
54 Securi Specialist 38 7 P05106 Plannin Communi ;Site,Installation,and Pro'ect 7
57 Structural En ineer 253 1 P12 Power Generation,Transmission,Distribution 10
58 TechnicianlAnalyst 2,174 25 R03 Railroad;Rapid Transit g
60 Transportation Engineer 1,176 18 R11 Rivers:Canals;Waterways;Flood Control 9
Public Relations(Other) 642 7 S05 Soils&Geolo ic Studies;Foundations 8
Realty Specialists(Other) 160 4 S07 Solid Wastes;Incineration;Landfill 9
Management Scientists(Other) 114 1 S11 Sustainable Design 1p
T03 Traffic&Transportation Engineering 1p
W02 Water Resources;H drolo ;Ground Water g
W03 Water Suppl ;Treatment and D+stritrution 10
Z01 Zonin ;Land Use Studies 9
Other Employees 2,388
Total 13,391 123
I 1 ANNUAL AVERAGE PROFESSIONaL
REVENUES OF FlRM�OR LFlST 3'r��, ��iir � �ER�,�I , , , . ,_,
(insert ievenue rndex numUer sh�wn-rl�,., ..
a Federal Work �� � �ess f����n 5t�70.000 �i S2 mil(ion to iess than$5 mill(o��
. a����OOfi t�less'li���3r S �u�00 ' �5 miilion to Ir 'l�.i�i;1 p n�ill�r�
h_NG< < .<e:�al ��:-���xk �Q S7�f..00iJ lo iess tl��.in ti�L�.liO�.�� , '-'0 r�illion ta. _ � �.-�� � _..,.
,�� �1 `�5�C1,000 lo less tllai $t in�Ilior . ,;7y irilhc�n to . �i >o(,n '�
G_Tr�t.1i �,� i.� . ._�.
i ,�1 milhon to less LFr3n S2 milhon i> >60 million n� .. �� �
12.AUTHORIZED REPRESENTATIVE The foregoing is a sfatement of facfs.
:F S1GNA(�,rf: � , .��.
;' f � � —� _
- osio�izo2a
John Henderson,CEO
STANDARD FORM 330�REV _
• • • � � � . . .. . . . - • . -
�oLl�l l � I�,`.":U.15"tH P ;ry'�
� �, �' RFQ 2024 524-DF
PART II-GENERAL QUALIFICATIONS
If a firm has branch o�ces,com lete for each s ecific branch o�ce seekin work.
i � �i_ r- ��;-i:l�:,
HDR Engineering,Inc. 1985 T39AK2RRG2H9
_. :�rzE:- � ,�
4830 W Kennedy Boulevard - ''`
Suite 400 Private Corporation
1c.CITY 2d.��TATF 7e-Zlf�:�JDF b-SNIALL BUSWESS STATUS
Tampa FL 33609 Large Business
,i P�:iINT 7F CONT/1CT NA^,tE r�ND TITI� "JapA��.�� -1kn.�..� ,�,.,cF 2a is a E3�anr,h O�ce)
Katie Duty,Area Manager
��:� r��EPH��NE vuni�FR �� =�.i,��: -�o�,�Fs.< HDR,Inc.(UEI:KG5KCNG22BK6)
813.282.2300 Katie.Duty@hdrinc.com
,., ;'I�'"�. � �zp:; ,,,`�� S�.� ,^�i . "R �.ST/�BUSHFi) i� '�1NIOUE ENTIT` f�f^i'I�1--r'.
1U.PROFILE OF FIR[�i'S ExPERIENCE f�NG
�i :'c1P �lY 1:: , �
ANNUAL AVERAGE REVENUE FOR LAST 5 YEAR�
_ � , �...
� ,, � r ,,. `. ..
� k,� :�F� � ,..
01 Acoustical Engineer 141 1, A05/O6 Airports;Terminals 8 Hangars;Lighting;Fuel 10
02 Administrative 1,409 17 B02 Brid es 10
06 Architect 768 11 C15 Construction Mana ement 10
08 CADD Technician 804 14 D01/02 Dams;Dikes;Levees 10
12 Civil Engineer 881 8 D04 Desi n Build-Preparation of Requests for Proposals 7
15 Construction Inspector 486 4 E01 Ecological 8 Archeological Investigations 8
18 Cost EngineerlEstimator 36 2 E09 Env.Impact Studies,Assessments or Statements 10
21 Electrical Engineer 429 6 E12 Environmental Remediation 8
24 Environmental Scientist 339 3 G04 GIS:Development,Analysis,and Data Collection 6
34 Hydrolo ist 28 1 H01 Harbors;Jetties;Piers;Ship Terminal Facilities 9
42 Mechanical En ineer 348 3 H07 Hi hwa s;Streets;Aifield Pavin ;Parkin Lots 10
47 Planner:UrbanlRe ional 372 4 H09 Hospitals&Medical Facilities 10
48 Pro'ect Mana er 1,008 11 L01 Laboratories;Medical Research Facilities 9
52 Sanita En ineer 299 2 P05/06 Plannin Communi ;Site,Installation,and Pro�ect 7
55 Soils Engineer 60 1 P12 Power Generation,Transmission,Distribution 10
57 Structural Engineer 253 3 R03 Railroad;Rapid Transit 9
58 Technician/Analyst 2,174 26 R11 Rivers:Canals;Waterways;Flood Control 9
60 Transportation Engineer 1,176 27 S05 Soils&Geologic Studies;Foundations 8
62 Water Resources Engineer 315 4 S07 Solid Wastes;Incineration;Landfill 9
Public Relations(Other) 642 10 S11 Sustainable Design 10
T03 Traffic 8 Transportation Engineering 10
W02 Water Resources;H drolo ;Ground Water 9
W03 Water Suppl ;Treatment and Distribution 10
Z01 Zonin ;Land Use Studies 9
Other Employees 1,423 12
Total 13,391 170
1�1 �1NNUAL AVERAGE PROFFSSIONAL St�:'dlCt��
REVENUES OF RR�4 Ft�R�AST 3 YEAI�� -:�)I L ��I� `, .� C: �_.�. ?E-.��r_°�l L IP�C�%:til:P,16EF
(insert revenue index number si�ow�i at riyht)
a.Federal Work 10 t Less than$100,000 6 S2 million to less than$5 mitlion
2 5100.000 to less than$250.000 7 SS million to less than$10 nnlhon
b. Non-Federal�Nnrk �Q '. S �0�00 to less tl�an 5500.�)M ��', S�0 milP�on to less than$75�-��q�nr�,
�� � �� ,
12.AUTHORIZED REPRESENTATIVE The foregoing is a stafement of facts.
� � � -� i � � �� ��
' � � �� � -— - 08107I2024
/ _.
� John Henderson,CEO
STANDARD FORM 330���'f_'� ' � ��
• � • � � � . - ... . . �
:r,Ll��l i " . ��tR Ir ��,:.
� � RFQ 2024-524-DF
PART II-GENERAL QUALIFICATIONS
If a firm has branch offices,com lete for each s ecific branch o�ce seekin work.
.�-r.�. . � . � ... , .- .. ;V�.� .. ^JC)'. , ') �. ..
HDR Engineering,Inc. 1985 T39AK2RRG2H9
� , .>r=� a,�.
440 S Church Street -
Suite 1200 Private Corporation
,; c�lT r z�i >rarF z� �I���n �� sn�i�i� hu ,i�vrs: >r�rus
Charlotte NC 28202 Large Business
� T�d�r i ,-� rIT�,- ' P1qMF nF FIRM rlf Bloch 2a is a Sranch Offrcel
Jonathan Henderson,Area Manager
�� F=��� ;���. E��Ai��+��R��:> HDR,Inc.(UEI:KG5KCNG226K6)
704.338.6700 Jonathan.Henderson@hdrinc.com
, , ir-r.;��n^,�.�...,� . � '��. -� ,�!�_ISNF_G ss�- �..iNl�luE Ev�rl l��-V'_�i:.-IF.;
) P.P,s', . � ., ,i . ' ,^��:-
iii PROFILE OF FIRM'S EXPERIENCE AND
� AN'v i�A'� 4VERAGE REVENUE FOR LAST ��`:,
� ,
..,�� � ,�.Oiscc� � � � � __ . . . . . . .. , .
. , dRt�:d.�., � � ..
02 Administrative 1,409 26 A05106 Airports;Terminals&Hangars;Lightin ;Fuel 10
06 Architect 768 26 B02 Brid es 10
OS CADD Technician 804 33 C15 Construction Management 10
12 Civil Engineer 881 44 D01IO2 Dams;Dikes;Levees 10
21 Electrical Engineer 429 18 D04 Design Build-Preparation of Requests for Proposals 7
24 Environmental Scientist 339 7 E01 Ecological&Archeological Investigations 8
25 Fire Protection Engineer 9 1 E09 Env.Impact Studies,Assessments or Statements 10
27 FoundationlGeotechnical Engineer 47 3 E12 Environmental Remediation 8
30 Geologist 58 6 G04 GIS:Development,Analysis,and Data Collection 6
42 Mechanical En ineer 348 18 H01 Harbors;Jetties;Piers;Ship Terminal Facilities 9
47 Planner:Urban/Regional 372 6 H07 Hi hwa s;Streets;Ai�eld Pavin ;Parkin Lots 10
48 Pro ect Mana er 1,008 23 H09 Hospitals&Medical Facilities 10
51 Safe /Occu ational Health En ineer 21 2 L01 Laboratories;Medical Research Facilities 9
52 Sanita En ineer 299 7 P05/06 Plannin Communi ;Site,Installation,and Pro ect 7
54 Security Specialist 38 3 P12 Power Generation,Transmission,Distribution 10
57 Structural Engineer 253 14 R03 Railroad;Rapid Transit 9
58 Technician/Anatyst 2,174 39 R11 Rivers:Canals;Waterways;Flood Control 9
60 Transportation Engineer 1,176 19 S05 Soils&Geologic Studies;Foundations 8
62 Water Resources Engineer 315 4 S07 Solid Wastes;Incineration;Landfll 9
Public Relations(Other) 642 15 S11 Sustainable Design 10
T03 Tra�c&Transportation Engineering 10
W02 Water Resources;H drolo ;Ground Water 9
W03 Water Suppl ;Treatment and Distribution 10
Z01 Zonin ;Land Use Studies 9
Other Employees 2,001 26
Total 13,391 340
arvN�_n� ����tf�nct Nk��� ,;i��r�� �
REvENUES OF FIRA-1 Fuf _��.:�1 ; r .,.. ,:6�ESSIONAL SERVICES RE4ENUE INDEX Nl�MBER
(insert revenue rndex numbe�shown at nynt/
a. Federal Work �Q 1 Less than�10Q000 6.52 million to less than$S millio i
2 $100 000 to less than$250.000 7.55 million to less than$70 n?illion
b Non-FPdP.ral WOrk �Q . . '�lnn tn I���:r�ian .�OO.M�I 4 S-n��il��on to less th;an S�n�rvl�`I-r.�.
, rb. �Q
12.AUTHORIZED REPRESENTATIVE The foiegoing is a statement o/facts.
.�: ��Ii�;N,4'',f.:'r. � / .. -
'��1-.� �� --�-- - oa�o��zo2a
John Henderson,CEO
s r�r�r�aF:r., �o�^,n ;�;n . ,
• • • � � � . . . . • . -
� � � ��.�3EF; 1' �n✓,,
• •
RFQ 2024-524-DF
PART 11-GENERAL QUALIFICATIONS
If a firm has branch o�ces,com lete for each s ecific branch o�ce seekin work.
�, , � ,,,",�� � � � ,,i
. _ .. . . �-F_NTITY Ir��^����.: r. .
HDR Engineering,Inc. 1985 T39AK2RRG2H9
-� �-'EFT > _.��_-,��i�
1475 Centrepark Boulevard "�"
Suite 230 Private Corporation
c Cir'f �: ��'',�ll >li' , ,. Sh1nl i RUSINF�S ST�nJ`,
West Palm Beach FL 33401 Large Business
oa POWT OF CCNTAi:T^i� "1�:-ri � �- �l,A��1f�����{�n +�yti.'.���.r lr rr _.
Katie Duty,Area Manager
��; � -��,��NE v�;n�a���: �� n�<< �,�, ,�z�_ ��� HDR,Inc.(UEI:KG5KCNG22BK6)
561.209.6600 Katie.Duty@hdrinc.com
8a FORMER�IR�1",�"�"�i- �b YR FSTF�BUSHED 8c UNIOUE ENTIT�� IC�E'v'�FIGf?
,h LpYEES BY DISCIPI I^,= 10_PROFILE OF FIR',1'�� �'FP!ENCE-���-�
ANNUAL AVERAGE REVENUE FOR�AST>���a�;��
,,ibcrorF��; . ,
� . � G. :ir�. .. � �. . . r�.., - .. . �
� -� ,. � �.i�:� ,:l- _ . . � _
12 Civil Engineer 881 1 A05I06 Airports;Terminals 8�Hangars;Lightin ;Fuel 10
27 Foundation/Geotechnical En ineer 47 1 B02 Brid es 10
48 Project Mana er 1,008 3 C15 Construction Mana ement 10
52 Sanitary En ineer 299 3 D01/02 Dams;Dikes;Levees 1Q
58 TechnicianlAnalyst 2,174 1 D04 Design Build-Preparation of Requests for Proposals 7
60 Transportation Engineer 1,176 3 E01 Ecological&Archeological Investigations 8
62 Water Resources Engineer 315 1 E09 Env.Impact Studies,Assessments or Statements 10
E12 Environmental Remediation 8
G04 GIS:Development,Analysis,and Data Collection 6
H01 Harbors;Jetties;Piers;Ship Terminal Facilities 9
HO7 Hi hwa s;Streets;Ai�eld Pavin ;Parkin Lots 10
H09 Hospitals 8 Medical Facilities 10
L01 Laboratories;Medical Research Facilities 9
P05106 Plannin Communi ;Site,Installation,and Pro'ect 7
P12 Power Generation,Transmission,Distribution 10
R03 Railroad;Rapid Transit 9
R11 Rivers:Canals;Waterways;Flood Control 9
S05 Soils&Geologic Studies;Foundations 8
S07 Solid Wastes;Incineration;Landfill 9
S11 Sustainable Design 10
T03 Traffic&Transportation En ineering 10
W02 Water Resources;H drolo ;Ground Water 9
W03 Water Su pl ;Treatment and Distribution 10
Z01 Zonin ;Land Use Studies 9
Other Employees 7,491
Total 13,391 13
i i ANNUAI AVERAGE PROFESSIONAL SERVICE'3
REVENUES OF FIRM FOR LAST 3 YEARS F
(insert revenue index number showr.:�(��qM�
a.Fedefal Wofk �� �.Less than�100,000 6.S2 mitlion to less than$5 million
? S100 000 to less than 5250 Gf'�'� �' S5 million to le.ss than$10 mdlier
b.NOtt-Feder2l�N���k �Q ;50 OQ'.�to�etis ti�3n�500.�,��� � � '�r�.ill on to IBss Iha�:��� r i��,-.-
,�� d ''"OO.OD�J lo less th�n S1 �ndi"� ._>n�i�i��on lc �E s�tl�ian_ r�Ih.��.�.
��� �� ��"'r�` a� milhon to Iess[i an 52 mdln-��
�. .��0 million�i iedler
12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts.
rr� i i ��_, �_
� )`�� � �--- - 08107/2024
� John Henderson,CEO
STANDARD FORM 330.! '
• � • � � � . - ... . . • . -
1. SOLICITATION NUMBER(Ifany)
ARCHITECT-ENGINEER QUALIFICATIONS
RFQ 2024-524-DF
PART II -GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work.)
2a. FIRM(orBranch O�ce)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER
HML Public Outreach LLC 2010
2b. STREET 5. OWNERSHIP
1255 Dove Avenue a.TYPE
2c. CITY 2d. STATE 2e. ZIP CODE LLC
Miami Sprin s FL 33166 b.SMALL BUSINESS STATUS
6a. POINT OF CONTACT NAME AND TITLE NA
Heather M Leslie, Principal 7. NAME OF FIRM(If8lock 2a is a Branch O�ce)
6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS
305-905-5876 heather@hmlpublicoutreach.com NA
8a. FORMER FIRM NAME(S)(Ifany) Sb. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER
NA
9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE
AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a.Function . Number of Employees a. Profile c. evenue n ex
Code b.Discipline b. Experience Number
(1)FIRM (2)BRANCH Code see below
02 Public Outreach 7 P05 Community Outreach Serviecs 3
Other Employees
Total 7
11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS �. Less than$100,000 6. $2 million to less than$5 million
(Insert revenue index number shown at right) 2• $100,000 to less than$250,000 7. $5 million to less than$10 million
a. Federal Work p 3. $250,000 to less than$500,000 8. $10 million to less than$25 million
b. Non-Federal Work 3 4. $500,000 to less than$1 miliion 9. $25 million to less than$50 million
c.Total Work 3 5. $1 million to less than$2 million 10. $50 million or greater
12. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a.SIGNATU � b.DATE
09/29/2024
c.NAME AND TITLE
Heather M. Leslie, Principal
STANDARD FORM 330(REV. 7/2021)
• • • � � / . .. ... . .
1 SOLICITATION NUMBER(N any)
ARCHITECT-ENGINEER QUALIFICATIONS RFQ No. 2024-524-DF
PART II-GENERAL QUALIFICATIONS
(lf a�rm has branch o�ces, complefe for each specrfic branch o�ce seeking work.)
2a. FIRM(or Branch O�ce)NAME 3. YEAR ESTABLISMED 4. UNIQUE ENTITY IDENTIFIER
HR Engineeering Services, Inc. 35 UNPPS6VG91V3
2b. STREET 5. OWNERSHIP
7$15 NW 72nd Avenue, a.TMPE
2c CITY 2d. STATE 2e ZtP CODE
Medley FL 33166 b.SMALL BUSINESS STATUS
6a. POINT OF CONTACT NAME AND TIT1.E
Hernando R. Ramos, P.E.-President 7. NAME OF FIRM(1/Btack 1a is a 8rench Otfice)
6b. TELEPHONE NUMBER 6c. EMAIL ADDRESS
305-888-8880 hramos@hrescorp.com
Ba. FdRMEF2 FIRM NAME(S)(ll any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIF�ER
9. EMP�OYEES BY DISCIPLINE 1Q. PROFILE OF FIRM'S EXPERIENCE
AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a.Function Number of Employees a.Profile c.Revenue Index
Code b.Discipline b.Experience Number
(1}FIRM (7.)BRANCH COde
27 Hernando R. Ramos, PE 1 39 Years 2
27 Chatuphat Saviqamin, PH.D.,PE 1 11 Years_ 1
27 David A. Ramos, PE. 1 5 Years 1
55 Chollada Soonyakanit, EI 1 10Years 1
55 Abraham A. Oliveira, EI 1 3Years 1
12 Juan Valencia 1 24Years 1
Other Employees 6
Total
11. ANNUAL AVERAGE PROFESSIONAL PRQFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS �. Less than$100,000 6. $2 million to less than$5 miliion
(insert�evenue index number shown at nghi) 2. $�00,000 to less than$250,000 7. $5 miilion to Iess than�10 million
a.Federal Work 3. $250,004 to less than$500,000 8. $10 million to less than$25 million
b.Non-Federal Work 6 4. $500,000 to less than$1 miliion 9. �25 million to less than$50 million
5. $1 miliion to less than$2 million 1 Q. $50 miliion or greater
c.Total W rk 6
12. AUTHORIZED REPRESENTATIVE
� ` The foregoing is a statement of facts.
a SI N RE �� �/� b DATE
Q_j�L�.t,c+c�i ""' ��/Q4�2�24
c NAME AN�iITLE
Hern ndo R. Ram , PE/President
STANDARD FORM 330(REV. 7/2021)
• • � � � � . . ... . . • . -
1. SOLICITATION NUMBER(Ifany)
ARCHITECT-ENGINEER QUALIFICATIONS RFQ No. 2024-524-DF
PART II -GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work.)
2a. FIRM(orBranch O�ce)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER
Longitude Surveyors, LLC 2004 36-4551726
2b. STREET 5. OWNERSHIP
7700 N. Kendall Drive, Suite 705 a.TYPE
2c. CITY 2d. STATE 2e. ZIP CODE LLC
Miami FL 33156 b.SMALL BUSINESS STATUS
6a. POINT OF CONTACT NAME AND TITLE SBE-AE/SBE-GS/DBE
7. NAME OF FIRM(I(Block 2a is a Branch O�ceJ
Eduardo M. Suarez, PSM-PresidenUCEO
6b. TELEPHONE NUMBER 6c. EMAIL ADDRESS
305.463.0912 marketing@longitudefl.com
8a. FORMER FIRM NAME(S)(Ifany) 8b. YEAR ESTABLISHED Sc. UNIQUE ENTITY IDENTIFIER
9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE
AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. Function .Number of Employees a.Profile c.Revenue Index
Code b. Discipline b.Experience Number
(1)FIRM (2)BRANCH Code see below
02 Administrative � �02 Land Surveying 6
O8 CADD Technician 5 S10 Surveying:Platting;Mapping;Flood Plain Studies 6
15 Field Crew 18 111 Underground Utilities/Subsurface Invesligation 6
38 Land Surveyors a
58 Surve Technicians/Pro'ect Mana er �
Other Employees
Total 4�
11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million
(lnsert revenue index number shown at right) 2• $100,000 to less than$250,000 7. $5 million to less than$10 million
a. Federal Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million
b. Non-Federal Work s 4. $500,000 to less than$1 million 9. $25 million to less than $50 million
c.Total Work s 5. $1 million to less than $2 million 10. $50 million or greater
12. AUTHORIZED REPRESENTATIVE
� The foregoing is a statement of facts.
a.SIGNATURE � �� b.DATE
� DI U U 04.11 ,� 10/23/2024
c.NAME AND TITLE
Eduardo M.Suarez,PSM-PresidenUCEO
STANDARD FORM 330 (REV. 7/2021)
• � � � � . . . • . -
1.SOLICITATION NUMBER(If any)
RFQ No. 2024-524-DF
.. . .. ... ,
• •
. � . . . , - . -. .- . . . . .
2a. FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTAB- 4.UNIQUE ENTITY IDEN-
Metric Engineering, II1C. LISHED TIFIER
1976 N4Q2KMLSAM94
2b.STREET 5.OWNERSHIP
13940 SW 136th Street,Suite 200 a.TYPE
Corporation
Z�.��Ty 2d.STATE 2e.ZIP CODE b.SMALL BUSINE55 STATUS
Miami FL 33186 N/A
6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(IJblock 2o is o bronch
Dale W.Cody,PE, PTOE � Executive Vice President of Traffic Operations and ITS o�ice)
6b.TELEPHONE NUMBER 6t.E-MAII ADDRE55 N/A
(305)235-5098 dale.cody@metriceng.com
8a.FORMER FIRM NAME(S)(If any) 8b.YR ESTAB- 8c.UNIQUE ENTITY IDEN-
LISHED TIFIER
N�A N/A N/A
10.PROFILE OF FIRM'S EXPERIENCE AND
9.EMPLOYEES BY DISCIPLINE ANNUAL AVERAGE REVENUE fOR LAST 5 YEARS
c.No.of Employees c.Revenue In-
a.Function a.Profile b.Experience dex Number
Code b.Discipli�e Code
(1)FIRM (2)BRANCH (see below)
02 Administrative 63 44 15 Construction Management 8
15 Construction Inspector 65 2 7 Highways;Streets 6
16 Construction Manager 27 1 5 Planning 6
24 Environmental Scientist 9 7 9 Structural Design;Special 5
29 GIS Specialist 2 0 3 Traffic&Transportation Engineering 7
35 Industrial Engineer 0 0 11 Environmental 5
47 Planner: Urban/Regional 1 0
57 Structural Engineer 1 1
58 Technician/Analyst 153 11
60 Transportation Engineer 42 14
Other Employees
Total 363 80
11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS 1. Less than 5100,000 6. 52 million to less than$5 million
(Insert revenue index number shown at right) 2, $100,000 to less than$250,000 7. SS million to less than$10 million
a.Federal Work 0 3. SZ50,000 to less than$500,000 8. S10 million ta less than 525 million
b.Non-Federal Work 9 4. 5500,000 to less than$1 million 9. $25 million to less than$50 million
5. Sl million to less than 52 million 10. $50 million or greater
c.7otal work 9
12.AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a.SIGNATURE b.DATE
10/24/2024
—�y`' �'�-' ��7
� '" !i
c.NAME AND TITLE
Dale W.Cody,PE, PTOE � Executive Vice President of Traffic Operations and ITS
STANDARD FORM 330 (REV. 7/2021)
• • • � � � .. . . • . -
TAB 2.4 ��R
;
PREV
IOUS COLLABORATIVE EXPERIENCE �
• PREVIOUS COLLABORAT{VE EXPERIENCE MATRIX
�;:, 2-137
�-•., . ,.. ..
2.4. Previous Collaborative Experience of Bidder and Other Key Team Member Firms
Provided below is a listing of projects that REI and our key team member firms have completed jointly, as a team:
Roadway reconstruction to address
recurrent tidal flooding.Scope included
the construction of a 0.8-miles 72"trunk . Ribbeck
SR A1A/Indian Creek Dr.from line,a 45,000 GPM pump station,new City of Miami Beach . HDR
25 St.to 41 St.Sea Level Rise signals and lighting system,extensive Giancarlo Pena,PE,CGC , HML
Flood Mitigation harmonization to adjacent properties, T:(305)673-7000 X6343 , HRES
securing license agreements,extensive
public outreach and project
coordination.
Highway and bridge reconstruction
including FDOT and GMX facilities.Our GMX
Team scope included assisting on the Gil Portela, PE
management,plans review,conceptual T:(786)376-1045 • Ribbeck
SR 836/I-395/I-95 Interchange plans,ERP permit,design documents, • CHA
Improvements review of ATCs,final roadway,drainage, • HDR
traffic,ITS and signal design.Scope also FDOT District 6 . Metric
included the reconstruction of arterials Lola Benitez,PE
under the bridges which included T:(305)470-5471
pedestrian and bicycle improvements.
Assessment of the FDOT outfalls that
discharge into the Biscayne Bay to make FDOT District 6
SR 5,SR 826,and SR 907 sure they comply with the discharge Nathaniel Pulido,PE • Ribbeck
Outfall Assessment parameters established by the NPDES T:(305)470-5264 • CHA
permits.
Plans review,drainage design support,
Districtwide Drainage and and emergency push-button Task Work FDOT District 6 Nathaniel • Ribbeck
Plans Review Orders(TWOs)to address drainage Pulido,PE • CHA
complaints in Miami-Dade and Monroe T:(305)470-5264 • HRES
counties.
Roadway improvements of Bird Road, FDOT District 6 Nathaniel
SR 976/Bird Road SW 117th/ from SW 102nd Avenue to SW 117th • Ribbeck
102nd Avenue Avenue.The project included major Pulido,PE . CHA
drainage improvements.
T:(305)470-5264
SR AlA/Roosevelt Boulevard Feasibility Study to raise a segment,or FDOT District 6 Nathaniel
Sea Level Rise Feasibility Study roadway,new pump station,seawall pulido,PE • Ribbeck
and Concept Plans upgrades and harmonization details in T:(305)470-5264 • CHA
the City of Key West.
Program Management Services
City of Miami Citywide including project scoping,
project/program scheduling,cost
Program Management City of Miami
estimating,risk assessment,project and • Ribbeck
Support Services for Clara Sidan, PE
Stormwater Infrastructure- Program initiation and monitoring,and T:(305)416-1050 • CHA
Group 2 miscellaneous services for the City of
Miami Stormwater Infrastructure
Program.
• • • � � � . - - .. ... . . - � . -
Highway and bridge reconstruction
including new on and off ramps,
signalized intersections,drainage system GMX
GMX 83629,SR 836 and NW at SR 836 and NW 87 Avenue Gil Portela,PE
87 Avenue Interchan e interchange.CHA was the EOR and Prime • Ribbeck Engineering
g Consultant for this roadway T:(786)376-1045 . CHA
Improvements reconstruction project. REI was the
Owners Rep,assisting on the plans
review and project coordination during
the design and construction phases.
Roadway improvements along 1.2-miles
SR 916/NW 138 Street from of SR 916/NW 138 Street including the FDOT District 6 • Ribbeck Engineering
NW 67 Avenue to NW 57 milling and resurfacing,widening,ADA Lola Benitez,PE • Longitude
Avenue Roadway upgrades,guardrail replacement,lighting T:(305)470-5471 • HRES
Improvements retrofit and signalization upgrades at 4
intersections.
Roadway improvements along 2-miles of
SR 972/Coral Way including the milling
and resurfacing,overbuild,widening,
pavement reconstruction,new ADA curb
SR 472/Coral Way from West ramps,drainage improvements,lighting
of SW 12 Avenue to East of retrofit and signalization upgrades at 11 FDOT District 6 . Ribbeck Engineering
Brickell Avenue Roadway intersections.The scope also included an Claudia Gutierrez,PE . HRES
Improvements urban path(shared use path)to connect T:(305)470-5268
the SW 15 Road roundabout and the M-
path,as well as widening to provide
buffered bicycle lanes between SW 12
Avenue and the SW 15 Road
roundabout.
Roadway reconstruction to
accommodate 2 additional through lanes GMX
SW 137 Avenue from SW 26 along SW 137 Avenue and a new Gil Portela,PE
Street to SW 8 Street Roadwa drainage system.7he scope also • Ribbeck Engineering
y included new lighting and signals,new T:(786)376-1Q45 . HRES
Reconstruction ADA curb ramps relocation of over 350
trees,and signing and pavement
markings upgrades.
Flood Mitigation improvements
including a new 66"trunk line,a 25,000
Flood Mitigation GPM pump station,seawall retrofit to North Bay Village • Ribbeck Engineering
Improvements at Harbor accommodate new outfall,roadway Marlon Lobban, PE • CHA
Island North Bay Village reconstruction,harmonization, T:(305)756-7171 • HRES
environmental evaluation and
permitting.
Highway and bridge new construction
improvements including on and off
ramps connecting SR 874 to SW 128
SR 874 Ramp Connector to SW Street.The scope included new signals, Giln ortela, PE • Ribbeck Engineering
128 Street Interchange Project ITS,drainage and lighting. REI assisted T:{786)376-1045 • HRES
GMX with the RFP,conceptual design,
and design documents review. HRES was
the geotechnical EOR.
• � � � � � . . ,. ... . . • . -
Roadway reconstruction and drainage
improvements to recurrent flooding
within the Allapattah neighborhood(+5-
miles of linear roadway).The
improvements are funded as part of the
Miami Forever Bond Initiative for Sea
NW 7 Avenue to NW 14 Level Rise(SLR)and flood prevention to
Avenue/NW 23 Street to NW achieve a stronger and more resilient City of Miami • Ribbeck Engineering
315treet,Allapattah roadway infrastructure.The scope Clara Sidan,PE • HML
Neighborhood Flood includes raising some segment of T:(305)416-1050 • HRES
Mitigation Improvements vulnerable roadway prone to recurrent
tidal flooding. In addition,a new
drainage system is being provided along
with new pavement,signing and
pavement markings.The scope also
includes the replacement of watermain
and gravity sanitary infrastructure.
Roadway improvements along 2-miles of
SR 933/SW-NW 12 Avenue SR 933/SW-NW 12 Avenue.Scope FDOT District 6
from SW 13 Street to NW 15 included ADA upgrades,guardrail �ose Barrera, PE • Ribbeck Engineering
replacement,lighting retrofit and • HRES
Street Roadway Improvements signalization upgrades at 6 intersections. T:(305)470-5331
Signal scope included new mast arms.
Highway widening to include 2 open
SR 826/Palmetto Expressway road tolling(ORT)lanes on each bound.
FDOT District 6
from I-75 to North of Canal C-8 The scope also included the Raul Quintela, PE • Ribbeck Engineering
Bridge(NW 162 Street) reconstruction of interchanges within • HRES
Highway Improvements the project limits,new drainage,lighting, T:(305)470-5271
signal and ITS systems.
Highway widening to include 2 open
SR 826/Palmetto Expressway road tolling(ORT)lanes on each bound. FDOT District 6
from East of NW 67 Avenue to The scope also included the • Ribbeck Engineering
Raul Quintela, PE
East of NW 57 Avenue reconstruction of an interchange within T:(305)470-5271 • HRES
Highway Improvements the project limits,new drainage,lighting,
signal and ITS systems.
Upgrade and retrofit of the existing
Sunset Islands Pump Station Sunset Island Pump Station.Scope City of Miami Beach . Ribbeck Engineering
included repairing pumps,force main Fernando Vazquez, PE
Upgrades and all incidental components due to T:(305)673-7625 • CHA
corrosivity damage.
Upgrade of the existing Pump Station
Biscayne Blvd.from NE 14 Stormwater Management System at FDOT District 6 Nathaniel
Street to NE 19 Street Pump Biscayne Bvld.and NE 17 Terrace.Scope pulido, PE • Ribbeck Engineering
Station Improvements included repairing pumps,force main T:(305)470-5264 • CHA
and all incidental components due to
corrosivity damage.
Upgrades to the Coral Gables
Courthouse Parking Lot Improvements Miami-Dade County ISD
Coral Gables Courthouse including optimizing parking layout, Carlos Belliard • Ribbeck Engineering
Parking Lot Improvements upgrades to drainage system and new T:(305)812-0020 • HRES
electric vehicles(EV)charging stations.
• � � � � � • � - - - •� •�• • • ' � • ��
,% ! � �' r
%� .'�e '€Y.v'`�. . '.:.� . . . . � . . . ...T t,.t
[ �a k,1 xt k � � '�,�. . ���'x}, � � . �� �'°'�,�,?�c` 4�1
��.� 3"� .,� . , � `� �a�#C,T 4
�' `� �'vw`i �... ' . .. �r.::�,�:r r
... ' . . t �'C Y.r
� �.+-�.�'• %
i='1'.
I A I B EA H
�/1 �/1 C
Professional Design Services for the
North Beach Town Center (North Shore D)
Neighborhood Improvement Project
RFQ Procurement/Contract No.: 2024-524-DF
�� ��.��.��x��*-,,� ,� -. -; .. .. ,, �a�. ,�:�.
,. , ,.
�;; ,
_ : .-.
.. '. K �' � ' .
_.�.. 'Y+. . ,. , . � ...�
_
��. �,N
�
-
� . � ���r�� n : ' �- _'
. r■`■ �. � n.
.._ ,�"�
_. . �� �� • =.. �, w'�• •���,�y���I�1�.., +w::t `�. � _ _��. s�_.
:t ;�,:�. I k � ,y. �• ��r�, ./-a �'sats./','` � - � � �,..
•�+�=. '""='� 'J� :p� - �'fr�.'� �z Mr �•. t.._r-�"• i'��
� :
.�y; ` r, R!
� : -.�.rw_ _ .,y�,,,,_g••: �.�� �' ' _ . ���,�ltp
� �a v.J'. .ti„ .+� • - J`" . _ ����
�wJ"�'�` • E •�.r-�' � �� 11�11��
2�!- - . ,"�:� t��� ~ . " _ "' ^ .,��
�`��^ J,� _ '�� �.. . '��ty�y i�� .:,"�,' �5.�/
� � r. V
,. ' ,.�-- „ ..� " �"... ' ai ' .'Rwl!4q
�' � �� � `� � - . ' ����.�er+!aa
•'" -.+� -- r ' � '! :��+ ��:
�,����w■ �,.�: i _' `Y�_"` ��� 7 '�.':�w��
�"7�� �,- - "" • '�� , +ie�t�7F�
� •.l' +�pq p•■
.. . f`ai�� � �A7lM�_
� r� �. .� , ' ae.aa.w� i . `��
�� IM �_ �,r� ,.. �.. •! � '�U
�R y
� ��t�.� ,� � ; � �_" �
'� �
R .w _'�.''- �`�y
- _ � - . .... � -
" �'r�:�r ° � ,,;,, � :.% '
_� _ ,
- �,� ` - _ "" -
_ - _� �
". R i B B EC K - ���_ �i�. � , .��..:��.._ �� ,
_ W
e�;,.� _ ,_w-, �, �.....�,,,�� "`,�-�` . �`"'^"�."""'�,'�.,.r—�.,�.�_ r
��� � Engineering, Inc t �" y�. : .,�.�� �,,.� ��-�... . � - .�
.. �
�
,�, `, �.,� ..�,..� ,.��„� ..
=�.;+,�,.�. .. :,.� - ..,,. � J _. ,,�:.,, . - _ -...::;,s .�„�.
.�iry,'�"i .. ""^�.s,.y�...nAR' .. ��.<,� ap�� � .,.„�"�"��.... r �e Y"-�►r . T� .
.
-� ' . . �� .. ,r,. ,., � .
R
' ' "
a
. _
R �
�.. ,-ti � ^ � .
�..
�� + . � - . ., - ' �� + .j.��I
y )�I�,.
i'
.
ry r�F'
������ . �. .�� v ��•�u,r� :ar..... ���'r.'. �Jw�M;��� x �y����'M;�' �yL��•�
x
Approach and Methodology
. �_._....._ - -'�` - � —
._ _ - .::;.: �. ���� - . �w�
:�.� - - �
_
. � _
� � ;` :� �. _�:� „ _
�.� � �"'� .`i- I 1� °� f� .r`ar�" '4�^ �� � � �w�u.
, � � F f�C%i .J '_�..!_ �� _ �'�AOf�II {
._. _.�.�,�`., �=2;��:i1�Mr ... —���;+ .�'�•... � � ������ j t:
{ " :w� .,+, w..- - _tT E..! ' '�� � �wn.�w'� r � .
-' _
.. . r
. „
.
`� :-� : �� _.. .., _� 'w�+t�; . .
� �
-_" _
�
.
.
-
���� �. � .�- .. _ . - 11 W�" ���•��'�,!�
�r V'�+v.�- I. �r �.�
�$�+ :_I _ — ' '�� . .�-- �.�M ).`�"�ww.�(� _ �
,� ��� f ���� r
-�. - w„�:'��;r7� �
� �IrA�. I►4r1
� *i.. •�;� � � . � . ' � ��� '���
� . �w'I�. ' �.
a
. .�,__._..:..
�
.
� -�--..
' � t-•
�►_s� d. ._ , . • �
_
�,__ .r.,,- _ � , _ � �
t+Arc . . - � ��n � �,;. " _ ' � e. .
..:
.,y�s�i, ._r - ..„„ � �. .. � ,�,-,�,,. � �
_ �. . `"�." . ,. 14, •
, T
:�j ...r� .r.. .s_+(�yw '��:y d°'#!� . ��� � ',�'�..�f� �yy i � .,
� . . � . . ��..� . .
