Loading...
HomeMy WebLinkAbout2005-25784 Reso RESOLUTION NO. 2005-25784 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF QUALIFICATIONS RECEIVED PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 37-03/04 FOR PHASE I - MASTER PLAN/BASIS OF DESIGN REPORT (BODR) AND PHASE II DESIGN SERVICES FOR A PROPOSED SIXTEENTH STREET OPERATIONAL IMPROVEMENTS AND ENHANCEMENT PROJECT; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF MCMAHON AND ASSOCIATES, INC.; SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE TOP-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM CONSULTECH TRANSPORTATION, INC.; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE SECOND-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE THIRD-RANKED FIRM OF CHEN AND ASSOCIATES, INC. WHEREAS, on June 9,2004 the City Commission authorized the issuance of RFQ No. 37-03/04 to solicit qualifications from professional firms with the capability and experience to provide planning and engineering services, to perform Phase I-BODR and Phase II-Design Services for a 16th Street Operational Improvements/Enhancements Project (the RFQ); and WHEREAS, Resolution No. 2004-25590, dated June 9, 2004, authorized the following funds to be appropriated for the BODR and design of the 16th Street Operational Corridor: $100,000 advancement by the City, to be reimbursed by Florida Department of Transportation (FDOT); $45,000 advancement by the City, to be reimbursed by the Miami- Dade Metropolitan Planning Organization (MPO); and $120,000 from Concurrency Mitigation/SoBe Funds; and WHEREAS, the RFQ was issued on August 18, 2004 with an opening date of October 8, 2004; and WHEREAS, eight (8) proposals were received in response to the RFQ, by the following firms: · Beiswenger, Hoch and Associates, Inc.; . Bermello, Ajamil and Partners; . Chen and Associates; . ConsulTech Transportation, Inc.; . EAC Consulting, Inc.; . McMahon Associates, Inc.; . R. J. Behar & Company, Inc.; . URS; and WHEREAS, an Evaluation Committee was appointed by the City Manager via Letter to Commission (LTC) No. 270-2004 consisting of the following individuals: . Solomon Genet, Resident (Committee Chair); . Marilyn Kramer, Resident; . Inez Flax, Resident; . Roberto Datorre, MBCDC President and Resident; . Michael Alvarez, Assistant Director, Public Works Department; . Diana Trettin, Senior Capital Projects Coordinator, CIP Office; . Steve Foren, Senior Planner, Planning Department; and WHEREAS, on November 4, 2004, the Committee convened and discussed the qualifications and credentials of all eight firms, and the consensus at the end of the meeting was to shortlist five respondents to provide a 15 minute presentation, followed by a 15 minute question and answer session; and WHEREAS, the Committee reconvened on December 2, 2004; upon completion of presentations by shortlisted firms the Committee members ranked the top three firms accordingly: . First: McMahon Associates, Inc.; . Second: ConsulTech Transportation, Inc.; . Third: Chen and Associates, Inc.; and WHEREAS, the City Manager has reviewed the Evaluation Committee's recommendation, and herein recommends that the Mayor and City Commission accept the Committee's recommendation, relative to the ranking of firms pursuant to RFQ No. 37- 03/04 for Phase I - Master Plan/Basis of Design Report (BODR) and Phase II Design Services for a Proposed Sixteenth Street Operational Improvements and Enhancement Project, and enter into negotiations with the first-ranked firm of McMahon Associates, Inc.; if unsuccessful, negotiate with the second-ranked firm of ConsulTech Transportation, Inc.; and if unsuccessful, negotiate with the third-ranked firm of Chen and Associates, Inc. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission accept the recommendation of the City Manager pertaining to the ranking of firms pursuant to RFQ No. 37-03/04; further authorize the Administration to enter into negotiations with the top-ranked firm of McMahon Associates, Inc.; should the Administration not be able to negotiate an Agreement with the top-ranked firm, authorize the Administration to negotiate with the second-ranked firm of ConsulTech Transportation, Inc.; and, should the Administration not be able to negotiate an Agreement with the second-ranked firm, authorize the Administration to negotiate with the third-ranked firm of Chen and Associates, Inc. PASSED and ADOPTED this 12th ay f AT~~y e~ CITY CLERK FORM & LANGUAGE & FOR EXECUTION T :\AGEN DA \2005\Jan 12051ConsentlRFQ37 -03-04-16th streetReso.doc ~ ' .J::1::f# ity ~~ Data CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY m Condensed Title: A Resolution Accepting the City Manager's Recommendation Relative to the Ranking of Firms and Authorizing Negotiations Pursuant to RFQ No. 37-03/04 for PHASE I - Master Plan/Basis of Design Report (BODR) and Phase II Design Services for a Proposed Sixteenth Street Operational Improvements and Enhancement Project. Issue: Shall the City Commission accept the City Manager's recommendation relative to the ranking of firms and authorize ne otiations? Item Summary/Recommendation: On June 9, 2004, the City Commission authorized the issuance of an RFQ to solicit qualifications of professional firms with the capability and experience to provide planning and engineering firms to perform Phase I-BODR and Phase 11- design services for a proposed 16th Street Operational Improvements/Enhancements project, also known as Project #33 of the Miami Beach Municipal Mobility Plan (MMP) Project Bank. In 1998, 16th Street was opened from Washington Avenue to Collins Avenue, as part of a public-private economic development initiative to bring the Loew's Hotel to Miami Beach. The street opening provided an additional and valuable east-west through corridor in South Beach and increased traffic significantly, but the physical condition of the corridor created prOblems with the north-south pedestrian traffic moving between the residential Flamingo Neighborhood to the commercial and City Center areas of Lincoln Road and 17th Street. This increase in traffic and the change in use of the corridor created by the 1998 street opening resulted in a reclassification of the 16th Street corridor by the State/Federal DOT from a local road to an urban collector road in the 2004 Federal Roadway Classification map. This reclassification qualified 16th Street for Federal Funding. RFQ No. 37-03/04 was issued on August 18, 2004 with an opening date of October 8,2004. The City received responses from eight firms: The City Manager via Letter to Commission (LTC) No. 270-2004, appointed an Evaluation. The Committee members arrived at the following ranking order for each firm: . First: McMahon and Associates . Second: ConsulTech Transportation, Inc. . Third: Chen and Associates ACCEPT THE MANAGER'S RECOMMENDATION AND AUTHORIZE NEGOTIATIONS Advisory Board Recommendation: I Financial Information: Source of Funds: D Finance Dept. islative Trackin GL FB RCM JMG T:\AGENDA \2005\Jan 12051ConsentlRFQ37 -03-04-16th streetSummary.doc AGENDA ITEM DATE C70 1-/eJ-tJS- CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov To: From: Subject: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission Date: January 12, 2005 Jorge M. GOnZaleZ} City Manager 0 v-o A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF QUALIFICATIONS RECEIVED PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 37-03/04, FOR PHASE I - MASTER PLAN/BASIS OF DESIGN REPORT (BODR) AND PHASE II DESIGN SERVICES FOR A PROPOSED SIXTEENTH STREET OPERATIONAL IMPROVEMENTS AND ENHANCEMENT PROJECT; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP- RANKED FIRM OF MCMAHON AND ASSOCIATES, INC.; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE TOP-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM OF CONSUL TECH TRANSPORTATION, INC.; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE SECOND- RANKED FIRM, FURTHER AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE THIRD-RANKED FIRM OF CHEN AND ASSOCIATES, INC. ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS The 16th Street Corridor, from Washington Avenue to SR 90l/Alton Road and extending to Biscayne Bay, has not been resurfaced or improved for over 20 years. Consequently, the roadway, sidewalks, curbs and gutters are in poor condition, making the entire right-of- way unsuited and unsafe to handle the ever growing pedestrian and vehicular demands on the corridor. In addition, drainage improvements are required at certain spots that tend to flood under persistent and/or heavy rain conditions, with street flooding spilling into private properties. In 1998, this originally local street was opened from Washington Avenue to Collins Avenue, as part of a public-private economic development initiative to bring the Loew's Hotel to Miami Beach. Commission Memo RFQ 37-03/04 - PHASE 1- Master Plan/Basis of Design Report (BOOR) and Phase II Design Services for a proposed Sixteenth Street Operational Improvements and Enhancement Project January 12, 2005 Page 2 of 7 The street opening provided an additional and valuable east-west through corridor in South Beach and increased traffic significantly, but the physical condition of the corridor created problems with the north-south pedestrian traffic moving between the residential Flamingo Neighborhood to the commercial and City Center areas of Lincoln Road and 17th Street. This increase in traffic, pedestrian and vehicular safety issues, and the change in use of the corridor created by the 1998 street opening, resulted in the 16th Street corridor being reclassified by the State/Federal DOT from a local road to an urban collector road in the 2004 Federal Roadway Classification map. This reclassification qualified 16th Street for Federal Funding. Both the Miami Beach Comprehensive Plan and the Municipal Mobility Plan (MMP) include the 16th Street Operational Improvements/Enhancements Project as MMP Project #33. The Project is also an essential element of the South Beach Transportation Concurrency Management Area (SoBe TCMA) Plan. The 16th Street Corridor Master Plan, Phase I, will conduct the necessary surveys, tests, data collection, pedestrian and traffic counts, road characteristics inventory (RCI), and analysis needed to prepare recommendations, conceptual design, preliminary cost estimates and timelines for the improvements and enhancements being proposed for the corridor, among them: . · Operational and safety improvements to the corridor, intersections and signalization and new street signs. · Drainage, reconstruction or milling, resurfacing and striping of roadway, plus sidewalk, curb/gutter and new street lighting system improvements. Sixteenth Street was last resurfaced over 20 years ago. · Feasibility of including a bicycle lane as the neighborhood's east-west connector to the Atlantic Greenway Trail (coastal bikeway system). · Corridor enhancements such as traffic calming, bulb-outs, pedestrian crosswalks, shade streetscaping. Phase II of the 16th Street Corridor Master Plan will be the design services which will be negotiated following the completion of Phase I. In developing the Master Plan the following must be considered: Livable Communities: The Master Plan will take into consideration the mixed-use character of the area and apply "livable community" principles to the Master Plan's preliminary design concepts to ensure that the neighborhood residents and area patrons (pedestrian, bicyclists, park & riders, etc.) will be safer and feel safer as they traverse 16th Street on their way to/from home, places of employment, shopping, entertainment, and sports/leisure activities. Commission Memo RFQ 37-03/04 - PHASE 1- Master Plan/Basis of Design Report (BOOR) and Phase II Design Services for a proposed Sixteenth Street Operational Improvements and Enhancement Project January 12, 2005 Page 3 of? Mobilitv: The Master Plan will also take into consideration the need for mobility through the corridor due to the arterial function of connecting the hotel area of SR A 1 AlCollins Avenue with SR 907/Alton Road, and the Flamingo Neighborhood to Lincoln Road and the City's Civic/Convention Center area. The Master Plan recommendations will be based on results of a comprehensive study/analysis of the impacts to the road and adjacent areas, due to the corridor opening to Collins Avenue, back in 1998. The Master Plan will also include a cost estimate, a preliminary project schedule, and an executive summary. RFQ PROCESS On June 9, 2004, the City Commission authorized the issuance of an RFQ to solicit the qualifications from professional firms with the capability and experience to provide planning and engineering firms to perform Phase I-BODR or planning and development and Phase II which will be the design process for a 16th Street Operational Improvements/Enhancements project, also known as Project #33 of the Miami Beach Municipal Mobility Plan (MMP) Project Bank Funding for the project is from two grant sources in the total amount of $175,000. Resolution No. 2002-24907, dated June 19, 2002, authorized the City to submit a $75,000 grant application to the Metropolitan Planning Organization's Municipal Grant Program for the preparation of a master plan/basis of design report for a proposed 16th Street Operational Improvements/Enhancement Project. The grant award was in the amount of $45,000 in MPO funds, matched by $30,000 in Concurrency Mitigation Program/South Beach funds. Resolution No. 2001-24587, dated September 20, 2001 authorized the City to submit a grant application to the State's Transportation Outreach Program (TOP) for the preparation of design plans for a proposed 16th Street Operational Improvements/ Enhancement Project, also known as Project #33 of the Miami Beach Municipal Mobility Plan. The total grant was $100,000 with $80,000 from State TOP funds matched by $20,000 in Concurrency Mitigation/South Beach funds. RFQ No. 37-03/04 was issued on August 18, 2004 with an opening date of October 8, 2004. A pre-proposal conference to provide information to firms considering submitting a response was held on September 13, 2004. BidNet issued bid notices to 98 prospective proposers, resulting in 42 proposers requesting RFQ packages, which resulted in the receipt of the following eight (8) proposals from: · Beiswenger, Hoch and Associates, Inc.; . Bermello, Ajamil and Partners; Commission Memo RFQ 37-03/04 - PHASE 1- Master Plan/Basis of Design Report (BOOR) and Phase II Design Services for a proposed Sixteenth Street Operational Improvements and Enhancement Project January 12, 2005 Page 4 of 7 . Chen and Associates; . ConsulTech Transportation, Inc.; . EAC Consulting, Inc.; . McMahon Associates, Inc.; . R. J. Behar & Company, Inc.; and . URS. The City Manager via Letter to Commission (LTC) No. 270-2004, appointed an Evaluation Committee ("the Committee") consisting of the following individuals: . Solomon Genet, Resident (Committee Chair) . Marilyn Kramer, Resident . Inez Flax, Resident . Roberto Datorre, MBCDC President and Resident . Michael Alvarez, Assistant Director, Public Works Department . Diana Trettin, Senior Capital Projects Coordinator, CIP Office . Steve Foren, Senior Planner, Planning Department On November 4,2004, the Committee convened. The Committee was provided information in reference to the project by Committee member Michael Alvarez, Assistant Director, Public Works Department, and a representative from the Procurement staff. Additionally, the Committee reviewed references secured by the Procurement staff, and discussed the following RFQ evaluation criteria and weighted score, which was used to evaluate and rank the respondents: . The ability of professional personnel; (25 Points) . Whether a firm is a certified minority business enterprise; (10 Points) . Past performance; (20 Points) . Willingness to meet time and budget requirements; (10 Points) . Location; (5 Points) . Recent, current, and projected workloads of the firms; and (10 Points) . The volume of work previously awarded to each firm by the agency, with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified firms. (20 Points) The Committee's consensus at the end of the meeting was to invite five (5) firms to provide a 15-minute presentation, followed by a 15-minute question and answer session. The five firms that were shortlisted were: McMahon Associates, Chen and Associates, Beiswenger, Hoch and Associates, Consul Tech Transportation, and URS. Procurement staff coordinated and scheduled presentations for December 2, 2004. The Committee members convened on December 2,2004, and were provided presentations by all five (5) short listed firms. One Committee member, Inez Flax, was unable to attend the Commission Memo RFQ 37-03/04 - PHASE 1- Master Plan/Basis of Design Report (BOOR) and Phase II Design Services for a proposed Sixteenth Street Operational Improvements and Enhancement Project January 12, 2005 Page 5 of 7 meeting and consequently unable to rank the firms, but nevertheless a quorum was present to proceed with the meeting. After the firms' presentations, the Committee members ranked the firms accordingly: Company Name Solomon Marilyn Roberto Michael Diana Steve Genet Kramer Datorre Alvarez Trettin Foren Beiswenger, Hoch & Associates, 86 74 81 63 76 85 Inc. (5) (4) (4) (3) (5) (2) (3) Chen and Associates, Inc. 89 78 90 83 75 88 (3) (3) (3) (2) (2) (3) (2) Consul Tech Transportation, Inc. 90 80 92 90 76 83 (2) (2) (2) (1 ) (1 ) (2) (4) McMahon Associates, Inc. 90 82 81 71 82 91 (1) (2) (1) (3) (3) (1 ) (1 ) URS 95 72 81 70 82 82 (4) (1 ) (5) (3) (4) (1 ) (5) As per Section 287.055, Florida Statutes, known as the Consultants' Competitive Negotiation Act, the Committee ranked no less than 3 firms. LEGEND: McMahon Associates, Inc. 3-1 st place votes 1_2nd place vote 2_3rd place votes TOTAL = = 3x1=3 = 1 x2-2 = 2x3=6 11 = Ranked 1st ConsulTech Transportation, Inc. 2_151 place votes 3_2nd place vote 1-4 th place vote TOTAL = = 1x2=2 = 3x2=6 = 1 x4=4 12=Ranked 2nd Chen and Associates, Inc. 3_2nd place votes = 3x2=6 3_3rd place vote = 3x3=9 TOTAL = 15=Ranked 3rd The firm of McMahon Associates, Inc. was deemed to be the first ranked firm based on the experience and qualifications of their team. McMahon Associates possess a vast experience in the planning, design, permitting and construction administration of infrastructure redevelopment projects in South Florida. McMahon's experience includes projects completed within the last two years for City of Fort Lauderdale, City of Deerfield Beach, City of Lauderhill, City of Fort Myers and many other entities. All these projects have been successfully completed with aggressive timeframes, multiple funding sources Commission Memo RFQ 37-03/04 - PHASE 1- Master Plan/Basis of Design Report (BOOR) and Phase II Design Services for a proposed Sixteenth Street Operational Improvements and Enhancement Project January 12, 2005 Page 6 of 7 and complex existing infrastructure. McMahon's team is comprised of three highly specialized, local and nationally recognized firms: 1) Burns and McDonnell; 2) Edward D. Stone and Associates (EDSA); 3) Advance Consulting Engineering Services, Inc. (ACES); and 4) Craig A. Smith & Associates. These firms have been selected to provide their expertise on specific items that have been identified by the City of Miami Beach and/or existing site conditions. Burns and McDonnell will provide signing and pavement marking plans, traffic control plan design and lighting design services. The Edward D. Stone and Associates (EDSA) have been added to this team for their expertise in land planning, Landscape Architecture and Architecture services. Advance Consulting Engineering Services, Inc. will provide geotechnical services that may be needed as part of this project. Craig A. Smith & Associates will add their expertise in surveying and utility location services. McMahon Associates, Inc will offer the following to the City of Miami Beach: . 