Loading...
Agreement with HNTB Corporation aoy7 -3oca9 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND HNTB CORPORATION FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS (PROJECT) PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-126-KB RESOLUTION NO. 2017-30029 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. INTENTIONALLY DELETED 16 ARTICLE 5. ADDITIONAL SERVICES 16 ARTICLE 6. REIMBURSABLE EXPENSES 17 ARTICLE 7. COMPENSATION FOR SERVICES 18 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 19 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 19 ARTICLE 10. TERMINATION OF AGREEMENT 20 ARTICLE 11. INSURANCE 21 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 22 ARTICLE 13. ERRORS AND OMISSIONS 23 ARTICLE 14. LIMITATION OF LIABILITY 23 ARTICLE 15. NOTICE 24 ARTICLE 16. MISCELLANEOUS PROVISIONS 24 2 SCHEDULES: SCHEDULE A— SCOPE OF SERVICES 29 SCHEDULE A-1 - CONSULTANT SERVICE ORDER 33 SCHEDULE B - COMPENSATION 34 SCHEDULE C— HOURLY RATE SCHEDULE 35 SCHEDULE D - CONSTRUCTION COST BUDGET 36 SCHEDULE E - PROJECT SCHEDULE 37 SCHEDULE F -APPROVED SUBCONSULTANTS 38 ATTACHMENTS: ATTACHMENT A— Resolution, Commission Item, Commission Memorandum 39 ATTACHMENT B - RFQ 40 ATTACHMENT C—Consultant's Response to the RFQ 41 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HNTB CORPORATION FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS This Agreement made and entered into this day of , 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and HNTB CORPORATION., a Florida corporation having its principal office 8700 West Flagler Street, Suite 402, Miami, FL. 33174 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, the RFQ No. 2017-126-KB (the "RFQ") was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on October 18th, 2017, the City Commission approved Resolution No. 2017- 30029, respectively, authorizing the City to enter into negotiations with HNTB Corporation., and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 2 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 4 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services' shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein)shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager' shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. 5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any Subconsultants. The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The following Subconsultants are hereby approved by the City Manager for the Project: CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. The provisions in this Agreement relating to Construction Cost, Construction Cost Budget, Statement of Probable Construction Cost, or the DCP shall apply to the extent set forth in the Consultant Service Order. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), the Consultant Service Order issued to Consultant by the City for a Project, and the documents prepared by Consultant in accordance with the requirements stipulated in such Consultant Service Order. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RFQ), Design Criteria Package (if any). CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- 6 builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual .agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the 7 Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents' shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A– Scope of Services Schedule A-1 - Consultant Service Order Schedule B – Consultant Compensation Schedule C – Hourly Billing Rate Schedule Schedule D – Construction Cost Budget Schedule E– Project Schedule Schedule F—Approved Subconsultants SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable 8 • Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. SUBCONSULTANT: Any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to the Project. Any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The following Subconsultants are hereby approved by the City Manager for the Project: (Schedule "F") WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total completion, construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised by similarly-situated professionals performing similar services in the design or planning of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to 9 perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). . 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Scope of Services; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any negligent design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Consultant's Work, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and Consultant's Work. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of Services by Subconsultants, the Consultant shall, in approving and accepting such services, ensure the professional quality, completeness, and coordination of the Subconsultant's services. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 3 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project(as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with 10 all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City(or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City to the extent caused by the Consultant's deficient Services, breaches of this Agreement, or negligent acts, errors or omissions in the performance of the Services In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and the costs of any resulting deficient, defective construction work that may be directly related to Consultant's deficient Services or any negligent acts, errors or omissions in the performance of Consultant's Services. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to 11 verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement(including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant 12 determines that work and/or services should be performed which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANTS FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANTS OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. 13 The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, within the standard of care, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy 14 and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 15 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include, but are not limited to, the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed 16 by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of execution of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testinq: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Work, Design Documents or Construction Documents, if any, shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 17 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultants "Lump Sum" or"Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). If the City objects to any invoice submitted by Consultant, City shall so advise Consultant in writing giving reasons therefor within fourteen (14) days following City's receipt of such notice. No mark-up shall be allowed on Subconsultants or subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount set forth in Schedule B or in the applicable Consultant Service Order. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: During the Term of this Agreement, the City Manager, at his sole discretion, may consider an adjustment to the hourly rates set forth in Schedule C. Any such adjustments, if any, shall be based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States 18 Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, provided, however, that in no event shall any annual increase exceed three percent (3%). In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices']), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City, but only to the extent the City has paid for that portion of the Work performed by Consultant. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order, within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the 19 Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. Notwithstanding any other terms in or applicable to this Agreement, subject to City's prior approval which shall not be reasonably withheld, the Consultant may retain an irrevocable, worldwide, nonexclusive license to reuse the documents. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any material provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's 20 initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). In the event of Termination of Consultant only, the City acknowledges that the use of any incomplete or partial material prepared by Consultant shall be utilized by the City at the City's risk. The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the 21 State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $2,000,000 with the deductible per claim. Consultant shall notify the Project Administrator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability policy. 11.2 Except for Professional Liability, Workers Compensation, and Employer's Liability, the City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation, substantial modifications, or nonrenewal of any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall pay all claims and losses in connection therewith and shall investigate all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally 22 wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes or design changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager or the City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the total amount of compensation/fees due to Consultant for all Services under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. 23 SUBJECT TO CONSULTANTS COMPLIANCE WITH THE REQUIREMENTS OF SECTION 558.0035, FLORIDA STATUTES, A DESIGN PROFESSIONAL WHO IS AN INDIVIDUAL EMPLOYEE OR AGENT OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: HNTB Corporation 8700 West Flagler Street Suite 402 Miami, FL. 33174 Attn: Gus Pego Phone: 305-551-8100 Email: gpegp(o),HNTB.com All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, 24 disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Protect Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants 25 that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 26 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. 27 IN WITNESS WHEREOF, this Agreement has been duly executed by the parties hereto, as of the date first written above. Attest CITY OF MIAMI BEACH: �e CIT LER ' �� ..,.,......qC 4,AYOR a �fAA Attest : iJ jf*fB CORPORATION Signator Secretary Signa r /rleskknt vice ��OOSiDeaf dr., �. wl . E) .,.6 .,:, ausiavo F. pe.ao Print Nam4J Print Name APP:• • AS TO .1 r% & 1GUAGE 4 "OR CLITION City Attorney toe 28 SCHEDULE A-SCOPE OF SERVICES SCOPE OF SERVICES The Consultant shall provide professional services, transportation planning, traffic engineering, and related services on an "as needed basis" pursuant to the Agreement. Each firm awarded a contract hereby agrees to be placed on a list of professionals that will provide general transportation planning and traffic engineering consultant services where the City may call upon them to perform professional services for certain City projects, (the Project or Projects), as assigned by the City, in its sole discretion and judgment. As the need for service arises, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. Professional services will be quoted as a not to exceed or lump sum based on the estimated hours to complete a project and in accordance with the hourly rates set forth in Schedule "C" of this Agreement. The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order; the Consultant shall sign it and return it to the City for execution by the City Manager or his/her designee. The General Planning Consultant shall assist in the planning, technical, managerial and administrative efforts related to transportation studies and/or other planning-related activities of the City of Miami Beach to include but not be limited to the following activities. 1. Short and Long Range Transportation Planning a. Conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management and other projects, as directed. b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach, with the purpose of identifying mobility improvements and develop a capital plan to facilitate efficient transportation movements of goods and services. c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach, and provide prompt input to the Administration on accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation, operations and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic as well as for bicycles and pedestrians. These counts can be either manual or automated. In addition, most of the above-mentioned studies will require the staff resources, degree of specialization, and equipment 29 availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multimodal transportation planning, and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley service. This may include conducting transit feasibility studies, to include modifications to existing trolley operations, potential new route alignments and ridership projections. 3. Facilities Planning and Development Plan and develop transportation related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state, regional and local processes. Consultant team should be knowledgeable in: a. Issues affecting urban development/ redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products and events. 5. Financial Planning and Analysis The Consultant will support City of Miami Beach projects by providing financial planning and analysis, as requested. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit 30 system development and/or evaluation; b. Financial Feasibility Studies; c. Funding Source Identification (new and existing) for the City of Miami Beach program of projects; d. Project Budget Estimates; e. Project Expenditure forecasts; and f. Preparation of the required reports for these processes, if requested. 6. Environmental Sustainability Analysis The City of Miami Beach is a leader in area of environmental sustainability, and the City's adopted transportation mode share priorities support its environmental goals. The Consulting team should have experience in incorporating environmental best practices into transportation studies and projects. Experience in incorporating environmental performance measures into short and long range transportation plans and projects would also be helpful. 7. Transit Intermodal Facility Development, compliant with the provisions for such facilities as described in the Transportation Element of the City's 2025 Comprehensive Plan. The Consultant will work with City of Miami Beach staff and stakeholders to determine appropriate measures for implementing intermodal hubs. The Consultant will inventory and evaluate implementing tools and strategies used in other cities with similar transit levels of services and provide recommendations to the City of Miami Beach. 8. Urban Design The Consultant should be familiar with current planning issues and regulations in South Florida, with experience in transit-oriented development planning. The Consultant should also have experience working with community and agency stakeholders to design high quality pedestrian, bicycle, and transit facilities that may include but not be limited to shared use paths, greenways, beach walks, dedicated bicycle lanes, and transit facilities. 9. Transit Oriented Development. Experience developing and implementing guidelines that emphasize pedestrian- scale development and transit and non-motorized-accessible site plans. 10. Project Control and Management It is expected that the Consultant's project management team will bring the following experience and skills in the following areas of project control and 31 management: a. Effective work planning, monthly progress reporting, and invoicing; b. Schedule control, time management, monitoring, and reporting; c. Budgeting control, monitoring, and reporting; d. Quality control; e. Establish teamwork within consulting team, the City of Miami Beach, other consultants and stakeholders; and f. Conduct regularly scheduled project meetings with City of Miami Beach and relevant study committees and prepare and distribute project-meeting minutes to all participating stakeholders; 32 SCHEDULE A-1 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the Agreement between the City and Consultant for General Transportation Planning and Traffic Engineering Consultant Services on an As-Needed Basis (RFC/ 2017-126- KB), Consultant shall provide the following Services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date 33 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services* $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $)0000000( Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month, for the duration required to complete the Project. Note**': The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 34 • SCHEDULE C HOURLY BILLING RATE SCHEDULE RFQ 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED CATEGORIES HOURLY RATES Project Principal $275.00 Senior Project Manager $260.00 Project Manager $200.00 Chief Engineer $237.00 Chief Designer $207.00 Chief Planner $207.00 Senior Engineer $18100 Senior Landscape Architect $170.00 Senior Traffic Engineer $170.00 Senior Planner $170.00 Traffic/Project Engineer $105.00 Engineer $105.00 Landscape Architect $105.00 Planner $105.00 Graphic Designer $110.00 Senior CAD Technician $90.00 Landscape Architect-Associate $90.00 Engineering Intern $90.00 CAD Technician $75.00 Clerical $75.00 Administrative Assistant $75.00 35 SCHEDULE D CONSTRUCTION COST BUDGET 36 SCHEDULE E PROJECT SCHEDULE 37 SCHEDULE F APPROVED SUBCONSULTANTS 1) SABRA MEDIA GROUP 2) CALTRAN ENGINEERING GROUP 3) FIU FLORIDA INTERNATIONAL UNIVERSITY 4) LAMBERT ADVISORY 5) RENISSANCE PLANNING 6) STREETPLANS COLLABORATIVE 38 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 39 RESOLUTION NO. 2017-30029 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2017.126-KB, FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS"; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES, ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HNTB CORPORATION, AS THE FIRST RANKED PROPOSER; NELSONINYGAARD CONSULTING ASSOCIATES, INC., AS THE SECOND RANKED PROPOSER; H.W. LOCHNER, INC., AS THE THIRD RANKED PROPOSER; GANNETT FLEMING, INC., AS THE FOURTH RANKED PROPOSER; CALVIN. GIORDANO & ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; KITTELSON & ASSOCIATES, INC., AS THE SIXTH RANKED PROPOSER; MARLIN ENGINEERING, INC., AS THE SEVENTH RANKED PROPOSER; ALTA PLANNING + DESIGN, INC., AS THE EIGHTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on April 26, 2017, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2017-126-KB for General Transportation Planning and Traffic Engineering Consultant Services on an'As Needed Basis"; and WHEREAS, Request for Qualifications No. 2017-126-KB (the "RFQ") was released on April 28, 2017; and WHEREAS, the purpose of the RFQ was to establish a pool of pre-qualified consultants for transportation planning and traffic engineering services, in accordance with the requirements of Section 287.055 of the Florida Statutes; and WHEREAS, a voluntary pre-proposal meeting was held on May 9, 2017; and WHEREAS, on June 14, 2017, the City received a total of 17 proposals; and WHEREAS, the Committee convened on August 7, 2017 to consider the 17 proposals; and WHEREAS, the Committee was provided an overview of the project, information relative to the Cgs Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and • WHEREAS, the Committee's ranking was as follows: HNTB corporation, as the first ranked proposer, NeIsorvNygaard Consulting Associates, Inc., as the second ranked proposer, H.W. Lochner, Inc., as the third ranked proposer; Gannett Fleming, Inc., as the fourth ranked proposer, Calvin, Giordano & Associates, Inc., as the fifth ranked proposer; Kittelson & Associates, Inc., as the sixth ranked proposer; Marlin Engineering, Inc., as the seventh ranked proposer Alta Planning + Design, Inc., as the eighth ranked proposer, Keith And Schnars, P.A., as the ninth ranked proposer, WSP USA, Inc., as the tenth ranked proposer, Florida Transportation Engineering, Inc., as the eleventh ranked proposer; The Corradino Group, Inc., as the twelfth ranked proposer; The Street Plans Collaborative, Inc., tied as the twelfth ranked proposer, AECOM Technical Services, Inc., as the fourteenth ranked proposer, Kimley-Hom And Associates, Inc.; tied as the fourteenth ranked proposer, Zyscovich, Inc., as the sixthteenth ranked proposer, and Atkins North America, Inc., as the seventeenth ranked proposer,and WHEREAS, after reviewing the qualifications of each firm, having considered the Evaluation Committee's rankings, and the implementation of the Miami Beach Transportation Master Plan, the City Manager has recommended that the Mayor and the City Commission authorize the Administration to establish a pool of pre-qualified consultants for specific tasks relating to general transportation planning and traffic engineering services, and further authorize the Administration to enter into negotiations with each of proposers, and further authorize the Mayor and City Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations; and WHEREAS, as the City identifies projects and transportation planning needs, the City will engage in a competitive selection to identify from the consultant pool established herein, the most qualified firm to perform services; and the selected firm shall be awarded such work through a service order/task order to the agreement the contractor executes with the City pursuant to this RFQ solicitation. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Qualifications (RFQ) No. 2017-126-KB for General Transportation Planning and Traffic Engineering Consultant Services on an -As Needed Basis"; authorize the Administration to establish a pool of pre-qualified consultants for specific tasks relating to general transportation planning and traffic engineering services; authorizing the Administration to enter into negotiations with HNTB corporation, as the first ranked proposer, Nelson/Nygaard Consulting Associates, Inc., as the second ranked proposer; H.W. Lochner, Inc., as the third ranked proposer, Gannett Fleming, Inc., as the fourth ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth ranked proposer; Kittelson & Associates, Inc., as the sixth ranked proposer; Marlin Engineering, Inc., as the seventh ranked proposer, Alta Planning + Design, Inc., as the eighth ranked proposer; and further authorizing the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. / / PASSED AND ADOPTED this a day of ac4,v 2r , �<F Philip Lev' frr ATT .eF 'A'�L U <.��..,BE,t�C APPROVED AS TO /�, d '< FORM b LANGUAGE Rafael E. Granado, • ferk\\�i i�`.