' ,�� . ."' . ,. ,��e, _....ye.'�" �� -..r+,..�,;:. .. . :"'h.,$Fl "a"'TiG. -'� _ +�'i,��.+4,.,..�.� ,
...� ,. .� �.,;�„ ,.
, _ ,.. �..y. � .�,.,� ���se'�w�� �..'-`°',� +�'•wr
� - --+,.—,..�"'* � . �.. .
,
_ _:
_ _ _ _
.._. ,�<,��r � < .. �
Y'��-v%�Y`_-;�!'�� �,"y� - "'� _ ' :�� ."�"'��"_"•`" . . =
.. i .
� �. .
"^y�.�
.� . , _
" �� ,,,�.` '«� +�C.:..:. �, . ,. . y".;s'�'�
- r
_ .� �.. ,.+�y ,�^^.' _.
' _
�"T�f..^__ ''. �_ �"`'.; �. ti "°`�' � '� '`��+ '�s.+y� '�r '��`.
.
:
. _ _ .. . ♦�._ .. _ . .. . ��.., �A��q
'
. a
_ �} .. .r.��+�
i�".�'.:��V� r .-,.:r" " _.�.:ir�."'r�'„. . .•P�.Y��.�..,.�'��� ' .
��y _. .... . . _ , . � .. ..
TAB 3 TABLE OF CONTENTS -
. . . . . . . .
3.1 Project Initiation and Planning '3 - 3
A. Understandin of the Sco e Ob'ectives and Contraints 3 - 3
g P , 1 ,
B. Understanding of Pertinent Planning Documents 3 - 6
C. Review of Available Data 3 - 7
D.Availability of Proposed Key Staff 3 -8
3.2 Data Gathering 3 - 10
A. Collection of Relevant Data 3 - 10
B. Collection of Traffic Data 3 - 12
3.3 Stakeholder Engagement 3 - 13
A. Developing Engagement Plan with Stakeholders 3 - 13
B. Seeking Public Input and Feedback 3 - 13
C. Communication Plan 3 - 13
3.4 Preliminary Design 3 - 16
A. Developing Conceptual Design Options and Drainage Models 3 - 16
B. Preparing a Comprehensive Utility Plan 3 -33
C. Considering Phasing Options 3 -34
3.5 Detailed Design 3 -36
A.Selection of Feasible and Cost-Effective Design Options 3 - 36
B. Developing Detailed Construction Plans 3 - 36
C. Comprehensive Shutdown/Bypass Strategies 3 - 50
D.Comprehensive Traffic Management Plan 3 -51
E. Quality Assurance and Quality Control Procedures 3 -58
F. Utility Relocations 3 -59
3.6 Cost Estimation &Timeline 3 -60
A. Preparing Detailed Cost Estimates at each Design Phase 3 - 60
B. Construction Cost, Utility Relocations, and Ongoing Maintenance Considerations 3 -60
C.Strategies to Meet Schedule and Budget 3 - 60
3.7 Permitting and Regulatory Compliance 3 -64
' 3.8 Supplier Diversity 3 - 66
• • � � � � . . .. ... . . • . -
Approach and Methodology
3.1 PROJECT INITIATION AND PLANNING { -; •
A. Understanding of the Scope, � � �, � �•:, � � �
�,`� � � �� ^ �
-�
Objectives, and Constraints ' —;�-'�' ";'r}� 1.�,
� �
�,' N # � ����.�. ;r . `� 1 1'
' � � `:7C��'1�!1 -'`'�..:... ,r„ � � �
'at� r ' _ _ _
, . . � . 73rd Street �,
. : . , .�: I:.. . �� ��. � i \ � ��� 1
The City of Miami Beach's long-term vision provides for a �w'�� — � � �1
prosperous, safe, smart, people-first, and resilient - �
coastal city. As a major economic resource in South Q ;,.
Florida, with global standing, the City is strategically = '
planning through the lens of resiliency and sustainability. 75LS1fee` " r" �
A key factor is developing and implementing adaptation ,6 �1!�
strategies to climate change and sea level rise. The °'�� 1
necessary solutions present significant challenges due to "o � �
the City's relatively low-lying topography coupled with ' ` �° 69th5treet
significant tidal influence, rising groundwater levels, and . �,�-��-�'' ��'
high-intensity rainfalls. Furthermore, the City is over 100 ' •' �•' �`-^--���"` "y
. .��i: ...j.:':1 � 1 • .r...-
years old, and many of its infrastructure assets are aged �.� �� ,;._ — .�� r r• ��j
near or past their useful service life. As a result, the ',� ;�,= `�•�� �
entire City is designated as an Adaptation Action Area ,,,�
(AAA) in the 2040 Comprehensive Plan, which calls for
` -� �.,_.,�::_,.
prioritization strategies that identify locations that � - ` �
currently or are projected to experience severe impacts. ' ';;,�,,�..
The City's approach is to provide incremental adaptation The project boundaries fall within 69th Street to 73rd Street
Ovef time fOCuslflg Of1 the CfItIC21 8fe85 flfst. and from west of Indian Creek to Collins Avenue.
The North Beach Town Center (North Shore D) North Beach Town Center assets at risk as per the
Neighborhood Improvement Project (NIP) was classified City of Miami Beach Sea Level Rise Vulnerability
as a priority flood mitigation in the Cit�s Integrated Water Assessment Report,2024 include:
Management Neighborhood Improvement Project
Prioritization Plan,2020. North Shore falls within the City's Transportation Assets:
North Beach District consisting of diverse and historic 4 71st Street(Evacuation route)
Miami Modern (MiMo) inspired neighborhoods. Unlike its O Bridge SST61313
counterparts, the North Beach District has a small town O MDT routes 79, 100,and 279
feel with significantly less development. The City, area O Signalization
residents, and businesses have been diligently developing Critical infrastructure:
plans to revitalize the neighborhood through the creation O Stormwater System
of the North Shore Town Center along 71st Street to Q potable Water System
increase mobility options,enhance the streets,and provide p Sanitary Sewer System
resiliency to climate challenges. In addition, the North O Electrical
Beach Community Redevelopment Agency (CRA) was
established in 2021 to oversee redevelopment of this area. Emergency facilities:
O Firestation No.4
This project aims at addressing asset vulnerabilities to O Police Station
the recurring flooding that will be compounded by sea Historical,Cultural and Natural resources:
level rise, as well as incorporating improvements that p North Shore Park and Youth Center
take into consideration future developments and O Byron Carlyle Theater
expansion, while still preserving the historical "feel" of O Bandshell Park
the community.
. � � � � � . . .. ... . . • . -
Approach and Methodology
Ribbeck Engineering, Inc. (REI) understands the objective of
this project is to harden and revitalize the aging
infrastructure and elevate the roadways to mitigate flooding O Designing and permitting a new stormwater
caused by high tides and severe storms.The project includes system including large diameter trunk lines,
a new stormwater collection system capable of the injection wells, pollution control structures,filter
units, new outfall structure and pump stations.
collection, conveyance, treatment, and disposal of the high
intensity rainfall. The proposed system will utilize new O Designing and permitting new water mains and
drainage pipelines and force mains, stormwater pump sanitary sewer lines.
stations, water quality wells, and a stormwater treatment
system consisting of coarse bar trash rack, pollution control O Elevating roadways and sidewalks.
structures,and upflow filter systems.Blue-Green Stormwater
Infrastructure (BGSI) will be incorporated where feasible to O Harmonizing private properties.
help reduce flooding by providing increased infiltration of O Designing incidental improvements(new signais,
rainwater and to increase water quality by managing non- lighting,striping,and signage).
point source pollution to receiving waters.
O Providing complete streets solutions.
In addition, the City's aging water and sanitary sewer
systems will be upgraded to meet the growing demand O Providing architectural landscaping services,
due to population growth and the area's BGSI, and urban tactile features.
redevelopment. The objective is to take advantage of
the improvements of North Shore D by simultaneously � Providing a comprehensive maintenance of
replacing the water and sewer systems, minimizing the traffic plan.
need for multiple roadway impacts in the future. While O Performing public outreach and community
this is a worthwhile objective, it will require careful engagement.
sequencing and close coordination with all other utilities
to ensure the project is constructable and avoids O Conducting Utility Coordination.
conflicts with other utilities or phases of construction.
The roadways will be raised to meet the required Our project management approach is to establish the
minimum elevations to the extent feasible and provide project requirements, set the basis for controlling the
harmonization solutions that reduce impacts to the scope, schedule, budget, and quality of the project tasks,
adjacent properties. At the forefront of the roadway and describe the principal responsibilities and authority
improvements will be the incorporation of protected of the project participants. Our team understands the
bicycle lanes, exclusive transit lanes, and wider necessity of successfully completing project goals within
pedestrian sidewalks and outdoor dining areas. the predetermined schedule and work program budget.
Opportunities for architectural landscaping and urban Our experience working on roadway improvements,
tactile features will be provided that enhance the drainage, and pipeline/pump station projects in the
aesthetics of the community, including tree canopies, past for the City makes us comfortable enough to say
bicycle parking facilities, and LED solar power lighting. that the communication lines required to establish
Incidental work will include the replacements and good coordination with the City are already in place.
upgrading of the signalization, street lighting, and Our team will provide the City with a qualified
signage. These features must also align with the management and technical staff to develop a set of
aesthetic feel of the North Shore area. contract documents that will be functional, cost
effective, biddable, and maintainable.
We will use a "hands-on" project management approach
Projects of this magnitude carry challenges and to effectively satisfy the contract conditions. Our
constraints that if not managed efficiently may cause streamlined production-oriented team with state-of-the-
delays to the project schedule and increase the budget. art resources allows us to complete project assignments
The REI Team understands managing risk involves in record-time with a high level of technical and
planning strategies at the commencement of the project. professional quality.
• � � � � � - . .. ... . .
Approach and Methodology
Upon receipt of the NTP, the REI Team will schedule a
meeting with the City's Project Manager to define the ''� 7"�agen�ent Staf�
proposed scope of services. We will conduct detailed
field visits for data collection with video recording and • ��hbe�_ (85%Availablel REI
pictures of existing conditions to define project issues Project Manager
and deficiencies. One week after the field meeting, REI's Carlos has over 37 years of transportation
Project Manager, Carlos Ribbeck, PE, will coordinate with � engineering design and management
the City's Project Manager to finalize the scope. �+~- � experience with emphasis in roadway and
Described below is a set of management activities that drainage design, stormwater master
we will employ to manage this contract. 1 planning,and environmental permitting.
He has successfully completed multiple projects for local
Project Kick-Off Meeting- We will begin with a kick-off agencies, such as City of Miami Beach, Miami-Dade DTPW,
meeting with the key participants and discuss the project FDOT Districts 1, 4, 5, 6 and 7, Greater Miami Expressway
purpose. Scheduling the implementation conference will Agency (GMX), City of Miami Resilience and Public Works
be the responsibility of Carlos, working in conjunction Department, South Florida Water Management District
with the City's Project Manager. (SFWMD), and U.S. Army Corps of Engineers (USACE). His
expertise ranges from PD&E studies,RFP packages,final design,
Project Reporting - REI will distribute meeting minutes �onstrudion oversight and delivery of high-profile projects.
within three business days of any meeting that identifies Carlos's experience includes several sea level rise flood
resulting action items, responsible parties and a mitigation projects and coastal projects. He has led the REI
resolution deadline. Action items will be tracked in REI's Team in the design of numerous complex sea level rise and
database and reviewed weekly by Carlos. Monthly status flood mitigation projects.Among his most relevant projects are
reports will be the primary method for officially the City of Miami Beach's Indian Creek Drive Sea Level Rise
communicating the status of the project. The report will Flood Mitigation improvements and four (4) reconstrudion
include cost and schedule updates, variance analyses, segments of Alton Road. All of these projects required large
recommended corrective actions, an executive summary diameter trunk lines, pump stations, roadway reconstruction,
regarding the accomplishment for the month, projected harmonization and extensive coordination and public outreach.
activities for the following month, and identification of
any issues, along with suggested approaches and � "� �'d' ��^='=� REI
resolutions. � Deputy Project Manager
.'� `�� Maher has 23 years of experience in the
Stakeholder Coordination - Our team understands the ' design, plans production, coordination,
importance of coordinating and proactively meeting with �, and management of transportation
all project stakeholders, including permitting agencies, projects throughout FDOT Districts 4, 5,
and the need to plan ahead for upcoming projects along 6,and 7,Greater Miami Expressway
the routes. The scope includes municipality/agency Agency (GMX), City of Miami Beach, Florida Turnpike
coordination, a governmental affairs program, industry Enterprise (FTE), Miami-Dade County, City of Miami
forums, public project web page updates, and schedule Resilience and Public Works Department, PennDOT, and
of implementation. The identification of permitting Pennsylvania Turnpike Commission. Maher has served as
requirements in advance is also a critical effort. The REI the Contract Manager for the FDOT District 4 Districtwide
Team brings unique knowledge of permitting Contract, �eputy Project Manager and Lead Roadway
requirements, processes, and procedures, specifically in Engineer for the Indian Creek Drive Sea Level Rise
relation to drainage, pipeline, and pump stations. Mitigation Project, and Project Manager for several
municipal and FDOT roadway improvement projects, as
Subconsultant Coordination - Each firm will be given a Well as the Engineer of Record for limited facility projects,
specific scope, budget, and schedule. Our project such as I-595 and a segment of I-4, swiftly delivering
manager will meet with each subconsultant on a bi- projects on schedule and within budget. His capabilities
weekly basis to coordinate key technical issues, schedule include roadway geometric design, signing and pavement
requirements, and upcoming work. If the subconsultant markings, drainage design, TCP, plans production, project
falls behind schedule, the firm will be required to add �oordination, plans review, cost estimates, client
staffing until the progress meets the schedule. relationships, utility coordination,and RFP development.
. • � � � � . . .. ... . . � . -
Approach and Methodology
B. Understanding of Pertinent Planning Documents
The REI Team has put maximum effort in understanding Sewage is collected throughout the service area and
the City's planning documents beginning with the 2040 pumped through a single 60-inch connection to Miami-
Miami Beach Comprehensive Plan. This plan covers land Dade Water and Sewer Department's (M-D WASD)
use and development, climate resiliency and Central District Wastewater Treatment Plant for
sustainability, transportation, housing, historic treatment and disposal. The collection system includes
preservation, recreation and open space, infrastructure, the gravity sanitary sewer and major gravity
intergovernmental coordination, public school facilities, interceptors, whereas the transmission system includes
and capital improvement elements. To support the the pump stations and force main network. The sanitary
overall comprehensive plan, several master plans are sewer system consists of 23 pump station service areas
available as tools to develop the criteria and scope for (basins), approximately 117 miles of gravity sewer mains,
this project. It is vital to understand each document's approximately 26 miles of active force mains, and over
vision and how the applicable criteria will affect this 3,100 manholes.
project.These documents include:
2020 Road Elevation Strategy and Recommended
2024 Stormwater Modeling and Master Plan Update - Sea Level Rise/Tidal Flood Adaptation Projects-
The latest-released master plan is intended to update This report is an update of the road elevation policy to
previously developed master plans to incorporate sea reflect new observations and projections in order to
level rise projections for 2040 and 2070, identify critical provide flexibility to accommodate private property
needs within the next 10 years, provide resiliency Capital harmonization. For this project, the minimum elevation's
Improvement Projects (CIP) alternatives, develop a are 4.2 for City roads and 5.2 for FDOT roads.
phasing plan for priority projects, update the hydraulic
model with current drainage infrastructure data and to
the latest software version, introduce the BGSI Concept 2016 Transportation Master Plan - This Transportation
Plan,and provide a 50-year planning period. Master Plan is intended to provide future directions for
the City's transportation system. In recognition of the
2019 Water System Master Plan - The City of Miami exponential growth in population, future traffic and
Beach water system services an area of approximately transit conditions will be forecasted into the year 2035.
7.5 square miles. Water is supplied through five
interconnects(four duty and one emergency). The goals of the master plan include:
The City's water system serves �
approximately 100,000 residents, A ♦ Prioritizing the pedestrians.
30,000 hotel guests, and a �
floating employee population of - n • Providing reliable, convenient,and consistent
transit service and infrastructure.
approximately 70,000 people. , .,
Water distribution and system -
�'' ♦ Developing a safe, connected, and consistent
pressure is controlled by the � bicycle network throughout the entire city.
Citys six booster pump stations f • Providing accessible and convenient off-street
The City's distribution network parking facilities.
comprises approximately of 184 T T • Ensuring most, if not all, planned developments
miles of water mains. The largest �' ;J,; within all areas of the City concur with the expected
water main pipe diameter within .�'�'` ` - capacity levels and the multi-modal vision for the
the City of Miami Beach is 36 y"`��! . ',` transportation network.
inches. -- -- �` � • Planning for efficient freight mobility and delivery
of goods within the City.
2019 Sewer System Master Plan - The City collects
wastewater from its customers and conveys it to Miami- The Transportation Master Plan provides a project
Dade County for treatment. The City also provides bank including improvements along 71st Street,72nd
wholesale sanitary sewer to satellite cities such as the Street, 73rd Street,Abbott Avenue, and Indian Creek
Village of Bal Harbour, the Town of Bay Harbor Islands,
North Bay Village, and the Town of Surfside. Drive that address multimodal transportation needs.
• � • � � • .. ... . . -
Approach and Methodology
Bicycle Pedestrian Master Plan - The Bicycle Network North Beach Town Center District, Intensity Increase
Plan includes over 20 miles of new and improved Study 2014 - Provides the basis for public policy in the
bikeways. The plan envisions a network of protected North Beach area and establishes priorities for public
bike lanes on major corridors and a network of sector action. Plan NoBe integrates existing plans and
greenways on residential streets, including several introduces the North Shore Town Center vision.
routes within North Shore. \L, „�„,, --.•
��.1. FYp A.«sv � .a� �•_ , 'I
j'_I SI�+� � �
'� � �e a, Lfi .� 1�I�• .t ,1
.' ' ' �� �•� � �' � � .... �i. 1 �.',.
_ —NORPARK ORE '��+��'..��``i ng wrw� r vi� 7
T �� r ���
gT i � �"='�"����-`• : �!� 1
} - NORTH SHORE � � LL�r�` �, ,� � � g � �:r �
_ E7� (� �a �
PARKING LOT � - `.�' �,u...; ,..��:.i;-��' .J� i
` T_ �.. � ��,, -�.�, ' � 1
_ `'� , *�. II-; �, � �,
m '� 5 �'�*"��'"��' i �+:' �.`�'w
�. �--y._,,,�
,, t A9 TH SL ��`, ��"�Y.e;,",'; °' e �.��„� e�' 1��v, 1,
T�"
�`` W "�`�.: ja ",� "�` ; �� e�:,�;t °l� i
� r . , �-�:'�'�� �:� 3. .��- �
� � r•�..» �... .,y�►��s w .'��..�
� . , `:.- . ^�- a , w± , '.
The North Beach Community Redevelopment Agency
Blue and Green Stormwater Infrastructure (BG51) -This (CRA)Redevetopment Plan was adopted in 2021.
plan formally incorporates BGSI into the master The goal is to provide economic development,climate
planning, design standards, capital improvement plan resiliency&sustainability,community branding,
projects, codes, etc. The plan includes BGSI strategies protecting neighborhood character(MiMo Design
and recommendations to be applied within the City Guidelines),improve quality of life,and community
including bioretention swales, constructed wetlands, redevelopment.
detention basins, tree pits, injection wells, permeable
pavement, stormwater planters, trees, wet ponds, and Basis of Design Report for North Shore D - The BODR
subsurface storage. outlines the project objectives, design and permitting
criteria for sea level rise, design tailwater, minimum
Urban Forestry Master Plan (UFMP) - The UFMP roadway elevation and design elevations for floor
provides a framework to guide the City in sustainable hardening, stormwater quality control, pollutant removal
and strategic preservation, management, maintenance, and flood protection level of service requirements. It also
and growth of a resilient urban forest. The urban forest includes an existing and proposed conditions analysis for
provides for improved water and air quality, carbon stormwater,water, and sanitary infrastructure.
sequestration and storage, and reduction to urban heat
and energy. Benefits include wildlife preservation and REI will engage in close collaboration and coordination
aesthetic and social value. with the City's Planning and Engineering Departments
from the onset and throughout the project to make sure
Miami Beach Street Design Guidelines - Provides design that the final design of this corridor is not only functional
concepts and details for various types of streets with a but is fully aligned with the applicable planning
focus on pedestrians, bicyclist, and transit user. The documents and the City's long-term goals and vision.
design guidelines includes pavement marking techniques
to incorporate bicycle lanes at intersections. Streetscape
material is identified to provide an aesthetical and C. Review of Available Data
functional street including building materials, street
furnishings, landscaping, and lighting elements. To develop the comprehensive plan for the corridor, our
team conducted a thorough review of the planning
In addition, several site specific master plans, studies documents, available as-built drawings, utility atlases,
and guidelines will be used for the project including: approved permit plans, permitted drainage reports,
geotechnical reports, available development plans, GIS
Plan NoBe - North Beach Master Plan, 2016 - Provides maps, and LiDAR data to gain a detailed understanding
the basis for public policy in the North Beach area and of the existing underground infrastructure, assess the
establishes priorities for public sector action. Plan NoBe current and future landscape, identify potential
integrates existing City planning documents and challenges and limitations, and develop associated
introduces the North Shore Town Center vision. solutions and feasible alternatives.
• • � � � � . . - .. ... . .
Approach and Methodology
D. Availability of Proposed Key Staff
The REI Team is supported by:CHA, HDR, Metric, Longitude �� + ��'_.:; .r�, REI
Surveyors, HML Public Outreach, Green Dade and HRES. Stormwater/Drainage Engineer
Our team has carefully analyzed the scope of work and Francis has 37 years of experience in
selected key personnel with the right blend of technical roadway design, drainage and hydraulic
expertise, capabilities, and availability to successfully �� modeling, structural design, pump station
deliver this important neighborhood project. As evidenced ,� � design, permitting,and municipal work. He
by the resumes and organizational chart submitted with � �� has successfully designed and completed
this technical proposal, our staffing plan addresses the � 4, 250+projects for Miami-Dade County,
project's resource demands and includes skilled staff to F UOl, FTE, City of Miami, City of Miami Beach and
address all specialty items required by the project scope. several other entities. Francis was also the Assistant
The team's key personnel proposed meet the required Director of the City of Miami Public Works Department
minimum experience and have additional preferred for seven years prior to joining Ribbeck Engineering in
experience in similar roles and on similar projects in Miami 2011. His experience in the City included overseeing the
Beach. Our team has the additional advantage of working design and construction of a variety of drainage projects;
together for the last 20 years on similar projects, in similar he was also responsible for the City's Public Works
roles, and have the endorsement of all previous clients; Department inspection, maintenance, and operations
therefore, we bring a well-established team with a track activities. Francis has also served as the senior drainage
record of success. As a result,our key staff has gained first- engineer responsible for the design of a variety of FDOT
hand knowledge of local conditions, design standards, local sea level rise flood mitigation projects including Indian
permitting requirements, stakeholder and public outreach Creek Drive in Miami Beach.
concerns, multi-agency coordination needs, general
contracting practices, and construction methodologies �; :�:,,,• , REI
specific to roadway, traffic, drainage, water and sewer Transportation Engineer
projects. Our team's tenure on these projects has yielded lohanna has over 18 years of experience
an invaluable work relationship with local regulatory " in the design, plans production,
agencies based on trust, quality, and responsiveness, while coordination and management of
delivering cost-effective solutions. transportation projects. Her experience
The REI Team provides project management redundancy includes roadway geometric design,
by assigning a Project Manager, , and a signing and pavement marking,drainage
Deputy Project Manager, , to lead the design, traffic control plans, plans production, project
management and coordination efforts of this contract. coordination, plans review, cost estimates, client
They both successfully led the design and oversaw the relationship, utility coordination and RFP development.
construction phase of Indian Creek Drive Sea Level Rise She has been the EOR of several roadway and signing
Flood Mitigation project. and are and and pavement markings projects and was the Deputy
available, respectively,for this contract. Project Manager overseeing the GMX portion of the SR
836/I-395/I-95 interchange project,on behalf of GMX.
K�y t-'r�,3�<
CHA
��:� . ,,. .:. REI Water&Sewer and Drainage Engineer
QA/QC Manager and Transportation � Arnelio has over 37 years of project
Engineer � management experience on projects
��" Hans has over 20 years of experience '"' that addressed the sea level rise, which
successfully delivering highway projects � included change in the roadway profile,
� within South Florida. His management new stormwater management systems,
, and design experience encompass a wide a pump stations, water and sewer
:��., : range of projects, such as design-builds, systems, and a comprehensive public outreach plan.
reconstruction, safety, capacity, flood mitigation and Arnelio has been involved in every aspect of the design
intersection improvement projects. Since joining management of these sea level rise projects and has an
Ribbeck Engineering in 2013, Hans has been the intimate knowledge of the entire process, including all
Engineer of Record for over 30 design projects. His facets of design, permitting, and construction. Among
design capabilities include roadway geometric design, his most relevant projects are the City of Miami Beach's
signing and pavement marking, drainage design, Nautilus Neighborhood Improvements, Biscayne Point
signalization design, traffic control plans, scheduling, Neighborhood Improvements, Crespi Boulevard Pump
plans production, project coordination, plans Station to address sea level rise, and llth Street
review, cost estimates, client relationship, utility Roadway Reconstruction (a roadway elevation project).
coordination, and RFP development.
• � • � � � . .. ... . . - - • . -
Approach and Methodology
� � (,°51 d . , ��,_ CHA a� �iFrx� � .�)'� ��... t , HDR
Drainage, Resiliency and Water&Sewer Environmental&Permitting
Angela has over 15 years of experience in . Ken is a Senior Environmental Scientist
� �' the design and hydraulic modeling of `t ;;�, : with 50 years of environmental
stormwater systems for RRR projects, as . '"�"' permitting experience. Ken has worked
well as for roadway reconstruction 4 ^�� for USACE and FDEP gaining valuable
projects for City of Miami Beach, FDOT, #��' � knowledge with the Federal Dredge&Fill
and other municipalities. Her expertise ����`' Permitting Program and Environmental
extends to resiliency projects aimed at addressing sea level Resources Permitting Program. He also provides consulting
rise, encompassing profile adjustments, and upgrades to environmental services to the City of Miami Beach Public
stormwater systems tailored for sea level rise conditions. Works Department including obtaining environmental
Angela is experienced in analyzing and designing grading and permits as part of the Cit�/s program to deal with sea level
drainage systems for municipal, projects, as well as rise. Projects included citywide seawall replacement,
stormwater management systems for major right-of-way and installation of pump stations, pump stations an bridge
highway improvements. She is proficient in the hydraulic constructions. He has also prepared endangered species,
modeling of stormwater management systems using HEC- wetland delineations, benthic surveys,state lands and water
RAS, ICPR 4, HY-8, ASAD, and BMPTrains, and is skilled in the quality studies and permits.
application of ArcGIS for watershed analysis and the design of
drainage systems. Angela is also experienced in procuring ,., a;.� ,,i,,�;e-=� Metric
permits and permit close-outs from municipalities, local Traffic and Signal Engineer
counties, FDOT, SFWMD, and state and federal agencies. She Stefan has over 15 years of experience in
is also a Certified Envision Sustainability Professional (ENV SP) "'"'� traffic studies and signal design. He has
from the Institute of Sustainable Infrastructure. �" lead various lar e scale ro ects throu h
�Vj g P 1 g
� < � ;"f�� 3 ��t�����,: =�3 CHA � FDOT, County and Municipal TSM&O,
MEP, Electrical and Lighting Engineer traffic operations, signalization and
� PD&E Studies usin the latest traffic simulation software
Eduardo has more than 42 years of g
°t��.' experience in the electrical engineering including Vissim, Aimsun, Synchro, Sidra and Corsim. He
� field. His experience ranges in the has worked on Adaptive and Transit Signal Priority (TSP)
4� electrical/lighting design of roadways, lift projects in Miami-Dade County and the Miami Beach
�' station facilities, WWTPs, cogeneration Active Traffic Management contract(2013 to 2020).
facilities, commercial, industrial, health
care, shopping centers, and condominiums. Eduardo has ;��;;la Avai��>?,� ` CHA
worked as the EOR on projects such as total new lighting UtilityCoordinator
for the SR 826/SR 836 Interchange, M-D WASD North Lissette has over 23 years of utility coordination
District WWTP, M-D WASD South Dade WWTP, and a lift �' and transportation engineering experience.
station with emergency generator design for Miami-Dade �' She has been the Utiliry Coordinator of over 60
County and the City of Miami. '� transportation projects, successfully securing
within schedule the utility work schedules and
>%Avai{abie) HDR utilitycertification clearpackages.
Drainage and Water Resources Engineer Her extensive utility coordination knowledge and familiarity
� Alex has 39 years of experience, including with the City and the Utility Agency Owners will be an asset
� drainage infrastructure and stormwater to this contract. She will expedite securing any relocations as
' - - management systems analysis, design and well as obtaining the utility certification for this contract.
permitting; hydrologic, hydraulic, and
t +'j water quality modeling; stormwater ; ,~ :, �w,��, ,�;. HML
��.,, � management;master plan development;
watershed studies; sea-level rise; and design of stormwater Public Outreach
pump stations for neighborhood flood protection projects. � � � Heather has 24 years of experience working
on multiple major public infrastructure
�� �:i HDR \ ' projects. She has extensive experience
Transportation Engineer ' �. working with the City of Miami Beach, Key
lavier has 22 years of experience in the . �°-`_�w_" �" Biscayne,FDOT,Miami-Dade Counry and
'� � � design and management of numerous municipalities in South Florida.With over 14 years
�" transportation facilities throughout South leading HML,she has been successfully executing projects at
�0"�' Florida.lavier's experience includes all phases, including planning, PD&E, design, design-build,
`�� � preparation of final design plans, roadway and construction. Heather has a deep understanding of the
geometrics, S&PM, access management, Traffic Control engineering processes at each stage, the role it plays in the
Plans, signalization, pavement design, and utility local transportation system and economy, and the products
coordination for roadway projects. and services it provides.
• • • • � � � . . .. ... . . • . -
Approach and Methodology
3.2 DATA GATHERING 5
A. Collection of Relevant Data
Upon notice to proceed, the REI Team will expedite our O Coordinating and locating geotechnical borings.
comprehensive data gathering efforts to supplement the
information already obtained during the project pursuit. O Deliverables will be in DWG format, adhering to the Cit�/s
CADD requirements, accompanied by electronically signed
Information will consist of both desktop research and surveysinPDFformat.
field explorations. Our desktop research will include
locating available as-builts, permits, studies, and
Our Team developed a drone lidar 3D point cloud mesh that allows
adjacent projects. Data obtained will be verified f0Y us to capture detailed information within the North Shore D area.
accuracy. Field assessments will be documented with
photographs and videos. A comprehensive inventory of �
existing features will be imported into GIS software that i , � :
allow for the visualization and categorization of existing � „ _��� �,.,�;���'-�� � `�� . .,�
conditions used during the design phase. '°; � . ...; �•'� '�,."���;:.-,;:..-. '�
���` ___.. `� �
���.'��:Q".,�,�.:.ie�.:����'�
.
�, '-� ,;. �
�:�: ���'-e- h<. ,,.
=„�' ;;;jr.a�.— ,.a>
Surveying is a cornerstone of our project approach, as it is
pivotal to the development of successful design plans.
Longitude Surveyors(LS) is joining the REI Team providing a
profound understanding of the project area as they Accurately locating existing utilities is essential to
performed preliminary surveying,mapping, Bathmetric,and eliminating or mitigating conflicts with the proposed
subsurface utility engineering services for the project limits. construction;therefore,as a first step,we have thoroughly
Tasks included identifying the area's lot line, ownership reviewed the Belowground Utilities Information Appendix
lines, easements, convenants, and any restrictions. In found in the projects BODR and verified against our own
addition to roadway elevations, finished floor elevations to investigation through Sunshine One Call—State of Florida
doorways and building entrances were collected which are (SSOCOF) Design Ticket. We identified fourteen (14)
crucial to determine the roadway vertical profile and Utility Agency Owners(UAOs)with active facilities within
harmonization efforts with adjacent properties. the project limits. To prevent service disruptions and
associated costly penalties, we will proactively contact all
Upon notice to proceed, the designers will meet with utility companies to obtain the most up-to-date as-built
Longitude surveyors to determine additional surveying information for every underground utility within the
and right-of-way mapping needs. Any survey request will project boundaries. This ensures a clear understanding of
be expedited to ensure a timely deliverable. As the the subsurface infrastructure and minimizes the risk of
Miami Beach's Citywide Surveyor, Longitude provides a accidental damage.
comprehensive range of services and is familiar with the
City's surveying requirements, including:
AT&T-Distribution Josue Ocando Lameda (954)308-3636
O Identifying and plotting existing ROW and easements Breezeline Javarez Hall (305)213-9908
alongthe routefrom available information (e.g., CityofMiamiBeach CesarMartinez (305�673-7080
plats,deed records). com�a5t caeie Luis Garcia (954)459-5905
Crown Castle Danny Haskett (305)552-2931
O Determining control points and identifying the best Florida Power&Light-Distribution Patricia Nistal (305)377-6003
W2�/t0 SUfV2�/tFle fOUtE Of Slte. Florida Power&Light-Subaqueos Eddie Freay (305)938-1936
O Establishing centerline control from existing monuments Florida Power&Light-Transmission Gretthen Diltman (502)645-7522
withGPSequipment. HotW��e WalterSancho-Davila (954�699-0900
MCI Robert Villanueva (786)999-2140
O Performing a full route topographic survey.All visible rEco DavidRivera (954�453-0794
improvement along the route will be located using
Village of 8al Harbour Sebastian Soria (954)921-7781
GPS equipment and electronic survey total stations.
O Obtaining underground pipe inverts by surveying
methods and, if necessary, through soft dig or other Any utility information that is not obtained from as-built
means available. or survey and can have an impact on the project will be
O Obtaining elevation cross-sections of the existing investigated further through SUE. SUE will include
road and adjacent canal as necessary. ground penetration radar(GPR)and soft digs.
• • � � � � . . .. ... . . • . - i
Approach and Methodology
warranted to mitigate any contamination issues. A
preliminary desktop review of the Project Area was
Geotechnical Investigation for this project will identify conducted to obtain a high-level understanding of
geotechnical issues per City of Miami Beach requirements, potential contamination concerns. This preliminary
including the following: desktop review found 25 sites registered in the Storage
O Soil/textures. Tank Contamination Monitoring(STCM) Program.
p High seasonal groundwater elevations isolated ; ,�� r �,�• y ���� ;�,� ,�
near-surface unstable soils. p"� `�'' — --- — '
� -,-,���„ � �„�; ,
Previous geotechnical studies performed in the area , �;`', � ��„ � �` ��� � ", �`Q � �'i..�
indicate the resence of sand material in the first 10 yf'' • ��_'� "' . ., " �� � � � w
P Y ,. ,�.t-,.
_., ,�, J�� ', • -�<: „� ,
feet of the surface, which will make the installation of ,�,,.,,, `�� •�� --.- .�t.�, �
proposed utilities and drainage by open-cut challenging. '�� � �'� � y.�,=.n�.��,r�� ~ �+'
Additional investigation of the geotechnical conditions ��'—��+:."�_�_ �''y i ��'?: ��'"-� ' � '
.,y� ,- � ,�� :.=,-,. ,.,,.�� �
will be performed during the pre-design phase. As part ---��"""�''��,,,� a_ _ �' K '''
of the pavement design, pavement cores and 3-foot soil �q . �=� e'� �'�°�, -i-.�^ �L`. f �
b o r i n g s w i l l b e c o l l e c t e d t o e v a l u a t e t h e c o n d i t i o n s o f ���,, � � : � �i, ;,
the pavement and the thickness and conditions of the "s' �h �- � ^` � �''
:,,;�, ,�„ --.,N . ;'�- '�}�'�,��..�'�� ` ��
base and stabilized subgrade. For the evaluation of ,�� << � --�,s- y�
trench excavations, soil borings will be performed to `�.��� .. M^ k ' � -: � �-� y "
—�,;
d e p t h s o f 3 0 f e e t t o g a i n i n f o r m a t i o n a b o u t t h e "� ` i - a "�'"-- ';
subsurface and groundwater conditions. Of these 25 sites, six (6) are registered as an adive FDEP
Cleanup Site. Site 1-5 are registered in the Petroleum
� _ � ^ � � � Contamination Monitoring (PCTS) Discharges Program and
, �.���''v Site 6 is registered as a Dry cleaning Solvent Program Cleanup
!ny�SMU� . .
�-- . , rtau ' e.ru�:'� - , Slte:
..<�'� _.:�nrr�s�e ;... ..
oy� ..e�'�•�r� ;.ac- . ,a �rr�, , O
� ��•� ^� ` Shell/PW Auto Services-337 71st Street
t�; �• •� O Miami Beach Chevron-401 71st Street
� ; �..,.a�.•�•. . �i
��,..�. _., �
, �`=, „ � Sierra Apartments-6960 Bryon Avenue
,
` , O Newport Apartments-6860 Harding Avenue
.,�� ;........: .....,, ' O Sunshine#79-875 71st Street
' ; O North Beach Cleaners-7134 Abbott Avenue
:�ra�'d"�' '�'" Site 5 is a gas station located near outfall#2 and#3 discharging
into Indian Creek. A 1995 contamination assessment report
indicated a dissolved-phase plume that originated from the
To aid in proper infrastructure improvement design, we gasoline underground storage tank and dispensers. Recent
understand the importance of identifying potential groundwater sampling in September 2024 indicated 1-
contamination concerns. We will perform a Phase I methylnaphthalene,2-methylnaphthalene,and naphthalene
Environmental Site Assessment (ESA) in accordance with concentrations above applicable FDEP groundwater cleanup
the ASTM International E-1527-21 within the Project �rget levels (GCTLs). Additionally, during tank/pump
Area to evaluate the potential for Recognized dispenser replacement activities in February 2024, arsenic
Environmental Conditions (RECs) that may adversely �ontaminated soil was found between 2-4 feet below grade
impact planned stormwater improvements. The Phase I that is representative of subregional background conditions.