28 years of professional experience in South Florida · Assigned experienced staff who are able to meet the project demands and schedules within the required budget . All team members have worked together before on successful project completions . Past and present high profile project experience gathered through the continuous projects performed throughout South Florida . Assist the City, as required, with public involvement events to build consensus and support for the project · Develop realistic project schedule that meets the City's needs and includes sufficient time for reviews and our in-house quality control procedures RELATED EXPERIENCE PROJECT MANAGER Gerard A. Osborne, PE Mr. Orborn's experience spans all facets of transportation engineering and development planning. He has over 20 years of experience in traffic engineering and master planning, having worked extensively in South Florida, the Caribbean, and the Pacific in both public and private capacities. He has a profound understanding of the unique transportation characteristics and needs of coastal and barrier-island communities, having most recently worked on master planning and traffic calming projects for the cities of Deerfield Beach and Fort Myers. His professional experience includes: . Over 20 years experience in traffic engineering and master planning · National and Municipal/Agency Infrastructure design experience: SR-80/Palm Beach Blvd., City of Fort Myers, Florida District Traffic Operations Studies Contract, FDOT District 6 Commission Memo RFQ 37-03/04 - PHASE 1- Master Plan/Basis of Design Report (BOOR) and Phase II Design Services for a proposed Sixteenth Street Operational Improvements and Enhancement Project January 12, 2005 Page 7 of 7 Broward Regional Park, City of Lauderhill Deerfield Beach CRA Master Plan Study, City of Deerfield, Florida SR-826 Improvement Program, FDOT Department of Transportation District 6 The following references were secured by the Procurement staff for McMahon Associates, Inc., they are follows: Mr. Carlos P. Baia, Economic Development Manager Deerfield Beach CRA Beach Area Study City of Deerfield Beach, Florida "McMahon is one of the best consulting firms the city has ever used. They are responsive, stay on budget and provide quality work," Mr. Earl R. Hahn, AICP, Planning and Zoning Director Broward Regional Park City of Lauderhill, Florida "McMahon provides a high quality product for reasonable price, is able to juggle various high priority City transportation studies, timely appears at meetings and hearings, and is thoroughly prepared. I would highly recommend the firm." Mr. Robert Bostian, PE, Project Manager SR-60 at 27th Avenue Intersection Improvements FDOT, District 6 "McMahon performed well and responsive in regard to the SR-60 at 27'h Avenue Intersection Improvements. " Attached is an executive summary of McMahon's experience, qualifications, and similar projects. CONCLUSION The City Manager concurs with the Evaluation Committee's recommendation and recommends that the Mayor and City Commission approve their ranking of firms, and subsequently authorize the Administration to enter into negotiations with the top-ranked firm of McMahon and Associates, Inc.; and should the Administration not be able to negotiate an agreement with the top ranked firm, authorizing the Administration to negotiate with second-ranked firm of ConsulTech Transportation, Inc.; and should the Administration not be able to negotiate an agreement with the second-ranked firm, further authorizing the Administration to negotiate with the third-ranked firm of Chen and Associates, Inc. T:\AGENDA\2005\Jan1205IConsentIRFQ37 -03-04-16th streetMemo.doc ~~~l'!:~~?.N...~~.S2.S]:\TI?,.If':J.S. RESPONSIVE TRANSPORTATION SOLUTIONS PRINCIPALS, Joseph W McMahon, PE. Rodney P Plourde, PhD, PE. Joseph). DeSantis, PE., PT.O.f ASSOCIATES, John S. DePalma Casey A. Moore, FE William T. Steffens Keith A. Bergman, PE. Gary R. McNaughton, FE. October 7, 2004 City of Miami Beach City Hall- Procurement Division 1700 Convention Center Drive, Third Floor Miami Beach, FL 33139 RE: Request for Qualifications RFQ No. 37-03/04 Phase I - Master PlanlBasis of Design Report (BODR) & Phase II - Design Services for a Proposed 16tb Street Operational Improvements & Enhancement Project McM Project No. N04612.0P Dear Sirs: McMahon Associates, Inc. (McM) is pleased to submit one original and 10 copies of our qualifications and performance data in response to the request from the City of Miami Beach to provide Professional Transportation Engineering and Design Services for the above-referenced project. We have evaluated the requirements that were included in the RFQ No. 37-03/04, and have field reviewed the corridor, Team Organization We have assembled a highly qualified team of professionals, which meets the needs of this Request for Qualifications. Our team is comprised of local engineering firms, geotechnical, surveying, land planning/landscape architectural firms that have the skill, knowledge, and demonstrated past performance qualities of working with the City of Miami Beach, Another important aspect of our team is that the key personnel have all worked together before and are familiar with each other's work strategies. This will ensure a seamless coordination effort between the team and the City and will enable us to "hit the ground running" on this important project. · McMahon Associates, Inc. - Prime Consultant, Fort Lauderdale and soon, Miami Overall project coordination and development of horizontal/vertical geometry, roadway construction plans, signal design and construction management services. · Burns & McDonnell- Subconsultant, Coral Gables Signing and Pavement Marking Plans, Traffic Control Plan Design Services, and Lighting Design · Advance Consulting Engineering Services, Inc. (ACES) - Subconsultant, Miami Geotechnical Services · Craig A. Smith & Associates - Subconsultant, Pompano Beach Surveying and Utility Location Services 6360 NW 5th Way, Suite 301, Fort Lauderdale. Florida 33309 954.771.0776 fax 954.771.1754 email: fort/auderdale@mcmtrans.com Main Office: 7741 North Military Trail, Suite 5, Palm Beach Gardens, Flonda 33410 561.840.8650 fax: 561.840.8590 email: palmbeachgardens@mcmtrans.com Regional Offices: Cape Coral, Flonda Fort Washmgton, Exton & Harrisburg, Pennsylvania Boston, Massachusetts www.mcmtrans.com Established in 1976 City of Miami Beach October 7, 2004 Page 2 · Edward D. Stone and Associates (EDSA) - Subconsultant, Fort Lauderdale Land Planning, Landscape Architecture and Architectural Services We have worked with other consultant firms who have, and in some cases, are providing services to the City. We are friends with them and appreciate the contributions they have made to the modernization and beautification of Miami Beach. However, we believe strongly that the City will benefit from the McM Team's "fresh" look at the 16th Street Corridor. In particular, we are pleased to have ED SA on our team. Their world famous streetscape design concepts are uniquely tailored to each client's needs. Working with them as often as we do, on urban streetscapes, it still remains a thrill to see their creative, aesthetically pleasing concepts for inviting, pedestrian-friendly boulevards. Bums and McDonnell is, of course, currently engaged in the Flamingo neighborhood infrastructure improvement project. Their wealth of local knowledge is an invaluable contribution to the team-offering us a knowledge base that is well ahead of the pack. Craig A. Smith & Associates is well known to the City engineering staff Their ground penetrating radar/radar tomography and survey crews have already completed projects within the City of Miami Beach, including Alton Road, where their unique non-intrusive radar tomography capabilities were invaluable aids in locating underground utilities. ACES is a local DBE firm with offices in both Fort Lauderdale and Miami. 'They have provided geotechnical engineering services throughout South Florida and, more particularly, in the City of Miami Beach. They have always provided excellent service to their teammates, and we feel fortunate to have them join with us again for this project. McM is also a local firm with over 28 years of experience in South Florida. Initially known primarily for our traffic engineering and transportation planning expertise, we have added highway design and construction management services. Over the last eight years, our design section in Florida has been so successful that it now rivals our transportation planning practice in the numbers of projects and clients served. As prime, we will be responsible for supervising all aspects of the project, with a particular emphasis in Phase I on transportation planning. In Phase II, we will have a primary focus on drainage, pavement design, roadway geometry and traffic signal plans. Responsible Office Because of our success in obtaining work with various municipalities within Miami-Dade County and our ongoing project work with District Six of the Florida Department of Transportation, we are establishing a local office in the Lennar Executive Center, which is due west of the City of Miami Beach, on SR-836 at 107th Avenue. We expect to occupy the new office on December 1,2004. Until that time, we have established a project specific office sharing arrangement with Bums and McDonnell in their Coral Gables office. The simple fact is, we and our team members are committed to providing a local presence and have the knowledge and experience to execute this project in a timely and economical fashion. Project Afanagement Our approach to this project will follow a few basic tenets to ensure the successful completion of the contract. Specifically, the McM Team will do the following: City of Miami Beach October 7, 2004 Page 3 · Provide proactive project management which will keep participation of the City staff to a minimum, unless staff chooses to become more involved; · Provide a thorough review of the project with the City to develop a comprehensive scope of work; · Develop a realistic project schedule that meets the City's needs and includes sufficient time for reviews and our in-house quality control procedures; · Assign experienced staff who are able to meet the project demands and schedules within the required budget; and · Assist the City, as required, with public involvement events to build consensus and support for the proj ect. To further simplify our approach to the project, and to foster a trusting working relationship with the City, all communication with the McM Team will be through a single point of contact. For Phase One, Master Plan ServicelBasis of Design Report, Gerard A. Osborne, P.E., P.T.O.E. will be our Project CoordinatorlProject Manager and, as such, will be responsible for all coordination between the City and the McM Team. Gerard has successfully managed other planning and traffic engineering projects and has a keen grasp of the technical and human factors that must be accommodated in a successful master plan. For Phase Two, Design Services, Patricia M. Barr, P.E. will be our Project CoordinatorlProject Manager, and will be responsible for all coordination between the City and the McM Team. Tricia has successfully completed a number of urban corridor redevelopment projects in South Florida. She understands the problems that so often affect project schedules such as utility conflicts and aerial map inaccuracies. Given the extensive experience of these two professionals, it is our belief that their combined talents, training and experience will be well suited to managing the two primary phases of this project. With literally hundreds of other professionals in the South Florida offices of McM and our teammates, Gerard and Tricia will never lack for assistance in completing the tasks associated with this project. Public Involvement Projects such as the 16th Street Master Plan are important to the surrounding community. A well- planned and constructed project will enhance the urban landscape and improve resident's daily life. For this reason, it is critical that the public be involved in the planning process, Our team is accustomed to working with local stakeholders to ensure public "buy in" on the project plans. In addition to the meetings called for in the scope, we will be available to meet with area residents and business owners on an individual basis as needed, We can also provide a project page on your website that provides frequent updates to your residents on the status of the project and may even address frequently asked questions. Cost Effective Approach Because funding is always an issue, we will assist the City in their efforts to obtain funds for the construction project. However, perhaps the best thing we can do for the City is to provide a cost-effective approach to' the planning and design process-resulting in a better product with a more manageable construction budget. City of Miami Beach October 7, 2004 Page 4 Schedule The schedule proposed by City staff is well thought out and slightly aggressive. We like it! We will perform the required project tasks within your schedule. We are pleased to submit these qualifications to the City of Miami Beach for the programmed improvements. The bottom line is, we have the best team and we want to work for you, the City of Miami Beach. You have our commitment to deliver professional and personalized service on time and with quality, while being sensitive to the budgetary nature of the contract. Very truly yours, ~o/!--- Thomas A. Hall, Senior Project Manager Office Manager T AH/hsv Enclosures cc: Janine Cocker, Marketing Coordinator F:\FL \04612N\04612N _ OP\LO I\ItrMB 1 00704.doc ;"" c~',{:~x~ sis of Desi.gaRep.-rt(BO}j:R)ljn.d, ~s fot a Propos~ 'xteenth Street , .it . ~.m.and Enh n ement ~ject ......~, Ii- . , ..'~ .,If;!' /i, ,,"' '" ~. ;<t~.... ~: ""-- ~~'~~ '"~''' <J., ;;,t< , ,. " I;ill!' _. ~"6.C:M6I-}.9..N...~S9.SIf!gL !~.s. RESPONSIVE TRANSPORTATION SOLUTIONS Team Experience Cit)' of Miami Beach Sectio1l 1 SECTION 1 - TEAM EXPERIENCE ,......, McMahon Associates, mc, (McM) has been ~l!!c;!':161j9!i~9~J.!.!!2.. !t;I~. providing transportation and design services RESPONSIVE since its formation in 1976. The firm began as a TRANSPORTATION SOLUTIONS small business enterprise dedicated to high quality and personalized client service, To better serve our clients the firm has grown in the last several years, both by size and geographic location. The firm maintains permanent offices in Palm Beach Gardens, Fort Lauderdale and Cape Coral, Florida; Philadelphia, Exton and Harrisburg, Pennsylvania; and Boston, Massachussets. In addition we anticipate having another office in Miami, Florida by the end of the year. Our practice has experienced an expansion in services, which now range from traffic studies, transportation statistics including roadway characteristics inventory (RCI) minor highway and signal design, to ITS, post design construction services, and public transportation. As a result of our recent development in the industry, we have ventured into structural and site engineering, topographic and land survey, GIS, and construction inspection. Through our rapid, yet successful development, we have remained dedicated to high quality, personalized client service. Our diversified staff of transportation professionals have expertise in civil engineering services related to city-wide transportation planning and modeling services, traffic calming measures, traffic impact and operations studies, maintenance of traffic plans, conceptual design, and final design of traffic signals and roadways. We have provided these services to Florida clients for over 28 years, McM also offers master transportation planning, data collection programs, transportation surveys, environmental impact assessments, and public involvement programs. These specialized services have led to updates of comprehensive transportation plans, including capital improvement plans for City/County governments. McM's mission continues to be our commitment to a caring work environment, which delivers responsive, and effective transportation solutions. McM takes pride in its use of state-of-the-art technology and the soundness and integrity of its practice. Functioning as an extension of our clients' staff for all of our projects, we extend these same values to the City of Miami Beach. Responsible Office Because of our success in obtaining work with various municipalities within Miami-Dade County and our ongoing project work with District Six of the Florida Department of Transportation, we are establishing a local office in the Lennar Executive Center, which is due west of the City of Miami Beach on SR-836 at l071h Avenue. We anticipate occupying the new office by the end of the year. Until that time, we have established a project specific office sharing arrangement with Bums and McMahon Associates. Inc. . Serving the Mid-Atlantic States, Florida, and the New England States I City ofM;al1l; Beach Sectioll J McDonnell in their Coral Gables office, The simple fact is, our team members and we are committed to providing a local presence and have the knowledge and experience to execute this project in a timely and economical fashion. To further simplify our approach to the project, and to foster a trusting working relationship with the City, all communication with the McM Team will be through a single point of contact. For Phase I, Master Plan ServicelBasis of Design Report, Gerard A. Osborne, P.E., P.T.O,E. will be our Project Coordinator/Project Manager, and as such will be responsible for all coordination between the City and the McM Team. Gerard has successfully managed other planning and traffic engineering projects and has a keen grasp of the technical and human factors that must be accommodated in a successful master plan. For Phase II, Design Services, Patricia M. Barr, P.E. will be our Project CoordinatorlProject Manager, and will be responsible for all coordination between the City and the McM Team. Tricia has successfully completed a number of urban corridor redevelopment projects in South Florida. She understands the problems that so often affect project schedules such as utility conflicts and aerial map inaccuracies. Given the extensive experience of these two professionals, it is our belief that their combined talents, training and experience will be well suited to managing the two primary phases of this project. With literally hundreds of other professionals in the South Florida offices of McM and our team mates, Gerard and Tricia will never lack for assistance in completing the tasks associated with this project. Mr. Osborne can be contacted at the address indicated below: McMahon Associates, Inc. 6360 NW 5th Way, Suite 301 Fort Lauderdale, FL 33309 Phone (954) 771-0776 Fax: (954) 771-1754 E-mail: gerard.orsborne\a?mcmtrans.com Assisting Mr. Osborne is Diana 1. Ospina. A capable Project Manager in her own right, she will provide an additional depth of experience on Phase I of this important project. Organizational Structure As indicated above, we have organized a highly qualified team of professionals, well in excess of 75 years of combined transportation industry experience in Florida. The services to be provided and the organizational structure are illustrated on the Organizational Chart and resumes of key staff on the following pages, McMahon Associates, Inc. . Serving the Mid-Atlantic States, Florida, and the New England States 2 McMahon Associates, Inc. . Serving the Mid-Atlantic States, Florida, and the New England States 3 Key Staff Resumes ~~c;M6'i9.!':..t~~~9.9!