� `E &FOR EON F:WURCSALL15oacitaronatain ]ial EFCJCnera -Flaming Comitant for Trar�o{allon1 1 ( (( Commission Caaunents\02 P�orC et�,} CPCarskiludol 9.22.17.dee m/(1„r(t 1 QI tr1�l'1 1p' : �.)iT 7 tJ f��nfjf 11.1 City `„'i,.c1Qt-,Fi Zug; Resolutions-C7 C MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Conrdssion FROM: Jimmy L. Morales, City Manager DATE: October 18, 2017 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2017- 126-KB, FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS"; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE- QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES, ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HNTB CORPORATION, AS THE FIRST RANKED PROPOSER; NELSON/NYGAARD CONSULTING ASSOCIATES, INC., AS THE SECOND RANKED PROPOSER; H.W. LOCHNER, INC.,AS THE THIRD RANKED PROPOSER; GANNETT FLEMING, INC., AS THE FOURTH RANKED PROPOSER; CALVIN, GIORDANO &ASSOCIATES, INC.,AS THE FIFTH RANKED PROPOSER; KITTELSON 8 ASSOCIATES, INC., AS THE SIXTH RANKED PROPOSER; MARLIN ENGINEERING, INC., AS THE SEVENTH RANKED PROPOSER; ALTA PLANNING + DESIGN, INC., AS THE EIGHTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS The City's current agreements for general transportation planning and traffic engineering consulting services had an initial term commencing on October 11, 2012 through October 10, 2016, with a provision allowing the term could be e4Cended for an additional two (2) years through October 10, 2018.At this time, the Transportation Department is seeking to replace the existing contracts to pursue proposals from fms that can provide transit planning and implementation of transit projects that require the coordination of land use decisions, which include the focusing of nixed-use development into key locations throughout the region and the promotion of transit, pedestriarl, bicycle and auto accessibility. Given that the scope of future assignments is unknown at this tine, it is important to create a robust pool to expedite future needs, Therefore, the City of Miami Beach seeks to contract with a pool of qualified consultants to provide Page 200 of 1633 professional services transportation planning and related services on an "as needed basis? The Consultants shall provide subject matter expertise to the City of Miani Beach specializing in planning for transportation and related projects. Suggested specializations include, but are not limited to: general transportation planning, smart growth, livable cities, conplete streets, integration of transportation and urban design, economic and financial analysis, transit planning, bicycle and pedestrian planning, station area planning, and traffic engineering. RFQ PROCESS In order to complete a successor agreement, on April 26, 2017, the City Commission approved the issuance of Request for Qualifications(RFQ)No. 2017-126-KB for General Transportation Planning and Traffic Engineering Consultant Services on an "as needed basis." On April 28, 2017, the RFQ was issued. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on May 9, 2017. RFQ responses were due and received on June 14, 2017.The City received a total of 17 proposals from the following fires: •AECOM Technical Services, Inc., •Alta Planning+ Design, Inc. •Atkins North America, Inc. • Calvin, Giordano&Associates, Inc. • Florida Transportation Engineering, Inc. • Gannett Fleming, Inc. • HNTB Corporation • H.W. Lochner, Inc. • Keith and Schnars, P.A. • Kiniey-Horn and Associates, Inc. • Kittelson&Associates, Inc. • Marlin Engineering, Inc. • Nelson/Nygaard Consulting Associates, Inc. •The Corradino Group, Inc. •The Street Plans Collaborative, Inc. •WSP USA, Inc. •Zyscovich, Inc. On July 11, 2017, the City Manager appointed the Evaluation Committee via LTC #362-2017. The Evaluation Conrriltee convened on August 7, 2017, to consider proposals received. The Comrrittee was comprised of Josiel Ferrer, Transportation Manager, Transportation Department, City of Miami Beach; Rogelio Madan, Chief of Community Planning & Sustainability, Planning and Zoning Deparlrrent, City of Miami Beach; Lynda Westin, Transportation Manager, Transportation Department, City of Miarri Beach; and Collin Worth, Bicycle Coordinator/Transportation Analyst, Office of Transportation Management* City of Miarri.The Committee was provided an overview of the project, information relative to the Citys Cone of Silence Ordinance and the Government Sunshine Law.The Committee was also provided with general information on the scope of services and a copy of each proposal.The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers indicated in Attachment A, in the following order. 1. HNTB Corporation 2. Nelson/Nygaard Consulting Associates, Inc. 3. H.W. Lochner, Inc. 4. Gannett Finning, Inc. 5. Calvin, Giordano&Associates, Inc. 6, Kittelson&Associates, Inc. Page 201 of 1633 7. Marlin Engineering, Inc. 8.Alta Planning « Design, Inc. 9. Keith and Schnars, PA. 10. WSP USA, Inc. 11. Florida Transportation Engineering, Inc. 12. The Corradino Group, Inc. 12. The Street Plans Collaborative, Inc. 14. AECOM Technical Services, Inc., 14. Kirrley-Horn and Associates, Inc. 16. Zyscovich, Inc. 17. Atkins North America, Inc. A sunnrrry of each top-ranked firm is available upon request CONCLUSION The Miarri Beach Transportation Master Plan, adopted in April of 2016, identified 102 potential projects in the next few years. The City Corrrrission has directed Transportation staff to implement the Transportation Master Plan as quickly as possible. Each of the 102 projects identified in the plan will need an initial feasibility study followed by design development. This work is primarily done by the Transportation General Planning Consultants (GPCs). Additionally, other project needs arise from time to time. As such, staff has expressed a need for a robust pool of consultants to be able to expeditiously address project needs. The current pool of Transportation GPCs consists of only four(4) firs. More than four GPC fires are needed to move projects forward quickly into project implementation, as the existing fines are at capacity with the various ongoing projects or studies, either with the City or elsewhere. For these reasons, the Transportation Department is recommending selection of the top eight (8) firers as ranked by the selection conrrittee. After considering staffs recorrrnendation and the results of the Evaluation Corrrrittee prrx•Pcs, I recomrend the selection of the top eight(8)rums as ranked by the selection comrittee. Doubling the number of firms will enable the Transportation Department to address project needs more expeditiously and begin project irrplementation sooner. The recommended pool of eight (8) firms contains each individual Evaluation Committee member's top four (4) highest ranked finis. Selecting a pool larger than eight (8) firs may be too large for the anticipated work load. Additionally, several of the firms that are not in the pool of the eight (8) recommended finis are currently available either through the Mian-i Beach Architectural and Engineering (ME) list or may be contracted, if needed, as sub-consultants to the eight(8)GPC firms being recommended. Therefore, after reviewing all the submissions, results of the evaluation process, and the anticipated implementation of the Miami Beach Transportation Master Plan projects, I recommend that the Mayor and City Commission approve the resolution authoritng the Administration to establish a continuing pool of pre-qualified consultants for general transportation planning and traffic engineering services, pursuant to Section 287.055, Florida Statutes, from the following finis qualified to perform the work: HNTB corporation, as the first ranked proposer, Nelson/Nygaard Consulting Associates, Inc., as the second ranked proposer, H.W. Lochner, Inc., as the third ranked proposer; Gannett Fleming, Inc.,as the fourth ranked proposer, Calvin, Giordano&Associates, Inc, as the fifth ranked proposer; Kittelson&Associates, Inc.,as the sixth ranked proposer, Marlin Engineering, Inc., as the seventh ranked proposer, Ma Planning + Design, Inc., as the eighth ranked proposer. Further, I recommend that the Mayor and City Clerk be authorized to emote agreements, upon conclusion of successful negotiations by the Administration,with the pre-qualified firms. KEY INTENDED OUTCOMES SUPPORTED Page 202 of 1633 Ensure Comprehensive Mobility Addressing Aft Modes Throughout The City FINANCIAL INFORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. Legislative Tracking Transportation/Procurement ATTACHMENTS. Description o AttachementA-- Evaluation Contitte Scoring and Ranking o Resolution Page 203 of 1633 iiiiiiii giiiiil 1111111101111 '4 ''.'IIIIIIIIIIIIII 11111011111 • -.'''.. Pliiiiinnil 1111111111111 IMENEM p c,CE : , .„. ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 40 MIAMI BEACH • Procurement Deportment, 1755 Meridian Avenue, 3''Floor,Mare!Beach,florda 33!39,wvrnnlambeachB.gov,305-6717490 ADDENDUM N0. 3 REQUEST FOR QUALIFICATIONS NO. 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" June 14,2017 This Addendum to the above-referenced RFQ is issued in response to clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, July 14, 2017 at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3"1 Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. MODIFICATIONS: 1. APPENDIX C Minimum Requirements & Specifications, Subsection Cl has been modified as follows: • PRIME PROPOSER: * • 1. The Prime Proposer inee ng shall be a Planning, Architectural, or Engineering firm "__•" -- -- ' e : -' ---- - - --- --- - authorized to conduct business in the State of Florida. II. RESPONSES TO QUESTIONS RECEIVED, Q#1: Are there are any public information/public involvement/communications opportunities in BID RFQ #2017-126-KB- General Transportation Planning Consultant Services on "As Needed Basis." A#1: Yes, public Involvement and related activities may be included in task orders. Q#3: Solicitation number #2017-126-KB, General Transportation Planning and Traffic Engineering Consultant Services on an "As Needed Basis" requests the "volume of contract"for each qualifying project on page 27 of the Request for Qualifications. Will you please clarify what is meant by"volume of contract" for the projects submitted on behalf of the Prime Proposer and Project Manager? 1 ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2017.126-Ka GENERAL TRANSPORTATION PLANNING MD TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED SASS' A#3: When submitting information pertinent to volume of contract, please indicate the contract fee. Q#4: Is there an estimated budget available for this? A#4: Estimated budget is not available at the present time. Q#5: Does Miami Beach prefer to have the 10 copies submitted in three-ring binders also? A#5: Section 0300, Submittal Instructions and Format, 1. Sealed Responses, requests the submittal of one original Statement of Qualifications (preferably in 3- ring binder), ten (10) bound copies and one (1) electronic format (CD or USB format). There is no specific requirement for the type of binding of the ten (10) copies. • Q#6'. Our firm recently submitted a response to an RFQ in April of this year for which we had to submit our DUNS report. Would we be required to submit another one for our response to • this RFQ? A#6: Pursuant to Section 0300, Submittal Instructions and Format, 3. Statements of Qualifications Format, Tab 2, Experience&Qualifications, 2.3 Financial Capacity,at the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. Q#7: Please confirm the proposal delivery address is: • Natalia Delgado, Contracting Officer 1 City of Miami Beach Procurement Department • 1755 Meridian Avenue, 3'" Floor • Miami Beach, Florida 33139 A#7: The delivery address Indicated above is the address for the delivery of the , proposals. • Q#8: At the preproposal meeting City staff mentioned that work tasks might include design development. Should the response Include team resources for geometric design development, surveying, subsurface/utility investigation, and geotechnical analysis? A#8: The City anticipates up to 30% design for some tasks. The team should consist of technical specialties to facilitate conceptual design development. Q#9: Do you require Dun and Bradstreet SQR and submittal requirements from Appendix A from the Prime only? A#9: Yes, at the request of the City the Dun and Bradstreet SQR is to be submitted for the Prime only. Q#10: Miami Beach General Transportation Planning and Traffic Engineering Consultant Services on an °As Needed Basis", Solicitation No. 2017-126-KB, ARTICLE 11. INSURANCE, sub article 11.2 requires naming the City as an additional Insured on liability 2 ( ADDENDUM O REQUEST FOR SP RTIATON PL O.NNTRAFFIC TRANSPORTATION PLANNING AND TRAFFIC ENGINEERLNG CONSULTANT SERVICES ON AN'AS NEEDED BASIS' I policies on page 54 of the sample agreement. This is acceptable with respect to General Liability and Automobile Liability policies. However, this is not possible for the Professional Liability policy. Please confirm that this sub article pertains only to the General Liability and Automobile Liability policies and not to Professional Liability policy. A#10: The request to name the City as an additional insured on the liability policies Is only applicable to general and automobile liability, Q#11: The indemnification in Section 40. of the RFP is inconsistent with the indemnification in Article 12. of the Sample Contract, and more broad than what is allowable in Section 725.08 of the Florida Statutes. Can this be updated far consistency, so that both sections are equivalent to that listed in the Sample Contract? A#11: Indemnification language will be agreed upon during the negotiation process with the awarded firm(s). Q#12: The Sample Contract Article 11.2 requires us to name the City as additional insured on all the policies. Additional insured cannot be named on the Workers' Compensation or Professional Liability policies, can the city add an exclusion for these policies in the contract language? A#12: Please refer to response to Q10 above. Q#13: Can you please clarify the difference in what is being requested between Tab 1, 1.3 Minimum Qualification Requirements and the Tab 2, Experience and Qualifications items 2.1 and 2.2. Both areas of the RFQ seem to ask for similar information. For Appendix C, item C.2 specifically— what is being requested from proposers for this section (e.g., • qualifications, approach, etc.). It appears qualifications and approach are covered under Tab 2 and Tab 3 already. Clarification for this piece under Tab 1, 1.3 is appreciated. A#13: Section 0300, Submittal Instructions and Format, 3. Statements of Qualifications Format indicates how the City recommends that the Statement of Qualifications be organized and tabbed. Tab 1, 1.3 will Include verifiable information documenting compliance with Appendix C, Minimum Requirements & Specifications, Cl. Minimum Eligibility Requirements. Tab 2. Experience & Qualifications will Include information pertaining to Appendix C, Minimum Requirements & Specifications, C2.Statement of Work Required. Q#14: Are there any specific forms or certifications that subconsultants need to submit as part of our proposal, or are those only to be completed by the Prime Proposer? A#14: No, there are no specific forms or certifications that need to be submitted by the subconsultants as part of the proposal. Q#15: Are Proposers required to obtain a business license in the City of Miami Beach prior to proposal submittal? A#15: Please refer to Section I. Modifications. 3IADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS' Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Ra faelGrana do af?.mia m i beachfl.gov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgadc4miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the 'Notice to Prospective Bidders' questionnaire with the reason(s) for not submitting a pro sal. i ;ur:: nt0irector, • e• • 1 11 • 4 ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS' MIAMIBEACH Procurement Department,1755 Meridian Avenue,IS Floor,Miami Beach,Florida 33139,www.miawibeochA gov,3056]1]490 ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO, 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" June 5, 2017 This Addendum to the above-referenced RFQ is issued in response to clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined)- I. ATTACHMENTS (Unintentionally Omitted from Addendum No.1): Exhibit A Pre-Proposal Meeting Sign-In Sheet A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafae IG ra nadc(a)m iam i beachf.goy Procurement Contact: Telephone: Email: • Natalia Delgado 305-673-7000, ext. 6263 i nataliadelgado©miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a pr.:.sal. i :rely, EVIL • •x D= is r• oc ment Director { 1 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-128-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS' EXHIBIT A Pre-Proposal Meeting Sign-In Sheet IIVtIAMIBEACH CITY OF MLAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: May 9, 2017 TITLE: RFQ-2017-126-KB GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" \-i33E i I� x .CO�fP3:N'I"NL e s TA3".'=I'HI `i's fa,„, 4K-135EFRFN"fjit a i E 3£�klli,iDDRESS - x ` Natalia Delgado Procurement-CMB 305-673-7000 nataliadelgado rr niamibeachfi goy Ext. 6263 wd 'Mils O� �Q1aq�nq and ?-00J1 MWS • �S ?vleh . X11 MJ Tt dale. C�kwE, ar s. Pa luAc. r ell a„dhR tusanblqinoth . ocein ►maecxSsow [es 1 'iV\IAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: May 9, 201 7 TITLE: RFQ-2017.126-KB GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN 'AS NEEDED BASIS' \YAjE ; t i C6S4EpA -thi `: =rte tel ?`44 _ • r let EASE PRL�"Cj -, EeJL�:3DDRES$ -_ '�� �r i `x 4,,1d< 03 C!i '/f'on.7co0 -r Ajmer, rg/ F'Lcdnrh.en-n,:....Yr<.4FCjar r aaac os T�(r2/'�NZ CI IQrI`i. ° ',F1C� gos 475.'1000 mosi .rs,elFc.rrQ n--4,z, ,,Achfline. .106Ktrcw ,a,ly •a-uthlzs dreo y?Gksf,. CO -{ Clove 'J186-4sr.- & n Lim Ltu. il LI n C ea I4ra.t err•4," t O 57-elf rlow(big 602 3o5 76-3L. ksn(3eI Gooza.keZ Ls ale ,q�n�a �e� eCiCA CSR. cam ' .°1') �,q� J 1DG-952.5 1 r `i Ski, ALJ Aad SA(•• P+d1r04 K,NI,E`f^HOPnl•CM/ 3af'S3S'lid'I �(a IcIMLLY 4100-n/ We-9.3-`1- • ernalcsni e- `f- G(n,hoN S 535-5124 01,CO ev+PluErr fil•SPI.P4 79t Ge'p cOeCpert) fine{.cep 1rya j Jc {Velak-e✓ •.�Q�( )$J neer. 9C1�cfzY7/ sts 2 IMIAMIBEACH CITY OF MIAIH BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE. May 9, 2017 TITLE: RFQ-20 17-126-KB GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" { A-N&Mr x COkiP-t4 4T;EE trfOS A- Elk.: l$[EiSER1,41 _ - to -..2 E �LIf.,kD6RESS Lerf1Q, FTE 305 '163 - I 741 Clamc2s (a? FTE !Ilene- C /o7 ODU - R14ats �-7s - SOS-- vu.UoKcT7C7Nc.,YC/ V33-272'\ &IC °ternledetiSt] ( /v31, 6rx54vtD (3./O&c49e, iC. 7 - Gas-7373 9C6(It MGmmc 5 it - Caval,\0 Cfove `pf• r ors, 54gv„rncnS. Conrakt 2x5'79 " ES.ka uneL. w59/ ob rvuNlez Pl,worlA , Cor✓n 3c �r59vz/L 3 `IAIAM! BEACH CITY OF MIAMI BEACH PRESUBMITTALMEETING SIGN-IN SHEET DATE: May 9, 2017 TITLE: RFQ-2017-126-KB GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS' ,YLEaiE PRLc7) T'a e — `t‘ e i ltxcla Suc �noi.v< nn%,s \ 9S49o3. aloe Kp/L )uc.Tjuata f+W 4u24— 05- LL GoHwIocifnx . ca, s 931, N i Y 11N Tv& ,rneLiev.a.1 325. 341 5n _ -}- jiwenksci e Itn dam It( lo JOr62 � . Le�C-z . LOGkAer 3oyr+)3In 7Lapez tkw Lackner . co v,n 1ac� Scw.li l-U A7KIN5 305-5W-33rd jaol�,satAettiore klnsglobal, cour ASI 4iR ) NN 7-(2, rZft>JGo SFhLA n10 R' Atitaltrs fui.. 16 (3. 2.54/. Sas-9?(P �5el, 4;o,Q� y J/ a� v'�J `✓. . c, Tinctoar_ 0I.ve- - rGtcL. eCL ? pL � ...ra4 Kn3ND0dq @,t,,,;o,,t;bLgc,kA .o1 -1490 4 MIAMI BEACH Procurement Department, 1755 Meridian Avenue,3'Roar. Miami Beach,Perth 33139,vmcw.miarnibeachd gov,305-673.7490 ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" June 5, 2017 This Addendum to the above-referenced RFQ is issued in response to clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, July 7, 2017 at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach,Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. • II. ATTACHMENTS: Exhibit A: Pre-Proposal Meeting Sign-In Sheet : A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at •• Rafae IG ra n a do(rDm iam ibea chf.qov. I Procurement Contact: I Telephone: Email: Natalia Delgado 1 305-673-7000, ext. 6263 nataliadelgado(Q)miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, Ale De ' rement Director 1 ADDENDUM NO.1 REQUEST FOR QUAUFICAT10N3 NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS' REQUEST FOR QUALIFICATIONS (RFQ) GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" 2017-126-KB RFQ ISSUANCE DATE: APRIL 28, 2017 STATEMENTS OF QUALIFICATIONS DUE: JUNE 12, 2017 @ 3:00 PM ISSUED BY: m MIAMIBEACH Natalia Delgado, Contracting Officer I PROCUREMENT DEPARTMENT 1 755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 I www.miamibeachfl.gov M „'BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 14 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 16 APPENDIX B "NO BID" FORM 43 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 28 APPENDIX F INSURANCE REQUIREMENTS 30 APPENDIX G SAMPLE CONTRACT 32 RFC 20'7-125-K3 2 BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications(RFQ) is issued by the City of Miami Beach, Florida(the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications(the"proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and,subsequently,the successful proposer(s)(the"contractorfsj")if this RFQ results in an award. The City utilizes PublicPurchase ('v vw.oublicourhase col for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. By means of this REQ, the City seeks to contract with consultants to provide professional services transportation planning, traffic engineering, and related services on an'as needed'basis.'As needed' basis means that each firm awarded a contract pursuant to this RFQ will be placed on a list where the City may call upon it to perform professional projects, as assigned by the City Administration. As We need for services arise, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. It is the intent of the City of Miami Beach to select several firms under this RFQ,which will be contacted on an as-needed basis. The ability to have a rotating list of firms available to provide these services for Transportation Department would enable the City to effectively and efficiently manage these projects. Each proposed contract shall be for a three (3) year contract term,with two(2)one year renewal options at the City's option. The Consultant shall provide subject matter expertise to the City of Miami Beach specializing in planning for transportation and livability. Suggested specializations include but are not limited to: general transportation planning, smart growth, livable cities, complete streets, integration of transportation and urban design, economic and financial analysis, transit planning, bicycle and pedestrian planning, station area planning, and traffic engineering. The City of Miami Beach seeks multidisciplinary consultant teams to provide technical expertise and logistical support to its Transportation Department. Emphasis will be on the comprehensive implementation of selected projects primarily from the City of Miami Beach Transportation Master Plan and the Bicycle Pedestrian Master Plan, which were adopted by the City of Miami Beach City Commission and are located on the City of Miami Beach website (http:L'www.miamibeachfl.govltransportation/). These items were specifically developed to implement Key Intended Outcomes adopted by the City of Miami Beach City Commission. Continued on the following page. RFQ 2017-126-KB 3 m . , - • BEACH The modal prioritization strategy below was adopted by Resolution of the City Commission as a guide during the planning process conducted during the City's Transportation Master Plan, Mode share goals for 2035 were developed based on the recommended projects identified in the Transportation Master Plan. UNDERSTANDING MODE SHARE 0 ok) 0 0 =VG : e N -i r CITYa MIAMI-LACE COUNTY m loving vocE nEusa The Goals below were developed to move toward this mode share and to guide project selection during the Transportation Master Planning process: Goal 1: Prioritize the people, the pedestrians. Goal 2: Provide reliable, convenient, and consistent transit service and infrastructure. Goal 3: Develop a safe, connected,and consistent bicycle network throughout the entire City. Goal 4: Provide accessible and convenient off-street parking facilities. Goal 5: Ensure most, if not all, planned developments are within all areas of the City are in concurrence with the expected capacity levels and the multi-modal vision for the transportation network. Goal 6: Plan far the efficient freight mobility and deliver of goods within the City. From these efforts Priority 1 (short term), Priority 2(medium term), and Priority 3(long term) projects were identified to meet the Transportation Departments goals and Key intended Outcomes. The short term projects are based on an assessment of needs and the potential for rapid deployment. The mid- and long- range planning phases are designed to further shape the City by upgrading transit corridors,mobility and accessibility throughout the City. An additional and very important component of transit planning and implementing regionally significant transit projects is the coordination of land use decisions, which include the focusing of mixed-use development into key locations throughout the region and the promotion of transit, pedestrian, bicycle and auto accessibility. To accommodate these needs, a broad, interdisciplinary team is required. In accordance with Section 287.055, Florida Statutes, known as the°Consultants' Competitive Negotiation Act', the City may enter into a "continuing contract" for professional architectural and engineering services for projects in which construction costs do not exceed$2 Million or for study activities for which the fee does not exceed$200,000. The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations, which will take place after the selection of the firms deemed to be the most qualified to perform the required services. If the City is not able to negotiate a mutually satisfactory compensation schedule FQ 20 /-I25-K3 4 m BcACH with the top-ranked firms which is determined to be fair, competitive and reasonable, additional firms in the order of their competence and qualifications may be selected, and negotiations may continue until an agreement is reached. The price and terms for the contracts will be negotiated after City Commission approves authorization to negotiate. Under these Agreements, study activities are quoted as a lump sum based on the estimated hours to complete the project. Detailed hourly rates will be negotiated for all personnel classifications for the firms. This RFP is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued April 28, 2017 Pre-Submittal Meeting May 9, 2017 at 1:00PM (EST) Deadline for Receipt of Questions June 2, 2017 at 5:00PM(EST) Responses Due June 12, 2017 at 3:00PM(EST) Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact Talepl,me: Email: NATALIA DELGADO 305-673-7490 NATALIADELGADO„M AMIBEACHFL.GOV additionally, the City Clerk is to be copied on all communications via e-mat at RafaelGranadofidmiamibeachf cm: or via facsimile: 7863944188. The Bid titlefnumber shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3R0 Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow 7 - 5 Ca • BE= CH these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PREPROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s), The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than trough PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are compiled with, and shah be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliarce. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachf.gov B. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: httD !web miamibeachrico'doracuremenj'scrolLasox?id=23510 CONE OF SILENCE . . CITY CODE SECTION 2436 PROTEST PROCEDURES . CITY CODE SECTION 2-371 DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 LOBBYIST REGISTRATION AND DISCLOSURE OF FEES . CITY CODE SECTIONS 2-431 THROUGH 2-4C6 CA.IPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-437 CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2439 REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 . LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2407 THROUGH 2410 - PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SER'I10E- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS.FAVORS&SERVICES CITY CODE SECTION 2449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. RFQ 2017-126-KB 6 m . . .' BEACH ID. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879,the Proposer shall adopt a Code of Business Ethics('Code")and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 14. AMERICAN WITH DISABILITIES ACT (ADA(. Call 305-673-7490 to request material in accessible format; sign language interpreters(five (5)days in advance when possible),or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures,as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. NOT USED. 18.VETERAN BUSINESS ENTERPRISES PREFERENCE.Pursuant to City Code Section 2-374.the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent(5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service,then the award shall be made to the service-disabled veteran business enterprise. RFQ 2017-126-x3 7 BEACH 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s//he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369,including the following considerations: (1)The ability, capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified, without delay or interference. (3)The character, integrity, reputation,judgment,experience and efficiency of the Proposer, (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City;and executed by the parties. 21. PostponementlCancellation/Acceptance/Reiection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the PROCUREMENT DEPARTMENT prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary,to ascertain all conditions and requirements affecting the kill performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic 2FQ 201/-126-K3 9 BEACH substance listed in Section 38F41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposes history of citations andlor violations of environmental regulations in investigating a proposers responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations andlor violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26. TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this REQ. Failure to do so will be at the Proposers risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents,from liability of any nature or kind,including cost and expenses for,°iron account of, any copyrighted, patented,or unpatented invention,process,or article manufactured or used in the performance of the contract, including its use by the Qty of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device,or materials in any way involved in the worst. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission,or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31, MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or, ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation,the contractor will assume the full duty,obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the 9 nor Proposer, or its officers, employees. contractors, and/or agents, for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex cr national origin. In accordance with the City's Human Rights Ordinance, codlfed in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance(experience) in making an award that is in the best interest of the City,including: A. Pre-award inspection of the Proposers facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance fora reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. . D. The terms 'equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer,including past performance(experience), in making an award that is in the best interest of the City, F.The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances,the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or hislher or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE.When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency, 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through The City's spot market purchase provisions. FFQ 201/1 26-<3 10 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall he as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The Proposer's proposal in response to the solicitation. 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnib/,keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b)provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with,all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this REG (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. lI BEACH 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns. either directly or indirectly. an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date. and letters of withdrawal received after contract award will not be considered, 47, EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any,alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term andlor condition of the RFQ to which Proposer took exception to (as said term andlor condition was originally set forth on the RFQ). 48. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors,or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ('items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional ftems up to $50,000) or the City Manager(for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work.When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract,to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank hd 201/-126-K'b 12 BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone&email, and year(s)and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. 2.2.1 Provide a comprehensive summary of the experience and qualifications of the individual(s) who are proposed to serve as the Project Manager and Task Leaders for this Project. 2.2.2 Team Experience.Personnel and consultants specializations listed below are desirable: '3=Q 2017-126K9 !3 BEACH 1. Transportation Planning 2. Smart growth 3. Livable cities 4. Complete streets 5. Integration of transportation and land use 8. Economic and financial analysis 7. Transit planning 8. Bicycle and pedestrian planning 9. Urban design 10 Station area planning 11 Traffic engineering 2.2.2 Evidence of Prior Working Experience. Submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit project name, brief description of project, date of completion, owner's representative, and owners representative contact information. Include Projects which illustrate experience within the Miami Beach and/or coastal communities. 2.3 Financial Capacity. At the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SOP) directly to the Procurement Contact named herein. Once requested by the City, no proposal will be considered without receipt, by the City, of the SOP directly from Dun & Bradstreet. The cost of the preparation of the SOR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:llsu col ieroc rta I.dn b.cor/webaoc/wcs/storeslservIet/Su oclierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SDR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal •rocess,contact Dun &Bradstreet at 800-424.2495. Approach and Methodology Submit detailed information on the approach and methodology, how Proposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, strategies for assuring project is implemented on time and within budget. Include the percent of time the Project Manager and Task Leaders will be available to provide the require scope of services to the City. Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RKd 2017-126k I ';'I =.':' BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Procurement Department. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step,-Cluafitative Criteria Maximum Points Proposer Expenence and Qualifications,including Financial Capability 70 Approach and Methodology 30 TOTAL AVAILABLE STEPt FCINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Veterans Preference 5 The volume of work previously awarded to each firm by the City within the last three(3)years from the due date for proposal. See 5 Secton 4 below. 4. Volume of Work Points: Points awarded to the proposer for volume of work awarded by the City in the last three(3)years in accordance with the following table: Less than$250,000 5 $250,000.01 —$2,000,000 3 Greater than$2,000,000 0 RFC) 2017-126-KB 15 mI - •� t BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluafion committee members scores by the Procurement Department. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Step Points 82, >S 80 Step 2 Points 22 15 12 CommitteeTotal 104 91 92 Member l Rank 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Committee Total 181 100 54 1 Member Rank 1 2 3 Step 1 a Points 80 74 Step 2 Points 22 15 12 Committee Total 102 89 73 Member 2 Rank 1 2 3 Low Aggregate Scare 3 7 a Final Ranking' 1 2 3 Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission.Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission,which may be different than final ranking results. FC] 201/-126-KB 16 APPENDIX A m' MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-126-KB 17 SacWeon No Shcolaton Tide: RFC/2017-125-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS" Procurement C itaa Te/ ma,L NATALIA DELGADO 305-073-7190 NATALIADELGADO@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of his Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME. No oil Year3 in Business. I No of Sean in Business Locally'. OTHER NANIE(S)PROPOSER PAS OPERATED UNDER IN THE LAST 10 YEARS. FIRMI PRIMARY ADDRESS:HEADQUARTERS): CITY STATE. I IIP CCCE TELEPFONE NO.. TOLL FREE NO FAX NO f IRM LO CAL AUORES3: CITY STATE. ZIP CODE. PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO_ ACCOUNT REP TOLL FREE NO ACCOUNT REP E,MAiL. FEDERAL TM IDENTIFICATION NO. The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any fin or principal information, applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. ..FQ 20''7-1 26-Kd I B 1. Veteran Owned Business.Is Pro ser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT:Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United Slates federal government,as required pursuant to ordinance 2011-37-13. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer.director,agent Of immediate family memoer(spouse. parent. sibling, and child) woo is also an employee of the City of Miami Beath. Further, al Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer,director, agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3 References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted the following information is required: 1) Finn Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 8).Narrative on Scoce of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by an ubli<sector agency? YESNO SUBMITTAL REQUIREMENT: If answer to above Is "YES,'Proposer shall submit a statement detailing the reasons that led to acticn(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2.487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescibed therein,including disqualification of their Proposals,in the event of such nommnpliance- SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-cmnsuttarts)with a controlling finandal interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code') and submit that Code to the PROCUREMENT DEPARTMENT with its proposaVresponse or within five(5)days upon receipt of request.The Code shall,at a minimum,require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, bbbyiig and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submthng Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miarnibeacht gov/procurement. 2rQ 201/125-K3 9 7 Living Wage.Pursuant to Section 2-408 of the Miami Beach City Code,as same may be amended from time to time.Proposes shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012).the houdy living rate will be$11.2BIhr with health benefits,and 512.92/hr without benefits. The living wage rate and health care benefits rate may. by Resolution of the Clty Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/FI.Lauderdale,issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The Cay may also.by resolution.elect not to index the living wage rate in any particular year,if it determines it would not be fiscally sound to implement same(th a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may. at its sole option, immediately deem said Proposer as non-responsive,and may further subject Proposer to additional penalties and fines.as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachd.govlprocurement/. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over 3100 000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide'Equal Benefits'to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits cf the City of Miami Beach,Florida:and the Contractors empbyees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to ary benefits to employees with spouses or to spouses of employees? YES NO 8 Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not I Employees with Employees with Provide Benet Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee. Approval is not guaranteed and the City Manager's derision is foal.Further information on the Equal Benefits requirement is available at www.miamibeachTgov/procuremenU. NFC? 201/-126-KIS 20 9 Public Entity Crimes. Section 237.133(2)(4 Florida Statutes,as currently enacted or as amended from lime to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a conbact to provide any goods or services to a public entity- not submit a proposal. proposal.or reply on a contract sett a public entity for tie construction or repair of a publid building or public work:may not submit proposals,proposals,or replies on leases of real properly to a public entity:may not be awarded or perform work as a contractor, supplier. subconbactor or consultant under a contract with any public enti )and may not transact business with any public entity in excess of the threshold amount provided in s. 237 017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2013-3990. the City shall not enter into a contract with a business un,ess the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Cade.including the black:istirg,divesting from.or otherwise real sing to deal with a person or entity when stet action is based on race,color.national origin.religion,sex,intersexuality,gender iCentity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shad remain in full compliance MI)Section 2-375 of the City of Miami Beach City Cade. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2015.29375, the City of Miami Beach, Florida, prohibits offidal City travel to the states of North Carolina and Mississippi. as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMRTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shalt remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Beginning on December 1, 2016, the city shall not enter into a contract,resulting from a competitive solicitation issued pursuant to this artic:e,with a business unless the business certifies in writing that the business has adopted and employs written polities,practices.and standards that are consistent with the city's Fair Chance Ordinance,set fcrth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: Na additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solidtation which may provide additional information to Proposers or alter sofidtation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-prccurement system, PubficPurchase.cwn. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Incus to Cmirm Indy to Confirm Nmol to Conan Receipt Recap) Reapr Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 _ Addendum 12 Addendum 3 Addendum B Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. F3 2017-126-K8 21 The solicitation referenced herein is being furnished to the recipient by the City of fvliami Beach(the*Ciy) for the recipients convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to mane any award pursuant to such Statement of Qualifications. or in cancelling awards. or in withdrawing or cancelling this solicitation, either be ore or after issuance of an award.shall be without any liability or obligation on be part of the City. In its sole discretion, the City may withdraw the solicitation ether before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate Sam the solicitation,as it deems appropriate and in its best interest. In its sale discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to dealer such fuller details, information and assurances. including financial and disclosure data, relating to the Statement of Qualifications and he applicant including, without limitation, the applicant's affiliates.officers,directors,shareholders.partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipients own risk.Proposals should rely exclusively on their own investigations,interpretations.and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval The City shall have no obligation or liability with respect to this solicitation,the selection and the award process.or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.My Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only.and does not constitute all or any part of an agreement The City and all Proposals will be bound only as, if and when a Statement of Qualifications,as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At hat time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make my inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in he Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in he event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability anshg out of this solicitation,or any response hereto, or any action or inaction by the City with respect thereto. such liability shall be Milted to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. KFCO 201/-126-K8 22 PROPOSER CERTIFICATION I hereby cera/ that I, as an authorized agent of the Proposer am submitting the following information as my firm's proposal: Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or part'to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification. Questionnaire and Requirements Affidavit are true and accurate. Name or Proposer s Au'nonzee iapreentabve: Tee of?reposer s Aump¢eo Representame. Signatwe of P'oposers AUYAnzed Repreeenmove: Cate State of FLORIDA ) On this day of ,20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: 23 APPENDIX B AMI BEACH " No Bid " Form RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 r�I" -?y ,-°s, -<I vrho have received noiiicafron"" .> r( S forespond,to complete and wbnih -_� 'i."g°$'`"'zs #* OfNtisty-Ole"StatementofNoBieprovides' waf('¢ifan.ad yaw'to improve the solicitation process: fa s'ubr�ul o '8totenneni of No Bid" may result n not being notified 41d1►r�GSYy RrQ 201/-126-KB 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond _Specifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form. may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: NATALIA DELGADO STATEMENTS OF QUALIFICATIONS #2017.126-KB 1755 Meridian Avenue, 3rd Floor MIAMI BEACH, FL 33139 RrC 2017-126-KB 25 APPENDIX C _ M ANI BEACH Minimum Requirements & Specifications RFQ No. 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach. Florida 33139 RFC) 23 1.126-K8 26 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit,with its proposal,the required submittal(s)documenting compliance with each minimum requirement Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. PRIME PROPOSER: 1. The Pdme Proposer (Engineering Firm) shall hold a "Certificate of Authorization' by the State of Florida, Division of Business and Professional Regulations, as applicable. 2. The Prime Proposer shall submit no less than five (5) projects completed within the last ten (10) years completed exemplifying experience planning, technical, managerial and administrative efforts related to transportation studies and/or other planning-related activities. Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, project contact information (phone and email), volume of contract, prime proposer's role in project. PROJECT MANAGER: 3. The Prime Proposer shall identify a Project Manager which shall submit no less than three (3) projects completed within the last ten (10) years completed exemplifying experience and capacity in performing transportation planning and related professional services Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, project contact information (phone and email), volume of contract, prime proposer's role in project. C2. Statement of Work Required. The City of Miami Beach seeks multidisciplinary consultant teams to provide technical expertise and logistical support to its Transportation Department. Emphasis will be on the comprehensive implementation of selected projects primarily from the City of Miami Beach Transportation Master Plan and the Bicycle Pedestrian Master Plan, which were adopted by the City of Miami Beach City Commission and are located on the City of Miami Beach website (http:!iw'wx.miamibeachf.govitransportationg. These items were specifically developed to implement Key Intended Outcomes adopted by the City of Miami Beach City Commission. The General Planning Consultant shall assist in the planning, technical, managerial and administrative efforts related to bansportaton studies and/or other planning-related activities of the City of Miami Beach to include but not be limited to the following activities. 1. Short and Long Range Transportation Planning a. Conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management and other projects,as directed. b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach, with the purpose of identifying mobility improvements and develop a capital plan to facilitate efficient transportation movements of goods and services. c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach, and provide prompt input to the Administration on accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. Rho 20 r/-126-<B 27 e. Prepare project layouts and capital cost estimates necessary to suppert planning studies. 1. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation,operations and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic as well as for bicycles and pedestrians. These counts can be either manual or automated. In addition, most of the above-mentioned studies will require the staff resources,degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multimodal transportation planning,and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley service. This may include conducting transit feasibility studies, to include modifications to existing trolley operations, potential new route alignments and ridership projections. 3. Facilities Planning and Development Plan and develop transportation related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state,regional and local processes. Consultant team should be knowledgeable in: a. Issues affecting urban development/redevelopment: b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision making processes; f. Establishing effective working relationships with community and team members, and g. Executing successful media strategies, products and events. 5. Financial Planning and Analysis The Consultant will support City of Miami Beach projects by providing financial planning and analysis, as requested. Tasks may include but not be limited to: RFC 2017-126-KB 23 a. Market and Development Analysis -national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development'financial analysis; economic and fiscal impact; economic (re)development; and new transit system development and/or evaluation; b. Financial Feasibility Studies; c. Funding Source Identification (new and existing) for the City of Miami Beach program of projects; d. Project Budget Estimates; e. Project Expenditure forecasts, and f. Preparation of the required reports for these processes, if requested. 6. Environmental Sustainability Analysis The City of Miami Beach is a leader in area of environmental sustainability, and the City's adopted transportation mode share priorities support its environmental goals. The Consulting team should have experience in incorporating environmental best practices into transportation studies and projects. Experience in incorporating environmental performance measures into short and long range transportation plans and projects would also be helpful. 7. Transit Intermodal Facility Development compliant with the provisions for such facilities as described in the Transportation Element of the City's 2025 Comprehensive Plan. The Consultant will work with City of Miami Beach staff and stakeholders to determine appropriate measures for implementing intermodal hubs. The Consultant will inventory and evaluate implementing tools and strategies used in other cities with similar transit levels of services and provide recommendations to the City of Miami Beach. 8. Urban Design The Consultant should be familiar with current planning issues and regulations in South Fbdda,with experience in transit-oriented development planning. The Consultant should also have experience working with community and agency stakeholders to design high quality pedestrian, bicycle, and transit facilities that may include but not be limited to shared use paths, greenways. beach walks, dedicated bicycle lanes, and transit facilities. 9. Transit Oriented Development. Experience developing and implementing guidelines that emphasize pedestrian-scale development and transit and non-motorized-accessible site plans. 10. Project Control and Management It is expected that the Consultant's project management team will bring the following experience and skills in the following areas of project control and management: R10 201/-t 2&K8 29 a. Effective work planning, monthly progress reporting,and invoicing; b. Schedule control,time management, monitoring, and reporting: c. Budgeting control, monitoring,and reporting, d. Quality control; e. Establish teamwork within consulting team, the City of Miami Beach, other consultants and stakeholders;and f. Conduct regularly scheduled project meetings with City of Miami Beach and relevant study committees and prepare and distribute project-meeting minutes to all participating stakeholders; RFQ 20'.7-126-KB 30 APPENDIX D MIANI BEACH Special Conditions RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFC 201/-1 25-KB 31 1. TERM OF CONTRACT. Three (3) years. 2. OPTIONS TO RENEW. Two (2) additional one(1) year options 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Not Applicable. 6. PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10. WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. ADDITIONAL TERMS OR CONDITIONS. This RFQ, including the attached Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal, consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. 13. CHANGE OF PROJECT MANAGER. A change in the Consultants project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 14. SUB-CONSULTANTS. The Consultant shall not retain, add, or replace any sub- consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant From the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 15. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. RI-0 2017-1 26-KB 32 APPENDIX E M AM BEACH Insurance Requirements RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFC 2017-12&KB 33 m MAMIBEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements' of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 _Protection and Indemnity $ .00 _Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFO 2017-1 26-KB 34 APPENDIX F m MIAMI BEACH Sample Contract RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DEPARTMENT 1755 Meridian Avenue, al Floor Miami Beach, Florida 33139 bQ 2317-126-K6 35 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-126-KB DISCIPLINE: RESOLUTION NO, 2017- FO 201/-125-KB 35 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 38 ARTICLE 2. BASIC SERVICES 43 ARTICLE 3 THE CITY'S RESPONSIBILITIES 47 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 49 ARTICLE 5 ADDITIONAL SERVICES.. 49 ARTICLE 6. REIMBURSABLE EXPENSES 50 ARTICLE 7. COMPENSATION FOR SERVICES 51 ARTICLE 8. CONSULTANTS ACCOUNTING AND OTHER RECORDS 52 ARTICLE 9 OWNERSHIP OF PROJECT DOCUMENTS 52 ARTICLE 10. TERMINATION OF AGREEMENT 52 ARTICLE 11. INSURANCE 54 ARTICLE 12 INDEMNIFICATION AND HOLD HARMLESS 54 ARTICLE 13 ERRORS AND OMISSIONS 55 ARTICLE 14. LIMITATION OF LIABILITY 55 ARTICLE 15. NOTICE 55 ARTICLE 16. MISCELLANEOUS PROVISIONS 56 SCHEDULES: SCHEDULE A 60 SCHEDULES B2 SCHEDULE C 64 ATTACHMENTS: ATTACHMENT A 65 ATTACHMENT B 66 ATTACHMENT C 67 rQ 201/3 26-K5 37 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR • GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" This Agreement made and entered into this day of , 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and , a corporation having its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on , the Mayor and City Commission approved the issuance of Request for Qualifications No. 2017-126-KB for GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN AS NEEDED BASIS' (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on , the City Commission approved Resolution No._ , respectively, authorizing the City to enter into negotiations with and, if successful, execute an agreement with the Consultant pursuant to the RFQ;and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services' shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 8bO20i /-I26-'Ki 38 APPLICABLE LAWS: "Applicable Laws' means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations. lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive altemates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The 'City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission' shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement. setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full ail details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultants obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional 201/-1 26-<5 39 has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record' and/or"engineer of record"for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants'). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "C", attached hereto. are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 257.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars($50,000.00) or less(or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS; "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond. Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION; "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design-builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company. corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract 2FQQ 201/-116-:3 Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package' means concise, performance- oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design-build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents' means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The Project Scope"shall mean the description of the Project, as described =1,711=8 41 in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B—Consultant Compensation and Hourly Billing Rate Schedule. Schedule C —Approved Subconsultants. SCOPE OF SERVICES: 'Scope of Services' shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule °A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project(as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. 2;Q 201/-126-KB 42 ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order, 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule 'A' hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultants obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: !2E-C..) 201/--126-KB 43 2.71 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe. expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation. City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time. if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment(i.e. extension)to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation • as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrators approval (if granted)shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness. performance and coordination of all Services required under the Agreement and under the Consultant Service Order(including the services performed by Subconsultants),within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City tFCO 201/-126-Kb 4G caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultants failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non- conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve(12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager(as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the 2FQ 20 /-I26-KB 45 City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the pdor written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services: or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been property subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANTS OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANTS OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANTS OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2017-126-Ks 46 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time. addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional ticensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3.THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, FQ 2017-126-K3 47 information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to. the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsib'e for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (Le. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any tine, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling servces for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non- conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements)and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this k-U 2017-I 26-KB 43 Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement. and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator(which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule 'B' hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any)with a "Not to Exceed"amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed' shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator.The"Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or. in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. RFD 201/-i 2O-Kii 49 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously - given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re-negotiating contracts(except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Insoection/Material Testing and Insoection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are'true and correct and in accordance with the Agreement? Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its 2FQ 20'/-] 26-KB 50 Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City ofMiami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultants Progress Schedule(to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule 'B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub- contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark- up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982- 84=100), as established by the United States Bureau of Labor Statistics("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records 8K,) 20 / 126-K8 5' hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANTS ACCOUNTING AND OTHER RECORDS 8.1 Ail books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices']), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30)days of completion of the Services (or within thirty(30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Projector any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the r&Q 201 /-126-KB 52 appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager. may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant(1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or(3)does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty(30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager. may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. �- II 53 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents(for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save RFQ 201 /-125-KB 5a harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultants errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s)actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE kFQ 2O1 /.126-<B 55 All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive • Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: Attn: All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of RrO 20'7-126-'K3 56 Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee. commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection. City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Proiect Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 166.5.2.1 In addition to the requirements in this subsection 15.5.2.the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate. or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. Z-J 2017-12&KB 57 16.7 ASSIGNMENT: The Consultant shall not assign, transferor convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16,11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the tens hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. RFC 201/-126-IC 58 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR Attest CONSULTANT: Signature/Secretary Signature/President Print Name Print Name 3FQ 201 /-126-KB 59 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND tiFC1 20 11-1 26-'!b 60 CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for GENERAL TRANSPORTAT:ON PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS"(RFQ 2017-126-KB)you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: S City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date ;'FC) 2017-126-KB 61 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services" $XXXXXXXX Design Services" $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration "" $XXXXXXXX Reimbursable Allowance""" $XRXXXXXX Note": These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note": Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $XXXXXX, per month, for the duration required to complete the Project. Note': The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. r:0 201/I/5-41 62 HOURLY BILLING RATE SCHEDULE Riff 201/126-KB 63 SCHEDULE C APPROVED SUBCONSULTANTS RFQ 2017-126-KB 64 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RFD 201/-126-KB 65 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) RFQ 2017-126-KB 66 ATTACHMENT C CONSULTANTS RESPONSE TO THE RFQ 41 Detail by Entity Name Page 1 of 3 Flonda Department of State DIVISION OF CORPORATIONS • F4 JtvL10f i Of u, 9 : 'JsP PJ;' ' �_ f"f Jr (. ro! ifflrtu! frdrl of Fiart tq a yii,rle Department of State / Division of Corporations / Search Records / Detail By Document Number I Detail by Entity Name Foreign Profit Corporation HNTB CORPORATION Filing Information Document Number F92000000884 FEI/EIN Number 43-1623092 Date Filed 12/23/1992 State DE Status ACTIVE Principal Address 715 KIRK DRIVE KANSAS CITY, MO 64105 Changed: 04/28/2003 Mailing Address PO BOX 412197 KANSAS CITY, MO 64141 Changed: 03/29/1994 Registered Agent Name &Address COGENCY GLOBAL INC. 115 North Calhoun St. Suite 4 Tallahassee, FL 32301 Name Changed: 05/09/2012 Address Changed. 07/07/2015 Officer/Director Detail Name&Address Title Director Hammond, Harvey K.,Jr. 11414 WEST PARK PLACE. STE. 300 MILWAUKEE.WI 53224 Title Treasurer. Secretary http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai l?inq... 4/1 0/20 1 8 Detail by Entity Name Page 2 of 3 DENSON, CRAIG W 715 KIRK DRIVE KANSAS CITY, MO 64105 Title Asst. Secretary Beshoner, Benjamin C. 715 KIRK DRIVE KANSAS CITY, MO 64105 Title Director Wright, Michael W. 715 KIRK DRIVE KANSAS CITY, MO 64105 Title Director Yarossi, Paul A 350 Fifth Ave., 57th Floor New York. NY 10118 Title Asst. Secretary Staska, Scott H. 715 Kirk Drive Kansas City. MO 64105 Title Asst. Secretary Marcus. Chad E. 610 Cescent Executive Crt., Ste.400 Lake Mary, FL 32746 Title President. Chairman Slimp, Robert J. 191 Peachtree St.. NE Ste. 3300 • Atlanta, GA 30303 Title VP O'Grady.Thomas D 715 Kirk Drive Kansas City, MO 64105 Title VP Tomasini. Brandon R. http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 4/10/20 1 8 Detail by Entity Name Page 3 of 3 • 9601 McAllister Freeway, Ste. 1001 San Antonio. TX 78216 Annual Reports Report Year Filed Date 2016 03/23/2016 2017 02/16/2017 2018 03/02/2018 Document Images 03/02/2018--ANNUAL REPORT View image in PDF format 02/16/2017--ANNUAL REPORT View image in PDF format 03/23/2016--ANNUAL REPORT View image in PDF formal 03/04/2015--ANNUAL REPORT View image in PDF format 09/05/2014--AMENDED ANNUAL REPORT View image in PDF format 02/25/2014—ANNUAL REPORT View image in PDF format 12/10/2013--AMENDED ANNUAL REPORT View image in PDF format 01/29/2013—ANNUAL REPORT View image in PDF format 05/09/2012--Req.Agent Change View image in PDF format 03/19/2012--ANNUAL REPORT View image in PDF format 02/03/2011--ANNUAL REPORT View image in PDF format 01/05/2010--ANNUAL REPORT View image in PDF format 03/13/2009--ANNUAL REPORT View image in PDF format 01/21/2009--ANNUAL REPORT View image in PDF format 01/24/2008--ANNUAL REPORT View image in PDF format 04/25/2007--ANNUAL REPORT View image in PDF format 01/17/2006--ANNUAL REPORT View image in PDF format 01/18/2005—ANNUAL REPORT View image in PDF format 04/27/2004—ANNUAL REPORT View image in PDF format 08/13/2003--ANNUAL REPORT View image in PDF format 04/28/2003--ANNUAL REPORT View image in PDF format 05/06/2002--ANNUAL REPORT View image in PDF format 07/02/2001--ANNUAL REPORT View image in PDF format 02/08/2000--ANNUAL REPORT View image in PDF format 04/23/1999--ANNUAL REPORT View image in PDF format 05/01/1998--ANNUAL REPORT View image in PDF formal 04/16/1997--ANNUAL REPORT View image in PDF format 04/30/1996--ANNUAL REPORT View image in PDF format 04/18/1995--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?incl... 4/10/2018 • 4t I 11 , ,,,_n TRANSPORTATION 0 414' ,':'i''.,2 , . TRAFFIC ;.„ , .,:,,,i, .� ; mei ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" �a SOLICITATION NO. 2017-126-KBy • _ - hilt'—va`s, _ i Y a ` ''' 4k { _- fes. :1/2.-----,7...6_-_-,,,,,,, .ras�A 01,,,.. .`-s— . . 4-,,,-,,, ,,,-- ''-—F-p i ..;:‘::--7-:e-c-:. is—** --,40..''' ::' MIAMI BEACH -„,. .. , • L4, IINTB ..,,..,, 0 c n > 0 -n m , 70 • . F •A 5 m A iiii .._ z 71 X; Z ' ----. b ""*., ..... - ;,, _ • ., en 4,..;-.•• -. -,_ ft..._ m _ m c _----... -,.. ..... v•, z 3 —4 to+ .-- • — . . •,... 111 COVER LETTER AND MINIMUM QUALIFICATIONS REQUIREMENTS ....___- .,k. '''k ." - ' - • ot•,. . : '':- - -1-. - P , itlfto ,Ili, -it, -. ' ,• . . • Ir X. *lc, .....:r Aft _ -.......____ . . ..• • --- -, _ -.*„ "..;'':''..',..•.,. i.-..-•. ...,-...--..... ..,•!....t,-.......„."Ni..-."."."‘Qxi•-,- ,. 0.I11.4,1 ., 111..9r. - ...P.'ri.,:1::„;: : ^ .Z.,,_, ,,,.-- .;.. lillike...,.:-.• I ',El a Air' I .fc:' ...:' .. • _ _ • .1 .,„. .--.0','. 1 L--.• ./ • .. . _ . . '''‘V.-;i . --- .....- .., . ..:-......-- --....•,,r...v.:--.-... ..,...7-.--, •.-....-- -.. .4 „Ins- .-. •• ,, 4 .-.*1.1.4... 0",44•• 4,- ._.----7.r. ".t.:".?•'itlr-4.k , - ,p,,,,----,,,.. ..... - -_. . lir' . : -.4"1. .-tz. :1:::,'-Kilt. • ...-- - sp'N)14--'-- •' Z.-. • • lk-`54.1°5!'-5- .411ke --• . - ......•7 ..•.-ilt ' • •'7.---7-t'.._491 - r-r •-.4.• -.--e• !- .4 •- .....• ' .... . ....