ESA will include a detailed review of regulatory Nine (9) of the 25 sites that are registered in the STCM
information, historical aerial photographs, topographic program are former FDEP Cleanup Sites that have been
maps, fire insurance maps, city directories, and other
data sources, as available. A site reconnaissance will be issued a Site Rehabilitation Completion Order (SRCO) or
performed to verify suspected and documented No Further Action (NFA), or have been determined No
contaminated sites discovered during the regulatory Cleanup Required by FDEP. Four (4) additional sites are
review and to visually inspect potentially undocumented registered in the Compliance and Enforcement Tracking
sources of contamination impacts. Recommendations for Hazardous Waste (CHAZ) Facilities program. There
will be provided if Phase II ESA assessments are are no Superfund Sites within'/z-mile of the Project Area.
• � • � � . .. ... • . -
Approach and Methodology
B. Collection of Traffic Data
To effectively address the traffic management needs of
this area and the unique challenges of the location At the corridor level, we will identify daily peak periods,
within a future town center, it is imperative that a
comprehensive and strategic data collection approach Peak direction, and traffic distribution. Due to all the
special events and traffic generators in the area, it is
be conducted. Our subconsultant, Metric Engineering, important we account for seasonal variations by
Inc., provided active arterial management for the City of obtaining counts during special events and applying
Miami Beach for 14-hrs/day, 365 days a year, from 2016 appropriate seasonal factors to any volume counts that
to 2020 and has a thorough understanding of the project are collected.
needs. Metric is highly experienced in performing all
manner of traffic related data collection services which
have been employed in hundreds of traffic, safety, and
work zone management projects. In addition to having As part of our data collection on the signal system, we
an in-house data coilection devices and CCN cameras, will review vehicular and pedestrian detection health,
our team has several FAA-certified remote pilots pedestrian pushbutton usage and pedestrian recall. We
(drones) which, in combination with advanced will verify the clearance values for the ultimate
technologies and softwares, can be utilized for a wide conditions and for temporary intersection conditions
variety of data collection and analytics. during Maintenance of Traffic (MOT). Our team is
involved in the M-D DTPW's Traffic Signals and Signs
The REI Team will concentrate on obtaining available Division ATMS project which is migrating all traffic signal
information to better understand the corridor's existing controllers to the 2070LX controllers and is also part of
conditions and elements, including but not limited to: FDOT's efforts to inventory signalized intersections
within state roads that are within the project area.
This project is situated in a region that is undergoing
significant new development. We will obtain any traffic The area within the project limits has experienced 1,284
impact studies from these proposed developments to crashes in the 5+ year period from January 1, 2019
incorporate proposed trips within future traffic models. through August 8, 2024. During this period a total of 10
The project area includes: serious injuries, 222 injuries, and no fatal crashes were
reported. Overall,the low occurrence of serious injuries
O 71st Street as an evacuation route. and fatal crashes is an indicator of a good safety trend
O The North Shore Park and Youth Center. that this project will want to promote and continue
O Normandy Isles and Bandshell Park adjacent to the towards the City's Vision Zero Goal of no fatal or
project. serious injury crashes.
O Large residential areas.
A total of 78 crashes involving non-motorized vehicles
were reported including 30 pedestrian-involved crashes,
39 bicyclist-involved crashes, and 9 non-motorized
Identifying roadway maintenance responsibilities, speed crashes coded as "Other". Pedestrians and bicyclists are
limits,typical sections,access management classification,and classified as vulnerable road users and account for the
context classifications will be necessary in the development highest percentage of fatal crashes in Florida. Based on
of roadway alternatives. All information will be documented the crash statistics of the project area and having zero
within the existing condition diagrams including: fatal crashes in the last 5 years is an indication of safer
O Maintenance responsibilities for City and FDOT roads. speeds on the roadways and a general awareness of
these users. This project will further enhance and
O Vehicle classification counts, pedestrian volumes, protect these users to continue the positive trends.
and bicycle counts along the roadway network.
O Gaps in sidewalk/crosswalks and bicycle lane
connectivity.
O Transit services (city and county) and bus stop
locations.
• • � � � � . . - .. . - -
Approach and Methodology
3.3 STAKEHOLDER ENGAGEMENT �
The City, area residents, and businesses have been diligently developing ��t_����-�'.��e��;��i ,z7�` �t�1-
plans to reshape this area through Plan NoBe (North Beach Master
Plan) and the North Beach Town Center Central Core initiatives. Median Age:42 years
Therefore, it is crucial that capital improvement plans be consistent 59% Renters
with the "Big Five Ideas"; build a town center, provide mobility
options, protect the "feel"of the neighborhood, improve public lands, Residential with mixed use areas
and provide resiliency to climate change. As such, an important
process during the project's design development will be collaborating �qNDMARKS
with the stakeholders and garnering public support for the proposed
improvements. Byron Carlyle Theatre
North Shore Park and Youth
A. Developing Engagement Plan with Stakeholders Center
The team's collective experience within the North Shore area will Miami Beach Bandshell
provide for a detailed stakeholder mapping effort that identifies and North Beach Resort Historic
categorizes key stakeholders, considering their influence, interest, and District(just southeast)
potential impact on the project. We will conduct a thorough needs
assessment to understand the concerns, expectations, and specific ��Y STAKEHOlDERS
needs of each stakeholder group. Our engagement plan includes in-
depth research into the demographics of the North Shore North Beach Community
neighborhood to create tools that blend grassroots initiative and Redevelopment Agency (CRA)
innovative outreach activities.
Police Substation
B. Seeking Public Input and Feedback Neighborhood Association to
Through a customized engagement plan, we can tailor engagement
Save North Beach
strategies for each stakeholder group utilizing appropriate channels and NOBE Community Development
education campaigns to inform the public about the project, its North Shore Alliance
benefits, and the potential impact on the community. It is vital to
provide continuous feedback loops where several opportunities are Fire Station No.4
available to collect valuable stakeholder input including one-on-one Park View Island Sustainable
meetings, online surveys, public forums, town hall meetings, Association
workshops, and collaborative sessions.
Miami Beach United
C. Communication Plan Miami Beach Chamber of
The best communication plans will build on the existing engagement Commerce
efforts and adapt to new information and opportunities. A robust FDOT for state roads
communication plan is essential to keep stakeholders and the public Utility Companies
informed, manage expectations, and showcase project progress. A
schedule for regular updates will be established to outline opportunities •+'"
for engagement. We utilize both traditional and digital communication �
channels for engagement, including the City's Tool Box's E-Newsletters, ;��lt�` �` ,,'!�
Text Alerts (MBAIert-888777), MB Resident Connect, Residents Right ,,-;. �n a
to Know,and neighborhood apps. . �< •,•�, ` w ` i
R4 � t
�=�' , :,�,
� � '
�� �°�'`_� '�.�,,,r ��
�� _.
. . . � • . . - - .. .. . . • . -
Approach and Methodology
Stakeholder Engagement Task
The North Shore D Neighborhood Project requires a tailored outreach strategy to inform the community and gain
consensus on extensive stormwater drainage, water and sewer improvements, and road raising efforts. Our team's
combined experience has helped us establish how to develop, implement and execute inclusive outreach programs for
the infrastructure, transportation and resilience industries that provide the highest level of customer service. This has
earned our client's trust as well as lasting relationships with the community at large for each of our projects. During
each phase of the project, our goal is to foster meaningful engagement and collaboration, promote inclusion and
demographic diversity, build transparency and trust, and create an outcome-oriented project as detailed below.
p Meeting with City staff, including the Neighborhood Affairs Division,North Beach Coordinator, Kevin Pulido,
to establish protocols and develop a Community Awareness Plan.
~ p Collecting stakeholder data for notifications and coordination.
r
Q O Preparing outreach materials, including:
(. � A fact sheet outlining project benefits.
4 .; Postcards and door hangers announcing public meetings.
4.
G � E-blasts via Constant Contact.
> o Up-to-date information for the project page on the City's website.
� � A project kickoff video summarizing the scope and benefits.
r
. O Creating a calendar of local events and holidays.
µ O Contributing to a Letter to Commission(LTC)to inform officials about the project and outreach strategies.
° O Conducting an initial door-to-door outreach to share project and team contact information.
O Coordinating with City committees,departments, utility companies,and local stakeholder groups.
W
♦ Hosting hybrid public meetings at the 60 and 90 percent plan development stages.
N ♦ Partnering with local venues and houses of worship to share project details.
Q
_ ♦ Conducting door-to-door distributions prior to public meetings.
a
H ♦ Sharing videos that announce public meetings, which can be aired on the beach's social media accounts,
Z before events at the Bandshell, and during pop up events at the North Shore Park &Youth Center and at
w
� the Normandy Fountain (immediately adjacent to the project corridor).
a ♦ Scheduling one-on-one meetings with stakeholders to discuss access and coordination during construction.
0 ♦ Addressing ongoing calls and emails from stakeholders.
J
W ♦ Maintaining an online issues log through our Project Management System and collecting relevant contact
>
w information for future outreach.
�
Z � Presenting updates to the Transportation,Parking,and Bicycle-Pedestrian Facilities Committee.
� � Engaging with the neighborhood HOAs to explain project impacts.
W ♦ Drafting and distributing project update e-blasts through Neighborhood Affairs Constant Contact.
� � Facilitating the development and execution of necessary license agreements for harmonization efforts.
O Compiling a comprehensive electronic project archive with:
o A stakeholder database.
o An issues log.
o Summaries of stakeholder meetings.
O Closing any pending stakeholder inquiries.
O Planning and hosting a project completion event.
O Updating the project page on the city's website to reflect the anticipated construction schedule.
. • � � � � . . .. ... . . • . -
Approach and Methodology
Harmonization and License Agreement Process
The REI Team knows all too well a key component will be the coordination with adjacent properties affected by the
road raising and harmonization efforts. Collectively, we have extensive experience working first-hand on high-profile
neighborhood projects throughout the City of Miami eeach including Indian Creek Drive Flooding Mitigation Project,
11th Street Roadway Reconstruction, and West Avenue Neighborhood Improvement Projects (Phases I and II).
Additionally, HML Public Outreach, LLC provided outreach services for the Bal Harbour Village Utility Infrastructure
Improvement Project, the Village of Key Biscayne's Resilient Infrastructure and Adaptation Program, and the City of
Hollywood CRA's Phase IV: Undergrounding of Overhead Utilities and Streetscape Beautification Project; giving our
team extensive coastal community outreach experience. These neighborhood projects required coordination with
hundreds of properties to execute harmonization and license agreements and inform the community of the project
scope and benefits. For Indian Creek Drive, REI and HML worked extensively to meet with all property owners and
secure signatures for every property along the corridor. This years-long collaboration is a success story for the City's
neighborhood projects. We have developed a streamline process to obtaining the necessary property owner approvals
and harmonization agreements:
Develop Encroachment Obtain signed
Letter for Cristina agreements by City
Ortega's Signature and Owner
Harmonization Word
Documents for CMB
legal Review
Record agreements
with Miami-Dade
Hold Meeting with
Develop Contact Property Owners
Database
i
�
� i
o- a-- -0-- �}-�----C}-
Refine Encroachment
and/or Harmonization
Identify Impacted Plans
Properties Provide fully
executed copy to
Develop Encroachment owner
and/or Harmonization Incorporate
Plans harmonization details
into final plans
Draft Harmonization
Agreement Technical
Language HML REI City and REI TEAM
Once the initial meeting with property owners takes place, the team will incorporate any changes into the
harmonization details. HML will follow up with calls, emails, and visits as approved, until the property owners agree to
the final harmonization approach.
• • � � � � . . - .. ... . .
Approach and Methodology
3.4 PRELIMINARY DESIGN � �
A. Developing Conceptual Design Options and Drainage Models
The preliminary design stage will build upon the project's North Shore D NIP BODR recommendations and provide
enhancements that exceed the projects goals. Our approach is to begin by addressing the subsurface improvements
which have extensive coordination efforts with respect to underground utilities, permitting, environmental
considerations, and right-of-way constraints. The REI Team developed a preliminary utility plan depicting all existing
utilities within the project area that will be developed into a utility master plan addressing all conflict resolutions.
Simultaneously, we will diligently develop alternative roadway typical sections for each of the corridors within the
project area that address the transit, pedestrian, and bicyclist needs. At this stage a comprehensive public
engagement plan will be developed to support the preliminary design process. We will also begin coordinating with
the City's Sustainability and Resilience Division. Our goal is to provide concepts and models that meet the project
objectives, are consistent with local plans, provide cost savings to the City, and consider stakeholder's "wish list."
. �
Refine BODR Drainage Develop Water and
Models(ICPR4)and Sewer Model
Masterplan (Infoworks) and
Masterplan
Data Collection
oGeotechnical Develop Conceptual Develop Phasing
oTraffic Design Options and
o Existing Utilities Models Options
oSupplemental Survey
Develop Typical Traffic Analysis
Section Alternatives
City and FDOT Preliminary public Develop Utility Plan
Develop Conceptual (state roads) meetings and
Design Report review and approval workshops as depicting existing and
of concepts necessary proposed utilities
CONCEPTUAL DESIGN REPOR�
Our findings for alternative concepts will be documented in a conceptual design report to aid in the decision-
making process.The report will justify the most cost-effective solution for each improvement and each alternative
will be associated to a cost of implementation. The study will include a site review narrative, public involvement
plan, field observations, conversations/interviews, site photographs, Right-of-Way designation/easement
identification, identification of municipal jurisdictions and special requirements, identification of all permitting
requirements, materials to be used for the improvements, environmental concerns, installation methods, traffic
analysis, and harmonization plan.
• • • � � � � . - . .. ... . .
Approach and Methodology
fiyc�tats€si 1,1uciel- 4V,�e2r i� ��euv�s Sys��:ii��.
Sanitary Sewer System and Force Main:
The existing sanitary sewer system that has served the The hydraulic evaluation was performed using InfoWorks.
North Shore D neighborhood for over 70 years is based Sewer flows from recent developer and projected flows for
on sewer lines that run north to south from 72nd Street the North Shore D neighborhood are included in addition
to 69th Street and conveys the sewage towards sanitary to the original projected loads established as part of the
lift station PS 19, located on Indian Creek Drive just Sewer Master Plan. The North Shore D development is
south of 69th Street. located within the gravity sewer collection basin for PS 19.
The model was evaluated under baseline and proposed
The proposed analysis sewer systems analysis will consider: (With North Shore D flows)system conditions.
O Replacing sanitary sewer that is nearing or past its
useful life.
� Replacing several sanitary force mains in the project
area according to the City's Master Plan.
O Designing a sequence of construction that minimizes
the interruption of service to all customers within
the North Shore D Neighborhood.
``� ,�;� ����• �t i�`?� ���i`"'l..a `�'�t ,_ _ � .�...- r"d '� ' ;�"��''ti��
���\t t,k�'/ ` � } ` ,:
�` �-,-.2^v ��� ;u1 �sf�+.. '��si�R . .0 _.... �'-�r-�-- 'l�_.'i� � . . , �l � . ,,��
,/, �,• � � '�' . �,� �,�� ,r �� ��
''' �► � � _� ,4 � a , � f ,,, � i�
� �'�.' �� _ 1 '��� �� _,_ _'�, ,r� `'.' + I
` - �.
.
�`i � ' #.� . , � �s � ,r �. �.
_ w
� '
. ,
, . . , r� �
.
' '�''' ` ti ' ,�-=♦..u�� ', � ' ��.
, . .
� q
, _ �"" _.. „ � 4 i.A.""'_ � "' �, . .i�". �%' � '�
r -�rw""�."', ' ,� � . . ,'.�.
: ."'�`
� '
: - ' . . �
a� � � ,��_Y � `� �
+' ;,..�y�� ..•�9������M� a�'?� „ � �t m. .
. , ,
�4^` Q � F7
� � � ��`'c; ` �,���— ._ -� ,� ,�. - ;�� � .'
'F�. �i ' �-„��`�'t � �E� ,� .._ — t
�� �`\ . ,�r 4.- ..� .�_ . -.,,�!r'�"� �.} .i� � �
\ �na� " �t-•_• � .. • '�
. n
• �� r �
i
, � , .�
.
„ , "°h% \. + t
� .o, �• A
,� � . �MW�,�'t y...�r..-• ' �.� ��, �.. + e'Av� P� . „ ;�j�°i. " tT. �
tr, .
�
.� . ..r .. �. �--- , W
_ . .. „i.,�.,.�.w . u.,. - ) ' .
'.-. S
VKD� '�S�' ..
• . ..,,,...\
- - _. _ �� . r� f���� _ _ ... �e.�..
a ��. � { y 3 � 1 r � �.
�;.� � �'� ., � .�... ���yi��;�.,� ,r�. . � _"'�"` + .. _ ` y ,
�C 1 `� �.... v.����'y`�"ii"':5� � i�� . s���w , ��� t
sP�f' '"k .� ;�'�_ � .,
� ' 4 !� =- r � �
,
� ,
, �,,,� ,� .�
.
�� � � , ,.. � . ,��Y' :�. ,.�,; �1-� a _,_.a,r„l" .., . ' f�
M� �1!�� _.., ; y � , +1� k,`1�� �I Wk..' � � ~'' ��.1�u�.w�t �lY� �#V 1•, _ - 'n.
��i! •�w�6 4T « `�
� �1k �Gq t, � "r .� • �... 1 �:� "' .�. �;�r
.�'"k � ��,�� �'# �; ,�lt i�, � fr�.�t.�� ♦ .� �F.� � �' .7'�l'��'^�v"
,� +• �I r e� � .. . �,,�
f ���` ?�'"�� � . '` \ ��:�e �'' _ � . ���`�} - E '�„
� ,'
,, �, _ _ _:
� . ,.. �
r,�,riin Pnority�ir.,�; �i� , . � > _ _�. . • :
• r � � .. . , b �_,.. ., R �1 � ,
� Project Boundary � .• � ,� ��F--��, .�'Y'� - }� �
r - � �A� � : Jj! .
��ir�xa.c. � ` . �� � " . " . .. � c" { �`_4 _..��- ���..+.. i.. �.M
• • � � � � � � •• •�• � •
Approach and Methodotogy
Water Distribution System:
The North Shore D neighborhood is supplied primarily by The North Shore D neighborhood water system was
the 30" WM that crosses the 71st Street bridge from evaluated using the most recent version of the water
Normandy Isles, and has a water distribution system hydraulic model in the InfoWater Pro software to define the
that is composed of mostly cast-iron mains ranging from required improvements to support the project area. Existing
4" up to 30", with many past their service life. Utilizing a and projected demands for the North Shore D neighborhood
combination of larger trunk mains that are installed on are included in the analysis, which also includes the original
main streets like 71st Street, Carlyle Avenue, and Abbott projected demands established as part of the 2019 Water
Avenue, and smaller distribution lines throughout, this Master Plan. The model was evaluated under baseline and
system delivers potable water to the mostly commercial proposed(with North Shore D demand)system conditions.
properties in the area.
One of the most critical considerations for this project is
The proposed analysis for the water system analysis maintaining uninterrupted water service, which requires
will consider: installing the new main while the existing is still in place
O Replacing all water mains that are nearing or past and operational. This means that in constrained areas
their useful service life. with congested utilities, careful assessment and design
will be needed to ensure a feasible and constructable
O Upsizing of any water mains that do not meet the alignment. Once the new main is connected to all
City's current minimum diameters for water main services and hydrants, space can be made by removing
distribution. the existing water main where feasible.
O Replacing all connections to existing water meters
and fire hydrants. Another component of our conceptual design involves
O Installing new hydrants to ensure compliance with interconnecting certain portions of the water main
the fire department's minimum radii of coverage. distribution system to remove undersized lines, avoid
having parallel water mains, and provide loops for more
O Designing a sequence of construction that minimizes flexibility in maintenance and operations.
the interruption of service to all customers within
the North Shore D Neighborhood.
' s� ;� �*: k •-»rt�-. . . . . !� ' � �-„ . � t .
. �� «..._....w.- �,..,�-.ti� ��( t ., �� ' "�-� t `� ``��
� +qp i � fi.'�'yg.� �ry� ,n� � �
^�, p L j � � ..."T �' «� . . �i " R�4 , � ,� . .
� �. �
r �
. {� j��"-. � ' .�. a � ~("]�i,:
� v�'.t¢ 5,.. _ � � ti i�s�, :� � ,���;�`r, ,� « � . �
�� 'y...r.w� + $� ��-� `{� ,� �, `�� �� ���{,
,
° . ��-�.,*ry,. �'�—�'"�'—�� � ca °_� ' �c b�� {' ' �
, �
. .
t
_ � �� y� ��{ � •
� . a�' .. ._ ��1��. 1� � y!� �c'� 1 F ��Gi ���_�-^ I� 4i *(�j; � + d/� '� i
.,
� .
�+��, ��..�,�� . �� � �'- . � — � .,
_ '�� . ..� .:�-� .°�u ;�; ,�
��'� �' :���..�� �.� � � '� -,r �� .. ,,
, ,
. „ ,
� , ,
a
- . �,, , ' • • �a.,, �c, -ca I�.� 'ti
• � , ,
�,�, .�.. . , . �
.
_ ,�-r � . . .
. , .
. - t .
���� F� ,�-z*'-t �,�;�k.«. �:, 4*i3
� t,�,�,��,:� ������. � _� E � �,,:..� �. ,
!�� k " '�` � . _ ._ `
:� ����'� � t ����� ;,�'���� ' � '� ` �
�k'+�'„ ..... .F ` — --1� �i' 'Y ��• i '�R
�'3 �.:��ty � ='�''►,1�•� s� -� � a `�, � _ �,o
' �!* ,
, , . ,; �:
.:, , . �
��` �.� " - � ' �� `� , ,� � � �� � � ,���, .�. v.
g ,,���y ,� � � V L �, ` t
� V4• ..��i � ��. . ' � �� . ' , fi�"� �S' ��� .
� ' .����� R��� 1�� ��,� • -..... W'-� � r`� ,
�. �'\ � ��...-.; . . � � � '' , • �� i
l ' t
Currr�nt Pro/ects Ups�nny P �.� � x ""r�e: �.� 1
� "_ � 'i" . •� <�...+�_---'_,• .�.+��i� �. µ 7 __ ,,
Proj�ct Boundary � ,�„ � - �
• • , -—' �i.�'�.., :
..
�r . .
� � �: :�- .�--�..� ,. :
r. ' z''
.'� ,*� ��
� `s —� .. � r o.q�a.
:�"���`�xwl� �.!'�1 �� ':: - ,��- 4°�',�°' � .� � . w�"'i�
• • / � � � � � •� ��� � . • � -
Approach and Methodology
".�..�'3.i��-. . �i7��'. . � . ,. l�C'° ck f , 'ti't�, • � � �
REI possesses a thorough knowledge of the existing North Shore D Project—BODR's Design Criteria
drainage infrastructure due to our direct involvement
with a FDOT NPDES Outfall Inspection Contract which Design Storm Frequency l0-year
included conducting the inspection, survey, right-of-way
research and hydraulic assessment for all outfalls within Rainfall Depth 8.75-inches
the North Shore D neighborhood in 2013. The existing SCS Unit Hydrograph Peak Factor UH-150
drainage system consists of seven (7) positive gravity
storm sewer systems with outfall pipe connections into Rainfall Distribution SCS-III
Indian Creek. The system discharges into the Biscayne
Bay Aquatic Preserve which is classified as an Tailwater(pump station design) 4.0'-NAVD
Outstanding Florida Waters (OFW) and as an Impaired
Waterbody. The neighborhood topography is fairly flat Min.Roadway EOP Elevation(Major Road) 5.2'-NAVD
with the eastern end (Collins Avenue) being at a higher
elevation (5'-NAVD) and the western side of the project Min. Roadway EOP Elevation(Local Road) 4.2'-NAVD
being at a lower elevation (2'-NAVD).
Min. Elevation for Floor Hardening 9.84'-NAVD
Our team is highly proficient with the latest StormWise 2017 NOAA
(formerly ICPR 4) version 4.08.03. In preparation for this Sea-Level Rise Projection Rate Intermediate
project, we have thoroughly reviewed the Stormwater High
Drainage Technical Memorandum and the ICPR4 Roadway Design Service Life 30-year
stormwater model for existing and proposed conditions.
The analysis concluded that the existing aged drainage pump Station—Electrical and Mechanical
infrastructure is undersized and inadequate to meet Design Service Life 20-year
current Flood Protection Level Of Service. The BODR's
existing conditions ICPR flood routing analysis results Pump Station—
SO-year
indicate major flooding throughout the neighborhood. Structural Design Service Life
1'below to
The BODR recommends two (2) pump stations having in Flood Protection Level of Service(FPLOS) adjacent building
total five (5) pumps with 135-hp rated motors to deliver finished floor
the required total discharge capacity of 250-cfs at the
pump stations and four (4) smaller simplex pumps with North Shore D Watershed Area 121-acres
17-hp rated motors to discharge into the injection wells North Shore D Net Drainage Area into
(as per ICPR model�. The proposed pump station's System 94-acres
integrated system configuration includes the storm
sewer trunk-line, pollution control abatement devices SFWMD Max.Allowable Pump Station
including the trash rake unit, pollution control structures Outfall Velocity 2-fps
and filter structures (jellyfish) and the pump station
components (wet-pit, gate and check valves, sluice gate, DRER Coastal Max.Allowable Pump 1-fps
emergency gravity bypass, forcemain, injection wells, Station Outfall Velocity
energy dissipator and outfall structures). Our Team will
_ _ ,.
refine and adjust the BODR's 1D ICPR model as we . �_� ,
proceed into the final design phase. Furthermore, our �
Team could also further refine the BODR's 1D model into �,,,,� � -�� ��`'; � . �'' � ��,w;•�
a 2D model to better assess flooding conditions and '�"�_ ��'" ;� � ,,
system hydraulic performance. . - � �' `'; � ' �p4,'�
� ' �!�� �'',.
�� ��[�a� �� ..� �r�=�_ __ � �
The REI Team will finalize and deliver a stormwater �[� �`: �+ �"''`
model that exceeds the needs of the project area, while �-- -�`-� • ��� � ��
providing cost-effective designs. In addition,we will seek Q "�`�µ�"� -"'"'�`"�'"f
opportunities for water quality improvements. As per =�� •' �`
the newly FDEP Statewide Stormwater Rule, this
double status requires the new stormwater
management systems to achieve 95%nutrient removal. i5o cFs at Fire station ioo cFs at Police station
• • • � � � . .. ... . . - • . -
Approach and Methodology
� � .
' � �' � � � �,_\�1 �� BODR Pump Station Design and Construction Concept
i
.i�. - .� A critical task will be addressing constructablllty constraints and impacts to the community during cons[rucUon. Our drainage team has designed and provided
.•._..-c� • +.�.
"+.y' construction oversight for several large diameter pipe and pump station projects in South Florida,giving them the foresight to anticipate issues. We will provide
� solutions that mitigate these concems from the preliminary stages in order to minimize impacts to the puhlic during construction.From our previous experience with the
` Indian Creek Drive Flood Mitigation Project construction,the following issues are raised below in terms of the viability of the pump station construc[ion within[he
�, � selected sites:
�'
' r' �'
�'i��, � � o Pump station construdion requires a large footprint for construdion operations aod staging.
�4 � •
-���• s /_.. • Pump Station construction requires oversized machlnery induding oversized cranes,excavators,and front-loaders that require ample space to maneuver efficiently.
r ti�� � � i� � / _ � , � � . Additional equipment required indudes critical sheet-piles,dewatenng pumps,sedimentation tanks,decanting tanks,screw and diaphragm pumps,well poin[s,
' � �� ��'� ` and temporery drainage wells for dewatering disposal must be accommodated within the construction zone.
-` . t � . Large area for stockpiling of excavated material prior to disposal is required.
;��;� i .
�,�� �` pM�(qc � __ . Ingress and Egress areas for delivery and hauling trucks.
� �� �� �`�. j
, . .
.. 1� ����.���,� ,- ' '. � � .
� i ' � ,, i� The construction at each site will occur in two phases.Phase 1 consists of the installation of the pump station structures and Phase 2 consists of the installation of the trunkline.
' �i:�' '�' �e1 � ��� We anticipate the construction activities to completely overtake the parking area at the fire station and police station during both phases as depicted in the figures below.To
�� � ,�' �� !,� avoid impacts to both facilities simulWneously,we recommend to limit tonstruction of tbe pump sWtions to one site at a Gme. In addition,we propose utilizing both
}x �`� , � southbound lanes to provide ample mnstruction staging area,ingress and egress lanes,stockpiling of materials,and the installation of dewatering equipment induding pumps,
�'_� � , �'� drainagc wells and sediment tanks as shown on Figure 1.T he tra ffic wi l l be s hi fte d to t he n o rt h b o u n d l a n e s,a n d o n e l a n e i n e a c h d i rection will be provided. ^
� � (/ •
„ 0 1t
. yy��1[[
'+7' „�� —r - � -; � �' ^',,g *�•�:.��,.. ��^��� ��t����� Ww. `�� � 1 7',
i. . }t' w'" � ��
. r. � � -� },,
,. . � �
. .�y`� �. . � _.�f .o - ' ' +" � ,...�1 im F-� �^'`�� i�'� . ��;R
�T� ,.�of.� ' .-,� � , � d' � . ���, �
\: �. �. ��. ,�'C�� � �..
., ,
� . ,���.
' ,�s ' ,� . jei�t _ - �v
.
� .
.
� * ,v� �'� � � �ry� " �� ��.�.� r,...�,�+' �:�
„
_
.
.;
� �
� j�yu _ ����♦ .., dy � �� . � .. ' ,�•��*+� "y��+'� '°`� 4:) / , .'�
�5 J'..;'",- I l� T .,* . � �. 1 ��' ��`'' � ..��_ . �p� 1 /� ,
'`L ` '
. - /�
„�;� L �r,...�.�� r� , w'f!' � -o'�'� � /� j' r� � �� -/
y
����
. +� •
�y� _•; �� .= .
. �.,,� y� � ��� �� .`. „ .'� . �` �`�4 '^►.- •``
��`�r'� ! T4' � `S �� ��� ,�- - � - . . . --�-y� � �� �..�� ���'-�
-'' r f �; � . �,� , � - su \: �
.. .
. �:, , -• ; ..
,� ,.. ..� e � .� ,, . .
, � . -
' � - -
, , .
�
,'� � �. � �'" �'�°. e ,: . . . . , , �' , .� !n�. "�.'. . . � � � �+.■r L�r.. i. �".�,:-*
� . ' " � � � ' �� , . .a� �
;
� �' �.
�� , _,� . . . . . �' .. � ,s i f i
,+-�. --a-�. . 1P . � �' .. .. �'� � � -. . � ��, A�� %� �'_�� .f
'��; � `�. .' ��s �z�,)-. fa '�'� �� ' ��� :� �
� _ � ,� ,�.�� j �` \ .f T� -" f, � s
• � � �;,:,c,� .-s4� ��' � 1'fl l��+ • � ' � . �� �'� ''�
� . � � ,, � � � `-� ��, .
�= .� ;� ��' �` j � �./ �/�a �{� s� -
� _ ,
.: . , � � . �
' .
. a � � �. ;•,,, .. C�� '
.� . . � ti� �' � - . '� �� IC�� � �r :, , � _ 'a--` �_��:
. ,
, � � �� �, � . � � ,�`� ��,,. � , ,� � ,�
` f � �,•
1 f ! �%'�' . ti ��` ,/
� ,r ' 1.o O ' �'__ "� ` , � ' +��ll�� A ?;,�c �
♦ ` ; � ``'T- s/(��� • ' • � J �� 1' �
`• • � � "''M �E � •� �i1\,' �
� : ' � , 'f .,j � f .. '�^� . �. � �
�� �� � � -- .. Y
• � � � � � 1
` ' �w � ^�- � � � ,� ' Approach and Methodology
�' � � � � ��Construdion activities will impact parking and facility access. �Construction activities will incur noise and vibretion.
� • i �� ��
i . For the fire station,the BODR indi�ates the access to the fire station bay . The dose proximity of temporery critical sheet-pile construction to
� will not be impacted.However,a preliminary analysis was performed[o existing building foundations may compromise the structural integrity of
,� detail the anticipated excavation zones along with the movement both buildings as well as the adjacent residential building.
i' 1` patterns of typical construction equipment induding dump trucks, . The dose proximity to the church may impact special services taking
w loaders,and cranes and to detail the access and parking impacu to both place during the weekdays.
�� + pump station sites. Our evaluation indicates the construction activities
� ����'�+�� . . � will impact the fire station during both phases. . � �
rL ,
r' �►� ,�f� o Phase 1:Excavation and installation of um station e ui ment will Our lans will call for monitorin of existin struc[ures es eciall durin sheet ile
;i,y,�.„ ,, � P P Q P P 8 B P Y B P
impede access to the fire station bays during construction working driving and roadway compaction operations. Specifications will be provided
hours. requiring the contractor to thoroughly document the structures existing conditions
' ~` r � including existing cracks with detailed descriptions,measurements,and pidures.
`." ,` x ,` � o Phase 2:The 96-inch trunk-line construction and sheet pile wall will Our PIO team will coordinate with the Church noise levels during special events.
�� }• � obsvuct access to the fire station bays during long periods of time.
, "r ;. ` ''� � � -- 7hree (3) firetrucks, among other equipment, would need to be
��'� ,`"` � `\ 2 - - � stored offsite. Pump station construction at fire station site would impact
`, �• � 4 r C exisLng utilities.
1'��`j ;� � + '�T �r� � • The police station parking area is much narrower and will be completely
�,�'� r pacted dunng construction,reqwring offsite parking. • There are existing FPL subaqueous utility crossings and relocation is a
~ ��;� �! ,�� im costly and lengthy process that may incur in project delays.
i
t:S. � � � � � . Access to the boat docks will be temporarily blocked. . Requires relocation of large utility vaults to accommodate pump station.
F'� , � • -,,y" . There is a gas line that requires relocation by directional boring.
� � � � ., ` • � •
�►� � ' � .
.��;'� ! � Our Team understands that as part of the BODR preparetion, the required • �
,��., „ ,� coordinaLon has been conducted with the Pire and Police Departments for the use Extensive and proacUve coordination with FPL and Te[o Gas will commence
t°-" � of these sdes for pump station installation. Parking for the fire trucks can be upon NTP to develop a utility relocation schedule and obtain required
�';��r`d °t. , • `"��� accommodated within the existing sewer lift station driveway or within a relocation permits.
' ' "" " ti ,,�i, stripped out area within the work zone as depicted below.Temporary access to
, .> � , `� + , - '. the boating docks will be coordinated and provided. 1 ` �-�� ��ii
� �a �
+�i�j '"'�• � r:� .�i. �d
}��Y�� -!��1�u , . . � � ��c. �'�
��.�(,�P �1 'tV��d • �. �Jf {� ' -�-1
h�� :� ��� ,�� �," _ �� +
� .�j� �: ' � � + � �
� �� . ;�r' 1 , � . t.r'�. �
`� � `� ��" � s -�-t-'�� f 4
. , , _
_ �
, .
>. �
, _ _
�.f • . .�' , r � .� =_ �. .�:T ` .
��i., '�� . � �� _ �� .�i�A`:,� ��
�� � ';`�': �'C�` ` ��4'�', � .
, .
"V �G _ �.. t.. �.� � �
� � �5 �!. .._ ��1 . . .
wa.�.�. Y '� . � '� � M �� ' �._ . .• \ : �
+ ` � � � , __ _ � . ' ; �r ,i)The outfall will impact the existing police station.
�,i� � ' � ' �rf � .� � �/ _
��_ � ) . The proposed outfall flow from the BODR is 8 feet per second,creating
�� • ��, _ ' � � � i J scouring that will impact the pier structure stability overtime and will
♦' � , (�� � • . ` � impact maneuvering of the vessels during docking procedures.
. ♦
I� �� � � .~ �` �: � � �"""�� ! . Installation will require excavation of the creek bottom triggering a
�` � � t ;►,."
•4 ' � � t �` � j �A permit from fishery management.
♦ � ' �
� + • •
� ' �0 a � �.i'_ .1 � �
� ' � We propose installing long outfall structures ftted wRh lowers at the outfalls to
� �� � ; + � � dissipate the discharge velocity,providing a discharge of 1 fps as done for the Indian
:��_, t � 1 � i � �'j' � Creek Drive Flood Mitigation Project.
• � � �
Approach and Methodology
REI Alternative Pump Station Sites
In addition to evaluating the issues and constraints for the BODR selected sites, REI evaluated two(2)additional alternate pump station sites as part of this proposal,that will be presen[ed to the City for consideration during the preliminary design stage.The first
one is located wi[hin the Ci[y's owned parking lot at[he northeas[corner of 71st Stree[and Bonita Drive,identified for this proposal as Pump Station Alternative Site A.
The second one is at the south-west end of the North Shore Park and Youth Center parking iot,identified as Pump Station Alternate Site B.These alternatives use the same criteria and provide equal or better level of service,but aim to eliminate the safety
concems and operational Inte«uptions to the City's first responders.Our goal is to identify enhancements based on our team's extensive experience producing stormwater modPls withln large basins.
DIfFERENCE IN APPROACH BETWEEN THE BODR AND RIBBECK ENGINEERING ALTERNATIVES `� s����`�'f,"��.�. �`p"� � �
!.- /�,�,—� �� Indian Creek Pump Station
ITEMS 80DR PROPOSAL REI AITERNATIVES BENEFITS OP REI ALTERNATIVE � �t�M-'!��=s ,�-� Outfall Diffuser Vanes
Limit construdion to one area that will not impact[he City ; . ., ^ t �" y
. �^ �., y dY �
Fire Station nor Police Substation � � � ��
, � ...:...._ , .. _... -
Two large capacity pump stations, One large capanty pump s[ation. • One pump station hmits mobilization,construction �
PUMP and four smaller pump stations se uence,and duration. � �F
Alternative Site A(125,000 GPM) 4
STATION dedicated to pressunzing in�ecUon �` �.'� �
wells. Alternatrve Site B(150,000 GPM) . Minimize cost and maintenance activities. � �,,,,� �• � � -�'.M:
. Simplify operation since parallel operations of pump stations � _ '�
is more problematic to establish opereting rules. ♦ �S ��_'
�
�:•' ��R ff�.t , �-��
INIECTION Twelve injection wells scattered Ten injection wells located along . One location where all the wells are situated improve the �. �Ys„� ' �p�j
yyE�� across the watershed. Bonita Drive. monitoring,and maintenance.This set of assets is not scattered. �`�\' ` �o..f '� fl'+� o�ceau o�n er va�es ro p�o�„oee P p [acion dischargeFlow west.�
� , • �
. Placing the pollution control structures in series increase the '� � ' � '�. �a ,L_ „r"•���� ;
,R.'. �i j ` .a a «
POLLUTION One large strudure'lelly Fish"rated Ten or more high Flow pollution removal efficiency of the pollutants. . ,ti,��� ^�•.� ��,,,�„� ���`'9 .;',,,+,��y".. ��
tON7ROL control stru[tures by Ecosense set ,,. ' ��
for high pollutant removal at low . Placing these strudures away from the pump 5tation improve - Pum Stauon AltemaNve 5ite 6 „�,�m � •
in series,at critical locations within :,�. : �. P �
STRUCTURE flow placed just upstream of the the operation of the pumps"on"and"off'sequence. -- � � ?
the watershed,and away from the � '1 =(t :�' � •� ^}_
(PCS) Proposed two large pump stations. Pump station. • This Mfg.per FDEP City of Casselberry Study has the highest v�-� �'' `� a�..�t ,,: �"L � �
removal efficiency at high flow for Phosphorus,and Nitrogen. #�s- 4 f � 'ry �..— _
C :.'i ..r�`'�_,.�..�• �... ��f^/'r'��1 ,� . .��
GENERATOR One generator and electrical panel . 0 eration and maintenance advanta es since the location is "�- Pump Station Altemat�ve Site A �; �m
AND laced awa from the um stations One generator and electrical panel P g
P Y P P placed in closed proximity to the in close proximity to the pump station. ��� ��,; � `��� - � �
. .. � . .. . �� ,, ...r.�
ELECTRICAL and located in between the Fire �.-« � � : y {��
pro posed pum p station. . No disru tion to the Fire Station,or Police Station. � � �c++!' �
PANEL Station and the Police Station. P � �
�� � �r,
",� .� � �
. Diffuser r U�'�` � "l. � � �
ry p e o f o u t f a l i s l i m i t t h e v e l o c R y t o 1 ft/s. �' ,O '��`„4 _� i , ��� `;
. Diffuser Vanes will direct discharge away from the contaminated ���d '—�. T�
Two new outfalls at each large pump Two new outfalls of the diffuser sedimenu of Tatum waterway as shown on figure to the right. � ����� _{ ."_ ' , '�t+.