-J!j:. !~.S. RESPONSIVE TRANSPORTATION SOLUTIONS Tholllas A. Hall Professional Qualifications: Traffic Management of Land Development, Northwestern University; Transportation Engineering, Georgia Tech; Traffic Detector Systems, University of Florida; Various Transportation/Engineering Courses, FDOT Affiliations: American Society of Highway Engineers, Institute of Transportation Engineers Experience Summary: Tom Hall has professional experience serving public and private clients since 1974, in a variety of transportation engineering and planning matters. Mr. Hall's experience includes preparation of traffic impact studies, traffic signal warrant analyses, traffic signal and highway lighting construction plans, concurrency analyses, land use plan amendments and development site plans. His particular interest in traffic operations type improvements includes experience as consultant Project Manager for the Florida Department of Transportation's (FDOT) District 4 and 6 Traffic Operations Studies Contract. Mr. Hall is the Office Manager of McMahon's Fort Lauderdale office, and services as our Principal Transportation Manager for our Florida Traffic Engineering Services. Mr. Hall has an extensive amount of experience in management of projects under the jurisdiction of the FDOT and Dade, Broward, Palm Beach, Martin, St. Lucie, Indian River and Polk Counties, Also his experience with agencies includes ongoing contact with local officials and staff. Previous experience includes traffic engineering consulting in South Florida with Miller Consulting, Inc., Hughes Hall Inc., Berry & Calvin, Inc. and Tinter Associates, Inc, and supervision of a traffic operations studies group for the FDOT, Representative Proiects · CityPlace, CityPlace Partners and the City of West Palm Beach, West Palm Beach, FL Princival-In-Charge/Proiect Manager: Responsible for all aspects of vehicular and pedestrian traffic movements to and through this premier "New Urbanist" mixed-use, public/private development in downtown West Palm Beach, Florida. Located on the failed "Uptown-Downtown DRI" site on both sides of Okeechobee Boulevard west of Quadrille Boulevard, this $400,000,000 project created a new, 12 square block downtown that connects Clematis Street to the Kravis Center and the new Palm Beach County Convention Center. Everything from parking garage design to surface street widths and valet parking operations were studied and recommendations provided to the design team and contractors. · Port Everglades Master Plan, Broward County, Broward County, FL Principal-In-Charge/Proiect Manager: Responsible for all aspects of surface transportation operations considered within Port Everglades as a part of their Long-range Master Plan, This included cargo access and storage, cruise passenger terminal operations, parking facilities, and transit terminal connections to the surface streets. .\I'.\/lIholl / 1,,(111111,'\. III<. Sellior pr(~iect Mallager, o.Oice J'fallager 4 TllOlIlas A. Hall · Port Everglades Security Plan, Broward County, Broward County, FL Principal-In-Charge/Proiect Manazer: Responsible for analyzing the impacts of proposed security gates on both external and internal roadways serving Port Everglades. Using Corsim, Synchro and Simtraffic software, a model of the Port roadways and adjacent external roadways was constructed. The number of security gates required on each access roadway serving the Port was evaluated and queue storage lengths were estimated. The analysis results were used by Port staff and the consultant team to determine the appropriate locations for the proposed security gates, In addition, the analysis of external roadway operations was used to demonstrate to surrounding communities that the effect of the Port Security Program was of minimal impact. . NW 5th Street Bridge PD&E Study, FDOT, Miami, FL Vice PresidentlProiect Manager: Served as project manager for all aspects of the traffic and transportation analyses. The project examined the NW 5th Street Bridge crossing the Miami River in downtown Miami. Because the bridge was of an antiquated design, it negatively affected boat traffic on the river, a vital business concern in the City of Miami. Using license plate surveys, pedestrianlbicyclist surveys, origin and destination studies, multi-modal vehicle classification counts and conventional traffic counts, data was collected to determine the need to replace the existing bridge with a new structure. Although the business community's opinion was to remove the bridge entirely, the study revealed the local community's reliance on the bridge to facilitate movement across the river. Based on this analysis, it was determined that a new bridge be built that improved boat flow along the Miami River but did not sacrifice local citizen's access and mobility, · Fort Lauderdale Beach Moratorium Study, City of Fort Lauderdale, Fort Lauderdale, FL Principal-In-ChargeIProiect Manazer: Conducted a study of the Central Beach area, an approximately three-mile-long section of Fort Lauderdale, Florida. The study was commissioned by the City of Fort Lauderdale when, in response to resident concerns, all development in the Central Beach area was stopped. The primary issue considered by the study was whether SR-AIA could support the future traffic expected to be generated by new development. Because of the controversial halt to all development reviews, there was extreme interest on the part of both government and private landowners in obtaining study results in as short a time as possible. The entire study, which demonstrated that SR-AIA could accommodate the proposed additional development traffic, was completed in 90 days and, after review by City Staff, was unanimously approved by the City Commission, · Lauderdale Hotel/Condominium Traffic Study, Lauderdale Hotel, LLC, Fort Lauderdale, FL Vice PresidentlProiect Manager: Prepared a traffic impact study for a new condominium tower on Fort Lauderdale Beach, The condominium replaced an existing hotel. As a part of this study, analyzed hurricane evacuation routes and times using the South Florida Regional Planning Council's Hurricane Evacuation Model. ,\[, \/"Ilfl/l j,'(hltlf,'\.III,. Sellior Project ftfallager, Office ftlallager 5 Gerard A. Osborne, P.E., P. T.O.E. Professional Qualifications: MS, Florida State University, Civil Engineering, 1995; BS, University of the West Indies, Rep. Trinidad and Tobago, Civil Engineering, 1984 Registrations: Registered Professional Engineering, Florida, Registered Professional Transportation Operation Engineering 2004 Affiliations: Associate Member, Institute of Transportation Engineers; Member, Transportation Research Board Experience Summary: Gerard Osborne, P.E., P.T.O.E., has been in the transportation engineering field since 1984. Mr. Osborne's professional experience includes engineering and planning support services in the areas of infrastructure planning, master planning, traffic impact studies, operational analyses, data collection, demand forecasting, traffic analysis and micro-simulation modeling. Representative Proiects · SR-801Palm Beach Blvd. Access Management, City of Fort Myers, Fort Myers, FL Senior Project EnfZineer: Corridor improvements from Seaboard Street to Interstate 1-75. The project includes Traffic Data Collection, Turning Movement Counts (TMC) at all intersections; FDaT Study/Reports of Planned Improvements, Traffic Signal plans for all intersections, accident history (for a three year period) and corridor right-of-way plans. All data was utilized to perform the Corridor Traffic Assessment and Access Management Planning, The project also included, an Access Management Plan and traffic signalization/intersection analysis. · Districtwide Traffic Operations Studies Contract, FDOT District 6, Miami, FL Project Manager: This was a work order based contract to provide intersection evaluations, corridor analyses, signal warrant analyses, crash analyses, signal timing and phasing optimization and other such traffic-related services to FDaT, Because the turnaround time on such studies is short, an emphasis on speed and project quality control was maintained, A variety of improvement recommendations resulted from the studies. These recommendations are now being implemented by FDaT as a part of their Work Program. · Broward Regional Park, City of Lauderhill, Broward County, FL Senior TransTJortation EnfZineer: Transportation impacts of a proposed multi-use facility, including regional park, cricket stadium, cultural center, library, hotel, and shopping center. Assessment and design of traffic access and circulation components, including special event traffic planning. .1[,.ILrl'Il!! I "'hlil!I'I, 1!It, Project j}!a/1ager 6 , Gerard A. Osborne, P.E., P. T.O.E. · State Road 7 Corridor Study, City of Lauder hill, Broward County, FL Senior Transportation Engineer: McM performed a corridor study of the entire length of SR-7/US-441 in the City of Lauderhill. The corridor is currently a six-lane divided highway, and a 200-foot wide right-of-way. The City is coordinating with Broward County and FDOT to develop a compromised right-of-way of approximately 154 feet, and will accommodate transit along the corridor. McM studied the corridor and several key signalized intersections. The approximate cost of the corridor improvements is planned to approach $15 million, and is scheduled for 2008. · Deerfield Beach CRA Master Plan Study, City of Deerjield Beach CRA, Deerfield Bach, FL Senior Transportation Enflineer: Developed a micro-simulation model of multiple alternative alignments for State Road AlA, in order to identify characteristics of the corridor, This alignment was the basis of the CRA study. · SR-826 Improvement Program, Florida Department of Transportation District Six, Dade County, FL Transportation Enflineer: This project consisted of operational analysis of alternative freeway, collector distributor and ramp roadway configurations for various segments and interchanges along SR-826. Analysis included travel demand modeling and micro- simulation modeling to determine the interaction between closely spaced interchanges with high existing and future traffic demand, · Miami-Dade County Public Schools, Miami-Dade County, Miami-Dade, FL Transportation Engineer: Performed various traffic impact studies for the Miami-Dade County Public School system. Analyzed existing conditions, including trip generation and modal-split characteristics of similar type schools. Analyzed future year scenarios for optimal combinations of student drop-off/pick-up, traffic circulation and adjacent intersection modification schemes. · Jupiter Falls, Developers Diversified Realty, Jupiter, FL Transportation Enzineer: The projected consisted of 102 acres, of retail/office multi-use facilities, including 750,000 square feet of development, which impacted the transportation system, in an approximate five-mile radius around the site. The project required extensive data collection, analyzing over 30 traffic signals at the location, and developing a mitigation plan to ameliorate the traffic impacts. The project also required the development of roadway improvement plans, traffic signal plans and streetscape and lighting improvements. Of major significance on this project was the public/private partnership between the developer and Palm Beach County to build a 2-mile road, known as the Western Corridor. This corridor was a project started approximately 15 years ago between Palm Beach and Martin Counties. As a planned project, and funded by Palm Beach County, the incentive of the developer to get the roadway built to service the site, provided the benefit of providing local commuter traffic relief, as the successful element of the project. Ih Ihi/lliI! 1'''''1''/['', IIi<. Project /llolloger 7 Diaua I. Ospiua Professional Qualifications: Master of Science in Civil Engineering (Transportation), Florida International University; Bachelor of Science in Civil Engineering, National University of Colombia. Affiliations: American Association of Colombian Engineers (AACE), Vice-President Experience Summarv: Diana I. Ospina's transportation engineering experience began in 1991 and includes traffic engineering studies, traffic operational analysis, traffic impact studies, capacity analysis and multifaceted transportation projects for both public and private sector clients. Diana has also managed and participated in several research studies and complex transportation planning projects for USDOT, FTA, FDOT and consulting engineering firms. She currently provides transportation planning services such as travel demand forecasting, traffic signal warrant studies, interchange and intersection operational analysis, corridor studies, signal timing and traffic impact studies for proposed developments. Representative Proiects: · Roadway Federal Functional Classification (FFC), FDOT District Six, Miami, FL Senior Pro;ect Manager: This important project analyzed the existing FFC of all public roads within Miami-Dade and Monroe Counties and proposed a reclassification of roads showing significant changes since the last official classification in 1993. The project required extensive coordination with the Cities, Miami-Dade and Monroe Counties and the community. · Districtwide General Traffic Data Collection, FDOT District Six, Miami, FL Senior Pro;ect Manafler: Managed and conducted all aspects related to traffic data collection. The projects included manual and automatic traffic volume counts and classification, speed data, travel time and delay studies, saturation flow, gap size studies, accident and crash analyses, RHCs, RCIs, and HPMS. Additionally, the project required the preparation of traffic signal warrant summaries, intersection and corridor capacity analyses, and operational level of service analyses. Data collection, analysis results and findings and recommendations were documented in technical traffic reports. · Interventions to Promote Pedestrian Safety at Urban Intersections, FDOT District Six, Miami, FL Pro;ect Enflineer: The study included a comprehensive data collection and observations of pedestrian, bicycle and driver behaviors, and conflict at selected intersections in Miami Beach, Florida. The goal of the project was to identify major safety issues affecting the pedestrians and bicyclists at urban intersections. "' It '11l/iOII 'I 'rhN/(I, III<. Project ftfal1ager 8 Diana 1. Ospina · Broward Regional Park, City of Lauderhill, Broward County, FL Proiect EnJ!ineer: Transportation impacts of a proposed multi-use facility, including regional park, cricket stadium, cultural center, library, hotel, and shopping center. Assessment and design of traffic access and circulation components, including special event traffic planning. · 1-395 Interim Access Improvements in Downtown Miami, FDOT District Six, Miami, FL Senior Traffic EnJ!ineer: The study investigated the opportunities of improving access to and from 1-395 to the Omni Area as well as to the Performing Arts Center in Downtown Miami, The study aims providing an interim solution to the access deficiencies plaguing 1-395 by improving the circulation of the surrounding downtown street network. This was accomplished by converting NE 151 and 2nd A venue from one-way to two-way circulation. · SR 836/1-395 Widening and Reconstruction from just West of NW lih Avenue to the MacArthur Causeway Bridge PD&E Study, FDOT District Six, Miami, FL Senior Traffic EnJ!ineer: Along 1-395, several interchange alternatives were considered including an open-cut tunnel section at Biscayne Boulevard in Downtown Miami. The project also included potential interchange modifications at 1-95 and other minor interchange locations along the SR-836 and 1-395 corridors. Reports included a traffic technical memorandum including existing conditions analysis, traffic projections, proposed alternatives, and a preliminary engineering report, · NW 8ih Avenue from NW 581h Street to just north of Okeechobee Road, FDOT District Six, Miami, FL Senior Traffic Engineer: Study for a three-mile segment of this primary north/south urban arterial roadway. The study required a comprehensive analysis to continue the four lanes from NW 581h Ave to NW 103rd Street in Hialeah Gardens, The project included a thorough traffic data collection and analysis, access management study and documentation, public involvement, the production of a traffic technical memorandum, preliminary and final engineering reports and master plans. .