„,.. $ COVER LETTER TABLE OF CONTENTS MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING HNTB Corporation Infrastructure Solutions 8700 West Flagler Street, Suite 402 Miami, Florida 33714 (305) 551-8100 July 14, 2017 Natalia Delgado, Contracting Officer Procurement Department RE: RFQ NO. 2017-126-KB, GENERAL TRANSPORTATION 1755 Meridian Avenue, PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 3rd Floor ON AN "AS NEEDED BASIS" Miami Beach, FL 33139 Dear Ms. Delgado, HNTB Corporation is pleased to submit this proposal to the City of Miami Beach to support you with an interdisciplinary team of expert professionals able to deliver priority projects on a fast-tracked schedule. HNTB understands the City's goals and priorities expressed in the City of Miami Beach General Transportation Planning and Traffic Engineering Consultant Services on an "As Needed Basis", the Transportation Master Plan and the Bicycle Pedestrian Master Plan. In response, we have tailored a team for the City with professionals who are committed to technical excellence and smart solutions. THE HNTB TEAM INCLUDES STREET PLANS COLLABORATIVE, RENAISSANCE PLANNING GROUP, FLORIDA INTERNATIONAL UNIVERSITY, LAMBERT ADVISORY, CALTRAN ENGINEERING AND SABRA MEDIA GROUP, A VETERAN OWNED BUSINESS. The HNTB team possesses a wide range of experience and expertise to address every single area listed in the request for qualifications for this project. We have practical solutions and the depth of resources to support and complete multiple assignments simultaneously within shorter timeframes. Our seasoned team will be led by our project manager, RAFIQ ALQASEM, PE, PTOE, WHO HAS SUCCESSFULLY MANAGED TWO SIMILAR PROJECTS BACK-TO-BACK FOR MIAMI BEACH BETWEEN 2006 AND 2013. Rafiq is very familiar with the challenges facing the City and the concerns of its residents and is extremely knowledgeable of the City's transportation system. This knowledge will be used to create innovative solutions to support the City of Miami Beach. Rafiq will be supported by LYNDA MIFSUD, AICP, who has been involved in feasibility and corridor studies, public outreach campaigns, environmental planning and is currently leading a www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING study of mobility hub planning and prioritization in Broward. Our local team will include national practice leaders and advisors to execute the City's vision. Our practice leads and advisors bring a wealth of expertise rooted in emerging technologies, sustainable practices, transit planning, project development, delivery and operations. They will be a valuable resource available to the project team and the City of Miami Beach as needed. HNTB practice leader and advisor, JIM BARBARESSO will lead the team in technology. Jim's leadership provides best practices from current projects such as the Tampa Connected Vehicles Pilot Project, one of three projects in the nation testing real-world applications for vehicle-to- vehicle and vehicle-to-infrastructure technologies. Jim also supported the City of Columbus in developing the winning application for the Smart Cities Challenge which resulted in the sole national demonstration of the project. This project brings multiple project sponsors to the table in a true public private partnership with monetary contributions that have grown from $90 million at the time of the application to over $300 million to date during early implementation. ROBERT IVARSON,PE, our HNTB sustainability practice leader, has conducted several contingency planning projects that address weather and sea-related issues for transportation systems in vulnerable coastal environments. MATTHEW POLLACK, PE, PMP, has unparalleled design and systems experience in the transit and rail industry having worked largely in the southeast United States. Matt is committed to finding workable solutions for transit improvements that are realistic for integration into the fabric of the transportation network and the communities they serve. THE HNTB TEAM HAS NOT BEEN AWARDED ANY WORK BY THE CITY OF MIAMI BEACH IN THE PAST SEVERAL YEARS AND WE TRULY LOOK FORWARD TO THE OPPORTUNITY TO WORK TOGETHER. We understand the types and mix of infrastructure challenges necessary to realize Miami Beach's goal of a travel mode hierarchy that puts the pedestrian first. Our team is invested in the.people- first philosophy and is thrilled for the opportunity to work closely with your team. We pledge our full commitment to help Miami Beach develop workable practical solutions and become your trusted consultant. As the primary contact for this proposal, please feel free to contact me with any questions. Sincerely, HNTB Corporation Gus Pego, PE Vice President and Principal-in-Charge (305) 551-8100 gpego@hntb.com 2 www.HNTB.com " te' +� TABLE OF CONTENTS �.F TAB 1 COVER LETTER AND MINIMUM QUALIFICATIONS REQUIREMENTS 1 . 1 COVER LETTER AND TABLE OF CONTENTS PG. 1 MODIFICATIONS/EXCEPTIONS TO THE REQUEST FOR QUALIFICATIONS PG.4 1 .2 RESPONSE CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT (RFQ APPENDIX A) PG. 1 1 1 .3 MINIMUM QUALIFICATIONS REQUIREMENTS PG.21 TAB 2 EXPERIENCE AND QUALIFICATIONS 2. 1 QUALIFICATIONS OF PROPOSING FIRM PG.31 2.2 QUALIFICATIONS OF PROPOSER TEAM PG.36 2.2. 1 EXPERIENCE AND QUALIFICATIONS OF THE PROJECT MANAGER AND TASK LEADERS PG. 176 2.2.2 TEAM EXPERIENCE PG. 179 2.2.2 EVIDENCE OF PRIOR WORKING EXPERIENCE PG. 181 2.3 FINANCIAL CAPACITY PG. 188 TAB 3 APPROACH AND METHODOLOGY 3 APPROACH AND METHODOLOGY PG. 1 89 www.H NTB.com MIAMI BEACH GENERAL.TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING MODIFICATIONS/EXCEPTIONS TO THE REQUEST FOR QUALIFICATIONS HNTB Corporation has reviewed the sample contract in the request for qualifications for contract number 2017-126-KB General Transportation Planning and Traffic Engineering Consultant Services on "As Needed Basis". We submit the following modifications/exceptions to the City of Miami Beach: — Section 0200 Instructions to Respondents & General Conditions, Section 40. Indemnification — Article 5 Additional Services, Section 5.1 Additional Services — Article 7 Compensation for Services, Section 72 — Article 10 Termination of Agreement, Section 10.4 — Article 11 Insurance, Section 11.2 — Article 13 Errors and Omissions, Section 13.1 All exceptions and changes have been listed for the City's review. Please see markups attached for all details regarding the items listed above. www.HNTB.com 4 RESPONSE CERTIFICATION, QUESTIONNAIRE REQUIREMENTS AFFIDAVIT (RFQ APPENDIX A) Solicitation No. So6tilanon The RFQ 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING _ CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" Procurement Contact: Tel Email. NATALIA DELGADO 305-673-7490 NATALIADELGADO@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME HNTB Corporation No of Years in Business: No of Years in Business Locally 103 Years 63 Years OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: NIA FIRM PRIMARY ADDRESS(HEADQUARTERS): 715 Kirk Drive CITY Kansas City STATE. ZIP CODE MG 64105 TELEPHONE NO' (816)472-1201 TOLL FREE NO.: N/A FAX No NIA FIRM LOCAL ADDRESS: 8700 West Flacler Street Suite 402 CITY. Miami STATE ZIP CODE. FL 33714 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT. Gus Pego,PE ACCOUNT REP TELEPHONE NO. (305)551-8100 ACCOUNT REP TOLL FREE NO.: NIA ACCOUNT REP EMAIL- qperzo@HNTB.com FEDERAL TAX IDENTIFICATION NO.. 43-1623092 The City reserves the right to seek additional information from proposer or other source(s),including but not limited to: any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. QFQ 2017-126-KB I 8 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES '/ NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contacts Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation.or had a contract cancelled due to non- erformance by an r ublic sector agency? YES '/ NO SUBMITTAL REQUIREMENT: If answer to above is "YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the PROCUREMENT DEPARTMENT with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum,require the Proposer, to comply with all applicable governmental rules and regulations including, among others. the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available atwww.miamibeachtl.govlprocuremenU, RFQ 2017-126-KB 19 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code,as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.284v with health benefits.and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/F1.Lauderdale,issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding.no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach.who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractors employees located in the United Slates, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? V YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? V YES NO c. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with j Employees with Provide Benefit Spouses f Domestic Partners Health ./ I V Sick Leave V '( Family Medical Leave V V Bereavement Leave v V If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Managers decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachtl.gov/procurement/. FQ 207/-126-KB 20 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit • proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Beginning on December 1,2016,the city shall not enter into a contract,resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing tat the business has adopted and employs written policies,practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com, However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. imamConfirm confirm Initial to Confirm Initial to Confirm Receipt Receipt Addendum 1 Addendum 6 Addendum 11 let Addendum 2 Addendum 7 Addendum 12 . Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 201/-126-Kb 21 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the'City')for the recipients convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications.may acceptor reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications. the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipients own risk. Proposals should rely exclusively on their own investigations,interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole dsk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City 5 governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence. however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. QFQ 201/-12o-KB 22 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer s Authorized Representative: rtle or Proposer's Authprved Representative: Charlie .- n, P Senior Vice President sr9naw -o-.:.Raprexnptive:fi sirDab'. Lvyy// June 12, 2017 State of FLORIDA 1 On this IZ*day of Juxv 2017,personally ) appeared before meCOwjli.I.Ro 4µnwho County of Bi tlskovau1h ) stated that (s)he is the Sr. VicaPresdewk of H1.ft3 , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: i.P—q(2 '/-Cer .+�ye.tty ; SUSAN C.BERGER Note for the State of Florida s MY COMMISSION R00065909 My Commission Expires: 03121111 . A EXPIRES:Math 24,202t 'Ko••y mwa1NU Nosy Prize umwlbrs MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.2 RESPONSE CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT (APPENDIX A) PROPOSERS RESPONSE 1. VETERAN OWNED BUSINESS. HNTB Corporation is 8. EQUAL BENEFITS FOR EMPLOYEES WITH SPOUSES not a veteran owned business. AND EMPLOYEES WITH DOMESTIC PARTNERS. HNTB Corporation provides/offers access to benefits to employees with spouses or to spouses of employees. 2. CONFLICT OF INTEREST. HNTB Corporation does HNTB Corporation provides/offers access to any not have any conflicts of interest with the City of benefits to employees with (same or opposite Miami Beach. sex) domestic partners or to domestic partners of employees. 3. REFERENCES & PAST PERFORMANCE. HNTB Corporation has provided the requested references 9. PUBLIC ENTITY CRIMES. No additional submittal for work completed similar in size and nature to the is required. By virtue of executing this affidavit scope of services on pages 18-19 of the proposal. document, HNTB Corporation agrees with the requirements of Section 287133, Florida Statutes, and certifies it has not been placed on convicted vendor 4. SUSPENSION, DEBARMENT OR CONTRACT list. CANCELLATION. HNTB Corporation has never been debarred, suspended or other legal violation, or had a contract canceled due to non-performance by any 10. NON-DISCRIMINATION. No additional submittal public sector agency. is required. By virtue of executing this affidavit document, HNTB Corporation agrees it is and shall remain in full compliance with Section 2-375 of the 5. VENDOR CAMPAIGN CONTRIBUTIONS. HNTB City of Miami Beach City Code. Corporation (including subconsultants) agrees to the expectation to be or become familiar with, the City's Campaign Finance Reform laws, as codified 11. MORATORIUM ON TRAVEL TO AND THE in Sections 2-487 through 2-490 of the City Code. PURCHASE OF GOODS OR SERVICES FROM NORTH HNTB shall be solely responsible for ensuring that CAROLINA AND MISSISSIPPI. No additional submittal all applicable provisions of the City's Campaign is required. By virtue of executing this affidavit Finance Reform laws are complied with, and shall be document, HNTB Corporation agrees it is and shall subject to any and all sanctions, as prescribed therein, remain in full compliance with Resolution 2016-29375. including disqualification of our proposals, in the event of such non-compliance. 12. FAIR CHANCE REQUIREMENT. No additional submittal is required. By virtue of executing this 6. CODE OF BUSINESS ETHICS. HNTB Corporation has affidavit document, HNTB Corporation agrees it is submitted the firm's Code of Business Ethics on page and shall remain in full compliance with Resolution 20 of the proposal. 2016-29375. 7. LIVING WAGE. No additional submittal is required. 13. ACKNOWLEDGMENT OF ADDENDUM. HNTB By virtue of executing this affidavit document, HNTB Corporation acknowledges sole responsibility for Corporation agrees to the living wage requirement. assuring receipt of any and all addendum issued pursuant to solicitation. HNTB Corporation has received all addendum(s) released by the City pursuant to this solicitation and noted signature in Appendix A of the proposal as requested. www.HNTB.com 17 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.2 RESPONSE CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT (APPENDIX A) PROPOSERS RESPONSE 3. REFERENCES & PAST PERFORMANCE Miami-Dade Expressway Authority (MDX) GEC City of Miami Transportation Program Support Services Mayra Diaz, Program Manager Sandra Harris, Director of Transportation 3790 NW 21st St, Miami FL 33142 Management mdiaz@mdxway.com 444 SW 2nd Avenue, 8th Floor, Miami, FL 33130 (305) 6373277x2118 HNTB functions as an extension of MDX staff and SandraHarris@miamigov.com aids in the development and administration of (305) 416-1726 transportation improvements throughout Miami- Task-work order based contract to provide traffic Dade County. HNTB provides a wide range of engineering, planning, environmental, financial engineering, planning, PD&E, design, environmental, analysis, operations planning and public outreach. right of way, architectural, landscape architecture, HNTB supported the City of Miami in planning, technical management and administrative services developing and most recently the operation and on their six lane system. HNTB currently assists planning to expand the Miami Trolley System. The MDX in the development of their five-year work system currently has 44 vehicles and more than 400 program on an annual basis. HNTB staff have also stop locations. HNTB is currently reviewing potential assisted MDX in the development of a visioning plans for a multimodal transportation impact fee and process and developing a strategic master plan have provided multiple reports for public private and resultant visioning document. The MDX 2040 partnership opportunities associated with transit both Master Transportation Plan required the inclusion of inside, and connecting to the City of Miami Beach. data and information from MDX's five-year program in the Metropolitan Planning Organization (MPO) Florida Department of Transportation (FDOT) District 6, 2040 Long-Range Transportation Plan. The strategic Transportation Systems Management and Operations planning process entailed coordination and facilitation (TSM&O) General Engineering Consultant (GEC) with other agency stakeholders in the region and the Omar Meitin, District Traffic Operations Engineer successful development of consensus on a set of Tier 1 10001 VV 111th Avenue, Miami, FL 33172 and Tier 2 priority projects. MDX is currently studying Omar.Meitin@dot.state.fl us the identified Tier 1 projects for implementation. (305) 470-5312 HNTB is responsible for recommending procurement The FDOT District 6 TSM&O program represents a methods, preparing procurement documents issued by broad range of operations and management activities the Authority and reviewing submitted responses to that are deployed to improve transportation system solicitations. performance, particularly to achieve the highest level of utility from available infrastructure and resources. South Florida Regional Transportation Authority Many of those activities have demonstrable success, (SFRTA) GEC such as 95 Express, while others reflect activities that Brandy Creed, Director of Engineering have been "updated", e.g., enhanced traffic incident 801 NW 33rd Street, Pompano Beach, FL 33064 management, enhanced signal retiming, active work creedb@sfrta.fl.gov zone management and pilots such as adaptive (954) 298-7927 signal control that are taking shape. HNTB has been The SFRTA GEC included Tri-Rail, a commuter rail line a partner with FDOT from the program's inception linking Miami, Fort Lauderdale and West Palm Beach. since 2009 and is currently serving as the District's It is managed by SFRTA along with CSX and the line representative for the statewide TSM&O Program. is now wholly-owned by the FDOT. The 70.9-mile HNTB's scope activities include providing technical system has 18 stations along the Southeast Florida support in areas of strategic and business planning, coast and connects directly to Amtrak at numerous studies and conceptual plans, deployment, operations stations, Metrorail at the Tri-Rail, Metrorail Transfer and maintenance. Station and to the Miami Airport station. HNTB is 18 www HNTB corn MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.2 RESPONSE CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT (APPENDIX A) PROPOSERS RESPONSE responsible for monitoring, observing and performing a comprehensive assessment of key components of the rail system, specifically relating to grade crossings, track, signals and maintenance of way work and HNTB Corporation has processes. HNTB is also responsible for construction engineering and inspection services for designated projects as required by the agency. selected a diverse and quality team on this project Broward Metropolitan Planning Organization Mobility Hubs for the City of Miami Beach. James Cromar, Strategic Planning Director Trade Centre South, 100 West Cypress Creek Road, 6th Floor, Committed to exceeding Suite 650, Fort Lauderdale, FL 33309 the City's expectations, cromarj@browardmpo.org our approach to project (954) 876-0038 Task-work order based contract focused on developing a revised planning, management multimodal hub evaluation process methodology, conducting master plan and staffing is to provide processes for high ranked locations/areas and providing implementation the right professionals and support for selected hubs in cooperation with other agencies, municipalities and the private sector. An important aspect of this work bolster their work with a is a detailed market analysis to ensure readiness for site development deep bench of support and and compatible land use/zoning. This process is a collaborative effort with stakeholders and adjacent property owners to optimize potential guidance. HNTB follows for adjacent transit supportive or joint development. Tasks include master a sophisticated 4 for 4 plan site development, environmental clearance, in addition to design, engineering and construction oversight. process - quality work, on time, and on budget, delivered to the client's satisfaction on every project as our commitment to consistent performance. W.-semi ' _-!tf —' 4 �'t ' 10--"; % Alk` . www.HNTB.com 19 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.2 RESPONSE CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT (APPENDIX A) PROPOSERS RESPONSE 6. CODE OF BUSINESS ETHICS LAWFUL AND ETHICAL CONDUCT HNTB CORPORATION is committed to full compliance with all applicable laws and regulations, whether imposed by local, state, federal or other governmental authority. HNTB requires all employees to be honest, ethical and lawful in conducting HNTB's business. Employees must comply with all applicable laws, regulations and professional canons in the performance of their duties at HNTB. Employees are expected to be knowledgeable regarding the laws, regulations and professional canons applicable to their position and duties. No one has the authority to approve illegal activity and such behavior cannot be justified because it was directed or requested by a superior. If a request for improper action is received, it should be reported to the Business Integrity Office, even if the request is declined. Employees are encouraged to seek guidance from the business integrity office if they are uncertain about the legality of any conduct. HNTB employees must comply with this policy and report any violations. Review/Revision Date: October 2016 20 www.HNTB.com MINIMUM QUALIFICATIONS REQUIREMENTS 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS State of Florida Department of State I certify from the records of this office that HNTB CORPORATION is a Delaware corporation authorized to transact business in the State of Florida, qualified on December 23, 1992. The document number of this corporation is F92000000884. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report/uniform business report was filed on February 16, 2017, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Sixteenth day of February, 2017 V," 04140% Secretary of State Tracking Number:CC3060322377 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS .'"' • Florida Board of Professional Engineers - � � 2639 North Monroe Street,Suite B-112 ''f� • Tallahassee, FL 32303-5268 HNTB Corporation 715 KIRK DRIVE KANSAS CITY, MO 64105 Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original, a certified copy,or a duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless there is a question about the authenticity of the document raised on its face,or because the genuineness of the document is uncertain,or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license, a notice of renewal will be sent to your last known address. If you have not yet received your notice 60 days prior to the expiration date,please call(850)521-0500,or write,Florida Board of Professional Engineers, 2639 North Monroe Street,Suite B-112,Tallahassee,FL 32303-5268 or a-mail• board@fbpe.org. Our website address is http://www.fbpe.org. Stat Fl rida Board 3 Pro -., '9.._.t eers _ :7_7-4_tt O. m i aAFBPE 11 -- . 4 11(011,10.4U I sCINI I" Is authorized under the provisiiltisnof ' ;• • !' W r� t • • '' atui'2s,to offer engineering services to the public through a Professional •'Tr T':��"' dc'Chapter 471,Florida Statutes. .