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