\lc\I,tll[)J/ j,'{I<IiI(", Ill" Project llfallagcr 9 Carolyn A. Gis", P.E. Professional Qualifications: Bachelor of Civil Engineering, Civil Engineering, Florida Institute of Technology, 1994 Registrations: Professional Engineer, FL, 1999, Professional Engineer PA, 2001; IMSA Work Zone Safety Specialist, Certificate No. ZZ24075; FDOT Level II Certified for Traffic Safety in the work area; FDOT Certified for Traffic Control Plan Design; FDOT Trained for Long Range Estimating; FOOT Trained for use of the TRNS*PORT Affiliations: American Society of Highway Engineers (1999-2005 Board of Directors) (2000-2002 Treasurer) (2002-2004 President); American Society of Civil Engineers; Florida Engineering Society; Chi Epsilon Experience Summary: Carolyn Gish has been designing public transportation improvement projects since 1994. Her experience includes participation in all phases of roadway design projects. Completed tasks include the preparation of technical proposals and Resurfacing, Restoration, and Rehabilitation reports; presentations; pavement, roadway, maintenance oftraffic, and signing and pavement marking design; CADD design; roadway, signing and marking, and signalization plans preparation per Florida Department of Transportation (FDOT), County and City guidelines; preparation of computation booklets; cost estimates, specifications packages and submittal. Throughout her career, Ms. Gish has worked closely with the FDOT District Four on six minor design contracts and on several other projects including 1-95 and Dixie Highway in Palm Beach County, and SR-5 (US-I) in Martin County. Ms. Gish is well versed in the latest computer highway design programs, and has proven her ability to produce complete contract documents for highway design contracts advertised by FDOT, Indian River County, Palm Beach County, Broward county and many municipalities throughout Florida, Her project management and design experience will enable McMahon Associates to effectively meet all requirements from all perspectives including design, scheduling, and product quality, Representative Proiects: · SR-810/HilIsboro Blvd., City of Deer field Beach, Oeerfield Beach, FL Senior Proiect Manager: As part of a Local Area Plan (LAP)/Joint Permit Application (JPA) project between the City of Oeerfield Beach and FOOT, the City proposed to improve the Hillsboro Boulevard corridor, from Federal Highway to the Intracostal Waterway crossing, The project will require the development of an urban design, with on-street parking, sidewalks, bus bays, improved landscaping and highway lighting. The project was also coordinated with Broward County to have a modified trafficways right-of-way to facilitate the proposed project development. This project is an FDOT ~istrict Four permit project. ,II. Iloli(}fl ')1.111(/<1(, I, IIi<. Sellior Project A/allager 10 CarolYIl A. Gis/z, P.E. · SR-SO/Palm Beach Boulevard Access Management, City of Fort Myers. Fort Myers, FL Senior Pro;ect Manager: Corridor improvements from Seaboard Street to Interstate 1-75, The project includes Traffic Data Collection, Turning Movement Counts (TMC) at all intersections; FDOT Study/Reports of Planned Improvements, Traffic Signal plans for all intersections, accident history (for a three (3) year period) and corridor right-of-way plans. All data was utilized to perform the Corridor Traffic Assessment and Access Management Planning. The project also included, an Access Management Plan and traffic signalization/intersection analysis. · SR-S24/Pembroke Road, FDaT District Four, Broward County, FL Senior Pro;ect Manager: Corridor improvements from University Drive to SW 62nd Avenue. The project includes minor reconstruction, milling and resurfacing, and signalization upgrades to conform to RRR criteria. The project also dictates the need for a Resurfacing, Restoration and Rehabilitation Report, Community Awareness Plan, and an Access Management Plan. Public involvement is key in this project due to the high volume of residences adjacent to the corridor. · SR-5/US-l, FDaT District Four, Indian River County, FL Senior Pro;ect Manager: Corridor improvements along 7.5 miles of SR-5 running through the City of Vero Beach and unincorporated Indian River County. The project includes developing the Resurfacing, Restoration, and Rehabilitation Report, Community Awareness Plan, and Access Management Plan. Design work includes minor reconstruction, drainage improvements, milling and resurfacing, signalization upgrades, utility and lighting relocation, and landscaping, · SR-S5SlHallandale Beach Boulevard, FDaT District Four, Broward County, FL Senior Pro;ect Manager: Corridor improvements from US-I to Three Islands Boulevard. The project includes developing the Resurfacing, Restoration, and Rehabilitation Report, Community Awareness Plan, and Access Management Plan. Design work includes minor reconstruction, milling and resurfacing, signalization upgrades, landscaping, and utility relocation and lighting design. The intersection at US-I and SR-858 required significant adjustments to the alignment along SR-858 in order to improve existing deficiencies, · SR-S14/Atlantic Boulevard, FDOT District Four, Broward County, FL Senior Pro;ect Manager: Corridor improvements from Dixie Highway to NE 3'd Avenue. The project includes minor reconstruction, milling and resurfacing, and signalization upgrades at three intersections. Included with the project are several roadway alternatives, as well as coordination with the City of Pompano Beach and public involvement. · MontgomeryviIle Lowes Roadway Improvements, Lowes Development Corporation, Montgomery Township, Montgomery County, P A Pro;ect Manager: Designed and prepared plans for roadway and drainage improvements for Cowpath Road (SR-0463) and Bethlehem Pike (SR-0309) for revisions to a high volume entrance and corresponding roadway improvements. Prepared drainage report including drainage calculations for PennDOT approval. Coordinate with PennDOT for the approval of the plans and Traffic Report, .\L Il"!'(}11 llllhldl, \, /11t. Sellior Project A1allager 11 Patricia JJl. Barr, P.E. Professional Qualifications Bachelor of Science in Engineering, Civil/Environmental Engineering Duke University, 1990 Registrations: Professional Engineer, Florida, 2000, PE-56925, FDOT Certified in Advanced Work Zone Traffic Control, FDOT trained in Long Range Estimating, FDOT trained for TRNS*PORT, FDOT trained in Specification Package Preparation Experience Summary Patricia Barr has been designing public transportation improvement projects and site improvements since 1991. Her experience ranges from roadway widening/improvement projects for the cities of Miami, South Beach, and Deerfield Beach, as well as various site developments throughout South Florida. Ms. Barr's experience also includes upgrades for power plant facilities including buildings, parking lots, roadways, and site drainage. She is currently managing projects involving roadway geometric design, traffic signal design, and intersection operational studies/design associated with roadway improvement plans for DOT, County and City governments. In the capacity of Project Manager, she is responsible for design, coordination, development of mast arm designs and construction plans, as well as post-design services associated with those projects, Representative Proiects . SW 120th Street and SW 123'd Passage Signalization, Miami Dade County, Miami, FL Proiect Manazer: Design of a new traffic signal along Miami-Dade's SW 120th Street corridor. Project elements included mast arm design, signal timing, video detection, permit coordination, shop drawing review and post design services were provided during construction. · SR-858/Hallandale Beach Boulevard, FDOT District Four, Hallandale Beach, FL Proiect Manager: Corridor improvements from US-l to Three Islands Boulevard. The project includes developing the Resurfacing, Restoration, and Rehabilitation Report, Community Awareness Plan, and conceptual designs for the initial plan of work. Later work includes minor reconstruction, milling, and resurfacing, signalization upgrades, and utility and lighting relocation. The intersection at US-l and SR-858 requires significant adjustments to the alignment along SR-858 in order to improve existing deficiencies. · SR-814/Atlantic Boulevard, FDOT District Four, Broward County, FL Proiect Manager: Corridor improvements from Dixie Highway to NE 3'd Avenue. The project includes minor reconstruction, median modifications, milling and resurfacing, and signalization upgrades at three intersections. Included with the project are several roadway alternatives. Public involvement is also an essential part of this project. · SR-5/US-l, FDOT District Four, Indian River County, FL Proiect Manazer: Corridor improvements along 7.5 miles of SR-5 running through the City of Vero Beach and unincorporated Indian River County. The project includes developing the Resurfacing, Restoration, and Rehabilitation Report, Community Awareness Plan, and Access Management Plan. Design work includes minor reconstruction, drainage improvements, milling and resurfacing, signalization upgrades, and utility and lighting relocation. ,If,lfil/IOII 1\\1I,lill,'., {Ii<. Project ilfallager 12 Patricia ftl. Barr, P.E. · SR-824/Pembroke Road, FDOT District Four, Broward County, FL Proiect Manaller: Corridor improvements from University Drive to SW 62nd Avenue. The project includes minor reconstruction, milling and resurfacing, and signalization upgrades to conform to RRR criteria. The project also dictates the need for a Resurfacing, Restoration and Rehabilitation Report, Community Awareness Plan, and an Access Management Plan, Public involvement is key in this project due to the high volume ofresidences adjacent to the corridor. · Indiantown RoadlWestern Corridor Traffic Signal, Schickedanz Capital Group, Jupiter, FL Proiect Manager: Prepared traffic signal permit plans for the new traffic signal to be installed at Indiantown Road and Western Corridor in the Town of Jupiter. The intersection is just east of 1- 95, as part of a project joint agreement between Palm Beach and Martin Counties, The Western Corridor is a corridor that had been in the planning stages for over 15 years. The partnership with the developer and the counties to build this four-lane arterial was precipitated by increased demand in the area to provide improved access to 1-95 from the northern part of Palm Beach County. · Floresta Drive Corridor, City of Port St. Lucie, Port St. Lucie, FL Proiect Manager: McM performed a corridor study of Floresta Drive, an existing two-lane undivided corridor, which is a major north-south arterial, centrally located within the City of Port St. Lucie's boundary. The City is considering the widening of Floresta Drive from the existing two-lane undivided to four-lane divided between Port St. Lucie Boulevard and Prima Vista Boulevard. The project length is approximately 2.5 miles. The project corridor study considered several alternatives, as the planned future extension of West Virginia Avenue, would severely affect the corriqor, by accessing the barrier island from the east. · Oakland Park BoulevardlInverrary Boulevard West, City of Lauderhill, Broward County, FL Proiect Enllineer: Analyzed the existing and future travel demand at the intersection to evaluate the affects of left-turnJright-turn lane additions, offset intersection improvements and traffic signal modifications. A traffic operational/safety analysis was performed and a double left-turn lane, southbound on Inverrary Boulevard West, was included with geometric improvements and signalization upgrades at the intersection. Coordination was required with Broward County Traffic Engineering and FDOT to facilitate the improvements. · SR-60 at 27th Avenue Improvements (Indian River County), FDOT District Four, Vero Beach, FL Proiect Engineer: Intersection improvements including milling and resurfacing, widening, minor reconstruction, restriping, signalization upgrades, median modifications, and ADA upgrades. This project included extensive public involvement and coordination with adjacent projects. McM was awarded post Design Services for the intersection construction as well as the construction of more than half a mile of 27th Avenue that was constructed simultaneously. · Coral Manor Neighborhood Traffic Calming Plan, Deerfield Beach, FL Proiect Manager: Developed conceptual plans for a multi-phased traffic calming project. The project began with public involvement, field observations, condition surveys and development of conceptual traffic calming plans and associated costs. If< lit/1m/I },"11I,{(,'I.II'\. Pro.iectllJallager 13 City of Miami Beach Sectioll 2 SECTION 2 - PROJECT MANAGER EXPERIENCE Due to the difference in nature between Phase I and Phase II of this project, there will be two separate project managers responsible for each of the two phases of this project. The two project managers will work closely together from the initial planning phase through construction. The Phase I Project Manager will be Gerard A. Osborne, P.E., P.T.O.E. The Phase II Project Manager will be Patricia M. Barr, P.E, Both Mr. Osborne and Ms, Barr have greater than 10 years of experience and have served as project manager on at least three similar projects. Below is a comprehensive summary of both Mr. Osborne's experience and qualifications and Ms, Barr's experience and qualifications. Gerard A. Osborne, P.E., P.T.O.E. - Gerard Osborne's experience spans all facets of transportation engineering and developmental planning, and he is highly qualified to serve as Project Manager for Phase I of this project. Mr. Osborne has 20 years experience in traffic engineering and master planning, having worked extensively in South Florida, the Caribbean, and the Pacific in both public and private capacities. He has a profound understanding of the unique transportation characteristics and needs of coastal and barrier-island communities, having most recently worked on master planning and traffic calming projects for the cities of Deerfield Beach and Fort Myers. His professional experience includes engineering and planning project management in the areas of infrastructure planning, master planning, traffic impact studies, operational analyses, data collection, demand forecasting, traffic analysis and micro-simulation modeling. Mr. Osborne is an II-year resident of Miami-Dade County, and is currently a Project Manager on the FDOT District VI Districtwide Traffic Operations and Safety Program. He is thus intimately familiar with local traffic operations and safety issues, and would bring this invaluable knowledge and experience to this project. Patricia M. Barr, P.E. - Since graduating from Duke University, Ms. Barr has been involved in all aspects of transportation and roadway improvement projects, from conception to design and, ultimately, construction services. Her experience ranges from large-scale site improvement projects for Florida Power and Light to roadway design for such entities as the Florida Department of Transportation, South Beach, Miami-Dade and Deerfield Beach. Although her entire career has been spent in South Florida, Ms. Barr has been able to adapt quickly to varying job requirements and has successfully participated in projects spanning from Philadelphia to Boston. Recently, she has managed several major projects for FDOT, including two roadway rehabilitation projects along Hallandale Beach Boulevard in the City of Hallandale Beach, a safety project on Atlantic Boulevard in Pompano Beach, and over seven miles of roadway improvements to US-I in Indian River County. Aspects of these projects included conceptual design and report preparation, roadway geometrics, signing and marking, maintenance of traffic, signalization, lighting, and drainage. In addition, her earlier experience in intersection operational studies has allowed Ms. Barr to understand and implement the FDOT's vision so that the ultimate customer, drivers, benefit from the safest, most effective utilization of the public right-of-way. As a project manager, Ms. Barr has been responsible for project budgets and schedules, as well as overseeing the work oflarge teams and coordinating all critical decisions as a primary point of contact to the clients. She has proven she can do so efficiently and economic all y. McMahon Associates, Inc. . Serving the Mid-Atlantic States, Florida, and the New England States 106 City ofiHiallli Beach Sectioll 3 SECTION 3 - SIMILAR PROJECTS McM has been providing professional transportation engineering services in South Florida for over 28 years. Our experience has ranged from the development of traffic impact studies, corridor planning, and access management, to conceptual engineering alternative evaluations and roadway design projects, Design projects required supplemental specialty services such as right- of-way/easement acquisition, street lighting, landscaping enhancement and traffic signalization improvements. Knowledge in today's opportunities to capture special funds from government entities, McM has also participated on projects by drafting and securing grants for local governmental bodies. In the following pages, we have assembled a group of projects which demonstrate the experience of our engineers and technicians on projects that best match the requirements of the request for professional consulting services, as advertised by the City of Miami Beach, These projects represent a balance of our traffic engineering and design experience which will be invaluable to the City, as specific projects move from the planning and preliminary engineering stage into preparation of construction documents. This expertise, coupled with our team's depth, will provide the comprehensive know-how to assist the City in implementation of their plans/programs. Similar Projects 1. Project Name: Client: Address: City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P.E" Project Manager Patricia M, Barr, P.E., Senior Project Engineer, Signal Design Etienne Bourgeois, P.E" Project Engineer Ali Asghar, Project Engineer Scope of Work: As part of a Local Area Plan (LAP)/Joint Permit Application (JP A) project between the City of Deerfield Beach and FDOT, the City proposed to improve the Hillsboro Boulevard corridor, from Federal Highway to the Intracostal Waterway crossing. The project will require the development of an urban design, with on-street parking, sidewalks, bus bays, improved landscaping and Hillsboro Boulevard Streetscape City of Deerfield Beach 150 NE Second Avenue Deerfield Beach, FL 33441-3598 Larry R. Deetjen, City Manager (954) 480-4263/ (954) 480-4268 $87,000/$700,000 Ideetj en@deerfield-beach.com 2000/2004 McMahon Associates. Inc. . Serving the Mid-Atlantic States. Florida. and the New England States 107 Cit). ofMia11li Beac!, Sectioll 3 highway lighting. The project was also coordinated with Broward County to have a modified trafficways right-of-way to facilitate the proposed project development. This project is an FOOT District Four permit project. Our services include traffic analysis, access management elevations, project traffic forecasting, traffic control plans preparation, traffic signal design and plans preparation, signing and pavement marking plans preparation, lighting design, and public involvement. The limits begin at Federal Highway, US-l/SR-5, and extend east, approximately 0,67 miles, to the approach of the Intracoastal Bridge. The construction Phase of this project, when complete, will include a Final Traffic Report, Phase I Plan Submittal, Phase II Plan Submittal, and Final As-Built Plans, 2. Project Name: Client: Address: City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Gerard A, Osborne, P,E., P.T.O.E., Senior Project Engineer Ali Asghar, Project Engineer Natalia McGuckian, E.!., Project Engineer Scope of Work: McMahon Associates, Inc. as the Prime consultant is responsible for overall project management, coordination with the City, public/community involvement, traffic analysis, and development of a master transportation plan for improving efficient and effective vehicular traffic circulation. In addition, we will address the access and safety of pedestrian and bicycle circulation to the beach area. This project includes a two-step process of neighborhood/public involvement for education and review of impacts on potential traffic alternative measures early on in the project, and then reaction and feedback on specific traffic plan improvements upon development. Deerfield Beach CRA Beach Area Study City of Deerfield Beach 150 NE Second Avenue Deerfield Beach, FI 33441 Carlos p, Baia, Economic Dev, Manager (954) 480-4222/(954) 480-4499 $165,000/$IIM cbaia@deerfield-beach.com 200312004 3, Project Name: Client: Address: City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: SR-80 Access Management Interstate 75 to Fowler Street City of Fort Myers 2200 Second Street Fort Myers, FL 33902-2217 Saeed Kazemi P.E., City Engineer (239) 332-6830/(239) 332-6604 $90,000/$2.5M McMahon Associates, Inc. . Serving the Mid-Atlantic States, Florida, and the New England