�././::i Expiration: 2/28/2019 '< , QQ1 WE 11L� CA Lic.No: Audit No: 228201901731 R 6500 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS 7_144. DEPARTMENT OF VETERANS AFFAIRS _ Center for Verification and Evaluation ` Washington DC 20420 CrY n '=;=Cs �' October 25, 2016 In Reply Refer To: 00VE Ms. Charlene Sabra Sabra Media Group, LLC DUNS: 078580256 1931 Cordova Road, Suite 132 Fort Lauderdale, FL 33316 Dear Ms. Sabra: On behalf of the U.S. Department of Veterans Affairs (VA), Center for Verification and Evaluation (CVE), I am writing to inform you that Sabra Media Group, LLC has been verified as a Veteran-Owned Small Business (VOSB) and added to the Vendor Information Pages (VIP) at http://www.vigvetbiz.gov. Sabra Media Group, LLC will be eligible to participate in Veterans First Contracting Program opportunities with VA. This verification is valid for two years from the date of this letter. Please retain a copy of this letter to confirm Sabra Media Group, LLC's continued program eligibility in accordance with 38 Code of Federal Regulations (CFR) § 74.12. You may reapply 120 days prior to your expiration date by logging in to your VIP profile. Thank you for your service to our country and for continuing to serve America through small business ownership. Sincerely, Thomas J. McGrath Director Center for Verification and Evaluation MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS HNTB has provided project experience on the following pages for both the project manager and prime proposer. For each qualifying project an icon is listed from the service list below to identify the team's experience and capacity per the City of Miami Beach's statement of work evaluation. We are confident that this information speaks to the ability of the HNTB team and our proposed project manager to provide services above your expectation and provide quality work on this contract for all related professional services. SERVICE LIST Cod w®1 SHORT AND LONG RANGE TRANSIT OPERATIONS FACILITIES PLANNING TRANSPORTATION PLANNING PLANNING AND ANALYSIS PUBLIC FINANCIAL PLANNING ENVIRONMENTAL PARTICIPATION AND ANALYSIS SUSTAINABILITY ANALYSIS • no _ ao •. • • Quo TRANSIT INTERMODAL URBAN TRANSIT ORIENTED FACILITY DEVELOPMENT DESIGN DEVELOPMENT lgg PROJECT CONTROL TRAFFIC TRANSPORTATION MANAGEMENT ENGINEERING ENGINEERING 24 www.HNTB com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS: PRIME PROPOSER CITY OF MIAMI TRANSPORTATION PROGRAM SUPPORT SERVICES HNTB CORPORATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT Task-work order based contract focused on providing traffic Prime Program Management Consultant engineering, planning, environmental, financial analysis, operations START AND COMPLETION DATES planning and public outreach services to the City of Miami. 2008-2016 HNTB has provided multiple reports for public private partnership PROJECT CONTACT INFORMATION opportunities associated with transit within the City, as well as Sandra Harris, Director of Transportation assisted with the planning and operation for the expansion of the Management Miami Trolley System. The system has 44 vehicles with more than (305) 416- 1726 400 stop locations and serving an estimated half million local sandraharris@miamigov.com residents on a monthly basis. HNTB was also recently selected for PROJECT LOCATION a new contract to continue our services and is supporting the City Miami, FL in reviewing potential plans for a Multimodal Transportation Impact Fee program. VOLUME OF CONTRACT $1.000,000 CD Fd 174 to CD CD FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 6 TRANSPORTATION SYSTEMS MANAGEMENT AND OPERATIONS HNTB CORPORATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT Since 2009, HNTB Corporation has been a partner with the Florida Prime-Operations and Management Support Department of Transportation serving as the representative on the START AND COMPLETION DATES Transportation Systems Management and Operations Program. The 2009-2016 program represents a broad range of operations and management PROJECT CONTACT INFORMATION activities that are deployed to improve transportation system Omar Meitin, District Traffic Operations Engineer performance, particularly to achieve the highest level of utility from (305) 470-5312 available infrastructure and resources. Many of those activities omar.meitin@dot.state.fl.us have demonstrable success, while others reflect activities that have PROJECT LOCATION been updated. HNTB's scope activities included providing technical Miami, FL support in areas of strategic and business planning, studies and conceptual plans, deployment and operations and maintenance. VOLUME OF CONTRACT $5,000,000 ® m °v t® s CD CD KEY LEGEND '16t Short And Long Range Transit Operations Facilities Planning Public Financial Planning Environmental Transportation Planning Planning and Analysis Participation and Analysis Sustainability Analysis r ao a 1"► TT p' ri_ �I / 1Sg 0 Transit Intermodal Urban Transit Oriented Project Control Traffic Transportation Facility Development Design Development Management Engineering Engineering www.HNTB.com 25 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS: PRIME PROPOSER MIAMI-DADE EXPRESSWAY AUTHORITY GENERAL ENGINEERING CONSULTANT SERVICES HNTB CORPORATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT HNTB functioned as an extension of the Miami-Dade Expressway Prime-General Engineering Consultant Authority(MDX)staff and aided in the developmentand administration START AND COMPLETION DATES of transportation improvements throughout Miami-Dade County. 2010-2015 HNTB provided a wide range of engineering, planning, design, PROJECT CONTACT INFORMATION environmental, right of way, architectural, landscape architecture, Mayra Diaz, Program Manager technical management and administrative services for their six (305) 637-3277 Ext.2 1 18 lane system. HNTB staff has also assisted MDX in the development mdiaz@mdxway.com of their five-year work program on an annual basis and in the PROJECT LOCATION development of a visioning process with the goal of developing a Miami, FL strategic master plan and resultant visioning document. HNTB was responsible for recommending procurement methods, preparing VOLUME OF CONTRACT procurement documents issued by the Authority and reviewing $70,000,000 submitted responses to solicitations. CDOCtet . t8; CDIGI VIA PROGRAM MANAGEMENT CONTRACT SMARTMOVE HIGH CAPACITY TRANSIT PROGRAM HNTB CORPORATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT HNTB Corporation supported VIA Metropolitan Transit's Prime-Program Management Consultant multi-year SmartMove High Capacity Transit Program as the START AND COMPLETION DATES program management consultant. The short-term program was 2011 -2015 initiated to prioritize transit projects including transit centers, PROJECT CONTACT INFORMATION park and rides, bus shelter amenity improvements and a modern Brian Buchanan, Chief Development Officer streetcar. In addition to overall program management activities, (210) 299-5901 specific tasks included corridor planning studies, travel demand brian.buchanan@viainfo.net modeling, project development, design, engineering, environmental PROJECT LOCATION clearance, public involvement, design-build procurement services, San Antonio, TX design/construction, grant-writing and oversight of multiple teams for each of the projects. A wide range of design solutions were VOLUME OF CONTRACT $22,000,000 reviewed including rail transit, bus rapid transit, multi-story parking garage and utility coordination. The project team included an experienced procurement team preparing VIA for a design-build implementation for all major capital projects. © 6:) , CCDOCDCDED 26 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS: PRIME PROPOSER MIAMI-DADE METROPOLITAN PLANNING ORGANIZATION GENERAL PLANNING CONTRACT HNTB CORPORATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT HNTB was selected to manage this work order-based general Prime-General Planning Contract planning services contract. Specific work orders included completing START AND COMPLETION DATES aesthetics design guidelines document for county transportation 2009-2015 projects, origin-destination surveys of the 95 Express bus routes, PROJECT CONTACT INFORMATION an evaluation process for school crossing guards, a bike to transit Jesus Guerra, Deputy Director system improvements study, complete streets study and bus rapid (305) 375-2069 transit implementation plans for various corridors. jguerra@miamidadempo.org PROJECTATION4-0°ED • P:4 WE9 Miami, FL VOLUME OF CONTRACT S550,000 KEY LEGEND urio, Short And Long Range Transit Operations Facilities Planning Public Financial Planning Environmental Transportation Planning Planning and Analysis Participation and Analysis Sustainability Analysis • [9.", te; (G , Transit Intermodal Urban Transit Oriented Project Control Traffic Transportation Facility Development Design Development Management Engineering Engineering www.HNTB.com 27 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS: PROJECT MANAGER CITY OF MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES ON AS-NEEDED BASIS PROJECT INFORMATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT Our proposed project manager, Rafiq Alqasem, PE, PTOE, served NjA as the project manager on this project for the entire duration of this START AND COMPLETION DATES contract. The scope of services provided to the City included data 2006-2012 collection, transportation planning studies and traffic operations PROJECT CONTACT INFORMATION studies. Many of these services provided resulted in operational Jose Gonzalez, Director and geometric improvements that were then taken to the next (305) 673 -7000 Ext. 6768 phase of improving operational efficiencies through implementing josegonzalez@miamibeachfl.gov modifications such as signal timings, signing and markings, design PROJECT LOCATION modifications to intersections in signalization, pedestrian ramps, Miami Beach, FL minor lane reassignments and widenings to add turning lane pockets. Rafiq also conducted numerous transportation planning, VOLUME OF CONTRACT This was an unlimited contract with no ceiling. traffic engineering and geometric improvement technical reviews on an as-needed basis as directed by the City. itCDUC) OCDe CITY OF MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES ON AS-NEEDED BASIS PROJECT INFORMATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT This project was a re-selection from the City of Miami Beach on N/A behalf of Rafiq Alqasem's, PE, PTOE, superior performance on START AND COMPLETION DATES the prior project, General Transportation Planning and Traffic 2012 -2013 Engineering Consultant Services on an "As Needed Basis", with PROJECT CONTACT INFORMATION the City. Our proposed project manager, Rafiq Alqasem continued Jose Gonzalez, Director to serve as the project manager on this project until his transition (305) 673 -7000 Ext. 6768 to HNTB. The scope of services provided to Miami Beach included josegonzalez@miamibeachfl.gov data collection, conducting several transportation planning PROJECT LOCATION assignments, traffic operational studies, reviews of technical traffic Miami Beach, FL impact studies submitted by land developers for proposed projects and some minor geometric desiEDgn work orders. VOLUME OF CONTRACT 1 .1 EH 0 le This was an unlimited contract with no ceiling. a 28 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS: PROJECT MANAGER CITY OF OAKLAND PARK CITYWIDE TRAFFIC CALMING STUDY AND CAPITAL IMPROVEMENT PLAN PROJECT INFORMATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT The Citywide Traffic Calming Study evaluated the causes for the cut- N a through traffic and developed recommendations to mitigate traffic START AND COMPLETION DATES and reduce the impact on residential streets. Our proposed, project 2003 -2009 manager, Rafiq Alqasem, PE, PTOE, worked intimately with the 29 PROJECT CONTACT INFORMATION residential communities that comprise the City to develop community Ann Perrotta, Adjunct Faculty specific recommendations to calm traffic in their neighborhood (Formerly Planning Director for the and continues to maintain connections in the local community. The City of Oakland Park) City of Oakland Park issued a Certificate of Appreciation to Rafiq (772) 678-6653 arperrotta2003@yahoo.com Alqasem, PE, PTOE, for the successful completion of this project. PROJECT LOCATION O . © 00 © '�I°'' # C) C) e Oakland Park, FL VOLUME OF CONTRACT $720,000 CITY OF OAKLAND PARK DOWNTOWN REDEVELOPMENT AND REVITALIZATION PROJECT INFORMATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT Our proposed project manager, Rafiq Alqasem, PE, PTOE, served as N/A project manager for the City of Oakland Park on the Redevelopment START AND COMPLETION DATES and Revitalization Project which resulted in a certificate of recognition 2003 -2008 from the City. The Downtown Redevelopment and Revitalization PROJECT CONTACT INFORMATION Plan developed and recommended mixed land uses and densities Ann Perrotta, Adjunct Faculty for pedestrian, bicycle and transit use to encourage revitalization (Formerly Planning Director for the and resulted in reduced vehicular traffic. The City of Oakland Park City of Oakland Park) issued a Certificate of Appreciation to Rafiq Alqasem, PE, PTOE, for (772) 678-6653 arperrotta2003@yahoo.com the successful completion of this project. PROJECT LOCATION [ �� © d ee ig] S; CD t Oakland Park, FL VOLUME OF CONTRACT $650,000 KEY LEGEND LorD J Short And Long Range Transit Operations Facilities Planning Public Financial Planning Environmental Transportation Planning Planning and Analysis Participation and Analysis Sustainability Analysis oa oio - 0 O +o Transit Intermodal Urban Transit Oriented Project Control Traffic Transportation Facility Development Design Development Management Engineering Engineering www.HNTB.com 29 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS: PROJECT MANAGER CITY OF CORAL GABLES TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES PROJECT INFORMATION PROJECT DESCRIPTION PRIME PROPOSERS ROLE IN CONTRACT Our proposed project manager, Rafiq Alqasem, PE, PTOE, served N/A as the project manager for this project which was a re-selection after START AND COMPLETION DATES having served in the same capacity on several projects similar in 1989-2013 scope prior with the City of Coral Gables. Services provided to the PROJECT CONTACT INFORMATION City included data collection, conducting numerous safety studies, Lisa Ferrer,Project Engineer traffic impact studies, traffic calming, reviews of traffic studies and 1305) 460-5031 development plans, public involvement presentations, design of Iferrer@coralgables.com operational and minor geometric improvements and developing PROJECT LOCATION specifications and cost estimates. Coral Gables, FL © CD 1 O @ 0Q III 1 Qro171I,�:� C7R VOLUME OF CONTRACT This was an unlimited contract with no ceiling. 30 www.HNTB.com ;-i lit r i\ lik- _______ r : *411W EXPERIENCE �f :t I '`' 2AND m QUALIFICATIONS :__ z n a z C7 ,Iro\\/ 0C -M--..5Z?":"'-';'' mac► ,.+ly rt"� Aj - `' re _ _ .may) . '`rJ` }Wpm - . QUALIFICATIONS OF PROPOSING FIRM MIAMI BEACH ., ja Founded in 1914, HNTB has Dull a 1 reputation for excellence and innovation. KEY LEGEND , � IS HNTB is the planner, designer and construction manager for $11 billion of • _+r =• infrastructure annually across the U.S. O SHORT AND LONG RANGE , . - �r-� TRANSPORTATION PLANNING We understand the issues that affect a client's ability to complete complex TRANSIT OPERATIONS PLANNING a •„4 -" .—--..t. _ infrastructure proiects and programs.We ' +w-- s -1 - FACILITIES PLANNING � •` r ` : �, have a proven track record of excellent a AND ANALYSIS w ' - 7_ice tii setvice across the country with chants +ra = PUBLIC PARTICIPATION s on a federal, state and local level In .a ` - addition, HNTB represents four of the FINANCIAL PLANNING i ;j _-- - - j(fAND ANALYSIS -,�_ stare's five expressway enterprises serving .— _ as a General Engineering Consultant or 1 RSa_fir — - -' ENVIRONMENTAL ! - . `�i-.•-. _ 4 Project Manager for Florida's Turnpike SUSTAINABILITY ANALYSIS -' - ..a ., - - _., ,a '"r' -�.3• s�• Enterprise, Central Florida Expressway �'`-a�-'- _ TRANSIT INTERMODALr ' Authority, Miami- Dade Expressway ® FACILITY DEVELOPMENT Authority and the Tampa Hillsborough _— Expressway Authority. URBAN DESIGN ' i ` .telt: �fi. +- _ ._%-n ' ' HNTB is known as an expert in the l TRANSIT ORIENTED DEVELOPMENT V _�./ * N �' _ industry and provides the following -t ,� V ' projects to support our claim. The PROJECT CONTROL MANAGEMENT ..- T• _ c following pages detail our range of TRAFFIC ENGINEERING _I ;(�Or. _� .•—•.-.2..::. .- - ..,,, .. s „ „t het _`,: ' experience to successfully execute the _ 'li - TRANSPORTATION ENGINEERING � c Gty'z vision for Miami Beach and speak �✓ -. a to HNTB's successful history with projects -� - �-.,;• � 't' .4.......--....>0. similar to the scope of service identified *i.--"- `r in the solicitation.We look torword to the f;' opportunity to support and become on r t asset to the City of Miami Beach • MIAMI BEACH GENERAL TRANSPORTATION PIAPPtllGAND TRAFFIC ENGNEERNG 2.1 QUALIFICATIONS OF PROPOSING FIRM HNTB has conducted thousands of transportation planning,design and operation projects around the US.The following are just a few sample projects mostly in the Slate of Florida.Three other relevant projects in the States of Georgia,Indiana and Ohio ore also included. KFICBSENID '..t,d'.1.a:en>rnrLey'2tokrs-,v kart Honk k.:aormton Floury 916Cnvomn South flvda legend Sold Fulhentv ' ciu^.cu;.^.a 'lorFlorin; nnc r uennd;ng+enay-:aeal!arn Swats .�Qn Sa th'rbob Arco,Fl Pah Bcc:h,Brmcrd oral thewOade Cortes.F( Shpt And long Bongo n ' r Cce. s nnn ironrpoonon Plonng Plonng I.nnurea:lr t e.'poto •oe n''s) ' • -rum,* • •.. of d etamiro/elsrsg'm a O ••• •.10 •..•'•.9 Mem.I. .autnes Pbma.s PaEk ...,...: ......./ . . ...... and Analysis Pomciponon • .Mce•apo4at!Art:Rapd'.avat kMa; • Ekren;ad fettled SOCA*CAM! ' tiro•W Akin:ode E,pressam Altham bend .nano d Pbm.ng En.,ronm.rrsal Engrtsemrg(amdam Sena 20153010 and Analysis Sussanaody Analyus Warn,H �; FFhon(am 361B Ala*hope ... 01'r*'I: W`oe(colt T( md UrbanTransitlnrerodban t rdO Normal no ,apBx dsnet 6 Facility Design• ' •••••••••••'•.•••••• • b Comd Teinulogy Raley pnnem T 6ehpwig CartuYar 6eweM Il�ll .113' Plot Oe do • • orae Oriented Project Corral lanae,F( •• •• • .evelopnvnt nonoge^em te'a Oxy, e e olorarsp-.ms Term! 6 O — Boned Yewpaittd Moog •• Inrelge'r nspamaa'<.yuerns Ta�xal`rnvdkm 1FO v"M *crud.Al-b!ry duos gomwbde mrd Mims(o.nea.F. Troll c Transoorrotran Broeet,El Engu»enng Engowenrg • BROWARD METROPOLITAN PLANNING ORGANIZATION ly FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 6 MOBILITY HUBS u - I/ _• --. INTELLIGENT TRANSPORTATION SYSTEMS TECHNICAL CONSULTANT HNTB is de elopum g o uhirnodd hub evaluation process conducting moue > T--i 0,i` ' • s ..r Since 2002,HNTB hos served the Florida Depormrem d Transportation D micr • pion processes for onomron• l gh forded locns/areas. providing plenonon _- sC - -II 6 as its inreligenr transportation*menu MTS)echnrcal consultant The scope support Ell selected hubs in cocceration with other agences nu...croaktses and �E 3.Te"� n '4,11E''to, oF ITS infrastructure oug•mmn includes roseate^,evoluonon.ondyss.design. rhe pinta sector An importont aspect of this monk s a deladed made.onolysis - - — • .{ ' '"0?iiApr posr•design conuructan rapport,operations and muwsem*enorce A samof • n n readiness readess for site development and comnonble land use/ronng Tho - - \1 - r major oecompLohmans include powd.rg technical program management worm,o a collaborative process wash mokehulden and°docent property - support tor the District's ITS mawenance program developing alta District's hist owners to optimize de potential la adjacent transit support of joint development 491wINDMI Baottod MntIONe!inn C'¢nioIDn Agip'Ran[ITmda Oepomnei of ieavpcMhm BeERt 6 ITS Maintenance Standard Operorng Crddmes lSOGI and co-authoring rhe ' Tasks include mater plan site development.environmental demonce.design loam Breiad,R Ittnear Mrm,Rate and Monoe(antes,It Distrt's lust,rldanotia,technology 5CGs.HNTB hos also developed a project • engineering and construction onersgH *my(dltort.tares(none,,954.T76'WT,I, *goy(asst Se.ro Boo,t.30514154191, management pion including and the award winning ooerasons task manager mrrcr/rvhaeartnpa a9 sergp hrcyoQgkt irate fl.s ITS motmenonce module software functional `v—J ®®t e©O)O yevy err.c!En:m.7 rr 1015 Stop i v.of/tnm cl Ereogemed 2002•I}geg 7tfs reauremenu. 32 ono.se+m cite MIAMI BEAC•i GENERAL LRANSFOrATION PLANNING AND TRAFFIC ENGiNEERING " .teA CITY OF MIAMI MIAMI DADS EXPRESSWAY AUTHORITY t.. - TROLLEY PROGRAM GENERAL ENGINEERING CONSULTANT SERVICES 2015-2020 • peek i! . I HNTB s t,.C d Miami i'the planning and' } supported Cry d npiyear riondarrw HNTB hos in en administration Expressway --- �r_{ • ! . e5-holey Program that consisted d five rouses undo•o multiyear iron:pertolon ;MDXI sett ono aiding in the development and admni>troson of sonPpodorian • P•ogram Support Services centred Ft8TB's tole ncluded analysis of existing improvenont,throughout Miami-Dade County since 2007 KNIT provides . hemse services,co-cep!uoFzotion oF route*novels,ls,travel time runs.pudic a wide ronge of engineering,planning,design,environmental right of way. n, outreach.posentiol pork and ride facie.,ridership forecesyng.cost estimating, architectural,londs<ope crchrtecNre.lecmnicd menagemem and administrate. essesemenr of pommel funding end safety certification tiNTB assisted the Cry seances on this as Ione sysnvn KNIT assiseed MDX in the development of with.h.nplementatan of es trolley system and served as dee program manager their Five-year work program on an annual''oasis and with the development .1:t:t:,form.Gts al:'..::4 for the epe•etions Program management tasks bmclded trolley sine coordnohon of then visioning process web the god oF developing o stror.gw master plan Ageoce Harm Owe•Dock Lipa:..r,:a•haty Lamm Bak Fl end perming,oppkaton for additional funds Fran the Florida Deportment d and visioning doe ornt HNTB was responsible for recommended proc.ronant Locator Ilam,IL AgNIryCo zt Soba hate.(305)116.1726. Trenspersa!ion,ridership corep kthon end reporting.trolley vendor coal-axon walked,preparmion of Procurement documents issued by to A,thor y rind lgdry(akct*Po Dat.1305)637.32711,1.1118 sxdiahmeentsmspmm +or vehicle delivery.safety plan development and reviews,marketing campaign review d ,s submitted respaes to solicitations mdu2mdaecYmm v amm /TealEtlgr end'2058.2016 mplemmnanon and aheedng Since implementation.trolley use n Miorni fins O y©©e , ®O®, Yeas/Tutt(ngtgennA 2015•Omprg grown to over 420000 ndes each month an 10 mutes Futuro expansionipl ed se yy sat e@ o@tees*ee® CITY OF COLUMBUS NORTH FLORIDA TRANSPORTATION PLANNING ORGANIZATION . - SMART CITY CHALLENGE GENERAL PLANNING CONSULTANT The HNTB seam is refining the Stan City Cho8enge design concept ono'budget HNTB has served as the General Homing Can,ltenl for the Nosh Florida - _ for the Cay of Colombo,while wppor:nq the integration,deployment,testing, hammertoe.'Planning Organization(TPO)since 2007 and reselecmed Nam - w- - -- s apomemens,dopa collection,onohsis and moimof the e systems.Siswrt in 20)7 KNOB has provided miscellaneous the s plannng support services lar - = i -t' Columbus a creating a tronsportotion syAem that connects people by creating TPO such as recommending o management pion for truck parking end delivery - • Fr -- 411. ■ oppoeunny for ay residents to boo.,oncess jobs,gocerr,end healthcare zones,growth rnonogern.nt reviews including developments of repand inspect 0- •I�, a will*improving IM overal safely and.F i<ierry of the tonspomlwn system eemprehens:ve plan<^angel and complete dynamic route nf«matwn mind,., A4XXY Mane U5001/Etyd Columbus and making the Cly d Columbus a model for cities through.'the United for the purpose of evaluating the effectiveness d w dynamo .ssoge sighs or -- —� �• Lots Urn*OH Skase,-NTT supported the City of Columbus in developing reit winning final traveler behavior Various edditimol tasks perfumed included developing o figozy Ibme,North bola Ticaspcttalwt F6-tzrp Eigent mon sorry Carta Bin 8dt,1611)645-3045, epplao7on Uoon note.that Colunbw was sbenlisted horn 78 suemleds to the corridor action elan,performing feasibility studies and concept design re pmon d- letmao Ninth Fhrdo loon.FL -hlEetrdmibtn mor top seven finalists,the CM engoged nNlT es o tru>ed advise to provide local enhanced traveler information and arterial management systems,preparing Avin Cha le/f WEAL L00413067510, and nations intelligent transportation sysiem.expertise. a traffic ncident manogemeru handbook end training materias,evolearng/ tskRrld3mttPatdotpo cam • ...