OUTFALLS stations,and retrofitting existing type located at each end of Bonita . Minimal excavation since the distharge is at the surface and r � • ' � j • "1
outfalls. Drive. over a wide area. !� � * �v r�±` f�ti �'*:
. P h y s i c a l b u o y a n c y o f f re s h w a t e r e n t e r i n g a s a l t w a t e r b o d y o f �* ' .
.\ '� � {
�w.
water prevents interaction with the bottom of the canal. { i ��'`�� .� "'-� �_�.�.���-�c; �
� . +v t' � .. �Y
Prevent odor,and anaerobic condi!ion. •� � �f ,R' t��4 ��� - , �' 7Yr+1�
, .L 1 a ..._. . b �:.
Provide micro bubbles aeration, ! t �?� `- tti #�'::x 3. 2 �`��
AERATION No aeration. and air ozone aeration. • Precipi[ate pollutants. � �' ,�{ ��- _. -'�'+�'��A ` : ^ ��� ���
. Improvewaterquality. �� � i._.-' �L!'.
,�
HGL Water stages monitored at pump Waters[ages monitored at pump • Optimizing of pumps operacion ' ' ;
MONITORING stations. station and at most upstream reaches. . Energy Savings. '� ° ..��i�r �' �
. P�BVB�tS 12r1gthy COO�dindtion and relocation process. Altemative Pump Statlon A&B proposed ouifall diuharge points q4 !��-^—� ..���sr:;!,,.., y+��
Impacts to subaqueous 69 KV FPL �
UTILITIES transmission and TECO gas line. No utility impacts. • Result in substantial cost savings to the City. .
�', .:.'�'�
. Prevents potential permit complications. Alternative Pump Station Locations
. • �
Approach and Methodology
Pump Sta[ion Alternative"A"Drainage Ne[wo�k
' . � . " . � ' �_ ' � � . � ' " > � ' �' �t " � �
. . , . . �� :.�.v���_ "_
._...._._ ..___' �_. � '
`� Oversized trunkline provides system with additional r�noff srorage ro allow for a more �� - � �""� ? � � • m , '� ,� � ' .r ., �'� ��
�� efficien[pump s[ation operating cyde. �� � ~t . ` " � ` '
; �.. e. . .. ; .st- . '� . �
��� The distribution of pollution control structures(PCS)and flter units across the[runk line ., �`�- , � + s :- � �1-'�
�
cF—
'�J network enhances the treatment process and allows for more effective removal of nutrient . ,� � �� `""``""�'�' r „ ��� ' ;�`1
l o a di n g.A d di ti o n a l l y,t h i s s t r a t e g y w i l l c o n s i d e r a b l y m i n i m i z e t h e f o o t p r i n t o f t h e p u m p • �. � �� � �` � � �e �.'
sta[ion,as the PCS and filter unit will be situated away from the pump station itself. ,�a Md • ,��-�• . .. . « ��� 5`
�Y .. ,.; ".. �����. t ��.v .�? .
' --� Site offers an expanded area for the construction of the pump station. In addition, it . � "�'.� ... �,. � �, � '�� +� � � ��
t�� provides ample setbacks from buildings, eliminating the risk of undermining adjacent " ��' " '," � 't � ��
_. �� �
buildingfoundationsduringdewateringconstructionoperetions. � i _��i�-� r��� -� , , y',;��, a
� Injection wells loca[ed downsVeam of pump station supplements water quality ��� , ( '',y ~'
V " - �' °°�
� volumetric treatment and attenuates pump station outfall discharge velocities. �� � _.♦, -� -� - �j�j� '' '
._... �- �Y/
�� Long and shallow setting of outfall diffuser attenuates velocities to 1 fps,required by . � .. _ �
. � DRER Marine Fishery Management Division.Two(2)outfall diffuters provided at each end �,4 '�� I�� 3' �.
of Bonita Drive.8onita Drive roadway and seawall to be raised. � 4�� .�(a,r °
.
7T �i �.� �� � �'� �: �,
�
',��,,�,� ,' , � � w
� ^ � { � - ; °�.�,i �'� '�.� '� , ,_,.���..�
� . . . .
- � , - �..�'"'��.-_ ��, �.
:
. � �-
� , � ��� — ���`
� �.�
.�. . ,
..._:. ,�. . # � . ;
_
� .. ,� _. � : n
,
. .
, . . .
. . � ;
, :;�_ �► . �
. �:.� _ , _ `
., , . �.
� _ . .�
�i► ��--==�=�-� � • �-: _.
� �_�_�►
� . - .. . R �,,. . ,„� . . ..
, ._
a ^
��.. �� � �� . .
: • ra .. . .. ' � � -a,
��, � " �
i� � �� ._ � .. .. �
.
� ��� L .
'�:�_ �� � . ..���.....: � -..r,��; �� °"� �t ,� , ..c..._. � ��,_` e:..,.��r.� yifl+Wf�i . �,
r � ��'�r'ill � I �. � �:; ,.r�� -�.�s�'-� . � r'�a.�.._._. � .� � F'Y ' . tx ,. r�
7F` '�-���� - ` � -. � �.��"� �: �� . �• � ,+�
�
,
� _
. :: . .. .` i � �' .
i ,k
� ;.� � k� :F( P i I '�"y"""'^--i t -€ �
,.
.�f.
. � 1 ' " � ' � ' 4 ...._...3- .. . '� ,. £ ..._.. . '
. _. � � � -�.'� � ., � j�.
_. .
� � � � �
,
t. ' . ..�,: �: ' ,�,.. . .q � u . � , . Ew,#,
k, ....�-.:a.
,
� �� . � ��"': � ,,,,,{4 '�"�,,
h� � �, , � : �.., � -�� .�
�a,,..,�
�,, �\ �� \`_ � isJ PIPE : �` . � ' ° .- �. _.. .
� �� r r
� \ . r
�� � � .� ]I"FIPE � . . r Y• 1 �. � .Er �'�i�.. '
1 I S} �i �N :ld
�.��:� �J 98'%PE ' k�t�'111�1(TiTfi77''7fi5� "�F.� - ' ` ���
.
. ;�. �� ; . �,
, . -.,:- :.:,- . , ■ - ,
,
��� O _ toE'TRUNKLINE : .a �� �� Ea � �w
. ....'� _ .___, td�FM WVE
_ � �._. �.-�-___ '���==�-----i---�
�'� � Trash rack unit. � �.��NaE � - � ""
� ��, —#T��� �j . '4�S
�; Sluice gate and 60"emergency bypass. . "�'BFwhR uNn �, --�'� � � - �.� ;;�.y.�i�y5��, �,ri., a ='x" �
-. � "� •,._.! i T-�� T'�'�:, -�I'q7•� ' _
Pump station wet pit. • �i+�ear�or+weu ; ►�, � �f� -,� �
_� Five(S)pumps,each of 25,000-GPM. Pump Station Total Capacity 125,000-GPM. ' •����-.. ' °�y�,�,.
� OUTfALLSTRUCTURE �. - � 7f� 5,1�"f' ��I
- r7� '�__. ..'-+e xs:�}
� Check and gate valve unit. �A� + ,.�-�_�. � p�f i �
`/ Injection wells. �r , � .. . �! � . � .
�E..t= :::M
� • • • �
Approach and Methodology
Pump Station A(tema[ive"f3"Drainage Network
• � . . � � i - :� �- , . . . � . - • ., . `.
, _ �� . .-�--�--'-..__.._� � � �""�_'.... ^"'♦ .
�� Overs'¢ed trunkline provides rystem with additional runoff storage to allow for a more �`�-�-�� -��T - �' ' .,.
_ � efficient pump station operating cyde. \ . `�;. m � ��.y
The distribution of pollution control structures(PCS)and filter units across the trunk line 1 �� � � ��s
�-� network enhances the treatment process and allows for more effective removal of nutrient '� ?�. � ��� �� ��� �. �� `�'��
loading.Additionalty,this stretegy will considerably minimize the footprint of the pump - �� � . � s�� �'
station,as the PCS and filter unit will be situated away from the pump station itself. �' � ¢ �<�Y � �, , �, �,p �
,/r �.,1�..
�R''�, -� �� . .... . . • ���5 ", � ��� .
�� --��. Site offers an expanded area for the construc[ion of the pump station.In addition,it � �� ��`�� � ,'� ��?�� �,
�� provides ample setbacks from buildings,eliminating the risk of underminingadjacent ,��.� � � ,,.�y.aca�-'"`-��` � . -
building foundations during dewatering construction operations. � ---- ;�� "... ", . " � '� �� .,�.,_,,t- . �
. . , . . . ..�_ . _�.. .. � .
, � .tf �f'-. . ♦.a
' '� Injection wells located downstream of pump station supplements water quality . - s ; � � ♦ ,�r, .n. '-.
�`
J volumetric treatment and attenuates pump station outfall discharge velocities. \� "� � �� �o-a�""'�'rs-- U' �°"� ° """
., �' � .. ._ � -. »
��r�. Long and shallow setting of outfall diffuser attenuates velocities to 1 fps,required by j �
v% DRER Marine Fishery Management Division.Two(2)outfall diffusers provided at each ____ ; - �"� � ���4p;�
end of Bonita Drive.Bonita Drive roadway and seawall to be raised. ` � � , � ' '
,
- -� �� � _ , .-, � �„�'�.� ���L
. . ,� �
. ' , �
• , . . . , . �, , 1 ' ,..._
, �
. . . . . . _ .
, _,
� jjj'''iii'""'''
- , ,,. ���
� ' , ����""� , '�� ��: � �1 �r��
� t ,: ' �: ���
Trash rackunit. . __.� "�,�:�. �'�'.�. �. _ �.., �..q... �' . � , v .
���� �f" � ' \ `� .�..i . . . ° �� �*��
i ir y11) Sluice gate and 72"Emergency Bypass. � � �� ��'� ". .�:� " � �`��-�. '"�.' .�� �'�a;� . - "'t�.,. . . � ���-.�„�,,.... ,..._.� '
�/ ; , � � � . ..�_. - � �;,.:. :' wF
�
� ' . . -._ ��_ ^ ,M,.�,�
i �'�� Pump station wet pit. . � �� � � ..
\�; Five(5)pumps,each of 30,OOo-GPM. -- ,.• • �.
Pump StaOon Total Capaciry - ' �
150,DOOGPM. C ��y�"'�^, _-�. • .lp. .�-..�. f ' . - . - �..i�,.
� � �� . �� ����. ':.�' � y �'� �. r =.,
V Check and gate valve unit. C � = `� ��,,' ' j ���:< ' � .. y . �` � ' ._:; . . , _ .•+��;q
Ci �.._ � ". . .. . ..
� .. .i �=�_. � � ' .. �^°"-_.
� _'��-`' ,.�.�
, , y
- ,� o � � _ ;
� � ��
..,
,
�_ �r— . , ��
� Y�
, � � � ''� � � r . � , �. Cs
,....- �
Y _ ''Q
, ,.. , ,
u� .
; � i , - �, , .. ♦• � � . � •,�� �i �
� ��� ��� . ---- - � � � , '"� . ,�
�� . �; ." _ ... .. �. :a�lP���. ,..„..,-x, O . • ! . p..
. . .— , ,.. 4 ..
.
. . �lr Q� �... :. � �
� �� .. , � .� J L � ,..,...:.. ,.,.. . . . . . � . � A � .. ..r s
r� ; - �. �... '� .. . � "�'
.��� —_ ' �I�.1;'. s '� ..iW � •�I . . �. �1c.i..����.t_ �
. � ( � - ��/ �^'� �
.�. �� j , s_ , � �o•� ` , i' ..�;,� , .. -,.�,�,"'_
saa� —`� � :_iC7�t'��e : ►.tn,7u.�ra,xrr�rtir.7rs� ��, '... � �''
. ., . - _.�a n�P�c'E. ' '� '
, � �-n�-r�-:,�-, I �� .�x. � *.,a_
. ` � �
� r' �. . ' ,. ... .. _ : . J 96"PiPE . a �.� �. ��
:
�
�
.
.. � +
,
'
�
�`
� y
_ �
�,r� � �. / I_ t08 RPE _.... , ....:.... . . �'..� '..,�
� �
s,�,�i�,.�i I .
;
i •
. J � .,� ..
.. � � �; � - � __ � �..,� � ,�. \ -. m
.
. � ,,
� � �
, , . �.
� �
�,: . . _ -- ..� . . � :vJuihE . ' ._ . .,.... - . � �' . . —\... i ' .
.�. _ �sr�r � w �
�.F� ����T� � i - '� �� _
��
�.
�� � � . .�. ,��
. � :.'.c SF�7ER UMT . � � �-� ,Q }
:.a . .. ,. ...
.. 'x ,TZai' '. .�. ,,.,,,.,4 . .._. . . 'I � � .... ��m..} ��..._. x � � t
. , . - i� .WECTN7N WELL " �
_-- ...` .,'..., " t�' � •
> .. .._� ,.�_... �� * �
u
��i v „
. � � � OUTFAII STRlIC1Uf3E �m, ��--� >� • •• • .
� _ � . : . .
' • .. y.. ..- -�"�>:+A '?�'�
1 i•- �uw.�cv . .
• ' • � � � �
Approach and Methodology
71st Street and Bonita Drive North Shore Park and Youth Center
..,- -- � . , ---- _
� .__. _ � ,.'�--� -� _ _ _ ,�'.�� �-. -��:
. . - , ._ .. ,
�_ � ` �.,,� , , *� _. ,� r � . ;.
• �' --�_��.. . � . � � � �,y `'"
<;�-..`► ,.`� ,�-. . �_ �/ �, ,�� � � � .
_.
� . � � . .. .�,r
, r� , , ,<.:., -�
�_ ,.,,,� =� ' �,+✓ _ � ,
. - �� . �• _�
_ � .� �'
. , �, � � � � � �� U , �`.�`-,�
� r�
♦
, y� �- . .-'.��� � . .I� � � ' � � .�
� �ns^
� . _
.� ,. � � ._. _ � , !y �'�
�f� �� f .� ,!� ��r �'Nl;r � � '�,
� . w � , �-. , _
.. _ ,. . �i' `��
,.�
, !e�• � � ^_ � _ _
• :, , , , ., .,
, + . � � .: . ., .
/ � � ~ '� ���
,
� ,� �.=
-,r,�- i s !
.� �..�,,�— s.�'"'o�� ,o . � ��` i�/ �=� -_
w �� i' '� -
. , ,,,� r> `.�► ,
� � ~'
' ^ �+.
.. � �� ' '� . ��pf.
�� } �� + � ��1� •+� �s
� � � ;► � �,
� � _ ��� � _ ����� �.�:.
Construction layout along 71st Street for the pump station construction follows the layout for the water and Minimal construction impads are anticipatPd within the parking area.Additional parking areas will be
sewer installation layout. coordinated and a temporary exit will be provided during construction.
�a=
�� �—"r'� �,,,?�•-,�_—� _ - - a �'�.
� _ ��. ��' � _ ~' •• � i •
�
M �.
♦ � ► •; � � �t^� � + 1�0 `t� ,'�r
�,��, ♦ Y • ' - ,.7' � ` '�
e � e '' ♦ ,�.�� ;� ,� ,�, �
' �. v
♦_ ,,,,� ������L '�� � r _� `—
� ���'� . f
'�% �� � � ►a `,' + � 'b ' . �
Y / �
• .. ... .
� "'y�� - �� r . .; y '�'
��� � , f��� _ � ^_ �,
/ � � � „i,
. _.- . � rj .� hx .
,b.;�s � , � � k�� A
� � � ,. . � !.r'
�" ', �� ,
. � _ � ��� ..- � �
a= ��-� � � )' ;i���;'� � .
r�� , :,�:,.. r�.�'� (.,.� .r'��.�. � �ai���.�
The access will be coordinated with thr�it� � I�.�^��f�.r,i J�•a::'��k confgw.�t���ri�r:�ll bt�in.>I��mc�nted. La�as�aping Multiple accese po��.��ts are p«�iiae:r�th����;.. .. -t nc:- �uaFn.ng features will be incorporated and parking
features will be incorporated and dining areas res[ored,pump station and ancillaries will flt inside the property. area restored.Pump station and ancillaries wiJ be visually screened.
• • • �
Approach and Methodology
_ - . ,. M . .'Y
How we live today in our constantly changing p Carlyle Avenue(Add East and West Leg)
environment, requires a new strategy for efficiently p Byron Avenue(Add East Leg)
moving and connecting people and goods. Lifestyle,
public health, economy, emerging technology and New crossings for Carlyle would require signalization
climate impacts are all pushing the need to rebalance or Pedestrian Hybrid Beacons.Additional signalization
community priorities and transportation networks to likely to contribute to additional stops if not well
serve a wide range of evolving land use and mobility coordinated.
options. Integrating a holistic complete street approach
into the planning and design of our transportation p Dickens Avenue(Add North Leg)
facilities and public places creates safer and more livable O Carlyle Avenue(Add East and West Leg)
COmmunities for everyone. p Byron Avenue(Add East and West Leg)
p Harding Avenue(Add East and West Leg)
During the preliminary stages, our team will collaborate Dickens north leg crosswalk to close the box will be
with the City and FDOT to develop feasible typical �oordinated with the City as it was part of NoBe
section concepts that prioritize "hot spots" where Master Plan. For Carlyle and Byron, we recommend
improvements provide multiple transportation benefits consolidating to a mid-block crossing at the entrance
to transit, pedestrians, and bicyclists. Local stakeholder to the park to minimize parking impacts.
feedback will be critical to identifying potential concepts
-those who live, work, and traverse the study area often O Bonita Drive(Add Crossing)
are best suited to help guide the development of these O Indian Creek Drive(Add West Leg)
concepts. These concepts will consider stakeholder p Carlyle Avenue(Add East and West Leg)
p Byron Avenue(Add East and West Leg)
expectations and input that will facilitate moving the p Collins Avenue(Add North Leg)
project to the final design stage.
Additional crossings will greatly benefit the safety and
Alternative concepts will be developed based on using a mobility of pedestrians as there is currentiy an 800-
wide variety of characteristics, including but not limited foot gap in pedestrian crossings between Dickens
to existing dnd future land use; population and Avenue and Abbott Avenue Traffic signal progression
employment densities; socioeconomic and equity data; and queue management will be key components to
reduce the number of stops along 71st Street with the
proximity to key destinations such as schools, parks, proposed crossing locations. 71st Street consists of
commercial areas, and transit stops; crash data; existing three separate traffic signal sections including
bicycle and pedestrian facilities and connectivity; sections 21, 68, and 286 for which progression is
existing roadway geometry and traffic volumes; and generally in the North-South direction. Detailed
available ROW. Each alternative concept will be review of traffic signal timings and phasing will be
supported by a benefit to cost estimate. required. The request for the Carlyle and Byron
crossings was previously approved by FDOT; We will
coordinate the additional locations with FDOT.
Traffic Analysis
Overall, as the project seeks to enhance pedestrian, p Abbott Avenue(Add South Leg)
bicycle, and transit facilities, impacts to "traditional"
traffic operations are anticipated. In addition to the traffic Abbott Avenue south leg crosswalk to close the box
data collection, our team will provide traffic engineering will be coordinated with the City and FDOT as it was
studies including but not limited to bottleneck studies, part of Noee Master Plan and not included in BODR.
before and after analysis, intersection analysis, signal
warrant analysis,arterial studies,composite studies,and p Bonita Drive(Add Crossing)
access modifications to support the development of the
proposed roadway improvements. � Pedestrian crossing will require 20+ seconds due to
crossing distance if no median/refuge provided.
Crossing to be pedestrian actuated and coordinated
Pedestrian Crossing concurrent with 71st Street movement at Dickens
Pedestrian improvements include providing new Avenue. The crosswalk on the north side would have
crosswalks or closing the gaps at missing locations less conflict with the heavy eastbound right turn
within the project limits and are summarized as follows: movement from Bonita Drive.
• • � � � � . .. ... . . - • . -
Approach and Methodology
Bicycle,Transit,and Parking Facilities For typical section modification to FDOT roadways, a traffic
analysis following the 2024 FDOT Lane Repurposing
Several corridors have proposed changes in lane Guidebook is required. Given the number of proposed
configurations (road diets) to accommodate exclusive modifications, the analysis process should follow that of a
transit lanes and/or protected bicycle lanes.The REI Team Type 2 and Type 3 Network Level and Transit traffic analysis
has extensively reviewed the planning documents for the in-lieu of a Type 1 corridor level traffic analysis.The proposed
North Shore D area and will provide a detailed analysis of roadway improvements will be designed with the future
each corridor during the preliminary stages of design. vision in mind to eliminate potential"throw away'work.
Several recommended improvements to the typical
section for transit and bicycle facilities are feasible within This methodology includes reviewing existing conditions,
the available right-of-way and geometrical constraints. analyzing proposed alternatives from a traffic analysis
The table below summarizes the proposed improvements and safety perspective, and outlining any mitigation
for each corridor with the exception of 71st Street that is measures for congestion impacts. A key element with
summarized under the following Town Center vehicular traffic operations impacts is illustrating the
Development section of the proposal. safety and overall mobility benefits of the project.
. .-�-�,a
O Protected Bicycle Lanes
Requires minor widening and lane reduction to accommodate buffered bicycle lanes within right-of-way.
O Protected Bicycle Lanes
Lane repurposing improvements were recently incorporated to accommodate bicycle lanes.
Minor widening within the right-of way will be included to include buffered area.
O Protected Bicyc�e Lanes
Requires minor widening and lane reduction to accommodate buffered bicycle lanes within right-of-way.
No traffic operation impacts anticipated.
p Protected Bicycle Lanes
O Exclusive Transit Lane(Priority Corridor)
O Parking Spaces/Improvements
Capacity reductions without the elimination of signal phases at the 71 Street and Dickens Avenue intersection will
- generate heavy congestion.The intersection includes numerous conflicts and operates as a split-phased signal in the
. north-south direction.Coordination with the City and FDOT will be required to reconfigure the intersection consistent
with the operational plan of the project area.
Note: Accommodations for transit to be coordinated as currently there are no transit routes(neither MDC Routes or
COMB Trolley)along Indian Creek Drive between Abbott Avenue and 71st Street.
O Exclusive Transit Lane(72nd Street to 73rd Street,known as Harding Avenue within these limits)
O Parking Spaces/Improvements(72nd Street to 73rd Street,known as Harding Avenue within these limits)
O Protected Bicycle Lanes(Phase 2-69th Street to 72nd Street)
Exclusive transit lane feasible for the 73rd Street to 72nd Street block with Lane Repurposing of one of three lanes in-
lieu of removing parking along the Park. Lane elimination would need to follow FDOT's 2024 Lane Repurposing
Guidebook for acceptance of improvements. We recommend extending to 71st Street in anticipation of the North
Beach Transfer Station.
p Exclusive Transit Lane(71st Street to 72nd Street)-REI will confirm with the City if BODR meant Abbott Avenue.
O Parking Spaces/Improvements(69th Street to 71st Street)
p Protected Bicycle Lanes(71st Street to 72nd Street)
Impacts to either exclusive turn lanes is required in order to accommodate improvements. Lane elimination would
need to follow FDOT's 2024 Lane Repurposing Guidebook for acceptance of improvements.
. • • � � � 1 . . .. ... . . -
Approach and Methodology
Town Center Development Plan NoBe Improvements:
O Shared Transit and Bicycle Lanes
We have analyzed 71st Street with respect to existing right- O On-Street Parking
of-way constraints and harmonization efforts to develop
preliminary alternatives that incorporate multimodal - f >;
improvements that considers future redevelopment of this --' `�?
area and incorporates the Transportation Master Plan and t � p� �..? 1�� �
Plan NoBe Improvements. '.���...�. ;� ' , , G � ��
,,�,i-a: � _:� i'�, �A� � �,�
Transportation Master Plan Improvements: � � 1�,•,_ �+� ; i�._�' , •j�
ME � /".. �G"} ' ( �'*r��k•
o Exclusive Transit Lane �� v �' , i , ��; i �
o Protected/Buffered Bicycle Lane ���ry ; , �+ ' � {, .
�
O On-Street Parking . ; : .. j,, �`.�. �_ �.----„-' ' —.
,� °'�- � �� �-�"--t---»---�
�'�,�" �� , +
� � �� � L �� I � .
Y �
� � .--.-..�_"—�y '���� } , � ��
+� !r Sy. �i 1� , ���:ti
� � t ��
� x , � �� �'��c ;�� t� l , r� _I
� .. � '�^��� �' si�{ A6� � ' ..:.-"�c1�.�.. �_` `�� �
The Transportation Master Plan recommends a � -- ....- --a-�,---- �f- F � �
feasibility study be conducted for the removal of the Step 1 Ultimate Condition
left turn lanes and the addition of a westbound lane to Plan NoBe anticipates the redevelopment of the
improve capacity while providing exclusive transit and adjacent buildings with 10'offsets will occur over time
bicycle lanes. 71st Street was identified as a Transit and and provides intermediate solutions that can be
Bicycle Priority Corridor. accommodated within the existing right-of-way(Step 1).
The REI Team will maximize the improvements within the available right-of-way and incorporate elements in line with
the planning documents. Our team provides a preliminary analysis of the corridor that balances the transit, bicyclist,
and pedestrian needs with the road raising, harmonization and parking needs. Through the elimination of the left turn
lanes, an exclusive transit lane and buffered bicycle lanes within the existing right-of-way can be provided. We
understand that bus/bicycle shared lanes are not the preferred method within the City. Our team will analyze the
direction of the exclusive transit lane that will provide the greatest benefit to transit riders, while parking facilities will
be provided along the opposite bound of the transit lane to minimize conflicts.
In addition, 71st Street traffic operations impacts are anticipated with the proposed transit lane and additional
pedestrian crossings. It is important to note the significant safety benefit of the additional crossings and the enhanced
mobility for the daily 8,000 to 10,000 transit users. Based on Florida Traffic Online data,71st Street daily vehicular traffic
has averaged 8,000 to 16,600 vehicles per day with the latest 2023 count being 11,300 vehicles per day. Therefore,
transit currently services nearly half of the users and could attract additional ridership with a more efficient system.
,r��..., _ ...-:. ,. ,.: . ,.. ....._ . _ :_ �,:�
, . . ,..:,�.x.�._...,.: .� :
�Yt.r z�,1?u*_.::a. " t.;'. :-ie�"1+t`i�� _ ,1�,�: . � - _iy�`�.�Ys� i::.;r
l�@�Ai`
Route Boarding Data Jan 2024 Feb 2024 Mar 2024 Apr 2024 May 2024 Jun 2024 luly 2Q24
Avg.Weekday 8,454 8,584 9,974 9,076 7,981 8,651 8,750
79 Saturday 7,153 7,280 7,323 7,612 6,759 7,348 7,063
Sunday 5,154 5,094 5,846 5,461 5,640 4,697 4,989
279 Avg.Weekday 718 717 847 970 636 756 813
Proposed improvements will be coordinated with FDOT at an early stage to expedite the context classification designation
required for the development and approval of the typical section package and design variations. Aesthetic features
incorporated will require a maintenance agreements that will need to be coordinated between FDOT and the City. The
following exhibits depid the typical roadway improvements that may be accommodated within the available right-of-way
along 71st Street and the type of harmonization efforts anticipated.
• • � � � � . . .. ... . .
Approach and Methodology
,
,_, . .�,- �, r , . � . �.� a,,;
.. � �� �^�� . .
�'y� ;� � .'S• ��.,,1 `�
.� .. ; ... . ;
iI�` � �1 � t' i'. � T"��:
< � �.
,, .
r ��
���� �� � � �: ��. � O _
� ; ��§ '�- . a
� • ��� `�� ,* � ,..�� '� -�Lr��.i
.
' '., 5 ��I �� �Jl:..��.�a..r� � �• �
, .� -' _� ., • .
: . ..
- __ . '._._.. .µ . .
� .
�w�l� i.�}�' � "� �e� � ti
...__
�
. � *
• ;� . .� � -� .� : �,x -
. �
r.,� , " � -
. ,
• < , " ':'
t `�
� ♦-, ,
�_"",,,`/ ' � • ,: ..; . ',�� 's �+� . .
�If� � �� �^ � •� } , �
., � � � , �. ,
� i ��� , � � -�
_
.
.
� - � � � w � �� ��
� , �,
a .
. �;
,
. ._ ,
_ —__ � .
..t�a��..+. ww.... �. L:... 1 . . . ,-;.e . _ .
..� ��. . ...
♦ x f ��:��� •� '�fC.. t.•>,'tC• rFro�;� �:�r �� r�-��,s�., •
� a �H • . ��^•7 '���'
i�' �' .. ��� - , ' ,���, ` _.
� �- .
w � � .
. w� :* �t - C� C� Ci
. � �
,_ . . _
` :; �!
� � � . -���_- .� . � .� �` C�
------ -- _
- ------------
� ` ��1
� w ��
--.
O Pump Slation REI Alternative-A , . � �
+N,. . .. .; .y,. . _ p: , .
. � rs � -�::1� :,. >•:
� " --"� '�c�c� . . . .,��z�`?'.-
MaintenanceAccess �* #��� `�15�>
_ -�„�y�", �� ,�n�!'
&cycle Ramps � ".,; .� -�y M„
�' w �
�;.,. Multi-level Sidewalk-Maintaining Access -��������%� �� � �� � -
�. �-- � - �,��, � `� ,<` ' .Ay.
� New signalized mid-block crossing ��I,� � , . �- �� � �,}- _��1�����1"'{ �� � .
� `\ s ,�
OCanopy Trees,Landscaping,and Seat W alls ,�, �( "'�* _` g \ � ,M' M:• � �
, I`.� �^.� t:� b � .
�/ �
� GatewayNoBeSign - �� ;. ,��' .�-��.1'��' , �, �c�:_\j_ ��1 'G` i.;� .� . _..._. �SUS
�„ �'�� � � u 5 �• , •. �,� � , }_... MIAMI
� �F� . i
MiMo Handrails j :°y ' a
�"' , � � i �i�'
0 j I � � _
' New Traffic Islands-Safety Enhancement v��'i O . � i �_�,,.R . . ,, �
l_� �...\ � " w�
� Green Colored Bicycle Lanes � `'I �.� � � . �', �
. . .,. ...., , , .
�, ..
� • • �
Approach and Methodology
_ _ � _ .__ *
, ��
� '
�` " O _ �� • - _ 4
� ~ ' � '� � ° r� �;lii�c.. it„�' ��1 ; '_ _ ,
� � O Proposed Dedicated Right-Tum Lane � NoBe Masterplan Implementation .,r �
� :I US POST
_ � Landscaping Features � Access Coordination with development � i�� OFFICE �M �k�
' �--� �� �� Potential Desi nated Bus Lane � ��� " � i `_
\ � � �_ Potential Dedicated Transit Lane O 9 � 7 . -
� � � � ti� � �
7
`,.,,� � �, Multf-level Sldewalk with Railing � New Signalized Intersection ���� ��.� . . . ' -
-
�..� , :
�� r ��,::= �--- � :�_
� New Crosswalk-Safery
� - � � � 10'Property Setback ,��� �c F� * s.� � �,
� Enhancements '� �
� � � ��' � , , � � ' �
O Buffered Bic cle Lane ti a "
t . Y Event Drop-off and Pick-up Zone �� """"""w`"°•� fi�"' � �_,
� � . .
+_'H• �'.� � • - � � �4'Y S�':a: . .
. ,�.. �, y -� - �. . � . . L
� � ; �.� _ - � �a.� �� �. °� �
. � .
s �
; ,��� �
� �, � ..
�► ���11���: �� ��� _, ��_. ��� Y�� . ��. O ��
., _ � '"'�.�
.. - .�:..
� , , .
i �� .. ___. _. ._. _. . �� � . �:.'
_ ,� � _ � , :. �, �� ,._���
_ .
.
� �
��
�� �� i" �' � �� C� r��� �,,,� �� C' �
� � � »� y � , . � , .
— _ �
��, fl. �.7 ! _�-. �� �� f. �� � �..
�4= .�'� , :.. � �:'7`a «s: • ;.•+ ;
���, , ..�,�n „� , �,,, .,,_ '� �,,;�. -— —
�',�` � ,,.... "" �, « \ * � .:_.. 11�i�#i ' �
. .
"�'�►\�,\\\\\�1,� W1 '����� Y
w ___ _ _ ;��•
. . _ _�
��. � � � � . � �
� � � z� �%'�• — +� �` � �, ��
..: ,
'� „. , :_ .
�� �� �__,,
�� F h` , TOWN CENTER � ���� �
_�.. 4' �� Y � *' � GATEWAY , . . ._.. ` _ ��.
' \ `�� �� (`- � ,�" . .
_.,. �,� � � � � ._., �� LL
�w � �
t .
� •
� � -�.-F
� °i ,( r
� . :�+e • =� =`t.. � - .
_...__ .� . # .�, � :.>.:.�"�o.,� <v -.. ,<�..�^a-� �
! ,�
i
1 1. "
i+r ' „ b»:� �.- � .�_ iy,.., �i"� n � ' - ._._-� . -�:,,� ..
.. s.�.:...�- �.i:. _t:., .. .
, � .. � ,.,..� --� . '-, �� � . ..� "`^�� �
� �' � �
7� ,`� �`� � � �� �••� , � 4�
� r � �
�� o
, s,. . " . .. �. .
.
� .. , a _ .. ... . . �, " ,�" � -
E
; �J`� • ` #
,�.��lE�r.:.. ' r .. .". . t � .
" -. , t' '..._ _..� ��._.. _.. � �^ ...
• • • • � � �
Approach and Methodology
„� ,^�* . y
o,,. ,;
y »r. �
` �"6 .„... . ;�• . �u"`` ;. - �. ' '.'�` 4
l� ,� '�•� � � �< � ��,� . � S1, .a�'�•^�
G I �
1 t
�I �i i ti� � ',�3` . . !t . .,�5�'a �„�,..
x .
� 4'� � ��' �A'°. ` �:.��' t F""-r�'�.
�' � 71'.�BYRON j�q;.,, : �� " - R ., Ar
y� � � CONDOMINIUM � '.f� - � s �
��� x .��a � �! . 1 -���.MR�C. +, s�,� - � . fc.' �"i� ~���
�, � � � � ��
`� ..f� fn � �1 ,�.;,.
� � A�:� `C�.� 'S.�n`v �* . u 'i �R
. '. ' ' � � ,��y� e,+,;�s.. . � . ��.
�a� (�. � � ' � . -Yr. �..,._._. ..-.� � 4 .
. � _. I . . � ' �� �
p 4 I �n `', �"�=�.;t� �}=- =-_ �:" :�.„4. .__._ ? �. ._.�.��=�i �
.
..
i , : , ,:��.� ,
, _
,. ,. .
.�� "� .���. �1111�+11111, ,t,
,-�-- --� O
� !��_ � ,� � �_ � ,�
¢ �, _ .
� ��_; _
� ;;,o,: '�" '
� ' — � � -
, � ,�t (
� �, . �
� ' ' � , -
�� -� ,� ��. C� ' � '�: �� ��" C� �'�;'
�
_ _ • ,
, � =
� ��- �� �
�' � . � --;.,�.�......,:�' . .,� �� ..,�„:. ,�
�r� �- a
t.��' $ �� ,,,R! ���,� " -'�� � � k' ,>� y� �' �
1 � g
� ,i� n.�y� �`i�rs � +,�� y :k' �
, I� ..P Mp' .^. t . ,�'T.y ' . ' ,... _
..t, �`� - _ •� ^ .�,� �tyy _ ��'��. CAFE � . �
�.r
�� � a`� PRIMA � U
� u; PASTA
� .e�� � i'r , � O New Crosswalk-Safety Enha�cements
I � iBLIC :�
�I 1��K(N� ���� i � p � New Signalized lnterseclion
� .1� _
L '4
� � � '`t � ��� � u Access Coordination onth Development
� �� ...
� , yL Designated Bus Lane Altematrve
--^r�� � �, r.,/
G , ',� . , �
�� r � � ' 10'Property Setback
� i�l - J� .. �� !;
}�:.... u O, Buffered Bicyde Lane
� �.
� u °� � � 'i$.� O Mufti-level Sidewalk wilh Railing
♦ �
��� � � �. � � • �'�������` i� � Private Driveway Hartnonization
�i�C' , ' ��,�._ �, . �...
• • • � � � �
Approach and Methodology
_ ,. �w.. � _ _ � t
. . ,�
•
't�?. , !�4�i'�e! .m�,'k „� ?� ,_�.- . - --. �., ti, •��a+�.w- ....,
� � _ •�
a� � � �:� ��,,, ���
`" • ..' :+�a ��• , �
a p
� } ' ' � * .�' r.�/.���'
_ ,
� ; , � .. �' , , .
,, a�R ' x
Y ._� "� '�. �.�� � � �
. .. . , ��i�.
�, � � , ��. , O Buffered Bicycle Lane �-.. . ' � -� �� ��
; .'...._ _ stisit.: ._�.. e ,�
,� � .._.. � r�.