States /08 City of Miami Beach Sectioll 3 E-mail: Start/Completion: McM Staff Assigned to Project: Gerard A. Osborne, P.E., P.T.O.E., Senior Project Engineer Diana I. Ospina, Senior Project Engineer Ali Asghar, Project Engineer Natalia McGuckian, E.I., Project Engineer John Jay Maliff, AICP, Senior Project Planner Scope of Work: The City of Fort Myers, requested that the current project, Streetscape/ Access Management for SR-80/Palm Beach Boulevard, be modified to include an evaluation of the traffic impact from local development impacts on the local roadway network. This project is also related to the plans for elimination of the one-way roadway around the City in the vicinity of the project. The outcome will be a plan that includes the development of a professional roadway cross-section and a capital improvement plan. skazemi@cityftmyers.com 2003/2004 4. Project Name: Client: Address: City, State, Zip: Contact: Broward Regional Park City of Lauderhill 2000 City Hall Drive Lauderhill, FL 33313 Earl R. Hahn, AICP, Planning & Zoning Director (954) 730-3054/(954) 730-2991 $600,000/$30M ehahn@lauderhill-fl.gov 2003/2005 Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Gerard A. Osborne, P.E., P.T,O.E., Senior Project Engineer Diana I. Ospina, Project Engineer Ali Asghar, Project Engineer Natalia McGuckian, E.I., Project Engineer Scope of Work: McMahon Associates, Inc. is coordinating jointly with Broward County Parks and providing services for the evaluation of the traffic impacts associated with the proposed, approximate 110- acre, Central County Regional Park, which is planned to open by 2006. The traffic impacts will be measured based on traffic operational conditions, safety issues and geometric enhancement needs within the surrounding roadway network by the projected opening year. McMahon . Associates, Inc. provided Data Collection, Project Traffic Forecasting, Preliminary Traffic Projections, Trip Generation Analysis, Trip Distribution and Assignment, Traffic Analysis/FDOT Access Management, FDOT V AC Permits for SR-7/Sunrise Boulevard Project Coordination and Deliverables. McMahon Associates, Inc. . Serving the Mid-Atlantic States. Florida, and the New England States 109 City of Miami Beach Section 3 5. Project Name: Client: Address: City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P,E" Senior Project Manager Patricia M, Barr, P.E., Project Manager Scope of Work: McM provided a citywide conceptual transportation plan, which included the development of traffic calming measures to address intrusive traffic patterns through the various neighborhoods, to the City of Coral Gables. The primary focus of the study is related to identifying the transportation issues and applying traffic calming techniques to alleviate such problems as heavy traffic volume, cut-through traffic into neighborhoods, and speeding. A second phase of the project is addressing transportation improvements to intersections, transit and bicycle/sidewalk trails. Additionally, this study addressed a complete transportation system for pedestrian and bicycle facility's improvements, which provided links amongst the many diverse neighborhoods within the City with other public facilities. The links included parks and public schools, as well as the University of Miami. Citywide Traffic Calming/Mitigation City of Coral Gables 285 Aragon A venue Coral Gables, FL 33134 Alberto Delgado, Director of Public Works (305)460-5001 $65,000/$500,000 adelgado@cgables.com 1998/1999 6, Project Name: Client: Address: City, State, Zip: Contact: Telephone/Fax No,: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P.E., Senior Project Manager Patricia M. Barr, P.E" Project Manager Etienne Bourgeois, P.E" Senior Project Engineer John Jay Maliff, AICP, Senior Project Planner Scope of Work: Conducted speeding and stop sign running data collection to examine problems in several neighborhoods including the Northeast Communities, Northwest Communities, Pioneer Park and the Cove neighborhoods, McM's responsibilities included conducting committee meetings for Traffic Calming Plan City of Deerfield Beach 150 NE Second Avenue Deerfield Beach, FL 33441-3598 Larry R. Deetjen, City Manager (954) 480-4263/(954) 480-4268 $275,000/$2M Ideetj en@deerfield-beach.com 2002/2004 McMahon Associates, Inc. . Serving the Mid-Atlantic States, Florida, and the New England States 110 Ci(l. of Miami Beac" Sectio/l 3 the various neighborhoods, presenting PowerPoint presentations detailing the results of the data collection analysis and providing recommendations for implementing traffic calming in the problem areas of each neighborhood. Participated in public workshops. Prepared the Traffic Study report and the final report covering the traffic calming process from its inception to the final recommendations, including several committee meetings and two public workshops. 7. Project Name: Client: Address: City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P.E., Senior Project Manager Patricia M. Barr, P,E., Project Manager John Jay Maliff, AICP, Senior Project Planner Scope of Work: Citywide Traffic Study, which involved five Wards and various neighborhood committees, to address speeding, cut- through traffic, and significant increase in traffic growth over the last several years. The study included a significant level of public involvement, and development of a Comprehensive Citywide Traffic Calming Plan. The plan also included developing standards to address future traffic calming needs in the City. In addition to the Traffic Calming McMahon Associates, Inc. also provided corridor improvements from Seaboard Street to Interstate 1-75. The project includes Traffic Data Collection, Turning Movement Counts at all intersections; FDOT Study/Reports of Planned Improvements, Traffic Signal plans for all intersections, accident history (for a three (3) year period) and corridor right-of-way plans. All data was utilized to perform the Corridor Traffic Assessment and Access Management Planning. The project also included, an Access Management Plan and traffic signalization/intersection analysis, City-wide Traffic Study/Traffic Calming City of Fort Myers 2200 Second Street Fort Myers, FL 33902-2217 Saeed Kazemi P. E., City Engineer (239) 332-6830/(239) 332-6604 $200,000/$3M skazemi@cityftmyers.com 2002/2003 Client: Address: City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: SR-60 at 2ih Avenue Intersection Improvements Florida Department of Transportation 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 Robert Bostian, P.E., Section Leader (954) 777-4427/(954) 777-4634 $165,000/$980,000 ro bert. bostianCal,dot. state, fl. us 8, Project Name: McMahon Associates, Inc. . Serving the Mid-Atlantic States, Florida, and the New England States 1/1 Cit). ofMiallli Beach Sectioll 3 Start/Completion: 2002/2004 McM Staff Assigned to Project: Carolyn Gish, P.E., Project Manager Patricia M. Barr, P .E., Senior Project Engineer, Signal Design Alberto T, Zuniga, P.E., Senior Project Engineer, Roadway/Drainage Design Scope of Work: This project was coordinated with an adjoining FDOT, Joint Agreement Project along 2ih Avenue. The project involved complete pavement restoration, minor reconstruction, milling and resurfacing, sidewalk improvements, ADA compliance upgrades, drainage improvements, traffic signalization and landscape improvements. A unique aspect of the design process was the coordination of the traffic control plan, because the two (2) projects were being constructed simultaneously, McM coordinated, through the Department and the City of Vero Beach, the development of construction sequencing to avoid detours during construction, Major canal/drainage - improvements along 2ih Avenue significantly impacted the roadway and, therefore, alternative construction techniques and traffic control phasing were required to minimize disruption to the traveling public, while expediting a safe construction plan. 9. Project Name: Client: Address: City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P.E., Senior Project Manager Patricia M. Barr, P.E., Project Manager, Signal Design Etienne Bourgeois, P.E" Proj, Engr., Utility Coordination Scope of Work: Corridor improvements from Dixie Highway to NE 3rd Avenue. The project included minor reconstruction, milling and resurfacing, landscaping and signalization upgrades at three intersections. Included with the project was the closure of median access at NE 1st Avenue. Several roadway alternatives were analyzed and coordinated with the public. SR -814/ Atlantic Boulevard Florida Department of Transportation 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 Donovan Pessoa, P.E., Project Manager (954) 777-4222/(954) 777-4086 $252,000/$1.6M donovan. pessoa(@,dot.state.fl.us 2002/2004 10, Project Name: Client: Address: Holmberg Road Resurfacing! Traffic Calming Plan City of Parkland 6600 University Drive McMahon Associates, Inc. . Serving the Mid-Atlantic States, Florida, and the New England States //2 City of Miami Beach Sectioll 3 City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P.E., Senior Project Manager Patricia M. Barr, P.E., Project Manager, Roadway Design Scope of Work: Designed and prepared construction plans for the approximate 2.8 mile resurfacing project along Holmberg Road, from SR-7 (US-441) to NW 80th Street. The project also involved the design of a roundabout at the intersection of Holmberg Road and Parkside Drive, The project required utility relocations, storm drainage modifications, pavement design, maintenance of traffic plans, pavement marking and signing plans. A temporary roadway design was provided and constructed to accommodate traffic during the construction of the roundabout without disruptions to the normal traffic flow. Parkland, FL 33067 Harry J. Mertz, City Manager (954) 753-5040/(954) 341-5161 $43,000/$500,000 hmertz@citvofoarkland.org 200012000 II. Project Name: Client: Address: City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P.E" Senior Project Manager Patricia M. Barr, P.E., Project Manager, Roadway Design/Signal Design Allison C. Shaw, P.E., Senior Project Engineer, Drainage Design Etienne B. Bourgeois, P.E" Senior Project Engineer, Utility Coordination James E, Angstadt, E.!., Senior Project Engineer, Drainage Design Scope of Work: Corridor improvements from US-l to Dixie Highway. The project ~ _ includes developing the Resurfacing, Restoration, and Rehabilitation Report, Community Awareness Plan, and conceptual designs for the initial plan of work. The design includes minor reconstruction, milling, and resurfacing, median modification, signalization upgrades, utility and lighting relocation, and landscaping. The SR-858/Hallandale Beach Boulevard (West) Florida Department of Transportation 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 Jean Hanna, E.I., MSCE, Project Manager (954) 777-4440/(954) 777-4634 $266,000/$1.2M i ean.hanna@dot.state.fl,us 2001/2004 McMahon Associates, Inc. . Serving the Mid-Atlantic States, Florida, and the New England States f/3 City of Miami Beach Sectio/l 3 intersection at US-l and SR-858 requires significant adjustments to the alignment along SR-858 to fix existing deficiencies. 12. Project Name: Client: Address: City, State, Zip: Contact: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P.E., Senior Project Manager Patricia M. Barr, P.E" Project Manager, Roadway Design/Signal Design Allison C. Shaw, P.E., Senior Project Engineer, Drainage Design Etienne B. Bourgeois, P.E" Senior Project Engineer, Utility Coordination James E. Angstadt, E.!., Senior Project Engineer, Drainage Design Scope of Work: Corridor improvements from US-l to Three Islands Boulevard. The project includes developing the Resurfacing, Restoration, and Rehabilitation Report, Community Awareness Plan, and conceptual designs for the initial plan of work. The design includes minor reconstruction, milling, and resurfacing, median modification, signalization upgrades, utility and lighting relocation, and landscaping. The intersection at US-l and SR-858 requires significant adjustments to the alignment along SR-858 to fix existing deficiencies. SR-858/Hallandale Beach Boulevard (East) Florida Department of Transportation 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 Jean Hanna, E.!., MSCE, Project Manager (954) 777-4440/(954) 777-4634 $502,000/$2. 1M j ean.hanna(a),dot. state. fl. us 2001/2004 13. Project Name: Client: Address: City, State, Zip: Contact: Telephone No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P.E., Senior Project Manager Patricia M. Barr, P.E., Project Manager, Roadway Design/Signal Design Alberto T. Zuniga, P.E., Senior Project Engineer, Roadway/Drainage Design James E. Angstadt, E.!., Senior Project Engineer, Drainage Design Patricia A. Dahl, P.E., Senior Project Engineer, MOT/Signing and Marking SR-824/Pembroke Road Florida Department of Transportation 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 Fausto Gomez, P.E., Project Manager (954) 777-4466 $220,000/$3,7M fausto. gomez@dot.state.fl.us 200312005 McMahon Associates. Inc. . Serving the Mid-Atlantic States. Florida, and the New England States 1/4 City oflWami Beach Sectioll 3 Etienne B. Bourgeois, P.E., Senior Project Engineer, Roadway Design/MOT/Utility Coordination Scope of Work: Corridor improvements from University Drive to SW 62nd Avenue, i: two (2) miles in a highly urbanized area. The project includes milling and resurfacing, median modifications, drainage improvements, ADA improvements, driveway reconstruction, signalization upgrades, new lighting installation and landscaping. ;p,' " ....,.;0 .~ ... c't.' 1~f$~> Client: Address: Contact: City, State, Zip: Telephone/Fax No.: Consultant Fee/Construction Fee: E-mail: Start/Completion: McM Staff Assigned to Project: Carolyn Gish, P.E., Senior Project Manager Patricia M. Barr, P,E., Project Manager, Roadway Design/Signal Design James E. Angstadt, E.I., Senior Project Engineer, Drainage Design Allison C. Shaw, P.E" Senior Project Engineer, Drainage Design Patricia A. Dahl, P.E., Senior Project Engineer, MOT/Signing and Marking Etienne B. Bourgeois, P.E., Senior Project Engineer, Roadway Design/MOT/Utility Coordination Scope of Work: Roadway improvements from 33rd Street to North of County Road 510 in Indian River County, approximately seven (7) and one-half miles. In the preliminary phase of this project, a resurfacing, restoration and rehabilitation report was prepared, as were the Community Awareness and Access Management Plans. SR-5/US-I Milling & Resurfacing (from 33rd Street to N ofCR-51O) Florida Department of Transportation 3400 West Commercial Boulevard Jean Hanna, E,I., M.S,C.E., Project Manager Fort Lauderdale, FL 33309 (954) 777-4440/(954) 777-4634 $678,000/$2,8M i ean,hanna@dot.state.fl,us 200312005 14. Project Name: The design phase includes the milling and restoration of the existing pavement, widening, curb and gutter installation to meet current standards. Storm water Design and Permitting is critical for this project. This project also includes signalization lighting and landscaping. McMahon Associates, Inc. . Serving the Mid-Atlantic States, Florida, and the New England States /15 ACES ~MC;~~?!'4...~.S9.9f-E?~. ~t:J~. RESPONSIVE TRANSPORTATION SOLUTIONS I -- o N -- .0 ~ 5 ~ " Jju Po'" Po"l:l '" '" ,-c:l .~"'~ ~o ]~ ~ ... ~~ .<::"" u~ ]c:l "'"l:l Po... ;El;: e:: .- '" 1:: . !=i...'O ::: U c o Z = '-0" o.....U ~~"E a~ ; ,- 0 E ~~~ Poo "l:l en c . '" - - t; ca S S (/) (/) 0\ -- '<t ."" CIl CIl Q) ~ .- CIl ;::l j:Q "0 Q) OJ) c<:l CIl ~ ~ :> .s -g CIl CIl &5 Q fJl fJl Q) !: ,- rJ) ;::l 0:\ "Cl g ~ o ~ S o ~ U '" -i::j u l:E 1J 0 ,~ ~ ~ ~ en '" tl ~ r.Ll '" "';i;' ~ .g 'g C/J U .... '" ~ 0 >- .<:: "E vr ~ '" "'" >: U c ~ '" ~ ~ "" '" ~ C/J E " ~ ~ 2 '" z ~ I "" .- ~ ~ 0 u <= 0 " U Z ~ <= "" ~ '" '" ... " ~ to:E ~ p.. '" '"'" .s= ~ p.. "'''S.. g~ C/J ~- Z oj " 0 a-, . 0,," ~~ ~en ~ l.L. rJ) ~ It) N .... '" '" ,S Ol) C r.Ll , t) '" ] u 2 0:: o l.L. '" '" u 'E '" en "l:l ~ '" ] "E ;.:, c '" ~ >: c i u <= '" ... ~:E p.. '" ~ .~ O"S.. E Q. "'< Zo .n '" ,!O a c o '.0 '" '" " CY '" c ..8 !r ~ ~ ~ ~ t ~ ~ ~ 8 ~ Ooor- - '0 ~ "'00.... 8..'i'~ '0 ~ =-- ,Ej r- ~ p..~"l:l .... .- o trl '" :::~~ f-<_=- c c ... 1! ~ .:: ......~ ;;.. "''' . 15 ~ .s E ." ~ "en gCN '- en '" ~ c3 ~ E ;; ~ z.:;~ .~~ 'D ..... '" Q) a o '" .... '" p.. '3 o ~ oj r- '" ~..... 00 ~ '00 OOtrl ~'? ......... r-", ~'" ~Itl a-, 0 ~'" ~~ .....~ trloo "'r- "'..... "''''''' ,g '" '" """l:l", o'~ :5! -5~8 &l .~ .. . - '" 'e '" .- ... c = '" c =._ ~en~ "'~-. P-.t cJ tol . = = 0.......... Z . . '" '" ~.. .. '" '" '" 8 'E 'E .<:: .. .. Po C/J C/J ~ e.IlOll '" = c E-< ._._ ... ... ~ .. .. '" .. .. E.5.S en bll bll ~ C c .0"""" .- bll ~ u.5.5 Vi'::::: '" = = u '" '" !.;:i = = '- " " ouu E t ~ '" c c '" '" '" .... .... .... p.."l:l"O r- ~ 'u ~ ~~ U') f.I'l ~.~ ~ 0 .~ ~ R @) m 5 u ._ _ Jj ~ ]]~:2 d ~ ~i1~,gu1]S Eo- U <.fl iU l- _ :2 .0:= ~ 6;-:;':; J;ji!5;:;.5JjJj '" l'l 1] " '~ t ~ ~~ ~~g'E~ Jj l'l " ... '50:;: S1 1] .c .e '~Jj 6 Ji ',c ~? JS 11'~ ~ S g O~~].gil>>P. ~ b ~ ~H ~ OO::~ gCIJvJeJ')E- o .... ? c '<:: " ::: <.t!, C> '" 0: '~ ~ g l'l I ;g .~ .~ e '" ~ .'<l B 8'61 E~.9 i1 .'" il ~<1lo .'<l l'l ~.~,~ 13 .:!J o..c:: ~ u @,~~ "'.~ o [Q ca c "0 Cl 8.,~ '" asa~gp -t '5 -g ~ :E ::2.5j;:<;:< ,,' " ::: c ..0 ::: c ::: c 1:: " ."" "'6 2 - '" ~ '" S P. 'Ll '" o >> .D Q) a o e:: '" p.. 00 ~ .9 t [ ... ~ o .~ t oS .:: c Q.) c: ~ ~ ~ ~ .~ 'B - ~ .~ ~. u e t:: ;::I C '50 E .~ ~ 'E ::: ~ E.Q @ 'E:.c Q) ';; C VJ 8 0 '5! ~..c::._ UO 4:: ~ S ~-o<:uu g on '" (l) ~ on '" u 'E '" en ] o .;;; on ~ ~ >< '- r.Ll i ~ ,~ '" '" '" ~ '" '" u 'E '" en 'i:' '" ~ " a 8 "" "(j) :><: '" '" ~ ] 8 p.. 1'l '- ~~ l!J -i::j 6 ,~ ;:l '" I~ ~ c ~ c ] c .9 .... 0 0 ~ := ] %J 0 0 ] '6 0 0 0 ] tb 8 <0 <0 0 N V') - V) 0 "" "" .... <0 N V) - '" 0 0 '" '" "" B B B c ..... B B B c c ,9 '" "" "" 8 8 0 0 .9 0 ] 0 ;.:::l ] ;.:::l .s q 0 0 ] ] 0 <0 <0 0 ~ 0 V) 0 - N V) - (l) - N V') '" '" "" .:l '" '" "" '" 00 V) -0 r- ..... N M "'" I I 00- 00- '" a-, - ? 0 '" 0 '" ,):l 0 N .... '" '" >> 1:: - '" u 0 '" ~ 0 t; N ~ ~ '" to N ~ 8 '" N V) - '" j M 0 '" 0 N ~ '" .<:: ~ u 1J u oJ u c '" 'C '" Po " '" ..d u ;:l '" '5 o ~ '5 .D -i ~ 6b 'il .... <B ,5 "'" '" ~ '" '" il ,s ,~ u.. * '" '" '" '" .... '" > o Of) ,S -g 't) ,S ,;,l .... o ~ ~ g ~ 6 .g * u fJ) ~ s E ~ .::J .g 6b ~ ~ .~ t) -5 <.2 '" 0 is ~ ~ .8 ~ '" o o >z.. '" ~~ o 1;j - '" .l9 ::l ~~ '- o ]tl : ~l o "0 o U o i:E ~ 2- '" o o >z.. '" '" '"""' 8] t:J os - ;g .l9 0 ~~ '- o ~ l!l .J::i 0 ~l o "0 o U 2 ..,:: o 1 ~ .S ~ '" o o ",>z.. '1~- )O.;g .01;j ;2 'Ei ;g 5~~ .; ~ j) t ;t1; ~ ~ l!l rl,.c ~ S~ .S ~ 'lO ;:; ... - o 0 0"0 -a8 8 0 l.,i:E ::> e ~. ;::'N' M ~ c:) CO NN N N N N ;::-N' M ~ ;;) G' -- - .- - - c:> c:> c:> ~ c:> lfl ..... r-- 0, o ---- r-ooO\o N N N M ---- r-000\0 - - - N z ~ ~ 00.... f::",,~ Eo< g ~~Ei" o ~ CIl U ~ "" ~~ Eo< 0 CIl~ 8 ;.~ u 0 = =. = e:l u ~ ~ = ",,"" ...~ ....0 ~u o ~ ~ r;)~;;)G't=:'oo5:'S ~'"""' -N o o o o on N N <A CIl CIl ~ ~ ~ ~ "" ~ z ~ ~ o ~ '" ... os '0 o '" < "0 = co = ~ ~ o .c Eo< ~ co ... U .g C = ::s o U "0 ... '" ~ ,; io '= z o .... ~ u o ... ~ ~ Z Eo< U e; ~ ~ '" ::s == ~ ~ "0 [; ..:l u r-- "C - ... '" ~ E ~ ~ z 8 o ~ ~ ~ ~ ~ ai OJ 8 ..:.: OJ 0 > ... E -e ~~ .... ... OJ OJ ... .... CIl == os "0 .;:: OJ .c ,CIl or ::l == OJ < '" Q\ ..... '" ~~ ~ .E ~ I!;; [ N o o N o o o o o vi" N <A o o o o o. on - 1i2 ,; == .... IOJl == -.:: '3 '" == o U U ~ "" ~ " ~ == ::l o U "C ... '" ~ o io .g ... OJ OJ ... .... CIl '" == "0 ('# 'C :5! = ~ ~ ~~ 8 3 o 0 .!::u '" "0 .... ... == '" E ~ OJ E 6 ~ 6..;! 