-.. - ..t;. comm.ndrng shad end long term safety operational�mro:vemevtms/brod Cngogsrnet 2017.OIgesg re w, ©®®©615©e® go _ , METROPOLITAN ATLANTA RAPID TRANSIT ALITHORDY WALTON COUNTY PLANNING AND TECHNICAL SERVICES CONTRACT 30A MOBILITY PROJECT _ _ ' KNIT provided a derailed street isplan on how so on-apse efficient and The 30A corridor n Wolman Cou• heavily congested with tourist end beach P + e <r Mr i. h g. • effectiveness of Metropolitan Adanro Rapid Transit Authority'sm 's al estate,rota, traFfic doing Ow<anw idar nNTB,a Pubconban team b ont the acarauc•,ng - �� development and concessions planning and Irene!oriented developmenr.joint a feosibiiy study and plan to deploy on automated thunk service along 404:.a� development program.As the consultant.HNTB reviewed mime organizaionol me corridor The study includes osensing she need..1r o nw solution,stakeholder i Psychos d the Cfftc.of Transit Oriented Development and Reel Estate to gen outreoch,technical leosibilky to determine the lecb'eel readiness al wtwnated s • an unde•hrondng of Now the deportment ooloborated by holding a series of shuttle technology and a bng+ange plan comprsed of sub•pnajeon that ,�-•. interviews with velas staff members HNTB also provided a shoe-go plan con help o<hieve Walton County.gods The project is cuvrendy m the preliminary - -- - ulizing a'best p•edicei methodology based on both private sector and planning stogie, future stage,tai include the design and implementation governmental reel.store industry standord, of o clam project • ilgnry Mme WoYon Coity Polk'Maris _ lactim Adm Carry,FL ©®®te®O@©ee ©%®01e®OgeO ppmbun(eoat Orme Ecn,heknFowl,FE.:85g189281:3, holm c5-Lngagzmer 20I7.Orgoing mmreto. 33 MIAMI BEACH GENERAL TRANSPORTATION PIAMNJG AND TRAFFIC ENGINEERING • --;=----7-' FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 6 dgercY Nom.Fkrda Depetim laciattm[hoot it ' -' `\ ADAPTIVE SIGNAL CONTROL TECHNOLOGY PILOT PROJECT Ludo Mora,FL ' bytref Were Oma Mean,(305)4765312, 424 loge A •11.h FINIR deuebped projed procurement documents for A.depbynnnt crar.netthddo.sbAA us -- 'A.•. don adaptive signal central system(ASCII along SW 8th Street;rote Y<mJlem tge71eea 2010.Ogaeg * .I _ + c. $W 67th Avenue to SW 142nd Avenue This 75-mile,29•sgnol d« r a'Ba y ` b a..-Ae . the largest ASCT pilot protect deployment is Florida and the lrt! " -C';- deployment in Miom:Dade County T!.project procurement docume^rs -, -�_ v -- mcludeo development of o proec-systems engineer ng monogemen• • � SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY mss• ° r"a"te"ance Plan dost eairrwtes, a°°°;°c'schedule and ' Lon Wroe kurh Flank Ph�arJ Ttanplalea kiwi GENERAL ENGINEERING CONTRACTcoordirotion wth N.FloridaDeportment of Tamportouon Dietrich --re-.•- technical and procurement office staff.tNTB supported the development Lgee:e Pin&Sally(re d ad Ma 8.19?(c!mir*II of the rt9eaY(omlR Sally(retA,1554;1987927, TriRaA a a 709.nle commuter rail Ins with 18 swoons ata A.Southeast project's woWatwn plan.<orrmuniry o«oneness,deployment plane ..-- ceolbCsfo3 I gar Fordo coast that connects Miam,,Fan Lauderdale and West Palm Beech HNTB and a technical impie,entorion plan for the ASCT plat projecte ,I Yeas/Tlnnd irgt¢nem 2015.2016 was responsible for moneoring,obsene g and performing o comprehe^Im ®�O ....VI ' assessment of Any components of the ref system.specifically relonOJ ..r ng to grade 1 crossinYa gs. nk.signals and mmmnence of.say(MOW)work Scope of work -i— --— .ncluded only ropois d findings.observations and conecn a octant related . w-- to the MCW for the South Floodo Regional harsspodotioo Authority HNTB _ -- -- - ' was also resoonnble for consauctron engesnor.ng and inspection settings for ''1`"`.e. - • s designated prerace os repuued by the ogenny INDIANAPOLIS METROPOLITAN PLANNING ORGANIZATION :734 Nov h'o?'pclo L'en:R.It't'''c rt a'Cga,isnai .. INDYCONNECT PLANNING SUPPORT (con'L1331:06,11 • lgsci(c-ex Se:ttcei.c,.'s-%.3;f.SI49, • I • • - The Icatnopoks Menopairon Plonnng Orgo^.izo'ion(MPO)selected sur--•-r -.r; j .'. t !- _ ._ HNTB re provide continuous technical support services For the 5r• - 'A'� - 1 _ odvoncement of A.IndyConnect Regional Plonn ng Imtiotive TF.ough a s sores of confronts.HNTB hos supported IndyCotnect since to adoption , , Os A.rogwn's long range planning inpative As the regional planning _ process hos unfolaed,HNTB has consistently assisted the MPC.the L_ Sea - Indianapolis Public Trons1l Corporation and A.Central Indiana Regional - -ilt Transportation Authority at every stage HNTB also emitted the MPG in r•�tf� , Rani. f Is tea TAMPA HILLSBOROUGH EXPRESSWAY AUTHORITY ro,,idle technical dates and mak'. ntations to ate Central Indiana _ J ligt 1I8. dplaY '9ti 0 ^orf F P 9 nut prose 42 IaroM.Tana IL GENERAL ENGINEERING CONSULTANT Trensa Task force and ukirtwro developed the trunci elertter 1 of the d7°iY(tmKKt Jro lYoggaet,!813?2)24740, -NIB a en t and technrcal support services to IndyCannec'long tong.tronsprrwtion plan edoptea by II.MPO Poky ._ -,s ` dl ir-�v pee/TemclRgseoj tanprw� y pogrom r«rtagen.n PP Cornninee.The on roceivgd t.'Flan of the Year'award loin the .T" ':.==,.-a_ Yas/krmd yga#rret6 NI6-trgostg 'amps Hillsborough Expressway Authority(THEA?1«one of e e 115DOT Id ."CLW s-'-=(1,•----.:_.,.„,„, ,....� :on..deal Veh.i. ICV?Ptd progoms The ensi.d oweMs the insegrotion Indiana Dopier of the Ameecon Planning Assocwton and included a ., \- ci CV technologies with existing vre.rsrd.inerastnxturo to support greater Public outreach Process of unpreced.n'ea scone the rogon t"...... ... s F r. -aloof safe and clean an objectives HN'g is pioneering the de of _ / see• s•g^ohzea intersections for vehicle to inhosn Bute communications to support ®kQJ ®®t21,,®C)©G®C; ` CV applotions,Inc dd ing the upgradethe intellgent troffie signal system. t --.mersecton movement assist CVenabled going signal pi tog. pedesrtion '6 1 detection and safety and prob.enabled milk monitoring The City d Tampa • - hos o min of travel modes,heavy congesnon and one of the highest rates ori pedestron frolic faroknes 4,at.country HNTB's involvement with the CV °policemen.have been designed to support safety and improv.eaffic Row in congested corndon ®P-10@®g90g :da e® 34 _inn..INThre x MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICE LIST 0 o w®1 U SHORT AND LONG RANGE TRANSIT OPERATIONS FACILITIES PLANNING TRANSPORTATION PLANNING PLANNING AND ANALYSIS PUBLIC FINANCIAL PLANNING ENVIRONMENTAL PARTICIPATION AND ANALYSIS SUSTAINABILITY ANALYSIS • o0 as a .171) TRANSIT INTERMODAL URBAN TRANSIT ORIENTED FACILITY DEVELOPMENT DESIGN DEVELOPMENT O 0 0 lgg 0 PROJECT CONTROL TRAFFIC TRANSPORTATION MANAGEMENT ENGINEERING ENGINEERING www.HNTB.com 35 QUALIFICATIONS OF PROPOSER TEAM MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 2.2 QUALIFICATIONS OF PROPOSER TEAM MEET THE TEAM TH A MAKES IT ALL HA : #vJti mor-Jo GUS PEGO, PE RAFIQ ALQASEM, PE, LYNDA MIFSUD, AICP Principal-in-Charge & PTOE Deputy Project Manager& Agency Communications Project Manager Public Involvement "I welcome the opportunity to "I am excited for the "As a planner, my passion grow with the City and look opportunity to work with is making today's big ideas forward to developing our the City of Miami Beach tomorrow's commonplace." relationship." to develop out of the box solutions." HNTB has assembled an exceptional group of professionals that will work closely with the City of Miami Beach's staff to ensure complete project success. The team has the depth of experience, quality of management, technical expertise, state-of-the-art resources and exemplary quality assurance/control procedures in place to provide the City with the services it expects and requires. www.HNTB.com 36 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING OA ...,- -iim:• tit # ` i-414 It VILMA CROFT, II CARLOS ALBA GIRISH THALLAPRAGADA, JAMES FORD, PE PE, CPM PE, PTOE PE Conceptual and Minor Transportation Planning Transit and Traffic Intelligent Transportation Design Task Lead Task Lead&Public Involvement Operations Task Lead Systems Task Lead r ' • +j k5 a Ili GREG KRUEGER, PE CHRIS KOPP, JIM BARBARESSO Advanced Technology AICP, CTP Practice Leader/Advisor– Task Lead Financial Planning & Emerging Technolcgy Analysis Task Lead !r ' • . x., lots- - . ....,. ea,* —. '1 vamp.I - • t4\ ` - �.. 4s9 MATTHEW POLLACK, ROBERT IVARSON, PE, SUSAN SCHRUTH YSELA LLORT PE, PMP DWRE Agency Communications — Agency Communications — Practice Leader/Advisor — Practice Leader/Advisor — Federal Funding County Liaison Transit/Rail Sustainability 37 www.HNTB.com • • REAM BEACH GENERAL TIANSPORWION PLANNING AND TRAFFIC ENGINEERING ( MI ',IBEACH ( 6T'Tti1a11 i1.11•lir,•rsb'• r! Jim Barbaresso-Emerging Technology PRINCIPAL-IN-CHARGE Matthew Pollack,PE,PMP•Transit/Rail Gus Pogo,PE Robert Ivarson,PE,DWRE-Sustainability PROJECT MANAGER • Rafiq Arson,PE,PTOE AGENCY COMM IN CAlloll5 • Lynda Mibud,AICP Susan Schroth-Federal Funding Gus Pego,PE•FDOT Liaison Ysela(lar-Coon liaison• • • TRANSPORTATION PLANNING TRANSPORTATION ENGINEERING TASK LEAD:Vilna Croft,PE,CPM TRANSIT AND TRAFFIC OPERATIONS Feasibility Studies Station Area Planning TASK LEAD:.ndos Alba.PE,PTOE Ts'y Shaw,PE Irferny Golci,lem AJC,• Traffic Studies Trolly Operations ADVANCED TECHNOLOGY FINANCIAL PLANNING&ANALYSIS Lynda A1,ba.ACP Scheduling Carlos Alba,PE.PTOE More O'Kee', Dan D'Anana.PE.PTOE TASK LEAD:Greg Krueger,PE TASK LEAD:Chris Kopp,MCP,CTP Corridor Planning hen CdJ•en,PE,roe,PIP Data Collection kryrebe.AIC? Complete Streets /..en Romero.El Marc O'K«ie Economic and Market Analysis Fm^ea Sonoma• a"Y:•'.1n•• Carlos Pivot,PE Technology -,I c,:Ire A. Poul lambert• Darrel Hardy,PE,DTP• Jeannelm La,PE M,nom,ch.1-1_dr PE• Ent LR• TransitO orations .,c,re:ahnsc" W C Smart Growth Transit ;h K-mot.-- P-CE Environmentalo Ch,o S,nelo,r• Pe,3yen Brya'o.ns,AKP Funding Strategies/P3 Livable Cities Smart Cities-AV/CV and Guam,. Long Range Modelingh46 Iron g K,,eater.,•F • NicaL Eveher• INTELLIGENT TRANSPORTATION SYSTEMS •a,k Perry Financial Planning TASK LEAD:C,sh'haiI da,PE "PFn'`«>..,asa tem ParescI n PE lE CAP Cao Ja • aaagaf.-:,,.„�P• .^^•^ innn CEv: Land Use Adaptive Signal Timing Signal Design ♦ • MuMmodal Studies 8-an PAL,GISP ✓,...,;.r: Protc r,aptnr-.n r>[ Financial Feasibility Studios :.b.3e1,oJCP• R ch K.:r-.,.• G,n,n t'nalbpragnso,Pc Ch.Kopp,AKP,CTP Ilicycle i Pedestrian Planning R�Wa'b.PE CE e Urban Design o Sora Hoge MCP ASU bad nor,r,PE Emma Ha• Som Gaoler PE• Vied'nnbnc.MCP• CONCEPTUAL DESIGN Public Involvement TASK LEAD:lames Ford,PE Transit Oriented Development tyrda Mrbrd AKP Dan.Gorm.ye,-roes.RA./OCRVtra C,A.PE,CPM Urban Design MultimodalStudies LEER' Scan Saga Armando Anes,PE P:yanka Atm,PE• bunco pmmrc:.MCP,EIT• Anthony Greve A Wm..,lucky.CGC _a Xo• Transit/tan Visualization Pedestrian Bicycle FocAng es Signing and Marking • Area:twRe.n� Chad*.Soba'(NOB)• An•cmy Ga,crararon lutea-I Ad+Flynn A Kyle CMe.arc) ,h • Dena Wan A • Sasono Suarez• • • I Ker •Flour's Imanation.cl University A Sneer lbs(silosaatre (drran Er/ieeenm,Inc •Renassarut Tann'nn Soup +Sabra Mede Group^(YOGI •Unbolt*deism,LIE 'Team Owned Business(VOSI rwr MHrB aan 38 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING GUS PEGO, PE PRINCIPAL - IN - CHARGE , • r AGENCY COMMUNICATIONS — " `'111*,' FDOT LIAISON RELEVANT EXPERIENCE 181 Gus Rego is a vice president and office leader for HNTB's Miami office. Gus is responsible for delivery of HNTB's services to transportation, transit and municipal clients, boasting more than 38 years of experience in the transportation industry. He has experience FIRM HNTB Corporation in all phases of transportation, including planning, design, construction, maintenance, operations, intelligent transportation LOCATION Miami, FL systems (ITS) and administration. Gus has demonstrated a EDUCATION commitment to transportation engineering in Florida, as well as B.S.,Civil Engineering, public service throughout his career. Prior to joining HNTB, Gus University of Florida. 1978 served as FDOT District 6 Secretary, leading and managing the REGISTRATIONS& CERTIFICATIONS planning, development and implementation of a $3.5-billion (B), Professional Engineer-Florida 11984) five-year transportation program. Gus had extensive involvement in YEARS OF EXPERIENCE the development of the 1-395 design-build (DB) project as well as 38 Total the development, implementation and construction of the Port Miami AVAILABILITY Tunnel, a DB operate and maintain concession project, while serving 1o% in this role. He has a wealth of transportation knowledge and a firm RELATED PROFESSIONAL SERVICES understanding of transportation and transit operations, as well as toll Transportation Planning authorities. Complete Streets Bicycle and Pedestrian Planning My vast experience in transportation provides tangible skills that will support the City of Miami Traffic Engineering Beach. I welcome the opportunity to grow with Miami Beach and continue developing our relationship. FDOT, DISTRICT 6, MIAMI, FL Chief Administrative Officer leading and managing the planning, development and implementation of a $3.5B, five-year transportation program. Communicated goals and objectives and met or exceeded all performance standards established by the Florida Transportation Commission and the Department's Executive Board. Negotiated, coordinated and partnered with governmental and private entities to facilitate the implementation of cost effective transportation infrastructure. Efficiently managed resources, such as budget and staff, and effectively led communications to a diverse workforce of 503 employees, consultants and contractors. Served as Department representative 39 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE to all groups and organizations, FDOT, DISTRICT 6, MIAMI, FL including the Metropolitan Planning Organization and the Miami-Dade Production Engineer who managed Expressway Authority, and effectively preliminary engineering design communicated with elected officials activities for in-house projects and and the public to receive input and production support services for discuss department programs and project delivery. Assisted in work district projects. program development and conducted public informational hearings and FDOT, DISTRICT 6, MIAMI, FL meetings. Served as a public and intergovernmental liaison. Director of Transportation Operations who delivered a construction program FDOT, DISTRICT 6, MIAMI, FL totaling more than $1B. Sustained superior maintenance performance Assistant Leader Design/Squad conditions ratings and led the Leader who prepared contract development and implementation of design plans and specifications for the District's ITS program. Directed the roadway improvements. Prepared development of the District's Continuity cost estimates and engineering reports of Operation Plan and served as a and developed/monitored production public and intergovernmental liaison. schedules. FDOT, DISTRICT 6, MIAMI, FL District Maintenance Engineer who planned and implemented the District Maintenance Program. Supervised maintenance of 680 centerline miles of highway and 904 bridges, and effectively integrated in-house and contract maintenance programs. Exceeded maintenance program objectives and implemented in-house emergency efforts during Hurricane Andrew. Served as a public and intergovernmental liaison. 40 �INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RAFIQ ALQASEM, PE, PTOE '-' k PROJECT MANAGER RELEVANT EXPERIENCE Ll Rafiq Alqasem brings more than 35 years of experience as a • talented transportation engineering manager with hands-on experience in diverse areas in transportation with a focus on transportation planning, traffic engineering, and intelligent transportation systems (ITS). Upon joining HNTB, he supported FIRM project teams nationwide to successfully deliver some of the firm's HNTB Corporation most complex projects. This provided tremendous exposure to OaCATIFON HNTB's breadth of expertise and firmwide resources. Currently, Rafiq mi , leads diverse teams of professionals in Miami to collaborate and EDUCATION M.S.E.,Transportation Engineering, University of develop out-of-the-box solutions to complex challenges in fast-paced Florida, 1987 M.S.E.,Construction Engineering and Management, environments. Rafiq has successfully managed numerous projects University of Florida, 1986 ranging in size and scope for Florida Department of Transportation 8.S.,Civil Engineering and Management Studies University of Leeds, 1981 (FDOT), cities and counties as well as for private clients. He will match his past experience working with the City of Miami Beach REGISTRATIONS& CERTIFICATIONS with knowledge of best practices nationwide to help Miami Beach Professional Engineer-Florida, (1989) Professional Traffic Operations Engineer-Florida to meet its vision for the future. YEARS OF EXPERIENCE 35 Total "I am excited for the opportunity to work with the AVAILABILITY progressive Transportation Department at the City of °0 ' Miami Beach again to develop out-of-the-box solutions RELEVANT EXPERIENCE for current challenges and help prepare the City to Transportation Planning become one of the forefront Smart Cities in the U.S." Smart Growth Livable Cities GENERAL TRANSPORTATION PLANNING AND TRAFFIC Complete Streets ENGINEERING CONSULTING SERVICES ON AS-NEEDED BASIS, CITY OF MIAMI BEACH, MIAMI BEACH FL Integration of Transportation and Land Use Project Manager who lead the team in conducting numerous transportation Transit Planning planning and traffic engineering studies under two consecutive contracts, Bicycle and Pedestrian Planning performed a large number of reviews of various studies and developed recommendations to the City. Intimately involved in public workshops and Urban Design public presentations, as well as project discussions and recommendation defenses at City Commission meetings, as requested by the City. Station Area Planning Traffic Engineering GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES. VARIOUS Transportation Engineering CLIENTS, VARIOUS CITIES IN THE U.S. AND PUERTO RICO Project Manager for services including conducting transportation planning and traffic engineering and parking studies, reviewing permit studies, 41 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE development of regional impacts, TRAFFIC OPERATIONS SAFETY POST HURRICANE GEORGE traffic impact studies, traffic circulation MANAGEMENT, FDOT RECOVERY, PUERTO and traffic calming studies, developing DISTRICT 4, DISTRICTWIDE, FL RICO HIGHWAY AND conceptual improvement alternatives and the design of many signal plans Project Manager to develop TRANSPORTATION among other services. Cities served recommendations to the State District AUTHORITY, PR include: Office on improving traffic operations 0 City of Miami Beach and safety strategies for all roadway Project Manager for this large users, particularlyat locations with multi-discipline project, with a budget 0 City of Coconut Creek of over $2.5 million. Developed a 0 City of Fort Lauderdale higher crash rates. program to inventory and design 0 City of Miami Springs TRI-RAIL DOUBLE TRACKING, signs in Puerto Rico, post Hurricane 0 City of Miami SOUTH FLORIDA REGIONAL ninermonholect was completed in 0 City of Oakland Park TRANSPORTATION 0 City of Orlando AUTHORITY, WEST PALM TRAFFIC CIRCULATION AND 0 City of Coral Gables BEACH TO MIAMI, FL PARKING STUDY, SAN JUAN 0 City of Ocoee ARENA, SAN JUAN, PR Project Manager for the assessment 0 City of San Juan, Puerto Rico of required signalized intersection Project Manager of this 22,000 seat, improvements, including geometric, state-of-the-art arena in the Hato Rey CITYWIDE TRAFFIC CALMING operational and ITS. Signal area for all traffic circulation, traffic STUDY, CITY OF OAKLAND preemption need and/or modification improvements, ITS implementations, PARK, OAKLAND PARK, FL of existing preemption at 72 at-grade parking demand and recommended rail crossings along the Tri-Rail supply as well as developing the Project Manager who led a team corridor. Work involved extensive automated parking system. to study and engage with the coordination with FDOT, Counties community for the 29 different and Cities in addition to all other SR 826 EAST WEST residential neighborhoods that team members. ITS FDOT DISTRICT 6, made up the City of Oakland Park. MIAMI, FL Each neighborhood was studied DOWNTOWN independently and a range of REDEVELOPMENT, CITY OF Project Manager for the short range potential traffic calming measures OAKLAND PARK, OAKLAND ITS feasibility and implementation were developed and presented to the PARK, FL along the 8-mile expressway section neighborhood residents in a series connecting Interstate-95 (1-95) and of meetings. Recommended trafficProject Manager who recommended 1-75. Incident detection techniques, calming measures were finalizedmixed land uses and developed closed-circuit TV cameras, variable and recommended For design and densities that will help in revitalizing message signs, diversion routes, installation. This study was highly the downtown area, generate highway advisory radio and a controversial at the start of the project multimodal transportation use and combination of spread-spectrum radio but gained community support throughreduce the vehicular traffic that would were recommended for this corridor. engaging the community. Awarded a be generated. The goal is to avoid Certificate of Appreciation from the traffic congestion that would negatively DISTRICTWIDE SIGNAL City Commission for this effort. impact the City and the major state INSPECTION AND SIGNAL arteries, including Oakland Park Road TIMING PLANS, FDOT ACCESS MANAGEMENT, and Dixie Highway, that are already DISTRICT 6, MIAMI, FL FDOT, DISTRICT 4, over capacity during peak hours. DISTRICTWIDE, FL This project received a Certificate Project Manager responsible for of Appreciation from the City data collection, signal inventory, Project Manager for more than seven Commission on behalf of the signal timing plan development, years to develop recommendations project manager. installation and fine tuning of a to the State District Office on access districtwide project with FDOT. management strategies providing Computer software utilized include users accessibility while and safety. HCS and SYNCHRO. 42 MNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING LYNDA MIFSUD, AICP DEPUTY PROJECT MANAGER , FEASIBILITY STUDIES , PUBLIC INVOLVEMENT fi RELEVANT EXPERIENCE I� Lynda Mifsud's 24-year career in transit spans long-term and short-term • planning horizons, project selection, environmental clearance, engineering and construction. She has led multi-disciplined teams for bus, light rail, commuter rail and streetcar projects. She is currently HNTBFIRM Corporation leading teams for multimodal projects and technical evaluations for public entities throughout South Florida. Lynda's approach is LOCATION Miami, FL tempered by a first-hand understanding of public service, having EDUCATION worked for two transit properties prior to her work in private sector B.S.,Business and Commerce, in support of multiple public clients. Lynda managed a high volume University of Houston, 1981 of small and medium-size transit infrastructure projects in addition to REGISTRATIONS& the Tampa Electric Company (TECO) streetcar extension. She served CERTIFICATIONS American Institute of Certified Planning as Program Manager for VIA Metropolitan Transit Authority (VIA) to implement a $300-million capital program of transit improvements YEARS OF EXPERIENCE 24 Total the first project being a major multimodal transit hub. She helped AVAILABILITY South Florida Regional Transportation Authority select a site and 40% develop the basis for design of that location for their Northern RELATED PROFESSIONAL SERVICES Layover Facility in South Florida. Transportation Planning Integration of Transportation and Land Use //As a planner, my passion is making today's big Economic and Financial Analysis F, ideas tomorrow's commonplace. Transit Planning BROWARD MOBILITY HUBS, BROWARD METROPOLITAN PLANNING ORGANIZATION (MPO), BROWARD COUNTY, FL Project Manager for the Broward MPO's planning framework and implementation programming for mobility hubs program. Responsible for oversight of the revisit of the planning framework and market analysis of transportation infrastructure for these multi-agency mobility projects. TRANSPORTATION PLANNING SUPPORT SERVICES, CITY OF MIAMI, MIAMI, FL Project Manager for transportation support for the Miami Trolley Program, update to the Comprehensive Neighborhood Plan Transportation Element, traffic reviews and technical support for potential light rail/modern streetcar implementation. 