� t
�'p" Greenspace opportunities �
. � �� � � ��
��i � �\.�
„ � � x,. Potential final bus stop � � � , ..� .�.�.
� �Y �. ��, Project limits to be coordinated • �'c. � � �
U ��� � �� � ,
��' Q Coordinate with FDOT Bicyde Study for �,} � � _� ;�� �
y..
.� Collins Ave FM 449944-1 , i► . ,. ...,t; � a� �
a� � � � s�.�:,.
U �� �_. ... ° . , , +�,,,r"
�
�
,.
� �� . ,, -� . - ��
�. F = . : � . . ..
,� _
.
- �• � . , � � , � � ��-�. � „�'\��.
� - - � �. .� � ..�.�� -
_ ..�
- _ _ . �, � . �
_ :.,�
:� �� �������� � �
. •. Fx k� ..J6} '..SL YiE � i'� •3� —
. .,. „y�� .n�• .,,v •��r'. ..'.r ,"�� F^;�'.
'.` �
..
.-� . �.t-�' ... .
.:� � ��,��'f !�� � , _ ..
" <;"
,. y
.. _ ti
a .-
O� F �' � CI CI "'. ,� °w C� ..:..".�,�. <r,. �� , ��, ' �
..
� -� a..� .a-. �
a.� ./
`�.
� �� .� ,,,µ � �� ''
� �Ia ;;. " , �� x.� .���n- � .�',�., � I�.:
.�. �� �,na s,
�
�� ���s ��+a7;,�.� �� ��
, ;
� ` � ' � � � a� "� �It .+ - L I� ..:t. � �t.. l�- '
� [� i�
, � �. . � '-� y}�' - .
. � � t � ";{�.A. ���M�:�� . . : . .. 'y]..
A4
�¢ - ��i� ,�
.. � . � T V i.¢L., �. .,ss:a
� � �
� �E��7+^�� � .""a�� � y�� p g� . e
.. ` "T-�f� ` :X y � �
N '�;' � -� �M � � .� .....
!nw ���2� . : � �i� ,� 4r-+ ���b�� cme�
!-'�' .� V�lr..� .�� .. �.-. �; �-.,91�� ...
� `/� `� ' � ww � si�
F i i � O •
F• ., 'F� ����.ri -. '
� „,,� •
�OxF ���'R;' :. ' ;:+�` � _.i .
. . (,.^ ... ,-�,.,..:�... �� � j„ y, .. . ._... . ..
• — . � ` �v�aM� ! .
���� . � -r �.l �
� .,.'#�-wo,..�..� q Pu.a, � �.f,- � � . � ��
«� ^
� s �
;.... a, a� � �� 4 � �/ ..
_ , ,•. .t. �r � �A
+ � -+ � � : �•
V� � '.e� � ' �_�# 9 R
��
` � '� . ������' � � ,�. �
�k���i-.t '. _s �'.� 9 ,�.- . � • ' ..
_ � _ _ ..__. '
, «�
� • • • - � �
Approach and Methodology
B. Preparing a Comprehensive Utility Plan
Given the extensive scope of this Neighborhood
Improvements Project and the presence of multiple Indian Creek Drive at 41st Street
utility companies along the corridor, early and dynamic REI's drainage design eliminated relocation of vital utilities
such as FPL duct banks and sanitary lines.
utility coordination efforts will be essential for this
contract. Mapping existing utilities is vital for large
diameter pipeline projects in order to identify conflicts �w � '��� ' �u k„ ,
that may be mitigated through design rather than costly a►,�"� -.. `s"'";�i
relocations. To ensure early identification and resolution ''"��t�11l11�?�� ��, ,��'`� .
of potential conflicts,we have initiated coordination with ---"''� `; � 4
� �� �,,�.� � �` -�y ��i�J
critical UAOs such as FPL-Distribution,AT&T Distribution, �,,.. � ���r- , ,��� �
and Crown Castle, �� �
rt�' �- ��`� ,
Mrs. Lissette Guon (CHA) will serve as the dedicated �.�� � •= ro�:,��+
point of contact and Utility Coordinator for our team, , �
overseeing potential relocations and minimizing conflicts
through early coordination with all Utility Agency : � �"'t.�r -
Owners (UAOs) involved. Our team will foster a � � '� �''_-'
respectful and open communication environment with ',-'. '�'`
', ��E.. :.`i;'''i�w -
affected UAOs to address their concerns throughout the
design process. As part of our coordination efforts, we �. ' •��� �,� �^ • —
will schedule utility meetings, create conflict matrices to ����M�r�-�: v
track relocation schedules, conduct constructability �. �,�' � -- �"�.,"X '` .- ,
reviews, and hold field meetings with the design team '_ �. } i • :�
and UAOs as necessary. ` +� �i
The REI Team will prepare a comprehensive utility matrix �`�' � ��` `
containing the following information: :� � � y� " �
� • �
� Utility company. r �
t� Request for as-built date. -�, � � .
�� `,� •
fl As-built receiving date. `�'��� ��'
�� ;� Z
� � �� � � i� ��
� tJtility contact person and contact information. �� � � k '� �,.,�4��,,.�
�,,::. ��'�a�•� �
9 Additional comments, as necessary. �:.'�
Once aii the available data is gathered through as-builts, �� � �, . �
SUEs, and field reviews, we will develop a utility master �. � " j � �
plan depicting existing and proposed utilities. s�''� �` � "�=;3<''�� ���_ := ;_ r''r
�` ' ,,� '�°�r1( - ' - ��'
Resolutions to conflicts will be outlined and required t ` _ �- � .F '��
relocations identified to be coordinated during the :a..-'�, :_ �'�" ►'
detailed design phase. - � ,�� �� t�\r'��
`�-� �� `� -.�►y� �,/i
t ' / i� , _
'i � � �.
. .�, �.
♦' � �.. �:
� , . ; ���
� '� �',��` '� '��
�� �''' .,,, , . ,�� � e.�
• • • ' ' � - .. -
Approach and Methodology
C.Considering Phasing Options BODR Construction Phasing Concept
The project area encompasses approximately 56 acres, with extensive underground and aboveground work along The sequence of cons[ruction phases will begin from the proposed outfall locations and proceed primarily from the downstream
several streets.This project requires careful planning of construction sequence to minimize disruptions to the public area of the project limits towards the upstream areas.In addition,each phase can provide subphases for the side streets.
and minimizes throw-away that will increase the construction cost. Our preliminary construdion sequence
incorporates the following considerations: • Phase 1 involves the construction of two stormwater pump stations.The first is bcated north of Fire Station No.4 and the
second is located in the Police Department substation parking lot.
1.The existing and future developments within the project area to minimize impa�ts to the public;
. Phase 2 focuses on the improvements along Indian Creek Drive,south of 71st Street.
2.The necessary consVuction sequence for the drainage,water and sewer improvements in order m reduce . Phase 3 involves the improvements along 71st Street.There are two(2)developments along the south side of 71st Street that
bypass systems and additional valves;and will be coordinated with to minimize impacts of construction and harmonization efforts.
3.The simultaneous construction of multiple proposed infrastructure using the same trench and . phase 4 covers the improvements along 69th Street and adjacent side streets,moving west to east,from Indian Creek Drive to
maintenance of traffic arrangement to expedite construction. Collins Avenue. Beginning at 69th Street allows for the necessary water and sewer upgrades.
A key priority is to coordinate with the ezisting and future developments. The development at the corner of 72nd • Phase S focuses on Dickens Avenue improvements between 71st Street and 73rd Street.
Street and Carlyle Avenue is substantially complete and sidewalk transitions to existing conditions were provided.We . phase 6A addresses 72nd Street and adjarent side streets,limiting the work zones b�o�k by block,with sequential lane dosures
will coordinate with the City the removal of the bulbout that prohibits the existing bicycle lane from being restored to manage traffic flow.
along the eastbound lane.Coordination with the new development a[the southwest corner of Abbott Ave and 72nd , phase 6B covers 73rd Street and adjacent side streets,limiting the work zones block by block,with sequential lane closures to
Street will be expedited to ensure the remaining roadway footprint can accommodate the proposed improvements. manage traffic flow.
Furthermore, we will ensure that access to essential and recreational facilities remains uninterrupted during • Phase 7A involves work along Abbo[t Avenue,starting a[72nd Street and moving toward 69th Street.
construction. Throughout each phase of the project, continuous communication with local authorities and . Phase 78 addresses Harding Avenue,elevating and reconstructing the street block by block,starting at 72nd Street and moving
s[akeholders will be maintained to ensure compliance with all relevant traffic control regulations and minimize impacts toward 69th Street.
on essential services.Temporary attess routes and dear signage will be in place to ensure continuous access for public
and emergency facilities.These facilities indude: '�?.r,J�, .C'�, '�' t E �+ �--r --�� "+ --F'�
.'J6 _...„� ..1�'f► . � i 1 � .
/ 1 .�... -51�7�' , .. � p�
. Miami Beach Fire Department-Station 4 and Miami Beach Police Sub StaUon,located at Indian Creek Drive; �`•' •.! ""►++� " s t�. * �'"
ol�'�
_�� �� . � , �
_� �
. United States Postal Service,located at the intersection of Carlyle Avenue and 71st street �� � �( . �.,�.:' k�l ����i�.` :
�" � ��,a -' �
. North Shore Park&Youth Center, , ' s� ' �p ��,��'t�. � . . _��+ - `� , .'r.�M.�^�•'�� y
k 7
. Miami Beach Bandshell,located at Collins Avenue; �` ���'� ��"` "" ., �s�,,,,..,,.�f�ar+�.-. . S , . .r^.� "~'
i .
. The Church of Jesus Christ of Latter-day Saints,located at Indian Creek Drive;and '`� ',,. . "� !v� Q -� O F . , _� � r�
�!��•�'.� � y�lh '."`ew+i�j .-,..*, -�f"'-� as. 4�, .ti ���
. The Calvary Chapel,located at Dickens Avenue. � � - r �,�E�� d � �'�-
Layend �� '��. -��1� C�. r�� r � i I a�� '
To assist the City in phasing out the construction as funding bewmes available,we recommend separating the finai � r�naw i-Nun,p sm!�+� "� �� ��+ � �� ' •
��_ � �
construction documents into individual construction packages. The overall design will still be completed within the � �,���2 -- �: ^'O �'""'`" �.�;i �- ' r
project design schedule;however,this allows the City to expedite reviews and expedite the release for construction of �� k t ">'`� "" O .�
segments, aligning with the agreed upon construction sequence. Each segment will have a complete set of �P��� a ���� � `� �n � 1� O. �� i'' ' �
construction documents and cost estimates that allows the City to construct independent of the other segments.We ��"'�"� + ' � .� ' - Q~ �+�-,
l + 4 �.
will provide transition designs to tie to existing conditions as necessary. �t>na,F•'�� � . .. ' '�,,.,r� `
Pi�;r.-i�n ... + ��„ � � •
Our team has extensive experience segmenting projects as previously done for the Indian Creek Drive Flood Mitigation x'�, � . •� 4 ��.' t �*�'"'- �'��- �
Project where the pro�ect was segmented to match available funding.This method was also applied to the I-395/I-
_ :�n.....�, . . .. . ._ . . V=
95/SR 836 Interchange Improvements Projects where multiple design packages were delivered for the local city and ��'^�'' s � '� _; �} , "`�� a ��
� r .. �. � � .�
county roads running below the highway.7he staff redundancy within our teaming structure allows us to produce �Pr�.,� r. �J'�� � � r.• ' ��� � , ��,�� �-
-,!7+a � r O OngoingDevelopment
multiple design packages simultaneously that will expedite the detailed design phase and simplify the review process. � �
� • • • � � �
Approach and Methodology
Construction Phasing Concept � � �• � • � �
'�x ,P-�-.., . .. s
REI Pump Station Alternative A was analyzed to determine the feasibility of the construction sequence.The Preliminary ,� ��-� -���i ,``� �'� , �
.� d e� .�• �_;y' ��K � .�� .a..� �
Phases 1 and 2 will include the work along 71st Street since this wrridor has ongoing developments, requires fr p � t;
extensive coordination with FDO7 for the developments of the final typical sections,and has the pump station along i �� ' ""
Bonita Drive.Phase 3 will indude Indian Creek Drive that is driven by the sewer system needs.The remaining phases � ,,. � �-�� , y i _ .� ��> � -�
m a t c h t h e c o n ce p t o f m o v i n g f r o m t h e d o w n s[r e a m a re a s t o t h e u p s t r e a m a r e a s a s d e p i c t e d b e l o w.I n a d d i t i o n,e a c h �� ,L .w �!t—�-�� - � • ."T�.y,,� ��'�i! ��
phase can provide subphrases for the side streets. �' 1 � � , . �.—��+—yy� — ^ ' ~ ��~'~
,� r x . . �� , �
. ��, ' � ^ '..� ' P �,��: a
The MOT plan will be implemented across multiple phases: ` ' � �`Y �•�� . .� :
��. ► r �'�'f. --r --��. . ," '/iC
� �j ��'j i `.�++' � � �s�
� �' ' �-- � {� �
. Phase 1 involves the construction of the pump s[ation at the City's parking lot and the improvements along Bonita ��na � �, t� ��.
���'.. ' ,,.,,,r�, . � : ..
Drive and 71st Street. � pnas„i �"�� �= '--* "�= • -^. ` ��� "" __
�. +� �nbr4.,;. � � .: ^ �Y. �►� ;
. Phase 2�ontinues along 71st Street,reconstructing the street block by block,starting at Indian Creek Drive and ��'nase 1 - `�'. O '���#:i� ' ��
�.' �i°•:, t `" i`" Q,- ' +--"L�-
moving toward Collins Avenue. � p��3 "� ��, ti "" �' � • i � " � �
`�� � "S"�, � ��� � �_-„-+r�;r.
. Phase 3 focuses on the improvements along Indian Creek Drive,south of 71st Street. �p��a ^'�`� �r � + .q
. +.✓1iA� w ,� . �
. Phases 4,5,6 and 7 will follow the BODR phasing concept. � c>nase 5 ' - � �--
��nau,en �"R��'�. �'. ' :...� "� '`Y`µ°M�. I � �.. i
��� . i�i. 6 �� �s�.1.
� Pnase 66 '�o� �'� � .• � ...
'�`=.'�'a;x` � � ..�.P-L.
� i'ry:f�a 7A .y ,�- j.. �:����� •��
� Phase7E3 �� � ��. --i � � u
� . . � ����s. �r'h�„��M� . .
►a��O ongain8 D lo_�,pjm�e�nt 9
. 1 .�..� '�,
Construction Phasing Concept �= !� ' `�;� x�� "' ` �' �;�4'""� _ � �' �r� ��' �' R
,. ,. , ,
v ., a. ,+ i ��' ' e'�'"`-",�w- ' �:(:
+.:.
REI Pump Station Alternative B was analyzed to determine the feasibility of the construction sequence.Phase 1 was +�o ��� , `�4 - } v �
�'. -�!'ilbe:l�f�
segmented to match the requirements of the proposed pump station located at the North Shore Park&Youth Center. •�4` �\ ��`. � '� ' 1��"� ��� �'-`�, �� 1
P hase 2 for t his a l tema tive indu des wor k a long 7 1s t S tree t since t his corri dor has ongoing deve lopments an d requires '� , i� �f �,�, � ,�*T J� � t
extensive coordination with FDOT for the developments of the final typical sections.Phase 3 will indude Indian Creek ��.-� �+ �� �' " �x-'> ;���
Dnve that is drrven by the sewer system needs. The remaining phases match the concept of moving from the �, - " "��`�r,.- 1 � " � *�"� � s �� � �
downstream areas to the upstream areas as depicted below.In addition,each phase can provide subphrases for the side
��� _ ,..+� — . . .� `� �„y, ,�
streets. ' _ � '
. ,�J�-'�� Q �.V�+ Q",�� Q .�,_'�'^� �6. ���ii�� .
The MOT plan will be implemented across multiple phases: � ,� � � """'•� 1 � "�ir�
Lcq�nd t � �. s , �_ [_�'�"!"!. r�, � �; •sfa"�.^.
i
. Phase SA involves the construction of the pump station a[the North Shore Park&Youth Center. � p�use i `= `�" •�`�^ �`' �_ �} " `
. Phase SB focuses on the improvements of Dickens Ave from 72nd Street to 71st Street. �Phase a � �('� � �"��� -� �,�,x� 4 ' '� � '
,'F�.� t.O F�.��'.�f � O � ,y��---�?�..� .::M
• Phase iC continues the improvements along 7lstreet from Indian Creek to Indian Creek Drive to incorporate[he � Pnew a '•���.,,,.,�.� � � � t O � , �
forcemain improvements. _ f i��4 � ��e- _ ' ' ;�"�:�
. Phase 2 continues along 71st Street,reconstructing the street block by block,starting at Indian Creek Drive and '�a „ ` , � i �_
���' �r.,.�..�
moving toward Collins Avenue. - 4i ' � � , ,
F����, �-���,� � t�� - -� f - �r•, k �:
. Phase 3 fowses on the improvements along Indian Creek Drive,south of 71st Street. �r. � , � � " �r qy �.,•��
� t�nase 88 '>� . .•
. Phase 5 is simi�ar to the BODR phasing concept with a reduction in limits. _ F ���A ���� � � y+i:�
. Phases 4,6 and 7 will follow the BODR phasing concepL � { .�,,����}Tr dF• � ' '
�G7wse 7B � � t;�r � �
� ���- ��l O O g ingD lapment �
. .;.... I�i... �: 1 . -•..c>'�"'�'
• • � �
Approach and Methodology
3.5 DETAILED DESIGN •
A. Selection of Feasible and Cost-Effective Design Options
The most feasible and cost-effective solutions for the improvements must consider a variety of factors:
O The needs and concerns of all stakeholders, including residents, businesses, local authorities,and utility owners.
O Environmental impacts and any regulatory requirements and standards that may impact the project.
O Existing conditions, including the layout of utilities, soil/material composition, and potential obstacles to minimize
disruptions to existing utilities and avoid costly relocations or repairs.
O Impacts to vehicular and pedestrian traffic.
� Useful life of the project and the capability for future improvement/expansion.
O Construction cost.
B. Developing Detaited Construction Plans
The detailed design phase will consist of taking the preliminary design concepts and developing cost-effective final
designs. Construction plans and specifications will be developed for each component of the project following the
applicable City of Miami Beach, FDOT, and Miami-Dade County standards as applicable. This stage includes permitting
efforts and approvals from regulatory agencies. A critical component will be the development of a comprehensive traffic
management plan that minimizes construction impacts to the community. The REI team has the required experience and
lessons learned from similar projects that will streamline the final design process. The following section summarize our
approach to preparing construction plans, including specifications,materials,and construction techniques.
. , • .
The selection of pipe material that combines economical Pipe materials that should be considered for this project
advantage, both for furnishing and installation, City of include DIP, HDPE, and PVC (C-900). The REI team, based
Miami Beach maintenance and operation familiarity, ease on its experience in pipeline projects, has already
of instaliation, and compatibility with the existing system evaluated the feasibility and availability of these pipe
is an important design parameter on pipeline projects. materials by contacting some of the pipe manufacturers.
Several elements shall be considered when selecting the
best pipe material inCluding: � DtP can withstand large tensile, impact,
and crushing loads. DIP is available in
O Service life O Client familiarity ��{ three pressure classes to handle the
magnitude of water pressure within the
O Structural strength p Installation under water pipe efficiently.
O Ease of installation O Future connections
�" " As with DIP, PVC is available in three
O Corrosion resistance O Overall cost � ���,��� pressure classes to handle different
��� ��„�� magnitudes of water pressure. PVC has an
advantage over DIP and steel pipe because
������ it qs cor�rosion resistanp and does not
Type of Material Sizes Available re uire s ecial corrosion rotection.
Ductile Iron(DIP) 3"-64"
High-Density Polyethylene(HDPE) Z"-54" � HDPE does not require special joint
�� restraints at changes in direction.HDPE can
Polyvinyl Chloride(PVC) 2"-4$" be installed using trenchless technologies
Prestressed Concrete Cylinder Pipe(PCCP) 16"-144" like HDD. HDPE's greater flexibility and
resilience makes it less susceptible to surge
Steel Pipe up to 72° �, and hammer shocks.
• • � � � � . - - .. ... . .
Approach and Methodology
Water �rtd Sewer Systent (3) The alignment and interconnections to the existing
Our in-depth understanding of the projects needs and Water and sewer systems will provide for an MOT plan
unmatched technical experience facilitates our that minimizes the impact to vehicular and pedestrian
streamlined approach to evaluate and design the most traffic as much as possible. The MOT at locations with
cost-effective solutions. constrained right-of-way will be evaluated.
The goals for water and sewer improvements include: (4) The proposed water and sewer will be designed in
conjunction and close coordination with the City's
(1) Replacing any main past its service life and upsize maintenance and operations personnel, utilizing
mains to ensure consumption and fire flow demand is hydraulic modeling results to determine the most
met in accordance with the CMB Water Master Plan. effective way to eliminate parallel mains running down
Water meters and fire hydrants should be replaced to the same corridor and provide more loops for system
provide the system a brand-new service life. redundancy and resilience. This will also allow for the
most optimum diameter selections.
There are three projects that are currently upsizing
water mains that this project will connect to: (5)The design of the proposed water main will be such that
O Collins Avenue(within project limits) the contractor can implement partial certifications to ensure
O Abbott Avenue and 69th Street that transitioning to the new main and reconnections to
O 72nd Street from Carlyle Avenue to Abbott Court water meters and fire hydrants can be perFormed as swiftly
as possible to avoid service interruptions.
(2)The replacement of the entire sanitary sewer system
to meet future flow demands in accordance with the The REI Team has an inherent understanding of the Cit�s
CMB Sewer Master Plan. All sewer laterals will be needs and the policies and procedures developed to lead our
replaced as well. The new system will be constructed efforts with water and sanitary sewer system integration.For
using corrosion resistant materials (PVC), and all existing almost two decades, our team has served the ciry in
force mains within this neighborhood will be replaced replacement of aged infrastructure including projects such as
with new HDPE lines. 11th Street Reconstruction,Lummus NIP,and Nautilus NIP.
(3) Installing Force Mains along the following locations: + i e����
69th Street (36 HDPE), Byron Avenue (36 HDPE), 72nd �" � __. � �u�wwaTnauxr:
„ „ ,
Street(36" HDPE), Indian Creek Drive(20" HDPE), Bonita �
Drive,and 72nd Street(16" HDPE). _ I ����T°""°`""'
The REI Team cost effective design will consider the
following constraints: � �Tu"�,�,�"��,°f"'0°°
(1)The installation of the water and sewer lines adjacent to MIAM)BEACH ;�`�
the exiting utilities will be a challenge to this project. ;' w,►sw,cra,A„�m,E
Installation at a close proximity will be conducted,as feasible, ' .� T�T��'w���
to take advantage of the limited space along the corridor and r
facilitate interconnection when it is time to transfer service '� u,ww,s,mc„eow,o�
to the proposed main.Our design will be closely coordinated .� , � TOTALNEMfWATEAMAIN:
with and consider the proposed alignments of other utilities / ��'
that are to be replaced,to maximize the effectiveness of the f �,.r' Tu�ne�co�Nr,ar�eoar+000
construction effort in that area.This may involve proposing a 1 ,
design that allows for the contractor to install multiple �
proposed utilities at the same time,by using the same trench ��}� � SUMMARY
and MOT arrangement to expedite the construction. �� ---- -- --
TOTAL W.M.:33,810 Lf.
70TAL EM.:1,500 L.F.
(2)At intersections that are heavily congested with existing
utilities, the design will consider what the trenching and
excavation in such a tight area will look like and how these The following exhibits identify critical issues that our
utilities can be crossed as efficiently as possible. team will successfully address.
. • � � � � .. ... . . • . -
Approach and Methodology
^ _. ,
. \
d�� x a" � �1 � � �
+ �' � � � --' � � „���..-- __ �/
� , ".i i;�, ; ,y �, ` _ `
� ,
� ; .,.�
.����� `—_. ��_� �a l
. �� l tt �ti�t� al r ul n�. U � � �
- .�c � mainitEii r�ia;;rd la��z i ` 1 W1�r .
� � � withinalieyswrtt�ver}'tdttwurk '-""- ' �� �
�Q'� ! .$,..
� � dearances.instaUauon oitheae i- _ �` ,--N•
�m g '
f mains may I�tricky SinCe it will . >;, '�"�'� ..i � � ��
� �equve smaller footpnnt equipm. � � ,� �. � �� s� . �},-�.- -
�a[er Main 21ong 7ist St:The mains 21ong?7<t �� �� and carefitl e+c�vati m tc��o��:i �� � � �� �� ��.�M�`"�� ..
_ � .�.. , ..-.,�i` i
t -�er(t2'(hrough 30")are[he"Uunk'Ilne of � � ex.istin�,uuli[ia�i���!� � �� . . ..,i,�, --�I""„��--�*`
I.;�;vStem in ChiS area.The BODR als0 cslls fUr ' ' �� � .:.- . .
.i�aiallel8'alongthe3d'watermairi.from[he ; . -'���� '� � �"--�- �
I��<i;;e[o Carlyle Ave.This is an FDOT road and � '�
��talns lot of vehlcular and pedestrian traffic .. � W- � � �
n>uuc[ion to replace the mains in[his � ;, � :��� F ��� '•�=�� Ilu��a:e
���doi will require careful MOL and a planned � �� � ` "'4
pience of bypass and construction to ensur� _„ ��r"u�'"�""""�.'''"!'� . � � �� � -- -�� -��. �
♦ � � it!
:I�.i?it,v.aterservi�e snotinterrupted �,.�, - � r
�,.. .. n„�mA�� .,��k" -.� �' �T}.�1�� � ��' �" ' ,.��� !!!1
. �, � -�=_ • .�
, �
�.r�F - .�.
. _
, , . �:..
. ,� �.�
.
, -- _
� �••► r�.�••��*�"' �
�� . i� � _ � ��,. � .
� � C�nneCUon Co Water Mam dt Colhn Ave wut
� need to be des��gned cunslderin�the utibties
� � . � :;nd[raffic�u ih�1e aieas
' � - ...�..R..a .� .,... . ._.-,..�.�..�.-...,.
_ . �a��.tirig3o'water mani jus't east of the K � � ��
�r.ilbe on��st SL This connection w�ll require � �.
ur.ful design and construction.ihe exis[ing .
,a nay be bnttle and fragiie trom age,and � . ' � : �
iv�equire res[raints tine5[ops orother � � . �i�+._ ,
�,.ds ro ensure it can be properly cut a id � `� - R
�
_�r�,i ecCed to,in oider to transfer ftow[o the �— � "-� - . ' ( .� �:''�
,���pu�ed 30�n'M.qlso,tlia traffic across n�e _ � � _ ��' `� �
n�.cl�c✓�1q rei�wre a we!!-plannad MOT. � � , � � �' � � ��"' �
.._-t__ . . .... .. .. .. _
� � ', a�
�" ,� •� ` ° �'� .
�� �' �. ��� ,; _ ;�����5 ���i.;�� , .�v:��;
�� ,,�; � � IaU�n.,t a�adait onel water�nam �
s+��� � _�� � . . . � �� � to�e lace the existing maln wdl need tu ensure -
;,y���,� . ` _ ` � r — — — — — — — -� — — -' — - — — — - [hat proper utiliry coordina[ion is performed to
- e �
��� •sr`�`-�`' �q�� E� �i � _ t� accoun[forexisUngelectrical commuNcanon,
�_ "5
..�J.� — .._ "ti+�:�� ',EGHJG. . ,",rn jr yi, Pv.aniifor ni.��nlln25th3t
I �}� �
�,o,a::lri�,i,daiv � [
. ��`"�.. . ' � . .
�� P�[able W M.Pnase� -
Wate Ins[allaticnalCn I_[a �it rUi �,_._� � y �,�y��
..nni�I�+,�.It�nv� .e ,i.�tl�a .( r +.. ,,-s.n.y�r Potable W M.PhdsC 7 V �l� ' ,� � e.<.
; ._ .i,:�. I � ����{ • � � � � � 1 � �
� ExiSting W_M. �, �
.. _ . . �� �— —J ._, ,-,�ovat'ei roldi ,[� ,.ainti C:-
. ,-._,.__._, ..-.... ..... ,_....
� ., .,,,..,•--.,�r•-,c:. � ,.,
� • • �
Approach and Methodology
n
< �
� � _ - --- " _
�\ - "' ' �` � - _ _ _� _�._.� - - - - " — � • • � • , • � .
' � �- _= `��', �
, :3� � -'A"�-r'ti.-.� i';�.
i 1' ` . .. � i� � '
�:,,i t►. ,. .
���.,�:�i :;P
y�^� '. �'���'�� ` ... � � � /\
!�. .- ` ���� �}- �
� ` ` _._- ..� �� � ' �
� �
� � � �
- ,.- �,,nylali t ��� a�un5�uuini� ! [ .�,. .�'I� J -�. . . � �
, ., iiii. .,.._ .. ' .
iher`tDOTroad.sll^at'�:itlnvolves
i„
u ,._ k
g intersections. � . .._" ,:���` '�G � . � __ i=r- - �,
i , I ' � " �,'�
�,— ���'��—�.��J � w�i •{����.rr�� ..
c — — � --�/"',.�-`-``
� � � w
\
\ �
\ � �
� ' �;sianai��� +_...
\ ..�.�
\ � �
\ . . �
\ �
�
� �� ..
� "�: _ �
\ � � y.,
\ �'�.i� '
f; ,' � 'J r��{r'
�� ' �
� ---- \ I Y
� �
' r .� � . I icwer Main along Abbot�r .,�. i �
� �� i� i he BODR dces not md�cn�i �.� i ,. �
� � ;. � rhe sewer lines installed a�ong these
� . r'kyt ,.. - � � � ,.backroads'.or any of the graviry sewer alo�,K
'- [F ,3�� � � qbbott.4ve.,even though according ro the G^�����+
i� � � , „ .x r • � � " �_�Y_ _ _ _ _ — — — —— — —J i�IS,they are as aged as[he other graviry mainc�
��y,+' '�t J fy'��t�'gy�,��'f°._���.. ���` .\ ,! . . ueing replaced.Moving these gravity mains tu
� � ��-�`���` abhot[Ave.may be complex as the folios
� � � LECEr�o. abu[tingtheecistmglinesarecwrentlybe�ng
.: t
in5tdll d�lono�o[h St.w�ll� cui po�ete[he � ' - - ' Projec[BOundary - - Served via[he reai.A porUon of Abbo[C C�. ��
discnarge force main for aS�9.Thu ue-�n will \ � �� Gravity Sewer Phase� � also curren[ty closed oRdue ro ongoi�p;
xwrjusteastoRheintersec[ionoflndian � � .� . �: � _;�,,,
Creek Dr and 69th SL � � � Gr2vity Sewer Phase 2 �� < . , �
\�..___ ._ J ' - _ ' ,.. . j:,i�, ......� .
• • � �
Approach and Methodology
n
< �
�� �. _ _ _ _ _ _ __ _ . . . . . . . . . o
__.� � � _ _ __
L`� 4- \ � � .
:
�� � � �
,
:� ` .r�� -�--� l
�
, ��_.a ' �•�•� a �
� • � , .'.� ..:: �,� i �,:� �
H \..- .
' , pi �' . �ax'� _ � �' , - '�si
. � �ttf . -� ' � ��. _ \i �� �- ,
u[ �
�
[ Y�
f
�
. . 4:. � .. n h ' �� � _ �
_ . .....��iM � .
,.i ., .i.._.:..i. .. . . ... .. Uuliry con�esuon along Byron Ave. i_ � � �� .��.
,
'i .h {:ur�p st �on operoti�n��ensci�rha[ � � . •� - �' �
. .,.. . .. ._..._. ._ .._< ...�...
.�;;are maintained and ma re u�re Ihe ���J � � ,.,!;;g.:.�- �
.r.�:�llauon of an on-grade bypass while the
;i� 5.�i io,zplaced.Our team has � -�s[allation ut 36-inch F;�I�long 72nd St.The
. p d�p�.o���-�ed sulution to replace c��i�� I � -�posed 36-inch FM needs to Ue into exis[ing
���r � r;�st����.�ree phases. � � _e mains near qb6ot nve-Durmg a field visit
u�;insYallauon of addiuonal electrical utitities
� I is obsened Proposed al�gnment will need to
t�ue nP�.ve it I� r's ii�[his Corridor iil[O
`� �. i i� . ..�.i�.�': ._'.
� �
:� � ■ �".—�.
��.3r�'..:` � �-"' — —_
� � I '
� � I �
� �
. �
� .. : - � __
\ ali::.:;�.3`� • � ,_
\`- - - -- -� � � � s�
+��- � onnceuon[o me 3e-inch fM to repiace the
' � � �;nisung 2q-inCh FM:ihls existmg�4-inch FM
� � . � � nec Inro the ezisting 3G-inch FM on HardingAve
� i \ ����,J 6oth SL 7his exisung 36-inch F M along
� ��iarding Ave.�nstaUed in ig37,is currenUy bein�
K-
-, � \ � � aced under a separate con[ract ihe ne-in
� pl
,.�' I �,�.JI need ro consider the current redesign of
� � itns interconnecbon.
• _��_� �` � . .r ,..._.. . .. J e'
� .�' � — � � — _ — � � �—� — � �.���.�� — ..,..� . ..y.� --
\ ' �� � '
-u: r .:nu� �ecl:Di.av�ll I�a tomplex.s � � }� �`
'�t G E N U: ",wwk.�"�. '�,,,4.��_�..?7' � + �`.'..:.
ir mvolves�n FpOT road,s�gnalized � — � � �����# � }u ���w,
� I'rojec[Boundary � .��.,�, l;� � +„_�;�;�:.
r iersecUons.and very heavy vehicular traM� � � - � �
� �� Force Ma�n Phase� i���
., . \ � ' _ _ " <. ,,. � ! . .
r„t.�.��. .r P-I,:.�
L����J
� • • �
Approach and Methodology
;����; a.-�i��r � -� a"° ;���., ;����r�,��, ����:t � As a cost savings alternative, REI will evaluate and
coordinate the use of MWI SEA326, that is on the
Recognizing the importance of this vital drainage approved vendors list and provides the same quality.
infrastructure project, our team is committed to The pumps will be constructed from stainless steel to
implementing a collaborative design approach from the ensure long-lasting durability. Pumps wili be housed
very beginning to ensure that all perspectives and within a vertical stainless steel draft tube that serves as
requirements are considered in the design process.To kick both the suction and discharge pipe. Each pump
off our collaborative approach, we will present our initial assembly will include a backflow check valve and a gate
site plan for the pump station,along with a comprehensive valve, connecting to the main discharge pipe. In addition
layout of the drainage system. This early design discussion to the mechanical components, the pumps will feature
is crucial as it will allow us to identify and address any redundant water level control systems utilizing floats or
potential challenges related to constructability, transducers to manage the operational sequence for
environmental impact,permitting,and cost. activation and deactivation.
Once we reach a consensus on the pump station sites and The electrical and mechanical equipment and
project scope, we will take the next step of scheduling a instrumentation and controls will be designed for a 20-
meeting with the relevant permitting agencies, primarily year service life. The configuration of the control system
the Miami-Dade Department of Regulatory and Economic Will adhere to the City's standards. We have thoroughly
Resources (DRER), FDEP, SFWMD, and USACOE. During reviewed the pump station technical design
these meeting, we will review the preliminary design and requirements within the BODR and provide the
establish a timeline for the permitting process. This initial following considerations:
conversation is essential to avoid any delays in their
review, ensuring that we stay on track with our project (1.) To maximize the reliability of the service, the pump
timeline. Following our meeting with the permitting stations will require a dedicated FPL Vault with a pad
agencies, we will initiate our design work in close mounted transformer.
collaboration with the sanitary design team. Given that
their design takes precedence in terms of priority and ♦ Preliminary calculations revealed the FPL
adaptability, we will ensure that our drainage design transformer will need to feed a 1000A,480V,3
aligns seamlessly with their plans. Additionally, we will Phase,3 Pole, Non-Separately Derived System,
coordinate with the water distribution team to confirm Service Entrance Rated,Automatic Transfer Switch
that our drainage design is compatible with the proposed (ATS)which provides automatic switching between
utilities, thereby preventing any conflicts that could arise FPL service and generator power
during construction. �
• We will coordinate the design with FPL, including
Pump Station Design securing the FPL Fault Current Letter,to provide the
required Ampere Interrupting Capacity(AIC) rating
For the layout of the pump station and its associated of all the electrical equipment
structures—including the control panel, generator pad,
and outfall structures—we will work closely with • We will ensure that the required FPL easement is
electrical and structural engineers. This collaboration dedicated prior to construction.
will ensure that all technical aspects are thoroughly
addressed and that the design meets the necessary (2•) Five 18-Pulse 200HP Variable Frequency Drives
standards and regulations. More importantly, we will �VFDs) are recommended to reduce the harmonics from
design the pump station structures for prefabrication affecting the nearby electrical distribution system and
and modular installation. This approach will not only consequently damaging the electronics in the area.
streamline the construction process but also significantly (3.) The Pump Motor Connection Box (PMCB) and the
reduce the erection time, allowing us to bring the Control Junction Box (CJB) are recommended to be
project to completion more efficiently. installed close to the wet well on an elevated structure
Our team is experienced with large mixed axial flow because the multiconductor that comes from factory
pumps, capable of delivering 25,000 GPM prior to any have a maximum length of+/- 100 feet.
losses and that are BABAA standard compliant such as
the XYLEM PL7065/706 3�850(515 mm) model.
• • � � � � . - . ... . . - • . -
Approach and Methodology
Furthermore, our Team is aware that the City has an � Installation of water level sensors at
ongoing project to integrate all pump stations into a _ upstream points of the laterals to
SCADA system. Coordination will take place with the = optimize operational hours for each pump.
ongoing project to ensure that the proposed pump p Sensors continuously monitor water levels and
station has all the required infrastructure and collect real-time data.
equipment to integrate with the new SCADA system.
O Data is transmitted to the stations PC Board
In addition, we will incorporate features that consider equipped with sophisticated logical operating
maintenance such as the addition of light poles to setup.
illuminate the equipment installed on the elevated O Data is analyzed to determine optimal number of
platforms to facilitate the service of the pump station pumps to be activated.
during nighttime operation. Lightning protection system p Optimizing operational hours translates to a
will also be provided in compliance with the Standard for reduction in energy consumption and
Lightning Protection System as adopted by the NFPA maintenance cost for the City.