8 == .... '" "O~ o -c o '" ~ 0 ~ ~ '" == > IS ~ .- .... ['; u r- Q\ c:> \0 0, 0, - N o o N o o o o 00 0' E:'; '" '" ... '" '0 o '" '" ~ "0 == '" ... '" > .;:: ~ U ~ o <:.i ...:- ~ ,; == - ~ '" ... co '0 o '" < "0 == os .: .. o == ..: '" IOJl = '" ~ '" 'iil ~ ~ .. Eo< ~ ... '" '" "0 '" 6 .~ 'i ... ~ ~ == \IS E or N -; oc l:l "C .... co ... ... &~CIl ~ ; ~ ~~ ~ i! i ~ ~ ~ ~ ~ 'i ~ ~ .~ a '" '" '" ::l OJ "" '" ~ .c U -; a'l i~]~ ~ '-' == .;:: CIl -; _ 0 ~ i ~ ~ ~ 8 . i- ..j '" ~ == I~ ~ ~ [~ e:l u r-- Q\ <:> r-- Q\ <:> OIl ~ '0 OIl ~ o o o o o M M '<t ::;; ,; == - ~ = .;:: '" OJ == 'Q, = "" .5 ;:: '" ~ o <:.i Eo< ~ OJ ~ g z OJ iii ;; u u r-- Q\ <:> - o o N 3 o N o ~ on '<t 00. on \0 <A o o 0\ 0, 0, 0,. 00 <A ,; == - ~ = .;:: OJ OJ = 'Q, == "" .. .;:: .... '" ~ ~ .. Eo< ~ c.l = .... ~ '" ... '" '0 o VI '" ~ "0 = co .: .. o == ..: '" IOJl = '" ~ VI 'iil ~ o - .. Eo< ~ OJ) 's o OJ) ~ o 0, 0, 0, - \0 0, 0, - o o o o o o o ~ ~ '" "Q, ::l o ~ "0 == '" OJ "C '" = 0' ...:- ..... o .c ... ~ .. = .;:: ~ ~ = o '" ... '" ~ o <:.i ...:- ~ ,; ti:.5 -; CJ ... t ti 1:: "C ~ ~ = - ..., o "C -= ~ - p,,; .;::.5..... ; '5~ ~~:a"O... ~e "t:l=~c~"O -~ =0."'''0-= ~ ~ ~ ";' ~ c"t: l;I1 c- ="OC'SOQ~ -.::== ~._;'l;;~o ~E "Cs",ai>.";; ... OJ "',..... Eo< ....- - ~ > 0..... i!1' . = 's =E ~.:~:s[;, i! ~j~'~~~ 1. ~ ~.5 [ ~~ .s o~ ~~~8E.sco ~.s =iflU"Ce-=:g "'... ... ~ = = IOJl CIl ... ~~C'S~ ~e\SerJ)~ ~ e~g~~~~~~ ~~o[!1E~~,g"'= ...-;~.~ Oju~~&l 5 t: ,g c oJ 6 u~ ~ E-< g! U o=C~J,., 1--I"CCJ5Qj ~ ... = rIi P" '" '" "0 ..: ~ [~ -'- ~8 I...: ii:.3 ~ ~ r-- '" c:> u r- '" c:> o o o o o o o M <A 8 g on l;i '" OJ .... '" '0 o '" < o(l = ... o == ~ e ~ .g ...:- ~ ,; = - ~ '" .... '" '0 o '" < U Eo< ~ ~ .. U I~ ~ - r-- '" <:> u ~ .... ..... Q\ c:> ..... '" Q '-' ~~ E=: O~ r ~E;( L,,"~~ o~uE=: u ~ -<, gj ~~ ~o o~ u rJJ rJJ ~ Cl ~ ~ ~ :z ~ ~ o = U~ :_ 0 : P...~,," :: ~ ~ "" .... - r;.,. 0"" ~Cl i:ocO -~ z o - E;( U o ..:I ~ "" ~ :z ~ u e; ~ i:oc '" '" '" ~ o o o o '0 ".f i2 oJ ::: - <i> .. .... ~ '<:l '" '" :;: '0 ::: ~ .c ... '" := .: .. lOll ::: .. ~ '" 'ill ~ '" CJ ~ I~ .. '0 ~ Cl -; ::: ~ U 'S ~ ~ .. ~ '" .. lOll '0 .t; ~ .. ::: ::: .. ~ .c ... '" .... '" '0 .t; '" ~ ~ ::: ::: .... '" ....u u t- '" = '<t '" '" ~ '<t '" '" ~ o o o o o o V) I;:;: o o o o o o ;1 oJ ::: - e '" .. .... .la Ql := ~ 'C ~ .. .. .. r;.,. cD ::: '2 ~ '" .. ~ :a ~ '0 ::: ;:j '" CJ ~ ~ c o .... c ... o ~ <i> .... c .. 5 .. 6 .. Cl. 5 - ... ~ ~ '0 ~ o ~ '0 C ~ .. lOll ~:E ~ 8 t-~ a;.c ": ~ ~ ~ ~ "" - t- '" = '" .. ... ~ '<:l '" '" '" -< '0 C ~ ::: o '" Cl. 5 '" .c ~ = .. .. ~ .. U .g ~ c ::: o U '0 .. ~ ~ o . " as .c '" .... c .. 5 .. .. '" .. ~ - ... ~ ~ '0 ~ ~ '0 ~ ~ '0 ::: ~ -;;; ... .. ::: is: "" ... t- '" = '0 '" '" .... o o o o o V). [;; '" .. ... " '0 o '" '" -< '0 ::: " .. .. .c " .. .. Cl. en or '0 c ::: ~ .g ~ I~ ... c .. 5 .. " ~ c. ~ .. ~ = 'C 'i? = ~ 'C ..... C 0 ~ ... c = ~ 'i? " ~ = ::S:9 t() .:: 10.. = g ~ ~ ~ '" .E! ~f ~ 'C ::: .... ~ 0 ~~ on " .... ~ a;~ en 5 ~~ "" ... t- '" <:> '<t '" '" .... o o o o o o N I;:;: oJ ::: ... cD c 'C .. .. ::: '6h ::: "" .c " .. ... "S '" c o U .;: " ~ ~ o lOll .. " .... 5 .5 en ;;:i '-' on a;~ rJj at: :!i~ "" ... t- '" <:> '<t '" '" .... o o o o o o ;1 oJ ::: ... = ~ bll '2 .. .. .., ~ .c ::: .c " en t- ::i! " ::: = ~ '" '" i:oc .g C c ::: o U 'C .. ~ ~ o as ... ~ ~ 'C " o .. .. ~ , ..... ~ .. ~~ :loe ::: '" ..t<:: 5 _ ~~ e~ Cl." 5~ ... ::: ~.:3 o ~ .... .. '" ~r;.,. "6h.: ::: c o '" Cl:= ~ ~ e:l t- '" = '<t '" '" .... V) '" '" .... o o o o o or\" [;; o o o o o o V) I;:;: .; C ... ,;; .. ... " '0 o '" '" -< ~ .c " o := .: .. lOll C .. ~ '" '., ~ .;: " ~ ~ ~ == ::: o U .c: " " .. = s -; Il-o .5 '" ... == .. s .. .. o .. Cl. S ... ... " ~ 'C " ~ t- a;~ OOOi: . '" ~1i: "" .... t- '" <:> '0 '" '" ~ o o o o o o 1:2 .; ::: ... ,;; .. ... " '0 o '" '" -< ~ .c " o := .: .. bll == .. ~ '" '., = .;: " ~ I~ '" ... c e .. .. '" .. ~ .... .. lOll 'C 'C ~ 'C C " ~'C ~.t; ~ 0 'C~ ~~ ~ == t- 6 .u C:;.c en " -. " ~= Cll s en"" .Il-o ~ .c "" .... t- '" <:> '<t '<t '<t '" '" '" '" '" '" ~ .... ~ :5 o o o o N "" t- t- '" '" '" '" .... ~ o o 0 0 000 000 000 o. O. '0' o V) N ::;tl::;t I;:;: y rJ ~ ~ ~ ~ Vi ~ ~ .! rJ; "r CIS ~ Q,J ~ 'u '0 ...... .... e 0 .~ .~ ..~ U') fI) - C,J - <<~~~ ~~-<<.~ .c .c -g '0 ; .~.~=;:= en en '" .c .... bJ) CJl 1j f5 ~ ofof8ecoc UU~ ~~ Q Q = ~ Q,J _ _ ClS bI) Jo,., ... " .c == r;.,. C C ~ .. = c E ~ ~ 66~'ill.o u u u = ::: ..e ..e = "E 'E ~ CJ 0 ~ " ~ ~ U ~ ~ 0 0 ~ as las ~ ~I~ oJ ::: ... '" .. ~ ~ o ~ .. ::: .. '" .c ::: .. .. .. " '" -. ... ~ ~ .. lOll '0 "C :3 ~ ~ ::: '0 ~ e [; sa ~ ~":. E -6 f ~ ~ ::: ... ~8 ~ :;:j'"E -6 .." ~ iiS ~ ~ .... ... .2 = t c == .. =.- ...... rJj:J rJJ. '-' == '0 00" c l:l 5 '" _ .. 'l) Cll 6 ~ enaz ~"5 I;:! ;:::: lOll ::: '2 .. '0 ~ '" ... C .. S -. .. ~ e ~ ~ = .... ~ ~ ... ~ ~ 'C ~ " '0 ~ ~ 'C " ~ .c " ~ " ~ -. on Cll CJ'i ~ "" ... e:l e:l ;:: u u t- '" = r-t---r-r-r- 0\ Q\, 0\0\ 0\ 000.0.0 o o o o o. V) ~ N "" o o o o o N '<t I;:;: t- '" '" ~ '0 '" '" .... o o o o o M I~ '" 0\ 0\ .... o o o 00 N. .... ;:;: ...... t- 0\ '" '" '" .... - :5 o o o o ~ o 0 o 0 o 0 o :5 o or\" 'olS"" I::::: & & " " .~ .~ < < .; oJ 'C 'C ==::: ; ; ~ ~ cJ = = W'J ~ = Q i ~ ~ ~ Cl.S'" Cl.5 'Oo'<:l ~ o 0 W'J ~ 'C ~ ~ <:;: ~ E E -g-g'6h , , = = C .. .. ::: E "" u u 8.;:'5 .g .g :;,~~ c c .... '" ::: c E E == 6 6 :2~8 u u 0 '" .;: "E 'E uuY", " " ~~~ ~.~.Q~~ as..sas..5~~~ oJ ::: ... <i> ~ " '<:l '" '" < '0 ::: " ::: .. '" := ... .. E ~ .;: ... ~ I~ '0 .. " ~ .. ~ ,: c .S ... ... ::: .. .... '" ::: '" " .. ~ ... " ~ .. ~ " 1l-o'C a.. at: ".s 5~ ~ . .!::c ~ 5 . 0 I:::U U t- '" <::> "E " ~ = .: tl c e ~ ~ .... .. = c .. ~ 'C .. ~ .....'0 ~ 'J: '" '" ;::::t:r:: ~6 Z 3 ~ ("3 ~ U U " ~ t- 6 o:a ::: ~.. s ~~ U c'C .c ::: c ... o ~ ~ U ~ ~ ~ -a e " -; Cl = i:oc .:.: .: ~ u ~ os:.~ S ~ E ~ :> i:oc -; ...::: .... 'C "'" ::: ~ .~ ~ e ~ ~ 0 Q,J ;;3 &l ~~ ~ ..c :0::= ;;J 0 .; 'C. rJJ -5 8:::1 Q QJ ... 0 QO 1J~U~~ o ~ ~ rJJ';:: ri Ii ~ I~ ~ t- '" <::> t- '" Q ~ ~ 0' 'C '0 bll oc 'C I.., o '" " ~ ~ ..l ~ 6 " == ::: ~ 6 S .5 U U =' .. .. ~ 'C '0 'l) " ~ N Cl Cl ..... .5 .: S <:> 'i? <:> on c .S ... " ... en -< .. bll " .>: " " Il-o ~ .. lOll ] ... ~ i:oc , ... " .. '0' .. Il-o en U .... on '" , .... , .... ... '" ~ 00' ~ .. i:oc <ZI U - IT> '" , - on a;~ rJj Oi: c\ oQ N~ U U U t- t- t- 0\ '" 0\ <:> <::> <:> ...... '" '" .... ...... 0-, 0\ .... o o o o o N ::'l .; == .... ,;; .. ... " '0 o '" < 'C = " ,Ii " o I:%: ,: .. Cll == .. ~ ~ ~ == = o U 'C l- " ~ = l- = .5 " == .. ~ en ;;:i '-' " '> U c = = o U 'C l- " ~ o " =~ =~ u t- ~ Q ~ ~- o o~ !=r.l....~ ~- Eo-< -<l: -<l: ! ~~~ o ~rJl U ~r.l , ~~ F;;o o~ U rJl rJl ~ ~ ~ ~ Z ~ r.l ~ o : U~ :,0: ~s.r.l :: ~~ r.l ~r.l ""~ 00 e.:U "'" 00 0\ 0\ - Z o .... ~ U o .... ~ ~ Z Eo-< U e; o e.: ~ o o o o o r-: - "" t '0 o ~ '0 = " = o '" ~ ~ i! .... E- .c = .. e = U ~ ~ .~ .0 ~ 6 ~ o "" U = - '0 C,j .. , " Eo-< ~ 0 I~ ~ I~ " '0 'c o ~ ~ = ::s o U '0 .. " ~ = .. = .5 '" ... = " 8 " ;> = .. ~ .... ..,; ... \0 ..., .... ~ Z ~ U ..... 0\ <:> 00 0\ 0\ - o o o o o o' N - "" os '0 'c = ~ ~~ ... = e.: El 5U ~-5 8 i1 == .::: 8 ~';j .- ~ = , "..c '0 C,j .- " ~~ " ~~ p.... E"al ::I~ Eo-<.s '" " '" b.ll '0 = 'C l:lS =-5 ~ ~ . .. 1:;( = U ..... 0\ <:> 00 0\ 0\ - o o o o o 00 "" .; = .... =1l = -c " .. = 's;, = r.l ..,; C,j .. .. "3 '" = = U o - C,j ..: ~ .s " ::s " ='0 " .- ;> .. -<l:'s ..,;"" ilO~ . = ~ ::I . = rJlU 8 " 0'0 .:::~ b.ll , = " .- C,j = = " " '0 .. ~~ " = ::I b.ll = = " .- ~= .. "J<! 8 ::s o '" ~ e " I~~ - 0\ 0\ - o o o o o 6 V) 1;:;( U ..... 0\ <:> 00 0\ 0\ - o o o o o. - N "" C,j = .... c " b.ll 'f! " .... 0(1 ..,; ::I ..,; cJl -;.. .. :!2 " ::I = 11 o ~ ~ ~ = ::I = U .. '0 I~ :!f ... '0 = ~ '0 = " = o '" ~ o ..,; Eo-< = ~ .. U o 1) .0 = = o U '0 .. '" ~ o .; ,,:; '3 '0 " Sn ~ 'iJ " ~=8 g 0 'l::l~ " -g'~ = " ~~ = -;.. .s = '" ~ ai .. ~1 "dial ~... .~ ~ =.S! t ~ ;> = o 0 ::EO; 0] ~, ::E'; I~ .S el U ..... ..... 0\ 0\ <:> <:> - o o N o o o o o .,.;- N "" :!f ... " 'g '" < '0 = " = o '" ~ o ..,; Eo-< ~ .. U ~ .0 = = o U "E " ~ o . ,,:; ~:5 '" ::s ... " " ==8 8 0 o~ .::: , "'.0 ...= = .. = ~8 ~"E .. " ~~ .... .. '0= ... , "'0 ;> " .. 0 "3~ 0'0 = = .. '" .~ i;l ... .... fa ~ ~~ I:::: 0 ~ ... " ~ '0 = " " :!2~ " 0 0- 0"" i~ ~ E 008 fi'O 0\ ... .... " ~ ~ 8= o .::: .. = = .. ~ or ';j '0 .. .. '0 = " .... ....t: N 0 ~~ Z-cl ~~ 0\ 0\ 0\ - o o o o o 6 I;;' '" .l!! " '0 o '" < '0 = " = o ~ o ..,; Eo-< = .. ;> " .. U ~ .0 = = o U "E " ~ I":; U ..... 0\ <:> o ... .... "" ~ rJl " 8::1 o S .:::- ","" =~ S 3 .. 0 ~U "''0 p..... .5 ~ .. 0 = ... == ~-cf -<l: ~ fie.: .... ... . .. ~'Oi en .5 . ... I~ ~ 0\ 0\ 0\ - B 18 o o o o o 00 I~ '" .. ... " '0 o '" < '0 = " = o ~ o ..c Eo-< = .. ;> '" .. U ~ ~ ::I o U '0 .. " .; ~.; = I":; '3 U ~ o = ... = .... 0 ""U e.:'O rJl :- 8 ~ o .. .:::= ~ cJ' 5~ 8"E .. .. ;>'0 o = .. " p...... 8... .... .. ~~ ~-ci" ;> '" -<l:~ ;S "" E:l ...... <.) ;:, ~ CIS tf:! ~ 8:S: ~ . "C S ~ 12:: ~ F;' - .... E J!:! lS '" '" .;!l U ..... 0\ <:> Oll .01 o Oll '" .... <2 ~ ..... 0\ <:> .... o o N '" .... " "B (5 ~ E= "8 '" a '" z '0 " ~ i'1 ~ '" e:l "'" f.I.i p.; B o (/J o = gj ~ -< G Cii ACES, Inc. Consulting Engineers _i"~V~~Y'~0J@-;.w;,l'B%8~~~~~~;l!lJi!~lj{~f.j~I{Y~'#!fi}~~G0n%t;I!M;m~,'~~~r~- PROJECT NAME: 195 Intelligent Corridor System, Dade County PROJECT LOCATION: Miami - Dade County, Florida PROJECT OWNERS NAME & ADDRESS: Florida Department of Transportation, Florida C/o Kimley-Hom and Associates 4431 Embarcadero Drive West Palm Beach, Fl. Attention: Mr. Tom Farnan, P.E. Phone #: (561) 845-0665 ESTIMATED COST (in thousands): $ 15,000 WORK FOR WHICH FIRM WAS RESPONSIBLE: $ 30,000 PROJECT INVOLVED: Geotechnical engineering services for road reconstruction and improvements PROJECT DESCRIPTION: Advance Consulting Engineering Services, Inc. performed geotechnical testing and evaluation, and prepare foundation recommendations for the construction of different structures and devices such as close circuit television cameras, video image detectors, arterial variable message signs etc, along I 95 in Miami - Dade County (US 1 to Ives Dairy Road). The purpose of this project is to collect information about the traffic flow with all the devices installed along I 95, and adjust the messages in the signs for the drivers so the 195 can be used more efficiently. 7800 Wesl Oakland Park Blvd. Suile 109 Sunrise, Fl33351 Phone (954) 746-6868 - Fax (954) 746-6898 ACES, Inc. Consulting Engineers _:fi.\~f.K3;ii~_~'h 'V-~~ftV')~IV~~~i'it-iL~!$14f~A:IW:~~~.v~~':1"~~~ PROJECT NAME: Metrorail Extension to the Palmetto Expressway and Muti-Modal Facility PROJECT LOCATION: Medley, Miami - Dade County, Florida PROJECT OWNERS NAME & ADDRESS: Miami Dade County Transit Authority C/o Frederic H. Harris, Inc. 800 Douglas Road, Suite 770 Coral Gables, FL 33134 Attention: Mr. Saul Perez Phone #: (305) 444-8241 ESTIMATED COST (in thousands): $80,000 WORK FOR WHICH FIRM WAS RESPONSIBLE: $82,000 PROJECT INVOLVED: Geotechnical engineering services for the construction of a new Metrorail Station and Transitway PROJECT DESCRIPTION: Advance Consulting Engineering Services, Inc. performed subsurface exploration, laboratory testing, geotechnical evaluation and prepared foundation recommendations for over a mile of elevated railway track, station, parking lot, and roadways from the existing Okeechobee Metrorail Station to NW 74 Street and west of Palmetto Expressway. The proposed metrorail extension is expected to reduce the traffic flow to already congested SR826 (Palmetto Expressway). 7800 Wesl Oakland Park Blvd, Suite 109 Sunrise, 1"1 33351 Phone (954) 746-6868 - Fax (954) 746-6898 ACES, Inc. Consulting Engineers _~ilIlimf@e,*l1ti1'tjjlC4i\ i:SiIJ_. _~~':i~U",~"W!!%f~1!#$:ut;tt:'m%'"j~V"'fm~;'1l\llS~~~'l.\'z,,,.~_ PROJECT NAME: SR 25 (Okeechobee Road) Widening PROJECT LOCATION: Miami-Dade County, Florida PROJECT OWNERS NAME & ADDRESS: Florida Department of Transportation, Florida C/o Beiswen~er Hoch and Associates 1190 NE 163 d Street, Suite 203, North Miami Beach, Fl. 33162 Attention: Mr. Robert Filusch, P,E. Phone: (305) 944-5151 ESTIMATED COST (in thousands): $ 20,000 WORK FOR WHICH FIRM WAS RESPONSIBLE: $ 150,000 PROJECT INVOLVED: Geotechnical Engineering Services PROJECT DESCRIPTION: Advance Consulting Engineering Services, Inc. (ACES) performed the subsurface exploration, laboratory analysis and foundation recommendations for the widening of Okeechobee Road. This widening includes the construction of a depressed portion of the roadway without obstructing the traffic flow, Slurry walls, sheet piles, vertical and inclined anchors, and seepage analysis were some of the studies performed in order to evaluate the project design requirements 7800 Wesl Oakland Park Blvd. Suile 109 Sunrise, FI 33351 Phone (954) 746-6868 - Fax (954) 746-6898 ACES, Inc. Consulting Engineers _~~~iU~.;li! lt1l =-I\. 11 n~'lil~~~iZii~iO<f~!mlllMJl#:i%"l,,~~~'~n.,,_ PROJECT NAME: NW 25th Street Improvements PROJECT LOCATION: Miami, Miami-Dade County, Florida PROJECT OWNERS NAME & ADDRESS: Florida Department of Transportation, Florida C/o Marlin Engineering 2191 NW 9ih Avenue Miami, Fl. 33172 Attention: Mr. Miguel Soria Phone # (305) 477-7575 ESTIMATED COST (in thousands): $60,000 WORK FOR WHICH FIRM WAS RESPONSIBLE: $250,000 PROJECT INVOLVED: Geotechnical engineering services PROJECT DESCRIPTION: Advance Consulting Engineering Services, Inc. is under contract to perform the subsurface exploration, laboratory analysis and foundation recommendations for the roadway design of NW 251h Street Improvements and the Viaduct Structure over the North Line Canal. One and two level structures will be constructed along NW 25th Street over North Line Canal with approach embankments retained with MSE retaining walls. This project is approximatelJ; 2 miles long from NW 22 Street along 68th Avenue, NW 25th Street ending on NW 89 Court. 7800 Wesl Oakland Park Blvd. Suite 1 09 Sunrise, FI 33351 Phone (954) 746-6868 - Fax (954) 746-6898 ACES, Inc. Consulting Engineers _'~'n~~~~~~,XilYln.-~\'<<w,tJ~~~~~"fi!iiI&Wiili1<'_ PROJECT NAME: Fort Lauderdale - Hollywood International Airport Terminal Access Roadway Improvements PROJECT LOCATION: Fort Lauderdale, Florida PROJECT OWNERS NAME & ADDRESS:Florida Department of Transportation, Florida C/o Beiswen~er Hoch and Associates 1190 NE 163 d Street Suite 203 North Miami Beach, Fl. 33162 Attention: Mr, Robert Filusch Phone # (305) 944-5151 ESTIMATED COST (in thousands): $ 50,000 WORK FOR WHICH FIRM WAS RESPONSIBLE: $100,000 PROJECT INVOLVED: Design Built geotechnical engineering services for roads and bridges construction and improvements PROJECT DESCRIPTION: Advance Consulting Engineering Services, Inc. (ACES) is part of the design - built team for the construction of six bridges and ramps for the new access to the Fort Lauderdale- Hollywood International Airport. ACES was assigned to be the geotechnical engineer for the design of the foundation for the proposed bridges. Evaluation of settlement and slope stability for the proposed slope embankments, and settlement and soil reinforcement length design for MSE walls. 7800 Wesl Oakland Park Blvd. Suile 109 Sunrise, Fl 33351 Phone (954) 746-6868 - Fax (954) 746-6898 ACES, Inc. Consulting Engineers ~~~~-:~~~~:M&.lli~~~~nj1il:Wlr1f~' PROJECT NAME: Turnpike Widening from Boca Raton Interchange to Delray Beach PROJECT LOCATION: Boca Raton, Palm Beach County, Florida PROJECT OWNERS NAME & ADDRESS: Florida Department of Transportation C/o Frederic H. Harris, Inc. 800 Douglas Road, Suite 770 Coral Gables, FL 33134 Attention: Mr. Saul Perez Phone #: (305) 444-8241 ESTIMATED COST (in thousands): $15,000 WORK FOR WHICH FIRM WAS RESPONSIBLE: $119,000 PROJECT INVOLVED: Geotechnical exploration services for widening of two lanes (one in each direction) of the existing Florida Turnpike between the Boca Raton Interchange and Atlantic Avenue. PROJECT DESCRIPTION: Advance Consulting Engineering Services, Inc. (ACES) performed geotechnical tesling and evalualion for the construclion of this 5.7-mile widening along Florida's Turnpike. The proposed improvement considers one additional lane in each direction of Florida's Turnpike so that the proposed roadway, once finished, will have three traffic lanes in each direction. The addilion oflhese two lanes will also require widening of the bridges along Turnpike at several localions and reconstruction of the ramps near Ihe Boca Raton Interchange and Atlanlic Avenue. 7800 West Oakland Park Blvd. Suite 109 Sunrise, Fl 33351 Phone (954) 746-6868 - Fax (954) 746-6898 ACES, Inc. Consulting Engineers _;~i?,. ~M~ 0!Ji!m:-,ag;:;w!i~~M#&;~~~"'t_'''i.i"><~ll~~:~~ PROJECT NAME: SR 80 (Southern Boulevard from West of Haver hill Road to Parker Avenue) PROJECT LOCATION: West Palm Beach, Florida PROJECT OWNERS NAME & ADDRESS: Florida Department of Transportation, Florida C/o Kimley-Horn and Associates 4431 Embarcadero Drive West Palm Beach, Fl. Attention: Mr. Tom Farnan, P.E. Phone #: (561) 845-0665 ESTIMATED COST (in thousands): $50,000 WORK FOR WHICH FIRM WAS RESPONSIBLE: $120,000 PROJECT INVOLVED: Geotechnical Engineering Services PROJECT DESCRIPTION: Advance Consulting Engineering Services, Inc. (ACES) performed geotechnical testing and evaluation for the construction of 6 miles of roadways and bridge structures, This project includes the new construction and reconstruction of several bridges, MSE walls, constructions of near approach embankments, relocation of the C-5l and Stub canals and their stability maintenance through combination of sheet pilt:;s and slope protection measures. ACES also performed geotechnical explorations for sign structures and high mast lights as well additional borings for the proposed water retention ponds, Ground water table monitoring was also performed through the use of monitoring wells in areas where the natural ground water table appeared to be relatively high. 7800 Wesl Oakland Park Blvd. Suile 109 Sunrise, Fl 3335] Phone (954) 746-6868 - Fax (954) 746-6898 ACES, Inc. Consulting Engineers 11.mr..;;wwd:ffi't~~~ry''?;oc&?~~'W~ JIllI!I.~~~_ PROJECT NAME: SR AlA / South Roosevelt Blvd, from Bertha St. to US I PROJECT LOCATION: Key West, Florida PROJECT OWNERS NAME & ADDRESS: Florida Department of Transportation, Florida C/o Metric Engineering, Inc 13940 SW 136 Street Suite 200 Miami, Florida 33186 Attention: Mr. Manny Benitez Phone #: (305) 235-5098 ESTIMATED COST (in thousands): $ 7,000 WORK FOR WHICH FIRM WAS RESPONSIBLE: $ 65,000 PROJECT INVOLVED: Geotechnical engineering services for road reconstruction and improvements PROJECT DESCRIPTION: Advance Consulting Engineering Services, Inc. (ACES) is a sub consultant to Metric , Engineering for the reconstruction and improvements of existing SR AlA / South Roosevelt Blvd. from Bertha Street to US I in the city of Key West Florida, including new parking areas, and path for bikes and pedestrians. The approximate total length of the project was 2.9 miles. ACES collected information from 144 auger borings to depths ranging from 6 to 20 feel deep, 13 SPT borings 10 deplhs ranging from 10 to 20 feet, 8 percolalion lesls and 11 probe borings to depths ranging from I 10 9 feet. Soil stratificalion and laboralory tesling were performed on samples collected. Engineering design for road widening, relaining walls and general recommendalions for drainage trench excavation were performed. 