(NFPA-780), UL96 and UL96A. The electrical grounding
system, handrails and lightning masts will be
interconnected with the lightning protection grounding Size the generator with a manufacturer
that is certified to load their generators
loop to provide a complete lightning protection system. = up to 85%
Once the pump station and ancillary features are O Select manufacture that sizes generators up to
complete, our team will provide landscaping to disguise 85% as opposed to other manufacturers that are
the equipment and beautify the surrounding areas. limited to 70% as per ISO-8528 when running over
a 24-hour period. The generator features include:
Innovative Design
� Bi-fueled (natural gas and diesel).
With the growing environmental challenges, REI's
priority is to provide innovative design solutions that � Housed in a weather resistant, impact-rated,
contribute to a more sustainable, effective, and wind-rated, and level 2 sound attenuated
environmentally conscious water management system.
enclosure.
o Diesel sub-base fuel tank will be double
walled, UL142,with 3200 gallons, sized for 72-
� Installation of microbubble aeration hrs operation, eliminating fuel transfer,
technology to improve water quality and pumping system, and increasing the running
= environmental degradation.
time.
O Microbubbles mitigate the discharge of polluted O The generator size would be 750KW (84.2% Load
water that is commonly associated with "first
flush" releases. Factor)resulting in a$70,000 cost savings to the City.
O System consist of an air compressor channelizing ` + *
air through discharge tubes equipped with ' �'^�
specialized nozzles designed to produce fine air ���+
bubbles. _ p �'�� �'�Er `�'`��
O Technology produces minuscule bubbles ' '� � , �
� . , ��� ` " ..
app r o x i m a t e ly 0.0 2 m i l l i m e t e r s i n d i a m e t e r v i a � � ' : << �
nozzles installed within wet well and along the ~ '� ' �' , ' ��""
final 100 feet of the main trunk line. ��'��� ��;,.� � � �'
e
O Microbubbles create an aerobic environment,
significantly enhancing oxygen transfer and � ,r
decomposition processes.
o Microbubbles can remain suspended in water for � 9
extended periods, crucial for effective aeration. � .��, �
O System can integrate an air ozone generator that Indian Creek Drive at 27th Street-Bi-fuel
increase oxygen levels and oxidation of pollutants. �enerator designed by Rei Team
. • • � � � . .. ... . . • . -
Approach and Methodology
Stormwater Optional Pipe Materials Indian Creek Drive Flood Mitigation Project
The selection of pipe material for drainage will follow
the FDOT optional pipe material process. Pipe material �� �� • � ;'�`� "��"�
selection is based on durability, structural and hydraulic �,�` � ��+ �' « � � � 1`'.F.�•�`-,��"�
requirements. Pipe material selection shall meet the 4. � � � ��,,�
minimum 100-year life service. Due to the highly {�i� � - �
corrosive soil environment found within the Cit the � � ��� ' �,�• ', "
following are typically the suitable pipe materials: Y i ���
,
O Reinforced Concrete, 18"to 120" � ��'
�+.�.� ;r.i jp k y'� ,
O HDPE Class II, 18"to 60" �� �
• :�r'�1, ' � �,
O Polypropylene, 18"to 60" �ti�� '��'.,
O F949 PVC, 18"to 36" ti �
t'.
i ,:
O Steel Reinforced Polyethylene (SRPE), 18"to 120"
„�
REI has experience in large diameter pipe design � j� �
utilizing DuroMaxx SRPE and its benefits during ';:;�`eTk'> .
construction including: ,'' .>'fi'-�»-,,. �
� '�'; ,..
O Pipe is delivered in 24 foot segments due to its light �'�M �y�
weight; Thus speeding up pipe installation time _ _ _-
resulting in reduced impacts to traffic. �� _---� �_
O Steel reinforcements are completely coated in
plastic which insulates the steel from the harsh
conditions of the marine environment.
O Pipeline may be custom fabricated with special �r� �---^�--�
deflectors to incorporate critical horizontal �... - ��!`� *
deflection angles such as the ones on Abbott ' � - _ ~Y4��, -
Avenue/Harding Avenue. These inline fabricated �
fittings for directional changes eliminate the need �
for larger junction boxes whose installation may �` �
trigger additional utility relocations and lengthy �,.� � �, 3 •, � .' ,�
dewatering process. ";;;�
O Joints are watertight. The joints in the Duromaxx .y �'< ��:��
��. �� +' ������ l,
pipe are steel reinforced coated in plastic to ;1� :� �`-�.�
provide the necessary rigidity for a watertight
, �.�. /►: .:�l�,. .a
fitting. Water-tightness is critical since you want to
minimize groundwater infiltration to the trunk-line The construction of the �z" (Duromaxx) trunk line aio�g
Indian Creek Drive followed a construction sequence where a
though pipe joints that may adversely Imp2Ct the Well point dewatering system was first installed to lower the
pump St2tlon dnd system hydraulic C2pa[Ity dnd water table below the proposed pipe invert. The excavation
OpefatlOtl. was performed within a trench box unit.The production rate
was three to four pipe runs per day which equates to 80 feet
O Risers, straight or angle tapping of laterals are perday.
custom prefabricated by the manufacturer.
• • • � � � . .. ... . . -
Approach and Methodotogy
�_ ,r,,-� .: , , �-�� y °�" Complete Streets
How we live today in our constantly changing The REI Team understands the City aims to provide
environment requires a new strategy for efficiently resiliency improvements by raising streets, as well as
moving and connecting people and goods. Lifestyle, provide safer connectivity through a Complete Streets
public health, the economy, emerging technology and approach. Accommodations for alternate modes of
climate impacts are all pushing the need to rebalance transportation to meet the needs of the growing
community priorities and transportation networks to urbanized developments will be prioritized in the
serve a wide range of evolving land use and mobility decision-making process. REI partners with agencies and
options. Integrating a holistic complete street approach municipalities to customize complete street solutions
into the planning and design of our transportation that transform communities into thriving, equitable and
facilities and public places creates safer and more livable sustainable places that enable access to opportunity and
communities for everyone. improve quality of life. Our multi-disciplinary team of
passionate experts adapt to specific needs to
Geometric Design and Harmonization successfully deliver solutions which achieve a
community's goals and reflect its unique culture.
The roadway profile will target the minimum edge of
pavement elevation of 4.2 feet for City roads and 5.2 Quality Urban Design
feet for FDOT roads. At constrained locations, required Our team includes a group of solid urban city
harmonization will dictate the roadway's maximum planners/designers and landscape architects that will
elevation. Each roadway block will be analyzed collaborate with stakeholders to uncover strategies to
independently to allow for harmonization efforts while revitalize and redevelop the North Shore Town Center.
maximizing the complete streets efforts. Our final designs will incorporate tactics such as:
The same team that successfully led the harmonization Landscape Architecture: Reduce extreme head by
along Indian Creek Drive Flood Mitigation Project is providing areas for canopy trees, planters, vertical
assigned to the harmonization for North Shore D. Our landscaping, bioswales,trellis, etc.
team, including the public information officer and the lead
roadway engineer, are extremely knowledgeable with the Tactile Design: Provide textured parking or interlocking
process to obtain public acceptance and license agreements. Pavers at parking spaces that allow vegetation growth
and infiltration. Enhance sidewalks with tinted concrete
We anticipate the following harmonization efforts: and/or Portuguese paving as select areas.
O Ramping up/down to lower elevation entrances. Citi Bikes and Parking Stations: In addition to the 3
O Eliminating or reducing existing steps. existing Citi Bike Stations and the existing bike racks, REI
O Providing steps when alternative ADA entrances are Will seek additional locations based on local demand.
available. Above-ground Furnishings: Provide seat walls, rest aids,
O Regrading sodded areas and swales. benches,waste receptacles, and parklet areas.
For ramps and steps, aesthetic handrails can be Artistic Elements: Add banners, branding signs, and/or
provided that align with MiMo Design Guidelines. shade structures.
Impacted landscaping, fences, and gates will be pavement Design
replaced. It is crucial to mitigate harmonization drainage
impacts by providing drainage inlets and trench drains Our approach to pavement design will aim at achieving
within private properties. As done on the Indian Creek two goals; cost efficiency and life longevity. To provide a
Drive Flood Mitigation Project, we will coordinate the cost-effective pavement design, that will withstand a 20-
final floor elevation, entrances, exists, privacy walls, etc. year lifespan while expediting construction, we have
with all properties under construction or renovation. studied using black base in lieu of limerock. For locations
raising the roadway above 1.5 feet, compaction will not
During construction, we will assist the contractor with be a concern, and therefore limerock may be utilized.
the harmonization in the field by attending to site However, at key locations, black base will be applied to
meetings and coordination with the property owners achieve compaction and expedite construction in
and/or managers. On the same token, we will maintain between construction phases. We will coordinate the
access to the properties by providing temporary access approach with FDOT for state roads and obtain their
or phasing the construction at the driveways. approval prior to finalizing our plans.
• � • � � � . . .. ... . . � . -
Approach and Methodology
B1�r�-�reera Stormw�t�r ln�rastrracture
The City has been proactive and committed to incorporating blue-green stormwater infrastructure (BGSI)as part of the
investment in neighborhood improvement projects. To maintain uniform and holistic implementation of blue-green
stormwater infrastructure (BGSI), the City developed and adopted the 2020 Blue-Green Stormwater Infrastructure
Concept Plan. BGSI offers many benefits that make urban areas more sustainable and resilient.
As part of the BODR, several primary BGSI best k -`�,.�
management practices(BGSI)were identified: '� -
, ��,
9 Bioretention/bioswales/rain gardens. � � r;- �,,
O Enhanced tree pits/trenches. .�� ' � � *p
O Permeable pavement. ' � ��
� Stormwater planters. � �` - ,�
O Constructed wetlands/Floating Islands. �;, : . " � ,
�
Our team will collaborate closely with the �N.a,�,,, . , �
City's Planning and Engineering Departments, �
. ..
residents, and stakeholders from the outset
and throughout the project to evaluate the
implementation of other BGSI BMPs not ' ,
included in the BODR.
Some of these BMPs will include: ~ `x �; ,�;+ t' �" ' �'r9�';'��� �e. ,�'
' '��+�` - �#;� •�> ;�.�y.. ,���,, ,
O Filtered stormwater overflows into '���.�+ �° ����-�
natural water bodies. �� � �w:� ���;Y�. �. ,; �' ' �� r�;
TODAY ��'.-
p Living shorelines. °�'`'���•'� ��i`},, ;�.+�r - -�,
O Downspout disconnects. ��,,�r�t � '� ' ;,�,�:�,`�"
p Green roofs. ���y, ' ' `�' "'' �
.+�a.. •� '��+,s'�, : �.�.��'.
O Stormwater planters. �.► `�
O Stormwater harvesting. � ��"'� �'•
- `�"�
L�9"3+C�5C��7� �i"G�14��C$t7t'4'
The Roadway Types in the Project area are defined as: Sites for any trees to relocate will be recommended on a
O Highly Visible&High-Profile Corridors: 71st Street. plan preferably in the project area or nearby areas of
O Commercial Corridor:Collins Avenue. public land. Wherever feasible existing trees will be
O City-Connector Corridors: Indian Creek Drive and designated to remain and proposed facility locations and
Abbott Avenue. construction disturbance minimized in order to maintain
O Neighborhood Connector Corridors: Dickens Ave. the health of trees.
O Urban Residential Corridors: Carlyle Avenue, Byron
Avenue, Harding Avenue,and 69th Street. Shading opportunities against the region's intense
sunlight especially as reflected off of pavement and
The Urban Forestry Master Plan recommends tree building surfaces is a desirable goal for a comfortable
species to predominate each of the corridors. Based on environment. Planting areas available within this high-
a site analysis and input from the City, those species density urban neighborhood will be identified for future
should be confirmed as there may not be sufficient landscape projects. The site areas that buildings cover
room to accommodate their mature height and spread. within the zone is very high often leaving a minimal
In addition the City's preference for palms species may amount of room for substantial planting beyond the
require reevaluation based on water requirements and building's envelope, and sidewalks are generally narrow
disease susceptibility. The condition of existing trees constraining street tree planting. Undeveloped sites,
within the project limits will be surveyed in the field current open spaces, and possible additional spaces
and shown on plans with a chart detailing the location, within currently paved areas will be explored and
species size, condition, and recommended disposition. document for future planting.
• • � � � � � . . .. .. . . • . -
Approach and Methodology
Lighti�tg Lighting fixtures within the Oceanfront Environmental
Areas of the City (as defined in the City of Miami Beach
The existing infrastructure impacted by the road raising, will Lighting Zones map — sheet E2 of the Public Works
require system-wide replacements to enhance resiliency, as Manual) will be in full compliance with Florida Fish and
much of the existing infrastructure has surpassed its lifespan. Wildlife Conservation (FWC) Commission guidelines and
Unmetered power services will be upgraded to new metered requirements to protect turtles during nesting seasons.
lighting load centers, adhering to City standards for lighting Among the considerations, provisions for true long-
power provision and control. We will coordinate with the wavelength amber fixtures and shielding so that the
Public Works Engineering and Operations team to address lamp or glowing lens are not directly visible from the
spare power requirements and any necessary modifications sealine. Within residential areas or in proximity to
(e.g., provision of bypass circuits) to meet not only the buildings, lighting will include house-side shields to limit
project, but the Cit�/s needs overall. We will evaluate the or minimize light trespass. Coordination with landscape
potential need for increased power capacity at the lighting architects will be essential to ensure that both aesthetic
load centers and the provision of reserved circuits, along and illumination goals are met, particularly along heavily
with essential features such as spare conduits and pull landscaped corridors or those where new landscaping
boxes, to support the citywide CC1V projed led by the will be provided to avoid uneven lighting. Positive
Miami Beach Police Department. This approach will ensure pedestrian illumination for the visibility of the
the appropriate infrastructure is in place and reduce the risk approaching drivers will be provided for crosswalks at all
of rework after the project is completed. pedestrian crossings to improve pedestrian safety.
The proposed improvements will replace the outdated Preserving Miami Beach's historic lighting features
High-Pressure Sodium and Metal Halide lights with remains a priority, as they contribute to the City's
energy-efficient LED fixtures that reduce energy unique visual and cultural heritage. In cases where
consumption and maintenance costs. These upgrades historical light poles and fixtures are replaced, we will
will aim to enhance the City's streetscape with uniform ensure that the new lighting design maintains the
lighting while promoting safety for the community in the aesthetic integrity of the original while enhancing
evening, as well as supporting environmental lighting quality and energy efficiency. We will support
sustainability. Our team will collaborate with the City to the City in all necessary coordination for the approval of
evaluate the integration of solar-powered LED fixtures decorative lighting within FDOT right-of-way to maintain
where practical, advancing the City's sustainability the City's aesthetic expectations.Those corridor sections
objectives while providing safe illumination levels for with existing cobra-head lighting, if impacted by the
pedestrians,cyclists,and drivers. project improvements will be replaced with new light
poles matching the project aesthetic goals.
LP Xperi "� °"'�p,"'.�
����s���r
; �f�,�n
:
;����F- �� _
�.�: .. :.
� �._._._........... . . .. ......�..
�J�Yiefit&>�I
„? CMB C{tSTOM OffOEft
" ���x rw�E nr,+nar�e�o S•emhery i�gt,��ng -- —.
cao��ni uM�nu��,aA_r�a�,
xrNt�Ee Ct�n r Hrr�S» r�,a'��:E I; �
cav��zer+c�v��r>vr covtK
MSS AtUlAI�M.,�qSNUttSESIpE
$.nt EC�tOC',EAN Sl:k;?
J.'IiM A�Ai��i+ttlCi PC)WUE�
CO,�:.,NF'iH �
'URr,iV'�jk t:'l14:'ViN i:[=�.:F ViAc:[E
♦.__. .rr�k':�:�Y
Each fixture will be equipped with a 7-pin receptacle and control ���v� � .
nodes for integration with the City's Lighting Management System �,,,,�•,,,,�,,,�
(LMS)as part of its ongoing smart lighting initiative.
• • • � � � . .. ... . . -
Approach and Methodology
Signalization For pedestrians observing Sabbath, a pedestrian all red
interval in a timed scheduled will be coordinated to allow
Planning for the future will be critical in designing the them to cross streets without pushing the detectors.
reconstruction of the signalized intersections. Our team Pedestrian safety could be enhanced by implementing
has a deep understanding of its current deficiencies and lead pedestrian intervals(LPI).
needs based on signalization inventories performed for
FDOT which evaluated deficient elements. Below is a Signing and Markings
map of traffic signals which have been inventoried in
detail/ We propose to perform a similar review for the Signing and pavement markings will adhere to the latest local
remaining signalized intersections within the project �riteria including the City of Miami Beach Public Works
area. Many mast arms show rusting components which Manual, the Florida Greenbook, MUTCD, NACTO Urban
may lead to failure in the future as well as cabinets Bikeway Design Guide and the City of Miami Beach Street
located in areas prone to flooding.The team will Design Guidelines. The FDOT Standard Plan Index, Florida
coordinate with the City, ; � � -`�.�;�I ` - ,a Design Manual, Traffic Engineering Manual and the Speed
� �-- �''�" � � Zoning Manual will also be applicable for improvements
FDOT and MDC DTPW Traffic ' ,�!;,� � +�;..-�`���� W i t h i n s t a t e r o a d f a c i l i t i e s.O u r d e s i g n w i l l i m p l e m e n t s i g n a g e
Si gnals & Si gns Division as E � , '� :� .y .; �- ; an d wa�n ding t hat are easy to interpret by international
part of the signalization ti �-Y,'�t'"'`; ��,��' '
- r populations (symbols rather than words). All signage will be
design. REI will also '_� } �-- ':-*�+ ��w installed at clear and visible locations,providing plenty of clear
coordinate with the County ''� �- _�' _' ,_ �'
� '"� -b sidewalk width and required lateral offset.
on its ATMS upgrade project ,, � '{�
� . �;�d �„ �t
to ensure that corridor '�_� ; O v e r h e a d s i g n p a n e l s a n d s i g n s t r u c t u r e s, s u c h a s t h e
��'��.`.;�-,, ` :.
operations are maximized. �• �, -..: y„4,`_-" i- _ lane designation at 71st Street and the destination at
Indian Creek Drive, will be replaced and upgraded due to
Additional signalized intersections will be provided along the road profile adjustments.
71st Street at Carlyle Avenue and Byron Avenue, as well
as a signalized mid-block crossing at 71st Street and Special pavement markings and signage will be utilized to
Bonita Drive as recommended by Plan Nobe to allow for alert users of pedestrian, bicycle, and transit priority
a safe and efficient pedestrian network.All the impacted zones. Bicycle markings such as sharrows, queue boxes at
signalized intersections will be upgraded to provide: intersections, and green colored pavement markings will
be provided to alert drivers and enhance conflict areas.
O New FDOT type mast arms with special coating for High-emphasis markings �a.,�� , ����, ;T
salt-water corrosion resistance. will be provided at '. � � - ��
O 2070LX controllers with MX-660 cabinets. -�-==-. '"`
signalized intersections -�_ -�,.`
O Metered service disconnects installed on P-II for pedestrians. At ""��
concrete service poles within 15' of the controller locations with shared
adhering to FPL LT-1 tariff. use path, our team has
O Vehicular and bicyclist LED signal heads with experience applying °
retroreflective backplates. elephant markings.
O Pedestrian countdown LED signal heads.
O ADA compliant pedestrian detectors parallel to the In addition, the REI Team will apply lessons learned from our
crossings. recent Zicla Zipper Bicycle Separator Project along Indian Creek
O Video and/or microwave vehicular and bicycle detection. Drive, which provides protection from adjacent vehicular
traffic.Locations with buffered bicycle lanes will be analyzed to
In addition, signal phasing and timings including transit determine the applicable use of the Zicla Zipper separator,
signal priority(TSP)will be implemented to improve service including transit loading platForms as depided below.
and reduce transit delays at signalized intersections,as well
as increasing signal timing for pedestrians. ���*��`!��,''�'`� ������;'�.�
`' ` � _��.�
�
� � �
��. -
* �'.. ,x-
� ' ��' '''''i',�i _ .
u 0 ��.
,i . ''IM�'" ,�` . ;� </
. � ��' v
�.,���..r " '� � � :f:1 � ..�' � '
A✓� �. � L�
• • � � � � . . .. ...
Approach and Methodology
$tr���t�.tr�s Outfall Structures: There are seven (7) known outfalls
within the project limits that discharge upland
The project encompasses various structures, including mast stormwater into Indian Creek and connecting cana!
arms,special lighting foundations,retaining walls,temporary system(s). These outfalls vary in size and location but are
sheet pile walls, pump station and pollution control housing fed directly by the drainage conveyance system.
structures,outFalls,and seawall modifications.
The recommended steps include evaluating each outfall
Mast Arm with Eccentric Foundation:The design of the (along with the supporting bulkhead/seawall structure, if
mast arms and their associated eccentric foundations present) to determine condition, function, and necessity
will comply with FDOT Standard Index 649-030 and for repairs or replacement. Each outfall should be in at
649-031, along with any related modifications to the least "satisfactory" condition and have modern design
foundations that meet the structural requirements features such as rip-rap at the base of the discharge point
outlined in the FDOT Structures Manual. (i.e. seabed) to prevent scour and turbidity, as well as
Lighting Special Foundations: Similarly, the lighting grates and/or backflow prevention devices to prevent bay
foundations will be designed to meet the specifications Water intrusion and debris/wildlife blockages
of the FDOT Structures Manual. (respectively). For example,outfalls with invert elevations
near or below the MHHWL (mean higher-high waterline)
Retaining Walls: The project wiil involve the can flood regularly due to diurnal tide cycles. As such,
construction of both roadway and seawalls. The those outfalls with pipe diameters between 7-inches and
roadway retaining walls are expected to be shallow 96-inches, should have properly sized backflow
structures designed to manage elevation differences prevention devices, such as flap gates, duckbill valves, or
resulting from road raising. While gravity walls may be other weir/baffle type features to prevent flow from the
feasible in certain locations, a comprehensive bay back into the supporting drainage conveyance
geotechnical analysis will determine the most suitable system(s). This will significantly reduce (if not eliminate)
wall type for varying conditions. The seawalls will be upland flooding due to bay water backflow during
strategically integrated with the development of new significant coastal storm events and "king" tide cycles,
outfalis, facilitating effective stormwater management and reduce the potential for blockages from floating
and protecting coastal infrastructure. Coordination with debris and/or marine wildlife (e.g. manatees).
permitting agencies is essential for confirming the full
scope of seawall requirements. With regards to outfall supporting structures,each outfall
should be supported by and connected to a properly
Temporary Sheet Pife Walls: To facilitate the installation designed soil retention structure, such as a seawall or
of large-diameter drainage trunklines (60" and 72") and bulkhead. The connection of the outfall pipe and the
the pump station, temporary sheet piling will be support structure should have a collar to ensure a proper
necessary to ensure structural integrity while seal is maintained around the pipe anulus and migration
maintaining traffic flow in the area. of upland fill material is prevented. If the supporting
Temporary Force Main (FM) on 71st Street Bridge• A bulkhead/seawall structure exhibits signs of significant
temporary 12-inch FM will be installed under the deterioration or overstress, a repair or replacement
sidewalk on 71st Street Bridge. HDR will perform an should be implemented to ensure overall functionality of
analysis to evaluate the bridge's superstructure to
the outfall.
ensure is adequate to support the temporary FM.
Pump Station and Pollution Control Housing � Evaluate the use of modular construction
Structures: The design and construction of the pump for the pump station components
station and pollution control housing structures will
present unique challenges due to their size and deep O Modular construction reduces construction cost
connections to the trunklines. The high water table in and time.
the region will require specialized construction
techniques to ensure stability and functionality.
Detailed planning and execution will be essential to
effectively navigate these challenges, ensuring the long-
term success of the infrastructure improvements.
• � � � � � . . .. -
Approach and Methodology
Submittat of Standard Drawings Engineering Report
The REI Team is fully familiarized with the City of Miami The proposed improvements at North Shore D will
Beach's Standard Drawings and Construction Details for require several engineering reports, including Pavement
roadway improvement projects, including utility Design,Traffic Analysis Report, Structure Report, Lighting
relocations, drainage and MOT. In addition, the REI Analysis Report, Drainage Report, and the Water and
Team is also familiar with FDOT Standards, Design Sewer Engineering Report. The purpose of these
Manuals and criteria, due to our extensive experience engineering reports is to depict the approach of the
working on FDOT projects, which will be an asset for design team to the proposed improvements.
the work along state roads such as Indian Creek Dr., These reports will describe project location, purposes of
71st St., Abbott Ave. and Collins Avenue. One key the proposed upgrades, design criteria, proposed
aspect during the design phase is the plans review improvements, resiliency of the proposed improvements
protocol. We are experienced with submitting to the for climate change, calculations, and conclusion and
Design Review Board (DRB) by the required deadlines recommendations.
and will be responsible for the preparation of Engineering reports typically address the following items:
applications and presentations by 30% plans
complete. The REI team will submit all deliverables on o Demolition of existing facilities
time as indicated in the project schedule approved by O Pavement design
the City's Project Manager. The REI Team will submit
the number of drawings per the approved scope of O Harmonization plan
work. In addition to hard-copy submittals,the REI Team p Drainage design criteria
will prepare a CD/USB with all CADD files and PDF files
for the City's review and approval. Our team will O Proposed drainage improvements
organize and schedule review meetings with the city to p Required permits
discuss all comments provided and ensure that quality
is maintained throughout all design phases. O Water and sewer improvements
Plan drawings of the proposed improvements include O Structures calculations
roadway geometry, drainage, utilities, lighting, sidewalk, O Lighting calculations
and landscaping. Profile drawings will include proposed
roadway profiles and all proposed utilities.The elevation O MOT
will be shown every 100 feet (maximum), at any change o Construction phases
in grade as well as the corresponding station. The
horizontal scale should be 1 inch = 20 feet, and the Tec�trtical Specifications
vertical 1 inch = 2 feet. The scale, north arrow, legend,
control lines, project information, engineer's name, Technical specifications will be prepared for the proposed
company, and contact information are also required. A improvements according to the City of Miami Beach.The
required work sequence with specific construction REI Team will coordinate with the City's specifications
requirements will be provided for the bid package. sections to collect and review the standard documents.
The REI Team will submit technical specifications to the
��il�� ��quirerne;r�'�s City's project manager during the 30% (table of contents
The requirements for all CADD-produced plans include a only), 60%, 90%, and 100% (final) design submittals.
plotting scale of 1 foot — 20 feet; plan sheet size of 22- Technical specifications of the project will be part of the
inch x 34-inch; drawing within the plan at 1:1; stations bid documents. Members of our team have developed
marked every 100 feet; ROW and other geometry- technical specifications for several projects in Miami
related lines set at Z = 0.00 elevations. Text, layer geach with similar scopes.
entities, line weights, dimensions, and symbols will
conform to the City of Miami Beach's Design and
Construction Standards. Topography will be plotted in
one file using the State Plane Coordinate System Control
and topography labels should be set outside the ROW
and be oriented to read from the right side of the plan.
All entities in the plan must be able to be edited.
• • • � � � . . .. ... . . • . -
Approach and Methodology
C. Comprehensive Shutdown/Bypass Strategies
The replacement of the 16-inch Force Main at the 71st street Bridge will require careful coordination with the pump
station operation to ensure that flows are maintained and may require the installation of an on-grade bypass while the
main is being replaced. Our team has developed a proposed solution to replace this line that consist of three phases:
Phase 1: Install a temporary ""—
12-inches FM on the bridge's ;�
sidewalk and remove the 715T STREET BRIDGE �
existing 16-inches FM � �
attached to the bridge. �.; . ' �
�:�, ��.
-
,� _-._ ._,.._�.._.._ � ,
, . . ,; ,z-,_
� ��,_
r ., , { u,,. ,_ �„ ,,�-.-..�� .._ � �
��� ,,,x�.�� � Install a temporary 12-inches � •
^,. 'f'x�' Remove existing 16-inches FM �restreined and an h edk '
Pump Station 21 ,' .,
_ `
�r.�
«w. Y•. 1'i...
p.� �� 'f
Phase 2:Transfer the sewer '�!'*, �'j'
flow from PS-21 to the ��;�
temporary 12-inches FM and 71ST STREET BRIDGE . �
.��� t �_.
install a new 16-inches FM at -"'�'� �
f��
the same location of the , ��
� ' ��'
existing FM. � -------�— . �'
_.� '. ��
� _. _._ . _ _. .-- ''p.
,,. , .
_ .�, ...._ ._. ... `�
��: �
,,,x<. . Temporary 12-inches FM
�p }-.
Pump Station 21 •,� � Install new 16-inches FM .�
�
'�
y..
Phase 3: Certify and put in '"` y
services the new 16-inches , _� �.,<<
FM and remove the 715T STREET BRIDGE
temporary 12-inches FM. =�
&�� a. t\�.
-- -----.J--- �
_ a* _ _�..�—__ —1�..0�� � .
..
�y- ^
` a ,M.' ..,,�—� ,.,,,��.,,�`� �
� ���� � ��:
� i L'+' "t'k.�"� ;;. - :' r .
'. .�.�-. Remove temporary 12-inches FM �
.
Pump Station 21 �`'�,, New 16-inches fM '
�5
` _ �',
Y�, �;.
�,,
• • � � � � . . .. ... . . - �
Approach and Methodology
D. Comprehensive Traffic Management P[an
REI's Maintenance of Traffic (MOT) plan for the North 7em�r�r�ryy� Dr�tin��be
Shore D Neighborhood Improvement project ensures
continuous, safe, and efficient movement of vehicles, Our temporary drainage will preserve the existing storm
pedestrians, cyclists and emergency vehicles throughout sewer system positive gravity flow patterns at all times
all stages of construction. Traffic disruptions will be
throughout construction. The watershed's seven (7)
minimized through strategic lane closures and detours. existing outfalls will be maintained active during the
Pedestrian access will be maintained at all times �onstruction of the proposed stormwater trunk-line and
through the use of temporary pathways safely distanced Pump station. Temporary drainage connections will be
from construction areas. provided from new segments of trunk-line being
constructed to the existing outfalls in order to provide
Special consideration will be provided for 71st Street temporary drainage and runoff flow continuity during
since it is an evacuation route. Limited construction in construction. In case of a temporary drainage
front of access driveways will also be specified during connection interruption during construction the use of
non-business hours. Specific staging areas for materials mobile pumps will be implemented to restore the
and equipment will be included in the TCP, not to system's flow conveyance capacity in case of rainfall
negatively impact businesses homeowners and event. In addition, the construction of the sanitary
vehicular traffic. Our team will work with the City of system will take priority over other aspects of the
Miami Beach Public Information Office to keep the drainage improvements due to the fact that the sanitary
public informed regarding the construction schedule system is less adaptable to temporary modifications in
and activities in advance. Our detailed MOT phasing are its layout and construction schedule.
detailed on Exhibits D-1 through D-6.
Pt�mp Statioti �onstr«ctit�n
���� ���'�'' �'� Our team's extensive experience with pump station
Our approach to developing a comprehensive traffic construction, including all ancillary elements such as
management plan will start with a traffic volume analysis generators and control panels, will be an asset to this
at all roads within North Shore D and the streets that will contract. As recently demonstrated in our Indian Creek
potentially serve as alternative/detour routes to Drive project, our design also considered all the
determine construction hours and lane closure hours as challenges and constructability aspects of mobilizing,
applicable. Work hours chosen will take into staging and constructing pump station systems. The
consideration the City's noise ordinances. The REI Team pictures below illustrate our recent experience.
will also take into consideration special events and will
evaluate the possibility, in coordination and agreement `_�� � �
with the City, to further minimize construction schedules
and by utilizing full closures, weekend closures, and ' j
strategic evaluated detour routes. The full closure of
some segments may allow for staging areas within the
work zone and has the added benefit of increasing •a�'� "' '_
�
worker and pedestrian safety by providing a buffered -� � . ���� __._, .
separation. Of course, critical driveway access points, �������
ADA-compliant pedestrian paths, and bicycle paths along �
the detour routes (with possible reduced speeds) will be �-,�'�r � �
maintained at all times. Coordination regarding impacts --,t.;�., ; � - -�. .•., -
- �• ..<<•
to transit and bus stops will be conducted with the City "
and with Miami-Dade Transit(MDT). �� � � �� �� �� ' �_' ��
a
t f��s � .�._ —..�.
-.._..
��."1i�";�rM ,.t ..p �;�iac�t:s �..-i �� �y �tr. � : _
,° { .� 4r, ,�,����!� �ry —•
The MOT will also require temporary signalization at �yj�' ��— - � ,%' � ��- �,
.�..�� �!a=- �
most intersections due to underground work, changes in `� _ .�.`4,� �� '�„a,-. �. p.,��
t ical section and raisin of the roadwa - '�� ya � r
Yp g y profiles. � _ 1
Temporary signalization, including temporary signal 't`-"-� ~ _ -"'-' ; �•�w,,,,,,
� �. .
phases and timings, will be coordinated with the City � � , ", �.:..,.. '. ��r'
and MDC DTPW Traffic Signals&Signs Division. �.�_ ..,�,y" _
• • • � � � . .. .. . -
Approach and Methodology
Exhibi[D-1
Comprehensive Traffic Management Plan
,., , , ;,,.: . . . � ° , , ^.` -. '
y,�.
The existing pavement has a minimum of 60 feet,allowing this phase to be completed in two stages. . Access to Bonita Drive '��'� �� .t % �s'��, r•
during this phase will be tj� •"�' �+
. Stage 1 will focus on constructing the improvements along the north side of the road, induding the proposed dreinage �arefulty coordinated a-A'�" " •
trunkline,and raising the road.Temporery traffic will be maintained along the south side of the road,providing one lane in r" .�� .ri.. �
with the residents and ' �� � .
each direction. L►��g
business. � 7'^•, . r�,�, � �.�,�
. Stage 2 will shik traffic to the newly constructed lanes and will complete the construction of the south side of the road. • � � � � .
Temporary traffic will be maintained along the north side of the recently reconstructed road, providing one lane in each i-• � �: g ;
direction. r� ,�� �\ ,ii� ,i���
s�ii
lTtT1 . - .`���:_«..�..�-��... . - _
fii —
. ..,..�.-�. .
WORKAREA W8 E8 s.'-�" ;���'� . �!'�i��r . •�. ,
EXISTING FXISTING S� � �fI .
BUILOING ��-a�... � 1 BUIl01NG � "�'K' ��.*^" �T�"�_, �. .�� .
� i,. � I Legend s � �y.-,r.rt�.�n�� ��
�Active Work Zone �r�f ���
� ��-i� ' -��Open Traffic Lanes ��rr�� �-� ��'"�
- _..f �r :�._..��
;. � , _ .,. �`',��� �. �r.-..+r�����,�
WB EB ��. . Theroadwillbeelevated .�*�,�,�' � � y � -
WORK AREA block by block,with i < - . '
EXISTING 1 �XISTING closures implemented ` ��.�' -� �
BUIIDINc. � I � BUILDING sequentially. ' � .. . "„ ' -
:". ,,:.:.. ..r'- �
. e . . � � � ... . .'�,r
� `�
� ,�a'_ . Traffic will be redirected +����,r-� a ��
..�. .
:=' �-- -• ^ .�� '� "�-�' as needed to nearby side --- ,?, .A � �._ * �- y
4
su
� , �--��-5-. streets not impacted by „�z . ` 1
;
R .
,
��� the work zones. "'�' '� i � � 5 I s, a_�'+�
+_+r� ' � '� � �. ��
. Detouf routes will vary _y _� . 4 �.j� "�
�
as construction moves �a\ �y�'� � �4 y ' � r,
, . , � �:,u ��-'�' _ �..e
. Traffic signals at key � ' _ ��,_ �'
PARKING BINE WB WB EB BIKE intersections will be _�� _ ����v-��„� ws�'��T `�
. LAHE LANE LANE adjus[ed to accomrnodate =-- i t t f,r` ; p-, , • �� ;,� .�. �
detourroutes. * '� 9, ,,� � �� _ �;���
EXISTING . E7CISTING , ��, �-. �. , .
� BUILDING 1 1 � 1 .' r BUIIDING . Temporarysignalization �_�i..���'1"� � �.,�,,. �` �� �
��� '� �� will be provided at Dickens , 1"!���" � . � .� �
� ,�_ _� � Avenue,Abbott Avenue � _ . . �, '�� ,
. . ..�,...- � ,..,.. '� �.
_ and Harding Avenue. , - '�
• �<n'h ''~d., - �� W..�4 ✓ �� '.r ,� � ._ _���
• • � • �
Approach and Methodology
Exhibit D-2
Comprehensive Traffic Management Plan
The existing typical section for Indian Creek Dr.has two lanes in each direction,with a pavement wid[h of 60 feeL The constructlon will take place in two stages. �� �' J �v. �-�'
. Stage 1 will build[he proposed improvements along the west side of the Indian Creek and shift traffic to the east side. Temporary[raffi�will be maintained � � Temporary slgnalization is requi�ed at the ficersecclon �
of Indian Creek Drlve and 71st Street to accommoda^.e . r
along the east side of the road,providing one lane in each direction. i `'
lane reductions and ensure a smo th flow of trafflc .�:..."'�':'-
. Stage 2 will then proceed to shift traftic and finalize the construttion along the east side of the road.Temporary traffic will be maintained along the west � � . �
side of the road,providing one lane in each direction. _ , ' - i *��:•� ��t
� �� i t� .�,Ia.ssY�'`� �'i
y � � .
� ..+ - r=�� � +�
.. ,�:.'�v� �i�- �.
,-:iA�►- �. , '
WORK AREA SB NB ' �� , ' � �' #�
� 4 T
EXISTING ` '� ` � � ��
GRASS AREA i � � I,y�� . �
,
U. �,
. _
� ,: - L ..�_ _�_ _ . ✓��7`r` rr...�_
•..
�
�" .
a"r�''. � " .. . . .
..T- �_ �
' �' ��� —C�"� ' �r
` �
? . ,._ __ �� f
�- `
� �: r -�
_ `'�� ;� / a t, � r�,F.�, ,., F��� ,������,
. �
"�,,y _,_, , .�t.c^w I h�
, .. .: - . � IcE i c II:�-nes�
se Ns �;�f.,,� � �,
WORK AREA � � ��' �
�� ''a �
EXISTING
GRASS AREA � � ' �' �' �I �� �
�_ :..�"�'� L. ,'���....� � � � S .�`�, 9v!'�
� �F� �1 .�_ .. -� .._ - - � . .... _ _, ,U "T ' .,�; y��� � �'.,rf�Y l �' ' ��
� � k.,rw.'� � � . '' .. _ T! , i�:f.
,
�
��a-:�C,. n�r ��+.•
. Fx-.�` �. �#' d ., � � .
__--_..._ '_—_ _ _.. .
��
� ��'� •<. 3� o �'"'�'•
BiKE SB SB NB BUS BIKE ' ��+' ; '�
LANE LANE LANE -6*�, I�a�
1 1 t t �-: :� ,
. . .
EXISTING �� �
• GRASS AREA ��t� � ���� = Legend �
. i '� _ � "' , !.' :
� ^_' , t �'�!
� � .,,_...__ ,�, _ ._v,.�..__. � Actrve Work Zone _� ' '' .
�' `—' ��' �� �� � Open Traffic lanes l ,�_�,„', � '�
, � �;
• • �
Approach and Methodology
Exhibit D 3
Comprehensive Traffic Management Plan
;"�"' d ri ;:. . � � , P!
�,�� ; ;�' . s� ��► ��" ��� ,�: ��� 4�. �a �� � �
I. A �
� C
�1;i��it .�,��`�.�=+t...��w�i .�.. .� JL�� _ - �.� ,� � ���; 'P'"-''�`y.:�.=�� �) • ��.�y . •;:
� I 4. R
69th Street has one lane in each direction and a minimum pavement �-= ' • ' ' '' " .- �'� -.>. '�� • ' ' �-{-�•r ��yi_-�
width of 50 feet.This phase progresses from west[o east,starting at _...t � �� „-�=.�^. ���'� -� _ �"� .. �r �-.,� "��� � '
Indian Creek and moving toward Collins Avenue. The road will be �` -�r• � � + � • � � � �'-�:!� p 1 � � _ r
elevated block by block, with lane dosures implemented sequentially. s� ` '� +� � �',n ��X� ,��,_,�i'-� � ' � � F i ���.••.'` ' ���
Cons[ruction will be completed in two stages.In each stage,one through •�"+�,%�� r' ' ', _ _,� � ` ;J � , .:�...� �� ,���µ 'a T° �
�^^,3�• � � 1) ' � �l_.. �1.` ..�r,.. r��„}+M�ix. ,1. �l:l� R.
lane will remain open to carry traffic in the usual direction while the � � , . S , ,� �__ ;� ,w
remaining portion of the road is under constru�tion. Traffic on [he ' rt R �'I j � #��-� �E ., }. '7t� . '��• `V 'i " S �: ,. �. ��►
portion of the road under construction will be rerouted to adjacent side � ., � : -���`� � .: - '�� �"��� � � � -.._-?��_ '+
streets. � i , � .= � �` �?.�� " ' ` y•aYy,.'.i1f�, �
}�� � , � . �. ,, '__ N„�,.-� �"s '" � 14 t . w �;,.- �` �
* � :, :. ,
As construction advances from Indian Creek Drive to Collins Avenue :" �`' ��'° ,f_ L diti �� �. � .� '' ��a �a� ` � 2�� F + � at� � G '�°
minor streets,except for Abbott Ave.and Harding Ave.,will be closed. �'�'r� ` � ''w`"" ' '-' , �-�' �" J' i "` � � "" 3 �' _ ' � ' �^ � ��'�
a'
Traffic on these minor streets will be redlrected to adjacent side streets. �r�' � ' � '�: ' � �y
w� • ���T+�
Abbott Avenue and Harding Avenue will undergo construction at a later ; ��I�� r �� � .�� �1 ,Y `� r � � ;...�-.� � il.�iri' �:;.
stage. �� . .. �3 7—� 4 •a , �� �' 4 ;� J. _- � i
� ,�� •i����r_� � ��;=..��, I � � ��• �� ...,. �� �� r.. •• ,,�3C �,
� ,,
.. , 1 „ N i' -
. * � , - � 1.. �... ��:s"F � _. ,
f ;
���v { . L ' . .
.. �.. ~'� ~�v,s�:�. i—.-�+l ..__,i�iM �1 � . .., � ---�—�1 . �
.. . _ i . �'w� _._.. . �f.',i _.• .. .�R � h,...,
K � �;;` �` �.�� ; � s�,:�'^� . �, ;''�1
,, -�-� �
Dickens Avenue, between 71st and 73rd Streets, is a segment with �- " ��`
r+ n� ..,
___ - � � ��
minimal residential and commercial access points. Construction will _ , ' ' �""�'�"r"r"'�� � '� �, _' .
...
involve the tomplete dosure of Dickens Avenue. 4 �`b�� ��; � � •� - �'�� .f
i�. -. � l-z�.:�y ` , � . "'�
�- . . t
Due to the full closure of Dickens Avenue, vehides traveling along ,., �1
Dickens Avenue will be rerouted to Harding Avenue and Collins Avenue. � � ` � � , � � 1
These avenues will be dearly marked with detour signs and lane markers. \ �� } � �"'' , �y r;w�� ��
• � • y1 � �
Access to properties a long Dic kens Avenue wi l l be maintaine d via Car ly le ( � ,�"'�, r •-` M� `'�"`� , �r
�. a.�.��� . t^"f
Avenue,with parking available on 72nd StreeC Proper signage will guide � ,.,.. - ,:. � y -���, _
� �.
residenu and visitors to these altemate routes. ���- � ;� � � �.t+�.� (� • '4„� �.;t :,, .��
� `�� f +' , � �s r,
�} � ..'`s- 8:
��� ��l�� �. �r 3 � .,�
�'` �' ��r� ��.:� ` � -��-,.-�=--
�+.'E �� �^..fL...�._
�-,'""-. h^"""` ��. f'"� • �� --
� s �- _Y�y.s � � ��--•
�.� � , �M � � �,, i � . . . ..
�1 �
�---���. :�t �--�� , _ �, �i_-��i:� .�
. • . . . . .
Approach and Methodology
Exhibit D-4
Comprehensive Traffic Management Plan
�,,.,. ,� ' '�`„�. �, ,,.- �,.��.,���j�a�f 4��_1 _._ a.-� •, � r,"�_ �1 .
J _ _ ����.�- . �� � .� . ' __R ,. - _ .. ..
��
This phase involves work along 72nd Street,which has one lane in each F � • � � - - `,�'-
direction and a minimum pavement width of 52 feet.The road will be f � + �' �,� ; �-T►�rr- : `��1 a!� "
4_�.l,...r. . ,:� . . .. . �' � . �7� ��
elevated block by block, with lane closures implemented sequentially. �. �.,,�.9-�-Sr-. � � 3 .e.2%•i7 ", �
Construdion will be completed in two stages.In each stage,one through , , , �y F� � `� , i� r�� � �
lane will remain open to carry traffic in the usual direction while the } r=rY'��' " ��
remaining portion of the road is under consVuction.Traffic in the portion � ; ����.��p. +s'� "� � ���
of the road under construction will 6e rerouted to adjacent side streets. � i: �.�R-' ' � 3`��"'�" �
�.!.a y�
� ��'!�°"' �" � �t � !�� 'R�" 3"
As construction advances from Indian Creek Dr.to Collins Avenue,minor � � � � ,.�� y �� . �,�! � i��c.�..,•�
streets,except for Harding Avenue and Abbott Avenue will be dosed.Traffic _ � � ,,x; � '" ; • ��� ` _
on these minor streets will be redirected to ad'acent side streets.Hardin �''�► _�P •,-„�' � ! _ �.� + _ . ,.,a; �,�F -�-+������ �, � ���„ '�l ,1 � ��,
1 B
Avenue and Abbot Avenue will undergo construction at a later stage. �` 'r ir,.�� � � Lcyena � �,�,rsY^i , • ' . '` j ^� �� ,��1 � �
��� • �yd� t' � ' �i'�
�3 '`�. wir .. K. _ ^ ,�!E� . . t,1 � � ° � . • A-e-�x f ,
Il� . . � �Ar,�m!Wak/�i i�� -°�
� .... �r17C." �.� ��� � , �wiour RoNe � �v�4-.';�� r��.. .=`��+ �S' -h' T''
, • _
� "'' .' "'� ... � i 1
. .�-.�n
.
� _�u ., � Y _. �
,T� �. - � .�, . , . _ , i• . t
.. . � . "�'���r��'� `�t� , �.� ��- _ �:�r`"`�":`�C +.,, �"`_�� -�� .°.
. ., ��i,�a. � �-= .. , - � �..�.� ,�, .� ; , �� .z_���t�.'�! .
�� �_�"�s�-, ,. ,� �.-,� T-Y-_ �{ ���I�►►.�� �� � - - .
This phase involves work along 73rd Street,which has one lane in each � _ .�. _ « _ p � ` . ., �
direction and a minimum pavement width of 55 feet.The road will be _ ����,,� � �,;. ��;� !�
elevated block by block, with lane closures implemented sequentially. � •� � I ',,;�-
Construction will be completed in two stages.In each stage,one through � ���� ��� ��.--� � , �"� �=:��Y ' �
r'7 *�' � � �'�;..
lane will remain open to carry traffic in the usual direction while the � ;� .., �� � • � ^ ' � ,f' �
remaining portion of the road is under construction.Traffic in the portion r � � R. .�3 � .+r-- ` '
of the road under construdion will be rerouted to adjacent side streets. �_ _� '} �''' � ��t� -. � • *+�'�"'�•' ��
s
As construction advances, Harding Avenue, between 73rd Street and T�"'�'� � �� t . �1' �� � �� - r ~ ��j�= �r}
72nd Street,will undergo construction in two stages. �� r _ _ _ . , sY „.� � '�� �i r� � .,
.. ���� ,� . � .;%��. � � � . �.o.�a . , ., �I� �� i�� �l
. Stage 1 will involve the construction of the east side of Harding � M/— � � �,,,,�„ �.
Avenue,while maintaining one lane of traffic. �""�^� j' � �a�.�„�;.,��, , , '��"'��.� ��• "�O' '�',�'
�o.< �.�a.�: . ����. � ' �. � �� . � S��t
.
• Stage 2 will fows on the west side of Harding Avenue, while ��,6,,,,�,,.„.:, f„k . ���I. �R' ! �[wa.+ucane f ' ��"„ �1 �� �.; _ "" "' r
i -
maintaining two lanes of traffic. ���,tl�, 'Ti� i' �� �, .� !'': _ .- �'� � µ r ..�s
, .
.... y . �� ,� , ch�m,t�unro t iK.. .s. -+r'�.._�
. ✓e�y._. � � ..,� . � � • ,�
♦'�.�.-i , ._ - -• _ .�. ... "' r, , . ., !�'E ���4�. tw� +. ... �� ,� ��„�
� • • • � �
Approach and Methodology
Exhibit D 5
Comprehensive Traffic Management Plan
s � �;� ��� ' � �`" ��
This phase involves work along Abbott Avenue,which is a three-lane roadway with southbound traffic, with a minimum ' ' � ' +� �� � ' �
pavement width of 44 feeL Constru[tion will be[ompleted in two stages. �'����« '� �' _'�".'��_ 4�!'� . µ �'�►.a y.:��� -
. . r .� .._ .,'x�.:, . .
_ . _
. Stage 1 will involve the construction of[he east side of Abbott Avenue,while maintaining one lane of traffic ` ' � " . ' _ " � �
� ,..... - "' s� � .� _. :.e +R.v€
.�.�..� � .>f��
. Stage 2 wl'�I focus on the west side of Ilbbott Avenue,whllc rnalntaining two lanes of traflic. � ;�` ��' � ��"�" � - �-'�"" �'. ''����i—"
`.! i� , :4� �� :} . i`�
r� �_ .� ,+ ,� � s � .�i�b
. : -� . ,� �� _°
_
� . . . .t .. ` i- .�- ,+¢Z4: i `.. . �+ �.. �� .
�._.
,,,...,; . � , .�,. !�
. r a' n.
SB WORKAREA ; �� '., . '"".^.S x +� ` �.,. � � f� . ...�... '4 � � ..i'
1 _ �. � � _ ' � '�'� _
._
; � . .�
� a � � .
1 ` {' . ! . ' ; ,
. �• - � " ,
. ;, , , �r�� � . �;�,�,. � �� .� <. �
r �
,� ,
� .
� .�� � ..r u `� �� ,i.,.- } s~�� . - �rt ... �. ��. - f,
?'+=t=*'�e �" .�', ,r+,y�+P� x i' �:w arrce,
L ?s +r
°x
..., �� ���_ .,.... ;. .� �' �� +�� �
_ ._ � ' _
+ _ .
_ -_ ���af
9
.. 'L��� �, a. � 'A1N�
� • , � . � i i .+ > i i
� ;�
' •�� � � �•^�, 'I s �� .+�'� ��k.i�
:�;`� �t'� �,} y : . �'f.' b..
WORKAREA SB 58 . t �a�w..:.. . .. . . 7'��`. . ��.
� ry►. t� � it .
�. . � �
� ��_ � 1 1 ,� : _ . .� � . .
� ����.��.. _ ,�,. `; _ r g� �, _ ,
, ;, • , : R
..._ ._.. � .. ----+� 'p
` �
' � , .i �
- �� � ;�
PARKING BUS SB SB BIKE I ���� .,�: ���+ i �` i �'� '�.�. .����
IANE LANE LANE "�
" 1 1 1 __. _ _ = ___—�-� _. _r _ � �
,,pq, y �+i� t+`', �+� y ��i� H-° ��
• �ik� . �.,.:N'r�.��.�:�a t.%t.i.� ` 9' : ���,.�w:.� ` .� '
'�. ..,. . �V a�i. L �,.
• � �
• � ��-� d�� � Legend , Legend � ;,
-� -
� - � Achve Work Zone f�,� '� � � Acbve Work Zone �� -�
,�" "r, -,d-
Open Traffic Lanes , �� � Open Traffic lane� � �
;. . �_
_ . .
� �-'�� �I �!�'`"� . _ _ -�! �t"-�
. . . , .
Approach and Methodotogy
Exhibit D-6
Comprehensive Traffic Management Plan
The REI Team has a thorough understanding and broad experience of similar-type large assessment projects.A typical
approach for these large assessment projects indudes the evaluation of replacement or rehabilitation alternatives and
Harding Avenue has one lane in each direction and a minimum pavement width of 39 fee[.This phase progresses from selecting the construction method.Some highlights of our team's knowledge related to pipeline and pump station
north to south,starting at 72nd Street and moving toward 69th Street.The road will be elevated block by block,with rehabilitation and replacement analysis includes the following:
roadway dosures implemented sequentially.Traffic will be redirected as needed to nearby side streets not impacted by
the work zones.De[our routes will vary as construction moves. Open-cut Installation:
The treditional opemcut method for installing underground `r"�`�' ; f J ��+?°'
i � «.: `�. � ���� utilit i in re uires di in a trench and su ortin it as the `""'• � � 'd"""�#��� �
, _:;�.. ,.sa�'1� �! ,``';:�. '..,{ ,.,+� Y P�P� B Q Bg� g PP B � �}}�,,, t � .
'',.. construction progresses.The success of an open-cut installation .���1� 4 d-
. �� J� _ `�- - ���� � in urban areas depends on the proper identification and `. w F;" � .
� ��� �`"� �� 'e ��y ,""' [r �'��- '� �+ s ; � , ��' �� location of all existing u[ilities in the area; however, pre- � d, - ���;, �y����� ��' ,�
'�- ` �K
. f .� " � � �'F "` trenching ahead of time is recommended to avoid damage to ."y �!� �• ,' �~�j.
' � � � ` '� the underground utilities.The depth of the trench and the type �, �
-�� , , ., r
+� � :���6+N�� ' , �y' `� � t
- � . .��w�Yu`��+-� ��::. �` '= � � of soil are vital in installing water and sewer mains because they
��� , ; . �, � ��� 3�- `.` . wlll gnv�-�thP� r,s ty f�r shonng the trench. F � _� �1 1� _ �,
�� -. . .P^. � o�;.. '���. .�'.s.. - �4 �� .. - ',�-�'� �����.��.Si;� �� �S� i �I� � Fi' ����(�t��
, .
. ,��...v.�.4. ,_,,.. r .. , � ,, ,��,,.•.s,y s, � � �'
_ .�.- ,+, � ` _ ' . ' � :
_ i
� . � 7�� � ��. �.� ' � '�x` �' : � 4� '� " �� / '�-
- , ;& ��� ;,1,»� � ,�N � � '��' '� t.r"'��: �� /"; � �
'� �� � i � A �1 � � � ���
_._ , •
,
.<
;
y.`a�- � �� �� F� '� � � ' '' � r" ' �,� `
� ._ b.
�.,.
. � ... .. , .i�i S�'� " !t � . r
,
, . `1
, . �,� . ., g . r , .�. y..� " �.r y��°� ,..�, �d ��y��{� �',
q�. - �}i �.� ,��. . .. fi`Ftpr oi.f.. � �• � r� ' v2• �. �~ij F� 'i4�« A��i ;�.. �'��' j..���
rr
,� .
r., I ,�r.. �—� � b�`,Y �, ' - ._._., . � . . .J . . r a�s ., ..'.il� .
�X.. , �i�� . ". _
, •
, � �
F-n�S�+ � t. -". .I �"�i
�
s� -r `� i► .. � a• HL>Q:
�I � �,+ �:._� � �' , �- �_ �� �.��,� �t�� ��� Horizontal directional drilling is a surface-launched rystem and is widely used by construction companies to install
�" `, ��� ''� '�I�° t flexible conduits(HDPE,PVC,steel,etc.),often under rivers or other surface obstructions.A pilot hole is drilled,which
� "' � A .
;°:}, �% V.�, " �'�-� determines the path of the installed pipe.Next,a back-reamer a attached to the drilling string to w[a tunnel for the
�t(`� ���� , , �� f{"�` � -r � • . � conduit to be pulled through.The final size of the back-reamed tunnel Is generally 30%to 50%larger than the outside
�� i.1. .� ' ''Tw� 4�• 1.. � ��� .._�. F.c. ...�.ht'l, ,L�.�.� .
. � �
yi
' Y,r'I �' �.�n�.�� ..,. . ,y..y,rr n�._. #'F •�
p�!►'�`�} + = � . - �"�.:..._. ,:,. _ , �
,......:� _� . +��� � .�... ,�
e ,�wi3'iy -
i
.�......... ..,. �, .�.. ,� 's'Gs'
.
.. .
� � v i� . � . .,... �4t i �,�
' •---.� I ' - ti+, 1 � �� l �<
• ' � ��. �t � � 4�_"� � `� ' � l ^'7. C�T�T��, �'a„�J- ��
�
,
. - , �
. . •
�'. s ; �� +� -�t�� r -- ,� , .��
. � . ,._ -� -�, +. , , � �:..� .
- �. . _. . ._ _. . . .. .._.__.._..o,' � +� . , Y.
s = ,f -) a .
�- � i�� �� �.. � � : - .�w _
E -
`�` Legend �".�"'� ° (� -�'`` � � � _ � � � � .
i���� �a� �,r ...< < � •, �-y
_ .�i. ... .�. . ._.,'i:. ' �'. � `.� "I�G t. a'� � .� �r,.^^ `_ � !,i``
� �` � --� �, � .� ` � ..
� Detour Route � -�+- � ' "` �*��°�� \
_ , ,.
.
,
� , � . '
, . ... " '�+ �4 �- � _ I �� ' � . �� �F � �
i
� • • � � � �
Approach and Methodotogy
E. Quality Assurance and Quality Control Procedure
Design and Plans Produdion Qq/QC-The team will prepare all
documents according to the Qq plan to ensure accountability,
accuracy,completeness,legibiliry,application of design criteria,
and best engineering practices.The plan specifically addresses
An important characteristic of a strong, functioning the importance of accurate construction cost estimates
organization is the establishment of well-documented throughout the design process. This plan emphasizes the
procedures and means to ensure compliance with those team's approach to successful project development with the
procedures. REI has established Quality Management goal of producing a top-quality project, on time, and within
System (QMS)documents to make sure that our projects acceptable budget constraints, and to minimize construction
meet the highest quality from initiation to close out. Our conflicts and assure constructability. We also ensure that any
Project Manager is responsible for developing and commitments made are reflected in the design.
maintaining a detailed project development plan (PDP)
so that the project is executed in a planned and Constructability and Interdisciplinary Reviews-In addition to
prescribed way for success. the types of reviews mentioned previously, the plans will be
reviewed specifically for constructability by Certified General
Within 10 business of NTP, a tailored Quality Contractors. This particular review provides assurance that
Management Plan (QMP) will be distributed to the what is designed is feasible from the perspective of
team, that defines responsibilities, performance constructability. Items to consider are location,traffic control
measures, and work procedures that will be woven into plans, making use of conventional construction techniques,
every stage of the design process. Therefore, we not and equipment and materials. Constructability will be
only perform Phase Submittals reviews but also include reviewed by our construction engineering team; their
critical point reviews for design, plans-in-hand field substantial experience in both design and construction makes
reviews, reviews of subconsultant deliverables, and themperFedlysuitedforthistask.0urinterdisciplinaryreview
CADD file reviews. A QC staffing matrix that identifies is based on a comprehensive set of plans where all aspects of
the predetermined QC Reviewer for each document and the design are shown (signalization, lighting, drainage,water,
discipline will be included. From our vast pool of sewer, utilities, roadway improvements, etc.) so that we
seasoned professionals, we will select the best-fit certify that there are no conflicts between two or more
licensed professional not actively involved in the proposed improvements.
preparation of the deliverable. For specialized disciplines
we provide staff redundancy to provide independent .��� �p;�;r �, �.��; ����j����,���p������L
peer reviews. Every deliverable to the City will include a �OLLCI�r'�-��:s`-f�-'��:��:3��S�3�i�5-STEP QC PROCESS:
QC set and a Compliance Certificate signed by the QA
Manager, Hans Ribbeck, PE, certifying that the QC level The Lead Professional (LP)will stamp the
of effort adheres to industry standards. REI requires of
its subconsultants the same level of diligence and care in document using REI's Quality Control Tracking Stamp
the performance of services that we expect of ourselves. that aligns with the color coded process.
While each subconsultant will be held responsible for The QC reviewer will provide comments in red
their assigned roles, REI will be ultimately responsible
for the quality of deliverables from the team. and highlight acceptable information.
Project Schedule QA/QC - The design project manager The LP indicates agreement with a green
will receive input from the various supporting sections check and disagreements with an X with an
to ascertain the true and accurate time period required explanation.A meeting will be held between the
for each activity as well as the order of precedence of reviewer and the LP to discuss disagreements.
said activities. With this information in hand, the design
project manager will create the project schedule. Any Comment Implementations will be
changes must be approved by the project manager. It is highlighted in green.
the responsibility of the project manager to guarantee
the team adheres to the project schedule throughout Changes verified by QC Reviewer,
the entire project. circled in blue or highlighted.
• � • � � � . . .
Approach and Methodology
F. Utility Relocations
We recognize the potential utility conflicts arising from With extensive experience in utility coordination, our
the reconstruction of elevated roads, a new stormwater team excels in meeting deadlines. Our strong
treatment system, pump stations, a gravity collection relationships with utility agencies are built on our
system, and stormwater outfalls and structures. commitments and negotiation style. Mrs. Guon will
Understanding the impact on the public and the facilitate communications with each utility company,
development community, we aim to avoid delays in the ensuring clear and consistent information exchange. She
construction schedule caused by utility relocations. To has significant experience working with utility companies
ensure early identification and resolution of potential across Miami-Dade County on large, complex projects,
conflicts,we have initiated coordination with critical UAOs particularly in the Miami Beach area, including Flamingo
such as FPL-Distribution, AT&T Distribution, and Crown Park, La Gorce, and Biscayne Point Neighborhoods. Our
Castle. Soft digs will be performed during the design team's expertise in utility coordination positions us for
phase to determine the necessity of relocations, helping success in managing utility relocations effectively.
to limit unnecessary costs and efforts. Coordination with
FPL-Distribution will also be needed for service point of
connections to feed upgraded traffic signals and proposed
lighting. Should the City desires to bury overhead utilities
along the project,we stand ready to coordinate this effort
with FPL and other overhead utilities.
+ 'r � ;: .�.,.....� � o� 4
-: 9;I
�..
- W .3 � � �y�� �
. �� �� � 'f _L_J.'.�-'
�. � - �� �1�,, - -: �
, �-. M � - �; �, � s . _
� .._ r _ '�` -
` �- � ,.... A.:.'. . ; { �: -------
; .� -�„�,r . _. ,�.._-.�} �— �:L �'��--,� �l''s� ' -
- �. � .
. . ... .... ... . ... . � �...,...�_ —
,,. _ _�.. : �
��_ . — ._ .._ --�--+_T__'- .. � -' : .`" , "
�, �
� —
�� «` ... r. _. . _. .. ' .......�.. "j,ci-z? -- { . _--
,
. -_ -___.
. . : . '_ - __ _ . - _ -__ ' ____
. .�- . , �_ . . ._... - -� --YY '__ .._ ...�.�-__-
�- �.i�_ .�`—_- �.� , _. .�.. \ � . � � � �.
�i
1 � � � �. �—- I s ��� •!',`- � -.-
� ��� I r`1 � �
t� � ���[��\'�''��+.�'r I I ��1 �1
�i�<n��cv�oaa u.,.�.�...� ' i'\��—�.--.�I� t/' �3� __
1���. �__ . t.� !_ ___ � r--�---
. � -- 3 .._ `*��� .� ,:.
—sr ,.,.,,.... �.
,
._.__.._. �.
_.._._... . : - �
_ __�_---: '" ` ......� �.
_ � _ --- .._.�'_`_" ,_,.,,,, ,_., � ::�..�.�-.�-.- _.
- . � ......� ........
.., ...�.,.....<...,.��.. ,,,, ..
_ ....,_. r...�..�,....,._,..�..�..e ..�- •
�....e ..�.�� _.,.�..�..v� <................. ..
: . . _ . _ _�_�. ...�.�.
__ . . �_.._ -.��,ay.�.ano--- � ,.�......,,�-....,.r. _ �.d.,......,-��
- _ �_.� '..F--�i_=..�.__ �� �r .r...,...�....._... .
' . "]1.„��"�r�.�.�.��.
_ _ �,3•��[DLitRiC-�� �. .� ,. I: ',_ I
Y$'.iCL �� � � � ��� � '� -+�_- w1�Ytwt�����lAM1�r��w�ni��
_ . L'�:Z'1':�'".. . �IAt�[ �""' .
__ __ -� ��� ........ '.'�"�'� _'�'� � �t�Y�M�OYr�rr� ��J �M..a�."-..
r 't�^_G9C._ Cs rv21S' .
�
�""' �� v,�ses� �
�'7:"7t2SSiC: . '_.._.... _...��.,� . �� .
_...-:�...�. -.�...�_.. . . .. '
. . . . : . � ON . Oy� : � _- ..� -.
� �.. � �Y .-��
. . , � ,
. ��
Yiz � - n-�..4 .r..... .
� ' :. . j�..�� -��:� ��...., � �
. , � � . �• •• •
� '
Approach and Methodology
3.6 COST ESTI MATI ON & TI M ELI N E -� •
A. Preparing Detailed Cost Estimates at Utility relocations represent a significant consideration
each Design Phase in projects involving water, sewer, and drainage
installations. Our team prioritizes coordination with
The preparation of an opinion of probable construction utility companies to identify existing infrastructure and
cost (OPCC) is a key task that will be provided by the REI plan for necessary relocations or adjustments. We
Team during the design phase of the project. Our team ensure that there is early engagement with utility
has worked for different municipalities for many years providers to facilitate clear communication and
on numerous projects of similar nature. We have collaboration, minimizing conflicts and streamlining the
thorough knowledge of City of Miami Beach's OPCC relocation process. Incorporating buffer periods into the
structure and typical line items. In addition, we have project schedule to account for potential delays in utility
developed a historical database of recent bids for all line relocations ensures smoother progress and prevents
items that will lead us to provide the most accurate and disruptions to construction activities. It is also critical to
realistic OPCC. There are several factors that need to be consider that ongoing maintenance on the system can
analyzed when preparing the estimated construction be a cause of delay for the contractor attempting to
costs for pipeline projects, which include replace or rehabilitate aging utilities and construct the
the following: roadway improvements. Creating a project schedule
that ensures that the critical path is never unilaterally
t� Type of pavement restoration that typically halted by possible ongoing maintenance operations on
increases the cost of a project by 20%; the aging infrastructure will be paramount to keeping
� MOT(could be as much as 12%ofthe total project cost); the project flowing and ensuring constant progress.
A Crossing major utilities;
o Method of pipe installation (open-cut or HDD); and C. Strategies to Meet Schedule and
O Cost Escalation. BUdget
Our strategy to meet schedule and budget is based on
B. Construction Cost, Utl�lt�/ the unique experience and unlimited resources of our
Relocations and Ongoing Maintenance team combined with our FDOT relationship.As indicated
Considerations in our organizational chart, we have assembled a team
When preparing cost estimates and project schedules With redundancy in the key disciplines required for this
for a comprehensive project involving the installation of contract (drainage, roadway, pipeline, and pump station
water, sewer, and drainage systems alongside roadway design). Our team will be ready to perform several tasks
improvements, a multifaceted approach is crucial. The simultaneously, including the management of
REI Team ensures that construction costs are �onsultants, if required. In summary, the REI Team's
meticulously calculated, encompassing expenses, such ability to meet schedule and budget is based on the
as labor, materials, equipment, and subcontractors following reasons:
specific to each aspect of the project. Given the � We have unmatched experience in planning and
complexity of the undertaking of the North Shore designing drainage systems, roadways, and water
Project, it is imperative to conduct thorough research to and sewer systems.
obtain accurate quotes from reputable suppliers and
contractors. It is equally as important to ensure that � We are leaders in South Florida in the design of
these budgetary estimates are "refreshed" often stormwater infrastructure, roadways, pump stations,
enough along the life of the project to ensure that the and pipelines in urban areas.
cost estimate remains accurate from the schematic � Our expertise in the permitting process for similar
design to bid day. Our team has found that integrating a projects in the City of Miami Beach.
contingency fund into the budget is essential to
accommodate unforeseen circumstances, such as design � Our depth of resources to support the scope of work
modifications, unexpected site conditions, unique and deliver this project in record time.
harmonization tasks and more importantly, due to � Our prior experience providing similar design
supply chain issues that have been present for the past services for other local municipalities and FDOT.
several years causing volatile changes in material prices.
• • � � � - ... .�
Approach and Methodology
Budget Monitoring and Control - The REI Team will
develop and implement a project cost breakdown ' • • ' - • '
structure (PCBS) based on a logical organization of the
work with flexibility to adjust accordingly as the project � �� ' � � �
evolves. The PCBS will include all tasks and any overall ' ' ' ' �
management tasks but will be primarily directed toward '� ' ' ' ' ° '
deliverable products. The PCBS will form the basis for • •• ' '' � •"
identifying schedule activities and monitoring cost. The � ' • ' �'' ' '� • '-
project manager will identify task leaders responsible for /-•� - • • ' • � • � '
administering each PCBS. For example,the PCBS for each • •. ' •• - + •• �-. ,
project will include each discipline, and the task leader •�. -� . .. s .
will be responsible for that PCBS. We will also develop . . . . . - - -•. . .
standard cost control reports for every level of the PCBS, .. , . �. . . . . .
consistent with the schedule, and will track original , _ _ � • _ �
budget, earned value, approved changes, current a _ � � . � � _ �
budget, current expenditures, estimate to complete,
• � e � . • � ' •
pending changes, and anticipated changes. The cost
reports will compare planned versus actual expenses and �. . . . - . . - � .
will identify variances at the cost account level. � � . . . ,. ., - . -.
Explanation of the variances will be the responsibility of . .. , - .. . , . . • . •
the PCBS managers. Regular monitoring will allow the � � � _�� , � _ ,
project manager to identify negative cost trends, �
.-.. . - . . . . ..-
determine the root cause of the variances, and establish
. . . . . - - .. . - .
corrective actions to rectify the situation.
. . - - � . . -
Project Schedule - The BODR anticipates the � ' � � �
construction start date on June 2026. However, based �� � � . � , ,_ _ �_,
on our experience several factors may impact this date
. . .. .
including the procurement of the USACE Section 404 -
. . • . . . .• .
which can typically take up to 12 months. In addition,
the execution of the design phase and the procurement '� • • � � - � � �_� �
stage would need to be accounted for as well. The REI '�' �' � � ��' - ' � � " �
Team has developed a logical and achievable preliminary ' � " ' " ' " ' '
design schedule for this project (provided on the �'� � ' ' ' `' "" � �
following pages) considering all project parameters and � •" - ' ' ' � ' ' -
anticipates the construction start date as of October • � - - � � • • •
2026. The project design schedule will be reviewed at • • • • +� � - •
every submittal as a product of project team - •- � . � - - � _
coordination meetings. Some of the events/activities - •- - • - � -
that must occur very early in the design process to - . . - - - . - .. -� . - - .-
comply with the schedule include: . . . . - � � . - . .
o Project kick-off ineeting. ' ' " ' ' ' - ' �'
O Survey of existing structures. " • • • -
o Geotechnical investigations.
_ _ __ _ _ _
O Feasi i ity stu y.
o Design phase.
o Permits. �
o Procurement of Contractor. � /����
o Construction phase(Post Design Services/CEI). R�7
In addition, our schedule contains the detailed '
breakdown of the project's main phases: preliminary �� r , � � �. 0 ��
design, detailed design, permitting, procurement, and
construction (TBD). The schedule will be reviewed and ��'
adjusted as the project progresses.