7800 West Oakland Park Blvd. Suile 109 Sunrise, FI33351 phone (954) 746-6868 - Fax (954) 746-6898 BURNS & McDONNELL ~MC:!1:6~9.!'it~.S9.~I3E~.. !f';J5. RESPONSIVE TRANSPORTATION SOLUTIONS Everglades Construction Projects South Florida Water Management District Contact Mr. Joe Schweigardt, P.E. South Florida Water Mgmt District 3301 Gun Club Road West Palm Beach, Florida 561-686-8800 Consultant Burns & McDonnell 890 South Dixie Hwy Coral Gables, FL 33146 Scope Of Work Preliminary and final designs, bid documents and construction engineering support and management for the Everglades Protection Project. Completion Date 2003 Design Fee $17 million Construction Cost Entire Project: Estimated $660 Million Stormwater Treatment Area 5: Estimated $11.5 million Actual $10.5 million Stormwater Treatment Area 6: Estimated $1.2 million Actual $1.6 million Stormwater Treatment Area 3 & 4: Estimated $137 million Relevant Tasks . Hydraulic analyses . Design of levees and canals Design of control structures Design of pump stations Cost estimating Construction program management and capital expenditure scheduling Description Burns & McDonnell has recently provided services to the South Florida Water Management District in the development of conceptual, preliminary, and currently, final designs for the Everglades Construction Project mandated by the Everglades Forever Act of the State of Florida. The primary physical components of the Project are a number of stormwater treatment areas, encompassing roughly 42,000 acres, and consisting of constructed wetlands intended to reduce the level of nutrients (primarily phosphorus) discharged into the Everglades Protection Area from the C-51 West, West Palm Beach, North New River, Miami, and L-3 canals. The project also includes substantial modification of the existing works of the Central and Southern Florida Flood Control Project for the restoration of appropriate hydropatterns at points of discharge to the Everglades Protection Area. The basic definition of the Project was developed by a Technical Mediation Group formed of representatives of a wide variety of interests, including primary parties involved in a wide array of litigation surrounding the District's efforts to implement the Surface Water Improvement and Management Plan for the Everglades. Burns & McDonnell served as the primary engineering consultant to that group. Following completion of the deliberations of that group, Burns & McDonnell prepared the Conceptual Design for the Everglades Construction Project, which was subsequently incorporated by direct reference in the Everglades Forever Act. Following passage of the Act, Burns & McDonnell prepared the preliminary design for the entire $660 million project. This effort, completed in 1996, resulted in the preparation of a series of General Design Memoranda which further defined the basic nature and design requirements for all significant elements of the project. Burns & McDonnell subsequently prepared the detailed design for the 4,800-acre, $25 million Stormwater Treatment Area 5 and the 812-acre, $1.25 million Stormwater Treatment Area 6, Section 1, both of which have been constructed and are now operational. Burns & McDonnell is now preparing the design of the 17,000-acre, $250 million Stormwater Treatment Area 3/4, scheduled for completion in 2003. That project will include stormwater pumping stations with capacities up to 3,670 cfs; gated spillways and numerous automated control structures; roughly forty miles of levee; and an additional 18 miles of major canai enlargements. US 1 and Indiantown Road Intersection Enhancement Study Town of Jupiter, Florida Contact Mr. Michael Busha, Executive Director Treasure Coast Regional Planning Council 301 East Boulevard, Suite 300 Stuart, Florida 34994 Completion Date December 1999 Description Burns & McDonnell completed an intersection enhancement study for The Town of Jupiter in Florida. The Treasure Coast Regional Planning Council administered the study. The scope of the study involved developing alternative preliminary designs and cost estimates for the intersection of US 1 and Indiantown Road leading to a selection of a preferred alternative. The proposed streetscape improvements include pavement widening, resurfacing, storm drainage, incorporation of ADA-compliant features, decorative and roadway lighting, and landscaping. Cost estimates and conceptual sketches were developed for each viable alternative. Consultant Burns & McDonnell 890 South Dixie Hwy Coral Gables, FL 33146 Scope Of Work Intersection Streetscape Study Design Fee $6,500 Construction Cost Est. $250,000 Actual: N/A Relevant Tasks . Urban Design . Roadway Design . ADA-Compliance Audit . Storm Drainage . Roadway Lighting . Public Involvement . Landscaping . Cost Estimates Analysis of the existing conditions at the intersection and its vicinity was performed requiring research of existing drawings, and review of applicable zoning, transportation, landscaping and other master plans. A field review was also performed to confirm existing data and to become more familiar with the site. The available right- of-way and typical section were documented. A preferred alternative typical section was selected from the various alternatives incorporating traffic calming and pedestrian-friendly features desired by the Town of Jupiter. The preferred alternative incorporated an expanded typical section that used all of the existing one hundred twenty foot (120'-0') wide right-of-way with the following modifications: . Elimination of the existing 11'-0' wide outside travel lanes in both directions. . Removal of the existing 5' -0" wide sidewalks and green utility strips, and construction of new 19'-0' wide sidewalks with T-O' wide planters adjacent to the existing right-of-way lines on either side. . Introduction of 8'-6' wide parallel parking spaces with curb and guller adjacent to the new planters in each half of the right-of-way. . Widening of the existing 12'-0. wide median to 18'-0". . Relocation of the underground existing overhead utilities (optional). Seven Cities: Northern Palm Beach County US1 Corridor Study Treasure Coast Regional Planning Council Contact Mr. Michael Busha, Executive Director Treasure Coast Regional Planning Council 301 East Boulevard, Suite 300 Stuart, Florida 34994 Consultant Burns & McDonnell 890 S. Dixie Hwy. Coral Gables, FL 33146 Scope Of Work Corridor Study Description Bums & McDonnell provided engineering and urban design services for the Seven Cities: Northern Patm Beach County US 1 Corridor Study. The purpose of the study was to develop a master plan for the 60-mile, 4-lane urban and rural arterial corridor that bisects Palm Beach County and links the seven cities of Riviera Beach, Lake Park, North Palm Beach, Palm Beach Gardens, Juno Beach, Jupiter, and Tequesta. The study was prepared for and funded in part by the Treasure Coast Regional Planning Council (TCRPC), each of the Seven Cities, Palm Beach County, the Port of Palm Beach, the Florida Department of Community Affairs and the Florida Department of Transportation. Completion Date October 1999 Goals and objectives of the study included: Design Fee $5,000 Relev ant Task . Urban Design . Roadway Design . ADA-Compliance . Storm Drainage . Roadway Lighting . Public Involvement . Landscaping . Cost Estimating . Compiling public input as to potential improvements to the corridor and tailoring these improvements to their needs. . Determining facilities that are required by motorists, bicyclists, and pedestrians along the corridor. . identifying appropriate pedestrian-oriented improvements for each land-use (greater sidewalk widths, lighting, traffic-calming, on-street parking, lane-widths and medians). . Developing streetscape enhancements coordinated with the adjacent land use (relocation of above ground utilities underground, use of parking garages to consolidate parking areas, landscaping, enhanced building facades, repositioning buildings closer to street, enhancing storefronts and permitting mixed-use buildings). . Studying alternative typical sections that optimize the corridor configuration for each land use. Construction Cost Est. $63 Million Burns & McDonnell was responsible for evaluating and refining each of the infrastructure and streetscape improvement concepts generated during a two week. long public involvement 'charrette'. More than 100 people attended the sessions including: property owners, neighbors, business people, developers and the mayors and staff from each of the seven cities and towns. Burns & McDonnell also verified the feasibility of each of the concepts, revised them as required to comply with federal, state, and local design standards and prepared order of magnitude cost estimates for each alternative. The master plan has been adopted by the Seven Cities and is being used by local municipalities and the Florida Department of Transportation as a guide for future changes along the corridor. w. Edgewood Drive - Phase I City of Jefferson City, Missouri Contact Mr. Jack Kramer Director Engineering Division Jefferson City Depl. 01 Public Works 320 E. McCarty SI. Jefferson City, Missouri 65101 (573) 634-6440 Consultant Burns & McDonnell 890 South Dixie Hwy Coral Gables, FL 33146 Scope 01 Work Roadway Design Completion Date 1998 Design Fee $100,000 Construction Cost Estimated $ 2.6 million Actual $2.6 million Relevant Tasks . Horizontal and vertical geometry . Storm water management . Roadway lighting . Signing and marking . T rafflc control plans . Environmental permitting . Soils and material testing · Geotechnical engineering . Right-ol-Wayengineering Description W. Edgewood Drive was conceptually designed as an urban arterial parkway on new alignment in and adjacent to the Wei(s Creek valley. The roadway connects two important transportation corridors in the city, Stadium Drive and Fairgrounds Road. The first phase, Irom Stadium Drive to Wildwood Drive, is a 1.7-mile, $2.6-million segment located in an area in which the demand lor commercially developable property is high. Additionally, a connection to the planned Mo. Route 179 was to be made in the Phase I section. The terrain adjacent to the narrow valley is steeply rolling with shallow soils over rock. Profile design 01 the project made balanced economical use 01 corridor materials, while elevating the roadway proper above the floodway. Iterative computer analysis 01 alternate grades and alignment helped to meet this challenge. Computer models 01 Wei(s Creek and the detailed corridor tributary areas were applied to design the drainage facilities lor watershed service, including detention. The design leatured a natural, linear park space along the street, with provisions for bikeways, fitness trails and parking. Scenic easements were placed along the south side of the corridor to maintain a striking visual backdrop. The roadway lighting system provides supplemental security lighting along the parallel bicycle/pedestrian-park corridor. w. Edgewood Drive - Phase I City of Jefferson City, Missouri Contact Mr. Jack Kramer Director Engineering Division Jefferson City Dept. of Public Works 320 E. McCarty St. Jefferson City, Missouri 65101 (573) 634-6440 Consultant Burns & McDonnell 890 South Dixie Hwy Coral Gables, FL 33146 Scope Of Work Roadway Design Completion Date 1998 Design Fee $100,000 Construction Cost Estimated $ 2.6 million Actual $2.6 million Relevant Tasks . Horizontal and vertical geometry . Storm water management . Roadway lighting . Signing and marking . Traffic control plans . Environmental permitting . Soils and material testing . Geotechnical engineering . Right-of-Way engineering Description W. Edgewood Drive was conceptually designed as an urban arterial parkway on new alignment in and adjacent to the Weir's Creek valley. The roadway connects two important transportation corridors in the city, Stadium Drive and Fairgrounds Road. The first phase, from Stadium Drive to Wildwood Drive, is a 1.7 -mile, $2.6-million segment located in an area in which the demand for commercially developable property is high. Additionally, a connection to the planned Mo. Route 179 was to be made in the Phase I section. The terrain adjacent to the narrow valley is steeply rolling with shallow soils over rock. Profile design of the project made balanced economical use of corridor materials, while elevating the roadway proper above the floodway. Iterative computer analysis of alternate grades and alignment helped to meet this challenge. Computer models of Weir's Creek and the detailed corridor tributary areas were applied to design the drainage facilities for watershed service, including detention. The design featured a natural, linear park space along the street, with provisions for bikeways, fitness trails and parking. Scenic easements were placed along the south side of the corridor to maintain a striking visual backdrop. The roadway lighting system provides supplemental security lighting along the parallel bicycle/pedestrian-park corridor. FEMA.DORM Drainage Projects Administered by Miami-Dade DERM Miami-Dade County, Florida Contact Master Consultant Jose Nessi TY Un/H. J. Ross 800 Douglas Entrance Annex Building, Suite 250 Coral Gables, FL 33134-3163 (305) 567-1888 Consultant Burns & McDonnell 2701 Ponce de Leon Boulevard Suite 300 Coral Gables, FL 33134 (305) 476-5820 Description Miami-Dade County has obtained federal assistance for the restoration of over 3,300 sites affected by the flooding that occurred when Hurricane Irene (October 1999) and the "No-Name' Storm (October 2000) battered Miami-Dade County. The Federal Emergency management Agency (FEMA) Division of Recovery and Mitigation (DORM) is responsible for the work program that involves the restoration of county roads damaged by flooding and construction of measures to mitigate potential flooding in the future. Restoration of county roads includes design of drainage systems to mitigate flooding and to provide pre-treatment of slormwater flows prior to outfall. Depending on the severity of the flooding and roadway damage, the projects will require either reconstruction and/or resurfacing of roads. The restoration program involves 922 sites throughout Miami-Dade County worth $130 million in improvements. The program also involves replacement of 2,085 slab covered trenches and positive outfall drainage system sites with French drain-based systems that provide pre-treatment of stormwater runoff flows prior to outfall. The cost of the replacement is estimated at $347 million. Burns & McDonnell has been involved in the restoration effort completing the design of more than 10 sites countywide with an estimated allocation of over 25 sites. Each site must be designed and built within FEMA's funding parameters. This fast-track project requires completion of site designs in approximately two weeks. The scope of work includes drainage design, roadway design, coordination of underground utility locations, and permitting of the improvements. The engineering is being done in accordance with Miami-Dade County DERM criteria and Public Works Department standards. The four-year program is anticipated to continue through 2005 with design efforts anticipated to be completed by end of 2002. Burns & McDonnell has also been involved in the development of canal dredging plans within Miami-Dade County. To date over 10 miles of canals have been negotiated for canal dredging. Each canal location must be designed and built within FEMA's funding parameters. This fast- track project requires completion of 1 mile of canal dredging plans in approximately two weeks. The scope of work includes culvert replacement, canal embankment slope stability, development of Maintenance of T rafflc Plans, and installation of new guardrail. The engineering is being done in accordance with Miami-Dade County DERM criteria. Completion Date Start: December, 2001 Aug. 2002 (Roadway Drainage Improvements Completed) Dec. 2002 (Est. Construction) Sep. 2002 (Est. Begin Date for Design) Relevant Tasks . Data Collection . Roadway Design . Drainage Design . Cost analysis . Construction Administration . Earthwork . Specifications . Field Surveys Design Fee $105,000.00 (Roadway Drainage Improvements) $ 440,647.00 (Canal Dredging Plans) Key Individuals James Kanter, P.E. Mauricio Paredes, P.E. Jeannelia Uu, P.E. Estimated Construction Cost $3,000,000.00 (Roadway Drainage Improvements) $11,600,00.00 (Canal Dredging Plans) US 1 and Indiantown Road Intersection Enhancement Study Town of Jupiter, Florida Contact Mr. Michael Busha, Executive Director Treasure Coast Regional Planning Council 301 East Boulevard, Suite 300 Stuart, Florida 34994 Scope Of Work Intersection Streetscape Study Consultant Bums & McDonnell 2701 Ponce De Leon Blvd. Suite 300 Coral Gables, FL 33134 Completion Date December 1999 Description Burns & McDonnell completed an intersection enhancement study for The Town of Jupiter in Florida. The Treasure Coast Regional Planning Council administered the study. The scope of the study involved developing alternative preliminary designs and cost estimates for the intersection of US 1 and Indiantown Road leading to a selection of a preferred alternative. The proposed streetscape improvements include pavement widening, resurfacing, storm drainage, incorporation of ADA-compliant features, decorative and roadway lighting, and landscaping. Cost estimates and conceptual sketches were developed for each viable alternative. Design Fee $6,500 Construction Cost Est. $250,000 Actual: N/A Relevant Tasks . Urban Design . Roadway Design . ADA-Compliance Audit . Storm Drainage Roadway Lighting Public Involvement . Landscaping . Cost Estimates Analysis of the existing conditions at the intersection and its vicinity was performed requiring research of existing drawings, and review of applicable zoning, transportation, landscaping and other master plans. A field review was also performed to confirm existing data and to become more familiar with the site. The available right- of-way and typical section were documented. A preferred alternative typical section was selected from the various alternatives incorporating traffic calming and pedestrian-friendly features desired by the Town of Jupiter. The preferred alternative incorporated an expanded typical section that used all of the existing one hundred twenty foot (120'-0') wide right-of-way with the following modifications: . Elimination of the existing 11'-0" wide outside travel lanes in both directions. . Removal of the existing 5'-0' wide sidewalks and green utility strips, and construction of new 19'-0' wide sidewalks with 7' -0" wide planters adjacent to the existing right-of-way lines on either side. . Introduction of 8' -6" wide parallel parking spaces with curb and gutter adjacent to the new planters in each half of the right-of-way. . Widening of the existing 12'-0. wide median to 18'-0'. . Relocation of the underground existing overhead utilities (optional). Neighborhood No. 10 -Flamingo/Lummus Park City of Miami Beach, Florida Contact Timothy Hemstreet City of Miami Beach Acting Director