. • � � � � . .. ... . . • . -
�RIBBECK PROIECT SCHEDULE
PPOFESSIONA�DESIGN SEPVICES FOfl TME NORTM BEACM TOWN CENTEX
(NOPTHSHONE O�NEIGNBORHOO�IMVROVEMENTPROIECT
HiQp 201G-519-DG
I� iask Nam�, Duration Vredecessor5tart Finis� ]02> 202fi
Uec lan Veb Mar Apr May lun lul Aug Sep Ocl Nav Dec lan Feb Mar Apr May lun lul Aug Se0 O<t
� .��. ., ... � � �i
Z
3 �.:UeiiµrNTG lday Moi�l�o/25 on]/c/25 I
5 � airM oFl ir.ec-tie�� 1 tlav 3 i�i�I/J/25 Tue i/]/)5
6 ine�.t��iS�veyinRseivi.i�. 40�aVs 3 Tu��l/J/25 Sat2/IS/25 �
] (,�V�eil�.ni�nl>ervic��� 40 days 3 lui-1/]/]5 Sat Z/15I15 �
9 Ira'f��c Uata IO daYs 3 lue 1/I/)S Sun 1/14/Ji �
9 �rall�icAnatysisandModeling 20tlays 8 Mon1/11/l5 Sat1/15/); �
1� Derelop TypicalSeition Alte�nati�es 40 days 955�10 daysTM1u 2/6/25 Moiii!1J/?i �
11 Drveluo RoaE�vev�Drainage.Votable Wace�anJ Waste Water Master Vlan.as well as Initial Phasing anG Seµmenting 60 aays ]055.]U Wed 2j26/]5 ���...... �
vior dayz.fi.�
11 LNB0.i�newandAppro+alo�MasceiPlan ISdays 11 Mon4;�N/�S . �___. �
13 WM)(8/26
14
1S 30%oesign t1ldaYs TueS/13/]5 SunB/31/i5 �1
16 �epaie 30'%Hoedway,Dra�inage.liglil�,ny,Signaliratiun,vavementMa�kingsand Landscaping Analy�i��no Ylen� 50 days 12 lue_�/l3/ti IA�//31/1S �
1/ onEu�IM/QCreview'o'3U°GNoatlway,Drainage,l�ign�ing,5ignalira�ion,Vavemen�MarkingSandLaneseaping � y 16 I��dJI/1S IueB/S/11 �
Pldn�,Reports and Estimates IPM1asez I and I1)
18 S�bmi�30vs Roadway,Drainage,lrghting.Signal�iracian,Vavemenc Markings antl Landscaping Glans.Repons�ntl 1 Eay 1) WeE 8/6/ZS Wetl 8/6/15 I
Cst�mares�Phases I and il�to CMB PN'0&f DOT ERC(hr state roads)
19 CMHanCLDOl�lorsta�eroaCs�Nev�Pw30%Roatlway,DrainaBe,ligMi�,Slgnalization,GavemenlMa�k�ngSiM 15tlayi IB 1�u8/]/]5 iM1�B/li/]S �
an�•.ca0��8 Plans&Repons
20 vrrvVareforCl�y'sDesignReviewBoard�OPBlantlReceiveDRBApproval lOdays 19 Yr�iB/22/25 S��nH/31/li �
)1 60%Deslgn 130 tlays FriB/33/35 Tue11/33/l5
22 Prepare6096Noatlway,Dra�inage,tight•ng,Signal�zation,�avementMarYingzandLandscaO��BA^alys�sanaPlans IOOtlays ]9 Fri9/31/ES Sattl/]9/25 �
�Vhase�I and 111
E3 Cund�cl W/QC rev�ew tor 60'M 0.oadway,�ralnage,Lignting,Signalization,Vavement MarMings and lantlscaping 5 tlays 31 Mun 12/1/25 fri l2;Sili �
Flans.ReOorts and Estimates IPhaset l and III
20 SuEmrt60?6ftoaeway,D�ainage.Lightir�g,Signalieation,Gavemen�Mark�ngsanClantlscapin6��ans.ReportsanE LtlaY 23 Mon12/8/25 Monl�in;��-- T
Estima�es(Phases i antl ii I to CMB PW D 8 FOOT EXC(for sta[e roatls��o CMB VWD
15 [MBantlFDOT�lorstateroaEs�Neview60%Roatlway,Drainage,LigMin&S�gnalization,PmementMarkingsana ISdays 2i Tue12/9/35 Tue�11�2±;:5 �
Landscapin6 Plans.Peports aiitl Es[imates
T6 VermkHry5e16PermhHn`SeMces 330tlays WeAB/6/15 WeE)/1/]6
2] VreparePe�mitpackageforRoatlway/TraHu/DrainageimDlementingCMBromments OOdayz 25 WeE13/3J/15 Sun3/li��� �
18 ConJuct OF/QC review ior Perm�[Gackage of Roadway,Drainage,Tratfic,Lighting Pavement Markings and S Cays 2] Mon 3j2/26 ir�.1/4/1�� �
Landscaping
T9 Submit Permit Dackage al R�adway,Drainage,iraffic,lighting,Pavement Markings antl lantlscap�ngw CMB PWD 1 tlay 28 Mon 3/9/]6 Mo�i 2i�),�1�, T
30 [MB Periew Permit Package of Xoatlway.0�ainage,Traff�ic,�ght�nq Vavement MarF�ngs anE LanCscaping 15 Eays 29 Tue S/10/36 Tue 1/3a116 i
. 31 SubmiiGlanswRM1CMBapprovedscampwMD�CounryNEP-Classi&ClassilVermi�anEsecureperm�� 12Ddays 30 Wetl2/i5/26 Wetlfi�26i2e
32 SuEmit Vlans with CMB apprweE stamp to MO�Coun[y 0.ER-VPS ana Hcu�e permit I20 tlay5 30 W!E l/25/26 WeE 6/2G/)6
33 SubmilVlaniwithCM9app�oveEst�mOl05lWMD�EFVdnOSKureDermit 120tlays 30 WeE1/15/16 Wed6/?G/16
34 SUEmit Plans witn CMB a0oroveE stam0�o�DEV-Clasz V�1nle���on WeIIs)anJ secure permit 110 tlays 30 Wea 2/15/26 WeE 6/24/26
35 Submit Plans wi[�CMB app�oved stamp to iDEP-SSL(sovereign submergetl lands)and secure permit 120 tlays 30 Wetl 2/25/l6 WeE 6/24/36 ,,„�;i'i ,� V5�':f �
36 SuhmitPlanstoU5ACt5ection400/Na��ionwiOePermitJandsecure0ermil 330days li WedB/b/25 Wed]/1/26 «���---���.i���.'.+..i-i��',���'.niii«iiii���.:i��ii�:i�uii�:
3) 90%Desiin t03daYs WM12/2�/35 Sunl/5/f6 �',.yk.�;il'r,.,,i,.���.n������. �� , ��1
38 Fre 90%Roadwa Draina Li htin Si � fA` �- ���-- ��--
pare y, ge, g g, gnaliza[ion,VavemeniMarYingsantlLandxaDingMalYsisandPlans BOdays 15 Wetlli/l4/35 ir�3/13/36 �--"-'"'�- --�-�-' �
�Phaseslandll�
39 ConductOA/pCrenewtor909eRoaAway,Drainage,l�ghting,5�gnaliraM1on.PavementMarkingsanEUnouaping �cays 38 Mon3/16/]6 Fi�.3/1�/]6 L
Plans.Reyorts 8 Eztimates�Vhases I anE I1�
40 Submi�90%RaaCwaY.D�ainage,ligh�ing.5ignalizntion,PavementMarkingsanCLanCuapinB�lans,Peports6 lday 39 Sa�3/21/26 Sa13/t1;J6 i
Estimates IPhases I anE il�w CMB VN 0&FDOT ERC(for su�e roads)to CMB Y W D
41 CMB anG iDOT(lor stace roatls)Rev�ew 90%Roadway,Drainage,LigMing.Sgnalization,Vavement Markings an0 15 days 40 Sun 3/21/]6 Sun</5/36 �
landscaping Vlan�,Hepons 8 Estimates
a} SW%Defign�BlESet) 9Cdays Mon</6/36 Wetl]/8/I6 �1
63 Nrepare 1 W?�e RoaawaY�Drainage.Lratfi<,Liyh�ing,Cavement Markings and lanOscaping Analysis anE Clans )0 tlays 41 Mon 6/6/26 Sun 6/14/]6 �
4< ConOuct[1A/aC review br 1W9A RoaEway.Drainage,TraHic,LigMing,Varement MaMings anC LanOscaping Plans. 5 tlaYs A3 Mon 6/15/26 Fri 6/19/36 i
Repor[s&Estimate�
Oi Submi�100'�o Roedway.�r�inage.Traffit,ligM1ting,Pavemenl Mnrkings an.�tantlitaping Vlans.ReOohi 8 Es�imates 1 day 64 Mon 6/23/36 Mon 6�13/2ti T
� CMtlVKJ
�aqi
� � � �
�RIBBECK oxmeaseNeouie r,;- ' '�.,
PROFESSIONAI DESIGN SENVICES FOR THE NORTH BEACH TOW N CENTER
�NORTMSMOREO�NEIGNBOflHO001MPROVEMENTPROIECT
NfQa 202a-529-0F
iD Task Name �uration nreEecessor Stan Fin�sn ]Oli I016
Ilec lan Feb Mar Apr ay lun lul Aug Se0 OCI Nov Dec lan f¢o Ma� Rpr May 1 lul Aug 1i�p Oct
06 CMBPeviewiW4Puatlway,Oralnage,Trattic,Ligntiny,FavememMarkingsaMLanCuapngP�ans,Neportsantl 15Eays <5 Tue6/11:?c i�.i.�'i�i1�, u�L
Estimates
a] SuEmit SigneE and Sealed RoaOway,Orainage.TraH'ic Lig�tin&Pavement Markings anE lantlxapin8 Plans,Reports,1 tlay O6 WeC)/8/36 NeE]/8/26 �
Specs anC kstimates
dB
49 30%Design 101 days TueS/13/35 Thu 8/21/]5 �1
Sp Prepare30%Water/Sewer/ForceMainPlans 80days ]Z IueS/13/]5 ���1/3t/>S �
51 Conductqf�/pCreviewfor3096Water/Sewer/forceMainYlans Saays 50 fri8/1/]S TueB/5/]5 �
52 Submit30°6Water/Sewer/forceMainPlanstoCMBVWD lday 51 WeCB/6/35 NedB/6/IS
53 CM9 Rev�ew 3096 Wa�er/Sewer/force Main Vlans 15 Eays 51 Thu 8/]/35 T��8/31/15 '�
5< 60%Desi�n 133Jays Frit/22/=5 Mon12/Zl/25
55 orepare60%Wa�er/Sewer/forceMainPlans'impiement'ingCMBcom.ments IOOtlays 53 VriB/�2/35 Sat11/29/15 �
56 ConEuctOA/QCreviewbr60%Water/Sewer/ior<e'+tainelans SOays SS Monli/1/�5 4r��?!5/]S �
SJ Submit604Wacer/Sewer/ForceMalnGlanstoCMBPWD 1Eay 56 Sat12/b/25 Sat12/fij2i
58 CMB Review 6016 Wa[er/Sewer/Force Main Plans 15 tlays 5J Mon 12/8/25 Mon 1]/]2/15 '�
S9 90%Oeslgn 101ddys iuell/13/15 Thu6/1/16
60 vrepare90Xwater/Sewer/forceMainVlansrmplemen��rngCMbcomments 80daYs 58 Tuel]/23/2S Thu3/12/]6 �
61 ContluctW/QCreviewfo�90Y6Water/Sewer/ForceMa�nVlanz Sdays 60 Frt3/13/16 Tue3/]J/16 �
62 Submi�90%Water/Sewer/ForceMainPlanstoCMBPWD ltlay 61 Wed3/IB/26 N'ed3�1&/ZL
6l CMBReview90X,Water/Sewei/ForceMainPlans 154ays 62 1M1u3/19/26 Th�4/t��i. �
6< Vermktin`Se[6Permfttlry5ervices 135tlaYs Thui/5/26 Fr16/19/26
65 PreOareCermitGackageofWater/Sewer/FarceMain�im0�ementingCMBcommenh 30tlaYs 63SF�10EayFril/3l/l6 Sat3llk.:�� �
66 Coneua OA/OC reriew for Vermit Package ol Water/Sewer/Force Main 5 oays 65 Mon 3/30/36 Fr�a/i/1� �
6) SubmitPermitGackageolWater/Sewer/forreMain�oCMOFWD lday 66 Sa[A/A/Z6 Sa�G/a/ib
68 CMB Xeriew Vermit Vackage ot Water/Sewer/Force Main i5 days 6) Mon C/6/26 Mon J/30/lL ,�
69 SubmitVlanswilh<MBapprovedstamptoMO-CounryREN�WaterMainextension 30tlayi 68 Tue</]t/36 WedS/20/)ti �
)0 Submit Water Plans approvetl�y CM0 and RER to fire DeOartment 15 days 69 TM1u 5/Il/16 Thu 6/</36 i
]3 SubmitN'aterPlen�approvetlhyCMB,0.EPantlf�iremDcpartmencofNcal<h�DOH) 15tlayx )0 Fr16/5/36 Fri6/19/lE i
)] SubmitWaterVla�sapprovedbyCMetoPEN-NVOES 30tlays 68 Tue4/31/16 wetli/�10/tG �
]3 Subm�itPlanswi�hCMBapproveds[amptoMO-CounryRE0.-Was�ewater5ection-ForSewer/ForceMainreNew 30days 68 iue4/21/26 WedS/JO/Zti �
1< Submi�Vlanswi��[MBapDroveEstampmMD-CaunryRE0.-NVDES 30tlaYs 68 Tue4/]1/26 WeCS/20/26 �
)5 Su�mi[PlanswnhCMBapproveEstamptofOEVlo�IntlrvitlualEnvironmentalResourcePermitbrWastewater 30tlays 68 Tue4/21/I6 WeE5,�I0/]6 , . , ... �
<analCrossing . � • -���
I6 SubmitVlanstoUSACE�SeRion<00/$ectionlONationwiEeve�mi[58 12DtlaYs 5)F5�60tlaylnul/5/26 iM1�6/a/16 '�� ��' �'"�� "�' '� "�`��'
)) 10U9L DeslQn�0W 5et) 9]tlays ir14/3/26 WeE)/9/26 �
)8 Vreoare100%Water/Sewer/ForceMainPlanslmplemennngCMBcomments ]Stlays 63 Fri</3/26 Tue6/16/36 �
l9 Condu<tpn/pC�eviewfor100%Water/Sewer/forreMainGlans Sdays 18 Wed6/]1/]6 Sun6/11/J6 �
80 Submit]00%Wa[er/Sewer/Force Main Vlans to CMB DWD 1 daV �9 Mon 6/Zl/I6 Mo�6/]1/]t
81 CMBHeview100YWaler/Sewer/GorceMainFlans 15tlays 60 luefi/I3/]6 TueJ/1/16 �
8] Submic Signeo antl SealeG Wa�er/Sewer/Force Main ilans,Specs,0.epotts anA Estimates 1 Eay Bl WeE]/8/E6 Wetl)/B/16 i
Bi . . _ ., ,... ...... .
� i�o�urementanOConswct�onPhasei %days TAu)/9/26 Mon30(i]/16 ��
��
,� . . .. . . . . � .. .. .�, .. . . ., .. . '�
9�1 du���bn��.a�.� . iUJ��� ,i� �u�� o A��I �.<<. I�
Y] l[v 0�dt F��lu��uii 1U ynv�. `�. I�3 ,... .i.�...� .� . . � �
93 1.:/.t.t, � I
ays^In DMfa owJma�1�1 aK:. T
sn „�.. �o�m�,�,a n� � io/v♦
9i ConsMuctionVhanl Otlays 93 Mon10/12/26 Mon]0/32/26 �'�----"' `m�tlµ"���� 10/1!�
96 �e•,�gr C��r � rtS�r,�i.i� K � .,..t..,� rlrt .i�.,, e», . ....�..� .... rviii ��_n M��i] �.;�1� M��iLi;ili.i�. 30/13�
Ceterininea u�in;aesigr�
9) WnRrucGenMuell Otlays 93 Man10/12/16 Mon10/12/2f SO/Il�
9B UesignerCu�i�l�u�tiun5uppo�tSerNceSEur�inyConslructiun�tlu�ationen['ompassesconslru�ce�iontime lobe Ooays Mon10/1]/2fi M�n1U/12i1� 10/17�
Aetrvrmine n�li�ring ar�ign�
� ' � � � � �
Approach and Methodology
3.7 PERMITTING AND REGULATORY COMPLIANCE a-+�-•
Obtaining permits on-time for this type of project requires in-depth
and close coordination between the design team and various � . ��� N�"�' '"
agencies. Our Environmental Scientists have strong working r`'� '�
�
relationships with federal, state and local regulatory agencies in the '`� "'~ �,.�'��
Miami Beach area as well as across the state, who are responsible �;� � "'�� �``� '"
for reviewing submitted environmental permit application packages �•�„ � •--,�
and issuing permits. Our permitting specialist has secured several """"�;: ' '� '��• '�'" �•
permits for the City of Miami Beach for pump stations and outfalls in �• `����•- `�„"�� �
Biscayne Bay. Through our long-standing relationships and local i � `'� �` ��'� �' � �
experience, we have a clear understanding of the permitting - � _ ' r ��� . "�
., � � �
processes an d proce dures an d can navigate t hem e f ficient ly. � M, s,�,,,,_ ;� e��
Our permitting approach will include: �_�_�.- '��� �w
O Scheduling and attending pre-application meetings. The shoreline of the North Beach Town
o Submitting permit applications. Center project is located within Biscayne
o Following up and responding to RAIs. Bay which has been designated as an
o Submitting Notice of Commencement(as required). Aquatic Preserve and classified as
Outstanding Florida Waters(OFW) by
The proposed improvements for the North Beach Town Center the Florida Department of
project will require permits from local, state and federal regulatory Environmental Protection (FDEP);as
agencies to authorize construction. Anticipated permits will need to such, no degradation of water quality
be acquired from the following regulatory agencies: may occur within an OFW.
O Miami-Dade County Department of Regulatory and Economic
Although the shoreline for the project
Resources (MD-RER). appears to be lined with seawalls,the
O South Florida Water Management District(SFWMD). bay bottom may contain seagrass. Due
p US. Army Corps of Engineers(USACE). to the potential for the presence of
In addition,the following state and federal agencies will also require seagrass habitat,as well as the
consultation before the local, state and federal permits can be possibility of listed protected species
issued: usage, updated wildlife analysis,
wetland delineations and benthic
o Florida Fish and Wildlife Conservation Commission (FWC)-state surveys(including seagrass surveys
listed protected species. conducted during the seagrass growing
o US. Fish &Wildlife Services(USFWS)- Manatee. season between June ist and
o The Habitat Conservation Department for Essential Fish Habitat September 30th)may be required
(EFH). Will coordinate with NMFS for the analysis of the potential during the permitting process to
impacts to the smalltooth sawfish associated with the noise document the presence or absence of
generation and for other listed species as required.
protected resources within the proposed
project alignment.
o Miami-Dade County Department of Regulatory and Economic
Resources. The final project layout, overlaid with an
As part of this proposal, we have developed a preliminary permit updated benthic survey(including a
matrix of the required permits for this project. Our team will have a seagrass survey), will be used to quantify
permit coordinator that will meet with the agencies to avoid any both permanent and temporary impacts
delay on permit approvals. Permits required for a typical similar (if any)for which mitigation may be
project are detailed in the project permit matrices depicted in the required.
following section.
• • � � � � - .
Approach and Methodology
COMPONENT GOVERMENTAL AGENCIES REQUIRED APPROVAL ESTIMATED
TIME TO OBTAIN
City of Miami Beach Final Review 30 days
Miami-Dade Department of Regulatory Notice of Intent to Use the General Permit for
and Economic Resources (MD-DRER) Construction of Water Main Extensions for 30 days
Water Water Section Public Water Systems
Distribution
Lines M-D Fire Department Fire Department review 15 days
Notice of Intent to Use the General Permit for
Department of Health(DOH) Construction of Water Main Extensions for 15 days
Public Water Systems
City of Miami Beach Final Review 30 days
Wastewater
Lines Miami-Dade Department of Regulatory Notification/Application for Constructing a
and Economic Resources (MD-DRER) Domestic Wastewater Collection/Transmission 30 days
Water Section System
Section 404/Section 10 Nationwide Permit 58-Utility
Wastewater US Army Corp of Engineers LineAdivitiesfor WaterandOtherSubstances�USACE)6 months
Canal Crossing
FDEP Individual Environmental Resource Permit(FDEP) 30 days
South Florida Water Management District Environmental Resource Permit 90-120 days
Stormwater System
(including pump station) Miami-Dade Department of Regulatory Class II Permit(Stormwater Management) 90-120 days
and Economic Resources (MD-DRER)
Miami-Dade Department of Regulatory Class I Permit(Environmental Coastal Resources)
and Economic Resources(MD-DRER) May be able to issue Programmatic General 90-120 days
Permit for USACE
Outfall Environmental Resource Permit(concurrent
South Florida Water Management District With stormwater evaluation). 90-120 days
Seawall
Florida Department of Environmental Sovereign Submerged Lands Authorization
90-120 days
Dredge&Fill Protection(FDEP) (SSL Easement)
Over Tidal Waters 90-120 days for
USACE 404 Permit Nationwide Permit
(if RER unable to issue general permit) (Nationwide Permit 7 or Dredge&Fill Permit) 180-360daysfor
Dredge&Fill Permit
InjeCtiOn Wells Florida Department of Environmental Class V Underground Injection Control g0-120 days
Protection(FDEP) (Reasonable Assurance Report is required)
Environmental Florida Department of Environmental NPDES Stormwater 15 days
(construction) Protection(FDEP) Notice of Termination
South Florida Water Management District Water Use Permit(for Dewatering) 90-120 days
Dewatering
(construction) Miami-Dade Department of Regulatory Class V(Dewatering)
and Economic Resources(MD-DRER) Need Class Vl if contamination 60-90 days
Pump House,Electrical
Control Panel,Generator City of Miami Beach euilding Department Building Permit 30-60 days
(construction)
• � � � � � • � .. ... . . • . -
Approach and Methodology
3.8 SUPPLIER DIVERSITY �}-•
��:. -� Ribbeck Engineering, Inc. (REI), a 100% minority-owned firm, is a Small Business Enterprise (SBE),
��- Disadvantage Business Enterprise(DBE)and Minority Business(MB).
� �.� � Our certifications are included below.
�-
��.�.K.,�.��,.. �
MI�A�� +�W.n..�D�..wcnw��
..�..:t M.. . � _
j �.�iikr.di�n/a�e��C����a�S "�i�l��ri.w-
��rJ��zlP����yl/.✓/l�`
�,.. _ . ,�...,,,,
� ,�: �+'�:���+�� Ribbeck Engineering(nc
Al1�Uf t'ri[Yl�Itii f kl\�,.I\I
t.tiUt.`1�It111i�hlt.il�� ��. .r••,'-.•.•••�-•�•^��•M➢'✓wer�rrYNMrn1+++i+•.. .��.,.
\�I'�tll.11��I�n ...... ....,�.�qwt�n.erH�'i11M.tll�.I�Mdr�lyM�......: ...
�.�..�r+Y�muF�(d�w�oa tw✓F�av. •r r�.Wu.i i.�_.
...i!Iwe..�we HI.IP:i%��uli(I�wMra I��MPn�c-1n�1.�cenvalltlu�seniqR(tiNtl.-Atl�1 ••.fet�.����N�I��
�n �w.�•DM:MkN1.7M4 �:�',.�
�..���t HI()5 t'RIIiNPC�K, u;ia,�
u N,
�i�.��,�,{wk L�wm.Sma�l&�vx..Da.�eW�nnun�%BOt.a dwnan of�he Intcm+l Sm�Depertmrn�115Ui.h.o.,,eq�k�N�Ik r:��.,, I.wc Vvr 1..��.:�.::��i.
, ��.i.��AaMb nM�11KI�mnNs WE�fv�IR1 IiN ceM14'.il�Pl�\W Mt1r.��IrIkNUY<M�/411 if�1�IkVnwlHxk[.Mn[1 lntxii Hwi�i.^�
�� liry�nuY 14nm�+.1 merpn.c�\Mi�l�nigrve�.ws y� d,1�'iat�+w�:-!1.1 1�.I.:-111 I'� :O.II+t luilil.'.� �
•..'.�,�IYfc(.vnrv'.(.+.Ya fFr.:fnu1114cma+sfx:r�m.c.A�cM�.aYuwl�l'��ryrnnm�p141i1.AFNl.xv��lRs�wnn.�{dw*�Y.,'�. . .. • ,_
..,..It.+ .alda4�:,ntlwmp;l�K:1+���t..tiNttttu'�.HnJr7��\m�raUli�IM�thntMrtl�.��ltlrw�..'I��f.-.�wup:.•W./�IW.� .. •• ...
. ��.at,�u
���y�n 10.�m�MN MwMMIw M�rawd�n NON�M IWM1.1ir Mml�nllw�w ......__... . . ...._
1.�., �ei e�p��a u fu���w�II v✓M����I(eam w�a1�'IN�+�sx�M k.w..�:wiWsd.Y�l nj1��f 1I11t11�Y�..M m�1(sa il..�
.Nli bT`.Ph.�'+�!M:vM«I�l�c�.iwtt{i!x '~ruN.v��.�w ierm ��Fe i.�unv.weRlwN.vM�.Xwnc1�MnW�m
����I.�ic hnnn IHMM�l1 Ini.t ll imYtc wtl`KMu�mv:t�r(Mtat.M till{1 L�11tlry n pnYrWt IN TtM11kHW�ppM¢�Ikn�Mt
m�a��M wypn4t dwome�n�xw«ill�NtIUr Ms Owvrtuh�nlw pr«.e...
�m nn.+� n ��,,,.,w fi µc �x r..�„JwH,n t,w m nm. �r��� a �. .„�
t fi. �v�.rel m.l,J�y pe afl l He.(. h !a�I�sit�ezrtsut�1K pL -I r/�IM f .r ^. !�Ih �..Iln�� // // /
� .. t�rtt .7t �'. Li ,� M ICc.:�r.� Ik•tM�nyt/.i���•he t1\iW�ti NnhfN 1 �wJ�! nluac .ry�+��np 1',j)�///�/y//C //�-. �/f/[I�'[ 5�/�///�/y
k .F' II ��nc. 1 uncl�n fi �h .11k'�+•b�xw.f.x.1 �J p. ed . rwY M�iM�e le xwih Wl uf �/C/l.�Liill�-� V�/�•.•J Vl/ (iC.'l�L'IiL/�
h ■ mn rts�N 1��wNble�1[IY��Jern�V/fhe�rw.
�a w tl l h e�.be i�n l���N nm�lcxmo us.W I�x iLe J i v a i�.n�4 r�w�I Mm M n.-� . un II�L e�uei a[Wn•qr�.wu.�n
r . rnn qNlpbl[Jinry 11�1�y�u ierlNcn�nn nrod�au.i11 W propptl�>+�IW(�Ilwl�M dmmWrYir[p.to—�tr�)�ti•
..n. mtfw'aNUw A.e h�rtT�wW AovoM W�Ir.uk Y�`rt fi�ra�MA'NY ttr kf.�vnN IR IMeJ�n�be.1MOttury lor WI tipF
���i�f 4�R� wMYJI 11[ wr�rrA ILM� N�rpHbk 1'awn)'c 1i111) wN��.
.»tt�Kmx�dawu�:r�EhA�u��xaetr'Mvoe�c fA.�.-we��re.,s h.md Fea.w+Ra6>w rnc aym,mwur a n�t
m
�ni pw�w�R w.wunc+.Mh 9mNl tlu.nry LotirM��r�wvwe.
. ,x��mFy roc�nmw4bJ i6a� wu rtLun��vur flmi „.b,M1er wiY�M6wwIWc C�+�Mv iv�eYiNet.wu iYN ,�«i
�.nxv,�useuYuuc�ow.�:".•'.•.-•.—�.�++w�mim�.�c��*�a r•,�r�.v��.���.���Ms�,.,,��«...iu rar«�Nw� Ri6k+eck F,n ineerin In�
m
..,.n„n ro�i.�=.m�ro m.,.��.� .. . . , ,rtk.r u��.�tsa�i��M�,,.e�un a:a�Ieem�a.vamelvL.rc� f� 8
i i
`�""���e"".' - _ .� , ': '',.
.�.� n�.-i.n,.. / . .
�..�.n`1'�i1�1imN'H�ar.e.i i'rrL.r a...o,.�...i.�«x,e,_.���,..� � 1 C
... • .� x:w4n ,_ A
ri'NIrIMY i W,i IM\Y ItiSM�i� ��—
• �f'N.�I'N�ItAIW.;..�`�tt(I�AYS�tYI/nli�.t . .
. w.tNt\IWAIf.N'�Xtll .� .�. . ,. �..�.N. .�...�.. .���.,�.. .
., ,�. . . v,�.. .v».nm6�.��jf.
In addition, we have included three (3) SBE/DBE businesses to provide professional services such as street lighting,
geotechnical exploration and surveying, mapping and SUE. REI has proven experience on previous transportation projects
with these firms.The SBE/DBE firms are listed below and their certifications can be found on the following page.
Jreen- L �,��
Dade �N DE
Leadingtheway •
GREEN DADE, INC. :STREET LIGHTING
HR ENGINEERING SERVICES (HRES) ` �5�.. it.;�tt�: GEOTECHNICAL EXPLORATION
LONGITUDE SURVEYORS, LLC .: .- : ;: SURVEY, MAPPING AND SUE
. • • • � � � . . .. ... . . • . -
Approach and Methodology
GREEN DADE HR ENGINEERING SERVICES
MI�� wnw.wo�w+�n.m .
��P �nr..�� � �.r� �Mwrw�
�
+�l,.1 Ifitf
ia.,..,r+fo>o6'�DM� ,�... . . .
eiOWaMc.
W�ZtnA �m..f[ '�
w.��,�ii.fliY NRi:\-(.P'FFMIGSER�AES PC
'dl�\:":{.y AYl.M.'E
.v�iMn.HnurytQy�1Q)SwWO,nw�y(rywpu���NSEr�.yi.w��A1E1 �ELtEI'R431b
.rn,x.P/b:)�u�R')t yW� u
.yp�r�lOw YYtl 11.V:S 9rpMvalrpr..WeriW!Eyw�y tSD£..ilEl
,�e.�:am,�EOMtr�p�es LP^�^�Dwr Nw131:Ce
Msnllab Cev49w�9e.wn0l�opwM f50U!s b�mn o�x�pYnw sa+xe�Dq�bA l�/�e.mryYl�'IYr dr Nare�e t�an t F
�y-nFiYf�nnSm�IBuf�YesEMwn+i58f,NtasmlYVYmnHvnFrNFainArmtltlefnitp9M TLeUtleCe��SrOBs,aDneleP'r1�ID1�1�r�wultrWwW.4�xe�DiN��f�lra O�wa�w '.
Pcp�n+sYJw^��bCEr�.a1ms3A���l:d•..i l:3-10�0��U ��
tn],�AMnfleaeraeMxr,me�rMsnralvim f�rM��NMir>idaf.,qrwnJt¢PlNE1cM�nrnn.daw �(.^.Nrr�r.�cerr�ut�Mb�r�Errl'sisnnmr�.u...wM...N..r.Arcuwrt�.Ci.�. �
vmn.�Uwvwroe�Wta�ruraeYpY�YfOn�;wWY�s�bna4t�l��e�e9�er�fiN�����Yf� �"�hS��Ycsv.P���(SSE'.pope�µnv�eJF-fNc 'tlltl:.ltll:.`.1U10110-�)0`u( '�.
u.viFrWnbMw'M��NW�lx�wwblbnW�r��U0��1wMY�W�MIMEKwIMutlMP�� >IMd-M4ceun�cNn2baf��OBwrr�.E�wpar.A�WwstlrtFVwW�SB[-MEi��wh��enn.+Mbb��i;: 'i
a.r.Ne.nw<e.M.�<wofw(AJn�SHD�.r�m��.�rW��«wnoemr�>i..a..wY.r.nw1fW� �,
+'N��AIO�qspp rN�mtlUllwe�nuf�wfh�Y��M[K�m.ynN�mhnbM.vb�MMYtIMIIM'�tl1MMns w�rw.W�rpYN�re��i��wbra���Y�WYn11�urSrYv.rtltaY��m- ��,
.�p�uyah.eu.nMmmMtn^M�wMowwf�Wbni 0usn5nc ,
�WurT'�.MNqIM�<e4Y�M�IB�M'.GItIn�Mlaeunvf[wtOme0.vpa'miMS&�FWI�bVp+MMlh�nw�XM�lan .��deuae��.apuua%PybrrJl-.uDow�Rw�neM1rwaA{µ��e.xwewn.alnatr�O��.MIIM)Yv+MrvaM.�
.ppKYwn r�nM�b MPO^�a^Y CaVMM�m�YI MWw�tlr MurWk�lw pOON�. emnf�sD!m��pr:.i:er M af 0e S�r..;.�u inn4am wm�u 2e cmm��rM4x.0.v�wm Ora.}fay�r�
tnnlw�na rt�oWr/a Mnrn 2�cMn��rOw n Or.Hm nxOrV nl nf Yrsq oo�'+�r'TY.ahas.PrcN '�'aticu.Snrn�<'l�:L�w.li ev+a��.�5✓.ro�ue fw P.•:•.,a�SBD F Wu�x re�Y dr r.snlM�tlr 9P{r�p�bI
.o>u.�w ou+a w+��.�h w�..mn.rmasl.m mis o-n.w.n n m.o�wr�w�ri d�r mn.w�w �.9...a nR..�y r.r..w,u.�n..�r e�....r.o..o�....
�WM1Y�eNura�O�N(.rnc�rsa�nNMwaay.+bseu/Ye�Ts�Mv�.�hB�N/5 rke4Amycdo�o�ae I
r{pubqtrxmNEtrinva+W�saM�rnYulwwMemPna/aymbM�WUJW1px+eE.�MoxrViYunw H�r�'�Mee��wul.rtoun�a��rt�usnwdrlvnr4fKY��c+lveak�r�Jqol�a.�YcavepeN
��YYDlI�Y�VrM/�WMMwY�b�RMbOKWIEYM1'n. +�kl�e�pnfw�rlJW)T�wam�AL�sw���r.�lerW.en�na yb�wtlbuYe�e[rlaea�umeA'luo�<
�h i10��L'W I�F elOe Alrs�Yw�!Y>��pw:.v mr W0.�Wfi�a rw11�►Y:7pu�y
.�ArTrr��pMbirsbmesWbewOiMncJWamre.wM+�csYreOmnMYmeCAn - _-' 1'n.J1R..rcs.h�nna�.lmO�.<h�nufe�ma�lw4Pa�lA�rf�lYnwrrtLGA
Yn.M��tm n G�a�a�eYpaJ�nit�Fw�Y�atiu�pn Pm W��M p�A�b mWObfrO w Y�wirr u.e�rpn�..mdr Y Y�Yr reM�p Me�Nf.Mr 6�
,..l�e�Ywlmi�s�.sMc�onN�M��re�oMJWLitbM1�aOrMVlm�i�p�ObrMtl�4Y1bOn'!M �
� IV}C�W�M4m,ld�urdirt�aM�rtWnw�fYb�tnnl's580�e41� � •l�.Mw.JOrdsk�Fn.YaeL.m�auNbOrlYwaalwvM1ovOts�s�eM6e�eslfrh�ar�MM
r.l4�s.*W�yAim�Bi6��ws[�MT�Y�w4MwbpwwlYebb�Iitlr.fwMW�PNFb �� �r.r4MM�ll�m�.�wtia4�eesTwtivw�mbpse�wt�anLMMMufn�suan.ronuO��w
' . «f pawr s Ar�ww 1'ea&m,m.W m F.-e+m M ww u W.f,.�v.!a W tBk
n-.vyry rrumnq]1M11'F���A'�W fYm T e WM'w�Aian f4L fe�/M tu n0`i 1��Mr.'� `nuBq 6a�+WO�r b r<nW J�,vvy�Tlu�OY�C<�n'.SBD r�YY
�s�. .wux :��tw�.c tr� . fn unr. ws� ,ra�. a mr..7s,m�.ua�i..4 �, :mn._ta�.ray.�a*e..+ea•..r`.ae.w,ea.w.a,r�a.r.nse
..�r.. m.« .iu,� ..v��. .,.w�,.,ru �:5�«n»'. . �..�aw.w �.Cd[zl✓m+aaabhe�+w �. �epnw+rm<awen.iii�oBwruEsprve�ra
,. I li�.,e�<ryf:n.ma�e6.!en vw n[s�an�+�6m r�AYe d 1I.e�OW f��te nM��w r���r.�
' �.,�Y./G.8iG4Y�Y.0!'�.i�i��i►�t�sbps�Yw���e�(t�r�N11r�DW
��J. 1 � . V��aen��.Troirc�-..:� a6t�610J-}t})!{Ia�u.rlr�1WILL/0
lL�Ar��_J
-}��..__
__n..� .,.,�,....._,ry� I "�;,�,nd,�,,,..:,
. . . ����..�.w.�..
<;���.:;.:w°�r,�.._r�,.w�k...F : ���..�.�...,,,,,.d
T,..�...�4.,,,,,,�µ..,�>�,.�.��.,.,,.�,. �.:��.,_....,v...,v.._.,..��..r�.a.....,
.�� .ttCIL010�65.'WATSCIIxfM:'6(IWIRbAIO�OQAPIt5R41m[ �
u„ ;��TC M9t fiMLGMiK NIDYAiNtLLl�iY�0Y1GlQKID
... ... sm x aeoarn�t eweuuw I
� ... . ,a.w�e��comuw+av¢a ,
LONGITUDE SURVEYORS
� .�..,..�,_
� .....n...��sw..«....�
.k.:�ia:c:� -..,.
t�Wrbirer
t u.�'4fILDE SC2\'EYqtS W
`d,V K,.rc p,,,
x r,��n..,r.e //—/'7�
y�..�io.w.�«..ra.:�:��.rar...cwww Anir.mrsWrw�srvu.wrc. 1/JC-�'l./ �/ C����l I�i�.ii/
Y4r��Dwr W���Mr 4.:Y:� �
Ika fAWdo Cae.r ��'
.�.i.aa cn+7 3wa u.m•.w.eMtia isea a r.n..oi a r.r tim«..De�+m+�uw�.•+,
�q1sd Ne refew o1 w+1��o W mr0su4 yM�ad/a eo04wu Ya�LM n N4ul�camhd r•
umrDa.kSa�n�AmYH�r�.f�nRR iYr9o�BBw�e�FAery��e�\BF;�p'ayma�T�'R+�bi�.-oow
��� 111 '.311�:,:.�ui�� 10.1f0:d Wrrd4l'�a�i Cedn I1e SW�Bsm�.E•+np�v
6raoN�kut�N�511P-.UEI�w�4.an�.v�Ld fw d�n�1�.e�.Hea�.w u.a4dz cam�y
-��r�M1rr sm sw am4�r�e�W.�w!r ae m.�li..a:em4Y.n P�W�.N�.�.qwY.rr«,.a
ir�rWw v�rnM wi�b1Our M M1�ww4'awAn.a.
MMrafnA�owu6��AN.�sk<emnneyp�omcwl.w�wrein6rMa.Ie y.���Li�An�.
w�a...we�o r�.e r r e...,�,..<.,.ec,m..�
.,w u�.,��+.r�+wank.�.w...��e�ws�n..,a.wa...a�.r e��.w..��..a�an r.r.
W�Y r��.r�lYMw Mw���N M�w'YF��MI�rr�M w�wW�b S.L�rMr�nw
�^� Longitudc Sur�caors,LLC
u..,,.,.�e.,....m,.,d d o-..m..,..xo.��,w.n.,e�,.��ns..a.,�.r.w w o.R..sn��.
wF..�.a*�,.,�u..�r v„a�..�.w.a.�.wa,rrrm�,.�.w.w.w�...�...,m.w...a k,n.H,��
� �ammw.«�.�.w�.a.n��a.�+.aN...ra..a....awws.���,,..�vov.e>r+.
wur�..n�te..sr..;�..n.�.k.a..�w..r .nim..,.m.xw�,.mo.�m...�...a:,�.,. , , ��.i,�,.,i���r..�„��,n,�.r
A � v ,,.;...,i�i ��
�iea4 Ya..J d:ea....�f.Nr�w rM+!D N r.•\•uM��..•.�F��.Y�r wr 1�4rwM��. . ,
s� . ..ii.. �.I�� i'�.��r��i� .��i�.�,.b�i ,��I'. �ni
ITwhrt.+iM1mraYe�.o,Ju�a&�sim�wistwOr.lmaoanM.wfie..4rtxr<re�Ga�wi(W(m �.-�..���.�� '�',��,��_•.
o�aran�Pmr bv�b�.�r.mh<meq N.�wx rmnN Y�✓r Or:eG�Pt�Sm�um W enV �
InN wYlle 4W a Gr.bnm M+11 tBE�en&d b.�be!�a tr�r�xN bwP al.asIKl C.wmr.SbD
-.e.d t�c..Pa+,��a�..a,.aWs�me,e�mo n�cv,w ir�+.M...,n..d�.a.s,
...,s.nwn.n.,a.e.apw'�y�.m��r,r.�r s�.a s.��E��....... /,
��.,rw��.+.m.�aa m.....��..�...�6....rtsa.a w.�.o.:�.v.�
:�a-� �.rL3.lk,u�i.�m�e�t33ma�c Th�d�� hmar�,ry .
.Drle �.f ..�. ., . , i. . tl r�v : . .n� u n.l�;
�Sdt.5pylceSdCiN. y .� � f .i..i. n r .....
CW��� / �-. p�9�14p�R11119�a;SL: -�..... ,
/iLL�.__ 1 r�
..�.���
<,v�y..:m...n.
5nc+.<W.SnWi P.✓a�r..[r..s'mw
lo[ra. �trlt'_�nx�ai+i�^n,
�Y tT¢m t
� � � � � � � � •• •�• � •
° RIBBECK
+Engineering, lnc.
. ... _ . . _ -
,;��; . _ .
. � - ��, y.
�.: .;.
� 4
��
..Qrs�� �C,� a'� i e•,
.h..' :s.. �F
'��., .,
� hr�6 , 'N.»'..
�/1 I A�/1 I B E H
We look forward to continuing our
pa rtnershi p with the City.
,
�.��.��F . . . - s�..:��..
r
���R
�� � w . . �
��::> .. � �
� fi _. .�''�
�►- � ��� ; �,���.
� � , ` �''� � �s _;� '' � ,�
��,� `� ,� �` ��,;�.�.� ,. °` » �, `�,.�� �. .� � '� ,`,••;�
�, ��`��: A
,
;. . � �� - �.�,, . ; ::,:
�. . - � .r��� l t' � �' .' " ' r. -Y'�( �a�e�"".iu
���� ` p+,;a ..�� /r 1`. ��• °,� ..'�"Lw��.
.. ,
1 - . .. . . S�� �, ,�:
,�`�.'���� � _...,...''�, :�..` ,� � � ~` �� �`.j�
i+��`. .. .:t.,, _ ' . J . . .~.�`. ��� ..�.,�. � �.
'�#1 �':}� �r� / �'
. :" ., � � t
i , a• i�,. r ,;� �
.,r � ��t � . v+� .�, . ' �
� 1- �'�; f �- � .
j4.�K f �, 1 + ` � �`- i �. . 4."
��:�� �; � ' �
°;`�i'�� `�; �` � ,• � � �r;t �
. , � �
� � .�. . � .
� :';� � . ' �
� Y� - . . _ ....�': "'� �
_ :_ - _ ��
� �
,, �
,
,