Capital Improvements Projects (CIP) Office, 77717th Street, Miami Beach, FL 33139 Tel.: (305) 673-7071, Ext. 6431 Fax: (305) 673-7073 timhemstreet@ci.miami-beach.fl.us Consultant Bums & McDonnell 2701 Ponce De Leon Blvd., Suite 300 Coral Gables, FL 33134 Scope Of Work Paving . Grading Drainage . Lighting . Utilities Completion Date Start: August 2001 Completion: 2005 Design Fee $588,000 Construction Cost Est. $21 Million Relevant Tasks Planning Design Stormwater analysis and design Water Distribution analysis and design Cost analysis Environmental permitting Community involvement Bidding and Award Construction Administration Key Individuals Mauricio Paredes, P.E. James Kanter, P.E. Ronald Colas, P.E. Jeannelia Liu, P.E. Cartos Perez, E.I. Ric Martinez, P.E. Description Bums & McDonnell is currently principal subconsultant for the civil engineering required by this project. The scope of services includes: planning, design, bidding and award, and construction administration of the capital right-of- way infrastructure improvements for the FlamingolLummus neighborhood in Miami Beach, Florida. The project encompasses an area from 5th to 16th Streets, and from Alton Road to Ocean Drive. The project is located in the heart of the South Miami Beach area and includes much of the National Register Architectural District. The area is characterized by residential and commercial developments surrounding the Flamingo and Lummus Parks. Capital improvements involve upgrading the water distribution and storm drainage systems within the right-of- ways to maximum levels of service attainable with available funding. The existing infrastructure is stressed beyond capacity and deteriorating from decades of use. Plans call for replacement of undersized water mains and tuberculated pipes to increase water pressures and flows. In addition, undersized storm piping will be replaced and deep wells retrofitted toreduce flood levels and improve the water quality of stormwater runoff. The planning effort requires the following: data collection, evaluation of existing infrastructure, alternative development and selection, and preparation of a Basis of Design Report. Initially, all utility companies will be contacted and record drawings of existing infrastructure obtained. Second, verification of master plan documents will be performed and field studies conducted to evaluate the performance of the existing water and storm drainage systems. After the evaluation process, alternatives will be developed with detailed cost analyses. The planning phase culminates in a Basis of Design Report describing the engineering analysis, alternatives and preferred alternative recommended by Burns & McDonnell for each of the components of the project. The planning phase also involves community involvement though participation in two community design workshops. Burns & McDonnell will present various alternative implementation schemes for the water and storm drainage improvements and provide engineering support related to the above ground improvements. During these sessions valuable feedback will be obtained and incorporated into the final alternatives analysis and selection of the preferred alternative that will be the basis of the final design. Following the planning of the improvements, construction documents will be developed under an aggressive schedule. The construction plans are anticipated to number more than 400 sheets. Total construction cost of underground infrastructure improvements is estimated at $9,919,500. Neighborhood No.10 -Flamingo/Lummus Park City of Miami Beach, Florida Contact Timothy Hemstreet City of Miami Beach Acting Director Capital Improvements Projects (CIP) Office, 77717th Street, Miami Beach, FL 33139 Tel.: (305) 673-7071, Ex\. 6431 Fax (305) 673-7073 timhemstreet@ci.miami-beach.fl.us Consultant Burns & McDonnell 2701 Ponce De Leon Blvd., Suite 300 Coral Gables, FL 33134 Scope Of Work Paving Grading . Drainage Lighting Utilities Completion Date Start: August 2001 Completion: 2005 Design Fee $588,000 Construction Cost Est. $21 Million Relevant Tasks . Planning . Design Stormwater analysis and design Water Distribution analysis and design Cost analysis Environmental permitting Community involvement Bidding and Award Construction Administration Key Individuals Mauricio Paredes, P.E. James Kanter, P.E. Ronald Colas, P.E. Jeannelia Liu, P.E. Carlos Perez, E.I. Ric Martinez, P.E. Description Burns & McDonnell is currently principal subconsultant for the civil engineering required by this project. The scope of services includes: planning, design, bidding and award, and construction administration of the capital right-of- way infrastructure improvements for the Flamingo/Lummus neighborhood in Miami Beach, Florida. The project encompasses an area from 5th to 16th Streets, and from Alton Road to Ocean Drive. The project is located in the heart of the South Miami Beach area and includes much of the National Register Architectural District. The area is characterized by residential and commercial developments surrounding the Flamingo and Lummus Pa~s. Capital improvements involve upgrading the water distribution and storm drainage systems within the right-of- ways to maximum levels of service attainable with available funding. The existing infrastructure is stressed beyond capacity and deteriorating from decades of use. Plans call for replacement of undersized water mains and tuberculated pipes to increase water pressures and flows. In addition, undersized storm piping will be replaced and deep wells retrofitted to reduce flood levels and improve the water quality of stormwater runoff. The planning effort requires the following: data collection, evaluation of existing infrastructure, alternative development and selection, and preparation of a Basis of Design Report. Initially, all utility companies will be contacted and record drawings of existing infrastructure obtained. Second, vertfication of master plan documents will be performed and field studies conducted to evaluate the performance of the existing water and storm drainage systems. After the evaluation process, alternatives will be developed with detailed cost analyses. The planning phase culminates in a Basis of Design Report describing the engineering analysis, alternatives and preferred alternative recommended by Burns & McDonnell for each of the components of the project. The planning phase also involves community involvement though participation in two community design wo~shops. Burns & McDonnell will present various alternative implementation schemes for the water and storm drainage improvements and provide engineering support related to the above ground improvements. During these sessions valuable feedback will be obtained and incorporated into the final alternatives analysis and selection of the preferred alternative that will be the basis of the final design. Following the planning of the improvements, construction documents will be developed under an aggressive schedule. The construction plans are anticipated to number more than 400 sheets. Total construction cost of underground infrastructure improvements is estimated at $9,919,500. Star, Palm and Hibiscus Islands Neighborhood Water, Wastewater, and Stormwater Improvements, and Streetscape Enhancements (Subconsultant) City of Miami Beach, Florida Contact Program Manager: Burt Vidal, P.E. Hazen & Sawyer 975 Arthur Godfrey Road Miami Beach, Florida 33140 (305) 532-9292 Consultant Burns & McDonnell 2701 Ponce de Leon Boulevard Suite 300 Coral Gables, FL 33134 (305) 476-5820 Completion Date Start: July 2000 Submitted 30% Construction Plans (Design In Progress) Design Fee $134,000.00. Construction Cost Estimate $3,400,000.00 Relevant Tasks . Planning . Design . Stormwater analysis and design Water Distribution analysis and design . Cost analysis Environmental permitting Community involvement Bidding and award . Construction Administration Key Individuals Mauricio Paredes, P.E. James M. Kanter, P.E. - IIIL Description Bums & McDonnell is currently principal subconsultant for all the engineering required by this $12.4 million urban infrastructure redevelopment project. The scope of services includes: planning, engineering, bidding, and construction administration of the capital right-of-way infrastructure improvements for the Star, Palm and Hibiscus Islands neighborhood in Miami Beach, Florida. The capital improvements involved include: water, wastewater, stormwater, and aboveground streetscape enhancements. The aboveground improvements include street lighting, sidewalk repair, and other sidewalk improvements required for compliance with the Americans with Disabilities Act (ADA), street resurfacing, and pavement markings. The planning effort requires verification of previously prepared water and wastewater system and stormwater master plans, field verification of existing infrastructure, alternative development, cost analysis, and phasing of the construction of the improvements. The planning phase culminates in a basis of design report describing the engineering analysis, alternatives and preferred alternatives recommended by Burns & McDonnell for each of the components of the project. The planning phase also involves community involvement though participation in two community design workshops. Burns & McDonnell will present various alternative implementation schemes for the wastewater and stormwater improvements and provide engineering support related to the above ground improvements. During these sessions valuable feedback will be obtained and incorporated into the final alternatives analysis and selection of the preferred alternative that will be the basis of the final design. Following the planning of the improvements, construction documents will be developed under an aggressive schedule. The construction plans are anticipated to number more than 400 sheets. ~~c;~~9!'1..Iyj.sg.Sft.!E.. !~.S. RESPONSIVE TRANSPORTATION SOLUTIONS V..()ject V..()file~ Computer Aided Radar Tomography SERVICE NAME: 3D Imaging Radar-CART Services PROJECT ENTITY: Florida Department of Transportation, Various Governments & Utilities Throughout Florida CONTACT NAME/NO.: Greg Jeffries, Director-Subsurface Utility Engineering 954-782-8222 SERVICE DESCRIPTION: Provides complete three dimensional imaging of existing underground facilities in near photo- graphic image quality. Produces "slices" of underground information similar to CT or MRI Scans. Resulting information can be translated to AutoCAD@ or Microstation@ formats and is accurate to +/- 0.2" horizontal and vertical. APPLICATiONS: Underground Utilities / Facilities, Landfill Studies, Graveyard Studies, Archeological Sites, Leak Detection, Brownfield Studies, Contaminant Plume Mapping, Underground Storage Tank Inspections, Utility As-Built GIS Mapping. ~ Craig A. Smith & Associates ~ CONSULTING ENGINEERS. SURVEYORS. GRANTS ASSISTANCE. SUBSURFACE UTILITY ENGINEERING V("()ject V("()file~ Utility Locations PROJECT NAME: Locate / Mark City of Lauderhill Utilities PROJECT ENTITY: City of Lauderhill, FL CONTACT NAME/NO.: Brian Shields, P.E., Utilities Director Phone: 954-730-2961 PROJECT DESCRIPTION: Perform complete surface designation of existing City of Lauderhill Utilities including, water, sewer, raw water & reclaim. RESPONSIBILITIES: Electronic Surface Designation, Ground Penetrating Radar Studies, Vacuum Soft Digs & GPS/GIS Utility Surveys TOTAL BID PRICE: $60,000 Annually PROJECT INITIATION: February 2003 PROJECT COMPLETION: February 2005 e Craig A. Smith & Associates CONSULTING ENGINEERS. PLANNERS. SURVEYORS. GRANTS ASSISTANCE land\SOFT DIGS\Projecl Profiles\lauderhill.pub V"'f)ject V"'f)file~ Subsurface Utility Engineering PROJECT NAME: Port Everglades Security Enhancements PROJECT ENTITY: HyPower, Inc. CONTACT NAME/NO.: Eric Paul-Hus Phone: 954-978-9300 PROJECT DESCRIPTION: Perform complete surface designation of existing Utilities including, Fuel, Oil, Gas, Powdered Cement Solids, Water, Sewer, Raw Water, Reclaim, Traffic Signal Interconnect, Street Lighting and Other Communications. RESPONSIBILITIES: Electronic Surface Designation, Ground Penetrating Radar Studies, Vacuum Soft Digs & GPS/GIS Utility Surveys TOTAL BID PRICE: $202,400.00 FINAL PRICE: Ongoing PROJECT INITIATION: February 2004 . PROJECT COMPLETION: June 2004 e Craig A. Smith & Associates CONSULTING ENGINEERS. PLANNERS. SURVEYORS. GRANTS ASSISTANCE V("()ject V("()files Subsurface Utility Engineering PROJECT NAME: Port of Miami Security Enhancements PROJECT ENTITY: HyPower, Inc. CONTACT NAME/NO.: Eric Paul-Hus Phone: 954-978-9300 PROJECT DESCRIPTION: Perform complete surface designation of existing Utilities including, Fuel, Oil, Gas, Powdered Cement Solids, Water, Sewer, Raw Water, Reclaim, Traffic Signal Interconnect, Street Lighting and Other Communications. RESPONSIBILITIES: Electronic Surface Designation, Ground Penetrating Radar Studies, Vacuum Soft Digs & GPS/GIS Utility Surveys TOTAL BID PRICE: $200,000.00 FINAL PRICE: Ongoing PROJECT INITIATION: April 2004 PROJECT COMPLETION: September 2004 ~ Craig A. Smith & Associates CONSULTING ENGINEERS. PLANNERS. SURVEYORS. GRANTS ASSISTANCE V...()ject V...()files Subsurface Utility Engineering PROJECT NAME: Sweetwater Drainage Improvements PROJECT ENTITY: City of Sweetwater, Florida CONTACT NAME/NO.: Manuel Marono, Mayor 305-221-0411 PROJECT DESCRIPTION: Perform complete subsurface utility engineering for all existing utilities including, water, sewer, irriga- tion, drainage and street lighting in advance of $15MM stormwater drainage improvement project. RESPONSIBILITIES: Electronic Surface Designation, Ground Penetrating Radar Studies, Vacuum Soft Digs & GPS/GIS Utility Surveys TOTAL BID PRICE: $175,000.00 FINAL PRICE: $175,000.00 PROJECT INITIATION: March 2001 PROJECT COMPLETION: Continual e Craig A. Smith & Associates CONSULTING ENGINEERS. PLANNERS. SURVEYORS. GRANTS ASSISTANCE Iand\SOFT DIGS\Projecl ProfiIes\sweelwaler.pub Vr-()ject Vr-()file~ Computer Aided Radar Tomography SERVICE NAME: 3D Imaging Radar-CART Services PROJECT ENTITY: Florida Department of Transportation, Various Governments & Utilities Throughout Florida CONTACT NAME/NO.: Greg Jeffries, Director-Subsurface Utility Engineering 954-782-8222 SERVICE DESCRIPTION: Provides complete three dimensional imaging of existing underground facilities in near photo- graphic image quality. Produces "slices" of underground information similar to CT or MRI Scans. Resulting information can be translated to AutoCAD@ or Microstation@ formats and is accurate to +/- 0.2" horizontal and vertical. APPLICATIONS: Underground Utilities / Facilities, Landfill Studies, Graveyard Studies, Archeological Sites, Leak Detection, Brownfield Studies, Contaminant Plume Mapping, Underground Storage Tank Inspections, Utility As-Built GIS Mapping. ~ Craig A. Smith & Associates ~ CONSULTING ENGINEERS. SURVEYORS. GRANTS ASSISTANCE. SUBSURFACE UTILITY ENGINEERING V~()je~t V~()files Computer Aided Radar Tomography SERVICE NAME: 3D Imaging Radar-CART Services PROJECT ENTITY: Florida Department of Transportation, Various Governments & Utilities Throughout Florida CONTACT NAME/NO.: Greg Jeffries, Director-Subsurface Utility Engineering 954-782-8222 SERVICE DESCRIPTION: Provides complete three dimensional imaging of existing underground facilities in near photo- graphic image quality. Produces "slices" of underground information similar to CT or MRI Scans. Resulting information can be translated to AutoCAD@ or Microstation@ formats and is accurate to +/- 0.2" horizontal and vertical. APPLICATIONS: Underground Utilities / Facilities, Landfill Studies, Graveyard Studies, Archeological Sites, Leak Detection, Brownfield Studies, Contaminant Plume Mapping, Underground Storage Tank Inspections, Utility As-Built GIS Mapping. ~ Craig A. Smith & Associates ~ CONSULTING ENGINEERS. SURVEYORS. GRANTS ASSISTANCE. SUBSURFACE UTILITY ENGINEERING V("()jet:t V...()file~ Subsurface Utility Engineering PROJECT NAME: Broward County Locate / Mark Utilities PROJECT ENTITY: Broward County OES CONTACT NAME/NO.: Joe Finley, Damage Prevention Director Phone: 954-985-8156 PROJECT DESCRIPTION: Perform complete surface designation of existing Broward County Utilities including, water, sewer, raw water, reclaim, traffic signal interconnect, street lighting and other communications. RESPONSIBILITIES: Electronic Surface Designation, Ground Penetrating Radar Studies, Vacuum Soft Digs & GPS/GIS Utility Surveys TOTAL BID PRICE: $302,755.50 Annually FINAL PRICE: $302,755.50 Annually PROJECT INITIATION: December 2002 PROJECT COMPLETION: December 2004 e Craig A. Smith & Associates CONSULTING ENGINEERS. PLANNERS. SURVEYORS. GRANTS ASSISTANCE EDSA ~MC:~~?!'l.~?S2.93!l?~. !~5;. RESPONSIVE TRANSPORT ATlON SOLUTIONS PROJECT LISTING AlA Daytona Beach Streets cape Client: City of Daytona Beach 301 S. Ridgewood Avenue Room 240 Daytona Beach, FL 32115-2451 386-671-8127 Description: A 1.3 mile stretch of Atlantic Avenue through Daytona Beach. EDSA provided the original 10 mile corridor enhancement study along the "World's Most Famous Beach" stretching from Ormond Beach to Daytona Beach Shores. Started: 1/6/2003 Completed: 8/28/2003 Role of our firm: EDSA provided full landscape architectural design services including vehicular and pedestrian hardscape, landscape planting, landscape irrigation, beach access design, site lighting concepts and site furnishings. City of Lauderhill Streetscapes Client: City of Lauder hill 2000 City Hall Drive Lauderhill, FL 33313 954-730-3010 Description: ED SA is currently providing conceptual master planning and landscape architecture for various landscape projects for the City of Lauderhill. The beautification process and overall master planning of the State Road 7/U ,S. 441 corridor in Lauderhill is the first task for landscape improvements. Started: 3/2/2004 Finished: On-going Role of Our Firm: Conceptual master planning and landscape architecture Broward County's Cpted On Sunrise Blvd. (Crime Prevention Through Environmental Design) . Client: Broward County Board of County Commisioners Engineering Division 115 S. Andrews Avenue, Room 321 Fort Lauderdale, FL 33301 Description: EDSA provided conceptual design and preliminary cost estimates for improvements on Sunrise Boulevard, including gateway design, street furniture, pedestrian lighting and signage. Started: 1/ 1 0/2000 Completed: 11/14/2000 Role of Our Firm: Conceptual design and preliminary cost estimates Coral Ridge Streetscape Client: VMC Realty 2132 E, Oakland Park Blvd. Fort Lauderdale, FL 33306 954-566-1661 Description: Coral Ridge Streetscape - Located in East Fort Lauderdale, Florida, the neighborhood association was concerned with the current streetscape condition of the major north south collector traversing through the neighborhood. EDSA, in collaboration with a traffic planner, prepared conceptual drawings and facilitated a public consensus building process with the neighborhood associated for traffic calming and streetscape improvements. Upon completion of the conceptual drawings, the homeowners association voted unanimously to accept the recommendations and forward to the City Commission. Started: 1/6/2003 Completed: 8/28/2003 Role of our Firm: Conceptual drawings and facilitated a public consensus building process