43 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE GENERAL PLANNING This project assessed the operational SPEAK UP BROWARD, CONSULTANT, MIAMI-DADE and space planning needs for both Tri- BROWARD COUNTY, FL DEPARTMENT OF Rail operations on the South Florida Rail TRANSPORTATION AND Corridor and integration of operations Program Manager for this unique public (existing alignment) and Florida East education campaign that includes PUBLIC WORKS, MIAMI-DADE Coast rail corridors. a wide range of targeted outreach COUNTY, FL methods orchestrated to maximize TAMPA HISTORIC STREETCAR awareness among a wide audience. Project Manager for this work-order EXTENSION, HILLSBOROUGH Designed with a range of activities and based contract to provide a wide range methods, including a well-marketed of planning support for Metrorail, AREA REGIONAL TRANSIT social media presence, multi-media Metrobus and other public works AUTHORITY (HART), TAMPA, FL townhall meetings (TV, telephone, planning efforts for transit planning. blogs), street teams, mini-grants Project Manager who led the targeting under served populations, NEPA process and design-build SMARTMOVE HIGH CAPACITY statistically-valid surveys and on-line implementation, including development incorporating visualization and TRANSIT PROGRAM, VIA, SAN of design criteria involving key surveys p g ANTONIO, TX stakeholders for the new end-of-line funding choices. This effort is preparing station and utility relocations with the region for a possible funding Program Manager for VIA's short-term multiple owners, including the City initiative for transit and transportation transit implementation program for improvements. P P 9 of Tampa. The extension opened planning, site selection, procurement, December 2010, on time and within and implementation. Projectsbudget. Tampa's system continues to be RED PURPLE MODERNIZATION provided a wide range of designa catalyst for economic development DRAFT ENVIRONMENTAL solutions, including rail transit, bus and extensions are now in the planning IMPACT STATEMENT (DEIS), rapid transit, multi-story parking phase. CHICAGO TRANSIT garage and utility coordination. The project team included design-build MIAMI-DADE 2040 LONG AUTHORITY, CWC TRANSIT implementation for all major capital RANGE TRANSPORTATION GROUP, CHICAGO, IL projects. Oversaw work products for the Modern Streetcar that reached mid- PLAN (LRTP) COMPLIANCE Environmental Justice and Communities level preliminary engineering WITH FEDERAL AND STATE Task Lead responsible for the and received legal sufficiency from the REGULATIONS STUDY, development of methodology and Federal Transit Administration (FTA) MIAMI-DADE MPO, MIAMI- assessment of environmental justice for an environmental assessment. and community impacts. Work DADE COUNTY, FL included development of a community NORTHERN LAYOVER ANDoutreach approach to communicate Project Manager responsible for the potential impacts and benefits for this MAINTENANCE FACILITY, review of best practices in preparing 9.5-mile existing corridor for core PROJECT DEVELOPMENT AND LRTPs, emphasis areas and emerging capacity improvements. NATIONAL ENVIRONMENTAL planning trends, performance measures, POLICY ACT (NEPA) PROCESS, pending surface transportation CENTRAL BROWARD PALM BEACH COUNTY, FL legislation and analysis of statewide EAST-WEST TRANSIT DEIS, intermodal and multi-modal FDOT, FORT LAUDERDALE, FL Project Manager for the public transportation initiatives in developing involvement, agency coordination, site recommendations for consideration Senior Project Manager and Task Lead selection, environmental assessment in planning for approach and scope for environmental justice, conceptual (categorical exclusion with the FTA), for 2040 LRTP. As part of this process, design for the modern streetcar. The survey, geotechnical analysis and basis served as research lead and author of project included an evaluation of for design engineering for a layover the final report and brochure. maintenance facilities requirements and maintenance facility at Mission and site search for a Modern Streetcar Spur in Palm Beach County. Tri-Rail's and Premium Bus for a 20-mile commuter rail requirements include the corridor. need for overnight vehicle layover at the north end of the corridor to reduce deadhead travel, routine service and inspection and light maintenance. 44 MNTB 0 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING _,_ VILMA CROFT, PE, CPM `'"'� TRANSPORTATION PLANNING I. �„ TASK LEAD, PUBLIC INVOLVEMENT s t�1 '.�' J RELEVANT EXPERIENCE a `ok. ' Vilma Croft is a civil engineer with 32 years of experience in the transportation sector. She is experienced in project development . and environment (PD&E) studies, including environmental impact FIRM statement (EIS), environmental assessment (EA) and Categorical HNTB Corporation Exclusion (CE) projects. Vilma brings experience in design and LOCATION Miami,FL management of all types of rural and urban design transportation EDUCATION projects, including roadway and interstate reconstruction projects, B.S.,Civil Engineering, as well as resurfacing, restoration and rehabilitation (RRR) University of Florida, 1984 pavement-only and ride-only projects. She is a senior manager with REGISTRATIONS& knowledge of the Florida Department of Transportation (FDOT) 9 P P ( ) = essional Engineer — Florida (1989) PD&E Manual, Plans Preparation Manual, American Association YEARS OF EXPERIENCE of State Highway and Transportation Officials (AASHTO) Design 32 Total Standards, Manual of Uniform Traffic Control Devices and Indexes AVAILABILITY of the Roadway and Traffic Design Standards. Additionally, Vilma is 30% also experienced in planning, scheduling, monitoring, cost estimates, RELATED PROFESSIONAL SERVICES problem solving and supervision and the FDOT Right-of-Way (ROW) Order of Taking process. Transportation Planning Complete Streets Bicycle and Pedestrian Planning //From my experience on complex transportation Integration of Transportation and Land Use projects, I bring the ability to identify issues early on Transit Planning and bring the right staff for each task to make sure projects move forward and meet state and local design standards.n SR 90/SW 8TH/SW 7TH STREET PD&E STUDY, FDOT DISTRICT 6, MIAMI, FL Project Manager responsible for the completion of the National Environmental Policy Act (NEPA) documentation for Federal Highway Administration (FHWA) approval. Categorical Exclusion for safety and operational improvements along the SR 90 one-way pairs from SW 27th Avenue to Brickell Avenue, including improvements to the 1-95 interchange. 45 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE 1-95 SW 10TH STREET PD&E SR 93/1-75 PD&E STUDY SR a signing master plan, permits, STUDY, FDOT DISTRICT 4, 826/PALMETTO EXPRESSWAY, structures, risk analysis and FORT LAUDERDALE, FL FDOT DISTRICT 6, MIAMI-DADE maintenance of traffic plans. Managed AND BROWARD COUNTIES, FL extensive public involvement with Project Manager responsible stakeholders, elected officials, Miami for the completion of the NEPA Project Manager responsible for Dade County, City of Miami, Adrienne documentation for capacity and SR 93/1-75 from the Miami-Dade/ Arsht Center for the Performing Arts, operational improvements along 1-95 Broward County Line to the Palmetto Downtown Development Authority, from just south of SW 10th Street to Expressway. Also, coordinated the neighborhood of Overtown, and just north of Hillsboro Boulevard. This completion of NEPA documentation the media for project coordination study also includes improvements with FDOT District 4 for the SR and selection of a signature bridge along both SW 10th Street and 93/1-75 PD&E study from the design. Efforts included interviews Hillsboro Boulevard. with the Miami Herald, Huffington Post Miami-Dade/Broward County Line to and Spanish radio stations. Spanning 1-595 for FHWA approval. This project approximately 1.5 miles of interstate, KROME AVENUE SOUTH PD&E required extensive coordination with this project featured 13 Category 2 STUDY, FDOT DISTRICT 6, District 4 and Florida's Turnpike bridges, including a signature design MIAMI, FL Enterprise throughout. One SIMR was for the main span. The project prepared for both Districts 4 and 6 required four design exceptions and Project Manager responsible projects. Extensive cultural resources eight design variations. for the completion of the NEPA coordination was required to develop documentation for FHWA approval. avoidance alternatives for tribal burial EIS for reconstruction from SW site found within the proposed Miami 296th Street to SW 136th Street, Gardens Interchange. approximately 10 miles from two lanes to four lanes divided. Also, 1-395 PD&E STUDY, FDOT responsible for coordinating FDOT DISTRICT 6, MIAMI, FL and FHWA legal review. This project entailed extensive project coordination Project Manager responsible and public involvement to minimize for the completion of the NEPA ROW, access management and documentation for FHWA approval. environmental impacts. Led the EIS from just west of the SR 836/1-95/1-395 Interchange to SR 836 PD&E STUDY, FDOT the MacArthur Causeway Bridge, DISTRICT 6, MIAMI, FL covering approximately 1 .5 miles of interstate. This study entailed Project Manager responsible extensive project coordination to for the completion of the NEPA minimize impacts to the Overtown documentation for FHWA approval community and was featured by the for SR 836 from NW 17th Avenue Transportation Research Board for to the 1-95 Interchange. FHWA outstanding public involvement efforts. originally assigned an EIS Class of Action, which was later downgraded 1-395 RECONSTRUCTION, to an EA. Prepared documentation FDOT DISTRICT 6, MIAMI, FL for FHWA concurrence to further downgrade project from an EA to a Project Manager responsible for the CE Type 2 due to reduced ROW and completion of concept plans and environmental impacts. Completed CE request for proposal for the for widening the mainline and new design-build finance delivery of 1-395 ramp connections to 1-95 north and from west of SR 836/1-95/1-395 south. This project required a Systems Interchange to the MacArthur Interchange Modification Report Causeway Bridge. Responsible for (SIMR) and close coordination with the ROW maps, intelligent transportation Miami-Dade Expressway Authority. systems, drainage, utility relocations, 46 NNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CARLOS ALBA, PE, PTOE TRANSIT AND TRAFFIC OPERATIONS TASK LEAD , TRAFFIC STUDIES RELEVANT EXPERIENCE Carlos Alba has 15years of experience in the transportation p P industry. His technical experience includes project development and environment studies (PD&E), traffic operational analyses, FIRM microsimulation modeling, safety analyses, traffic impact studies, HNTB Corporation intelligent transportation systems (ITS)/transportation systems and LOCATION operations, transit planning and operations, managed/tolled/ Miami, FL express lanes planning and operations, as well as geographic EDUCATION information systems (GIS). Some of his professional responsibilities M.S.,Civil Engineering, University of Wisconsin-Milwaukee,2004 include project management, marketing, business development, in B.S.,Civil Engineering, Pontificia Universidad Javeriana, 2001 addition to production of studies and technical reports for large infrastructure projects. Prior to joining the private sector, Carlos REGISTRATIONS& CERTIFICATIONS dedicated three years to research at the University of Wisconsin Professional Engineer—Florida (2009( Professional Traffic Operations Engineer(2009) Milwaukee where he had the opportunity to publish several research papers and participate as a speaker in technical conferences YEARS OF EXPERIENCE sponsored b theTransportation Research Board and the Institute of 15 -diel P Y rans P Transportation Engineers. AVAILABILITY 60% RELATED PROFESSIONAL SERVICES "My goal is to apply my breadth of transit and Transportation Planning diverse traffic experience to assist in decision Smart Growth making to progress your vision for The City of Miami Complete Streets Beach. Integration of Transportation and Land Use Transit Planning SOUTHWEST 8TH STREET AND SOUTHWEST 7TH STREET PD&E STUDY, FLORIDA DEPARTMENT OF TRANSPORTATION Traffic Engineering (FDOT) DISTRICT 6, MIAMI, FL Deputy Project Manager responsible for the multimodal traffic operational analysis along the arterials, the safety analysis, public involvement and coordination with subconsultants and other team members in a variety of disciplines, including roadway design, environmental assessment, drainage and ITS. TRANSPORTATION PROGRAM SUPPORT SERVICES (TPSS), CITY OF MIAMI, MIAMI, FL Lead Engineer responsible for reviewing traffic impact studies within the City of Miami and performing a traffic evaluation for a proposed future land use map amendment for East Little Havana. Duties also included 47 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE participation in updating the person 1-95 MANAGED LANES PD&E TRANSIT DEVELOPMENT trip level of service standards and STUDY, FDOT DISTRICT 4, PLAN (TDP), MIAMI-DADE methodology to incorporate enhanced BROWARD COUNTY, FL TRANSIT (MDT), transit, bicycle and pedestrian capacities. MIAMI-DADE COUNTY, FL P Lead Engineer in charge of the traffic analysis aimed to accommodate Lead Engineer who provided DISTRICTWIDE ARTERIAL anticipated traffic volumes and professional planning services for OPERATIONS CONTRACT, improve safety conditions throughout the development of MDT's TDP. the corridor with the addition Responsibilities included completing FDOT 4, P P g DISTRICTWIDE,DISTRICT FL of express and managed lanes census information and data, along 1-95. The study considered performing various GIS spatial Project Manager responsible for multiple interchange alternatives to analyses to assess service efficiency accommodate the future express and and developing a restructuring plan. improving the efficiency of the managed lanes. Analysis was also existing arterial management conducted for the mainline, ramps and transportation network through intersections within the study corridor performance monitoring, active arterial management and integrating using VISSIM, Highway Capacity freeway management with arterial Software and SYNCHRO. management strategies. Supervised floor managers, the information STREET ENHANCED BUS technology network manager and SERVICE, MIAMI-DADE operators at the Broward and METROPOLITAN PLANNING Palm Beach Counties Traffic ORGANIZATION, MIAMI-DADE Management Centers. AND FLAGLER COUNTY, FL TRANSPORTATION STATISTICS Lead Engineer responsible for the SUPPORT #2, FDOT DISTRICT evaluation of traffic conditions, the 6, MIAMI-DADE COUNTY, FL evaluation of alternatives and the identification of potential queue jump/ Project Manager who provided a bypass lanes. wide range of engineering services to support the Intermodal Systems TRAFFIC IMPACT STUDY, Development Office, including traffic CITY OF MIAMI, MIAMI, FL data collection, pavement evaluation, database management, design traffic/ Lead Engineer who developed a project traffic forecasting, scoping microsimulation traffic model for a reports and travel demand model section in Downtown Miami for the application and analysis. morning peak hour and updated the existing model for the PM peak SR 7 PD&E STUDY FROM hour. Tasks included calibrating the SAMPLE ROAD TO GLADES model, comparing existing and future ROAD, FDOT DISTRICT 4, traffic volumes, performing signal BROWARD COUNTY, FL optimization and recommending traffic improvements in the area. Lead Engineer in charge of evaluating existing traffic conditions and performing an alternatives analysis that included roadway capacity improvements, as well as multimodal and premium transit alternatives. 48 M NTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 411, GIRISH THALLAPRAGADA, PE INTELLIGENT TRANSPORTATION • SYSTEMS TASK LEAD , 7.14) ADAPTIVE SIGNAL TIMING • • RELEVANT EXPERIENCE Girish Thallapragada has 17 years of experience in various aspects of traffic engineering, transportation systems management and operations (TSM&O) and intelligent transportation systems (ITS). He FIRM is trusted advisor of Florida Department of Transportation (FDOT) HNTB Corporation District 6 ITS staff on major projects and initiatives. Girish has LOCATION extensive ITS experience through his work on more than two dozen Miami,FL ITS plans, specifications and estimates design packages and on-call EDUCATION ITS services for various agencies. M.S.,Civil Engineering,Virginia Tech, 2001 B.S.,Civil Engineering,Andhra University, 2000 REGISTRATIONS& „ CERTIFICATIONS I offer experience in Miami and across the U.S. Pro essional Engineer-Florida(20111;Texas(20081 designing leading edge ITS and will lead a team of YEARS OF EXPERIENCE experts to connect the City of Miami Beach.” rn:! AVAILABILITY 3c'. DISTRICTWIDE ITS TECHNICAL CONSULTANT, FDOT • RELATED PROFESSIONAL SERVICES DISTRICT 6, MIAMI-DADE AND MONROE COUNTIES, FL Traffic Engineering Project Manager and Lead ITS Engineer responsible for delivery of HNTB's ITS technical services related to ITS infrastructure research, evaluation, analysis, procurement, design, post-design construction support, operations and maintenance. Responsibilities included providing program management support, developing procurement documents, led ITS design support, including plans review, test plans review, requests for information response and shop drawings review. SR 90/SW 8TH STREET ADAPTIVE SIGNAL CONTROL TECHNOLOGY (ASCT) PILOT PROJECT, FDOT DISTRICT 6, MIAMI-DADE COUNTY, FL Project Manager responsible for developing project procurement documents for the deployment of an adaptive signal control system along SW 8th Street from SW 67th Avenue to SW 142nd Avenue. The project procurement documents include development of a project systems engineering management plan, concept of operations, concept of maintenance plan, request for proposal (RFP) and minimum technical requirements. In addition, supported in the development of the project's evaluation plan, community awareness plans, deployment plans and a technical plan for this pilot project. 49 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE SR 924/NW 119TH STREET REGIONAL CONCEPT SUNGUIDE` ASCT PILOT PROJECT, FDOT FOR TRANSPORTATION TRANSPORTATION DISTRICT 6, MIAMI-DADE OPERATIONS (RCTO) MANAGEMENT CENTER COUNTY, FL CONSULTANT, FDOT DISTRICT (TMC) RETROFIT, FDOT Project Manager responsible for 6, MIAMI-DADE COUNTY, FL DISTRICT 6, MIAMI-DADE overseeing the development of the Task Manager responsible for COUNTY, FL pilot project procurement documents authoring design and operations Lead ITS Engineer who developed for the deployment of an ASCT along chapters as part of the development the RFP procurement package for NW 119th Street from the eastern of an RCTO document for a regional the District 6 TMC Retrofit. The RFP terminus of SR 924 Gratigny Parkway express lane network in South Florida. package included developing the (west of NW 32nd Avenue) to NW The RCTO facilitated the planning and scope of services, price proposal and 5th Avenue (east of 1-95) and along development of individual express method of compensation documents. SR 9/NW 27th Avenue from NW lanes corridors as a part of an overall Also provided technical assistance 110th Street to NW 1 19th Street. interconnected multi-jurisdictional during the procurement of the project. This three-mile corridor with 15 express lanes network. signalized intersections includes a next generation traffic signal controllers TSM&O PROGRAM GENERAL SW 8TH STREET ADVANCED upgrade, new video detection ENGINEERING CONSULTANT, TRAFFIC MANAGEMENT system, a new fiber optic cable-based SYSTEM (ATMS) PILOT communications system and more. FDOT DISTRICT 6, MIAMI-DADE PROJECT, FDOT DISTRICT 6, The project procurement documents AND MONROE COUNTIES, FL MIAMI DADE, FL include ConOps, RFP, signalization conceptplans, Task Manager who assisted in the p Project Manager responsible for cost estimates, schedules and development of District 6 TSM&O coordination activities. Program initiatives, such as the developing the project procurement TSM&O Strategic Plan, TSM&O documents for the deployment of SR 968 SW 1ST STREET presentations and outreach material an ASCT along SW 8th Street from / and the District's core group meetings. SW 67th Avenue to SW 142nd BRIDGE MAINTENANCE OF Avenue. This 7.5-mile corridor TRAFFIC (MOT) REAL TIME DISTRICTWIDE ITS with 29 signalized intersections MONITORING PILOT PROJECT, is the largest ASCT Pilot Project OPERATIONAL SERVICES, deployment in Florida and the first FDOT DISTRICT 6, MIAMI-DADE FDOT DISTRICT 6, MIAMI-DADE deployment in Miami-Dade County. COUNTY, FL AND MONROE COUNTIES, FL Supported in the development of the project's evaluation plan, community Project Manager responsible for ITS Engineer who developed the awareness plans, deployment plans developing a turnkey solution for this functional requirements for the and a technical plan. arterial traffic management concept. District 6 ITS Maintenance Module This project's intent was to minimize Software, process maps for ITS parts delays and support additional traffic inventory management and other during the MOT phase along the technical support. Project Engineer detour route using TSM&O strategies, who also coordinated various Miami- such as real time traffic monitoring Dade Traffic Incident Management using temporary closed circuit Team and Southeast Florida Regional television cameras, daily ITS Coalition activities. travel time data collection and analysis using temporary Wi-Fi devices and temporary signal timing modifications at impacted signals along the detour route. 50 :INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 43, JAMES FORD, PE CONCEPTUAL DESIGN TASK LEAD s t'II ,� RELEVANT EXPERIENCE 8u , - James Ford has more than 27 years of Florida Department of •%<"J Transportation (FDOT) District 4 roadway design experience. He was the supervisor of an in-house design section for 16 years, leading a team of 10 engineers as the project manager and Engineer of FIRM Record (EOR) on more the 65 diverse roadway projects including HNTB Corporation those for multi-lane arterial highways, municipal streets and LOCATION interstate freeways for both urban and rural facilities. Has designed Fort Lauderdale, FL and managed all types of rural and urban transportation projects, EDUCATION B.S.,Civil Engineering including highway reconstruction projects, resurfacing, restoration University of Florida, 1988 and rehabilitation (RRR), mobility projects for pedestrian, bicycle and REGISTRATIONS& transit improvements, lane elimination, intersection improvements, CERTIFICATIONS drainage improvements and bridge replacement. Professional Engineer—Florida 11994) YEARS OF EXPERIENCE 27 //Through my experience with FDOT, delivering AVAILABILITY multimodal urban design in South Florida, I bring leadership and efficiency to the City of Miami RELATED PROFESSIONAL SERVICES geach.I! Complete Streets Transit Planning SR 810 HILLSBOROUGH BOULEVARD FROM MILITARY TRAIL Bicycle cnd Pedestrian Planning TO US 1 , FDOT DISTRICT 4, DEERFIELD BEACH, FL Urban Design Project Manager and EOR responsible for incorporating Broward Metropolitan Planning Organization mobility features and other complete Traffic Engineering street features in an FDOT resurfacing and rehabilitation project by widening to add bicycle lanes along with installing decorative LED street lights, new wider sidewalks and drainage modifications. The design incorporated lane elimination for a one-mile portion of the corridor to incorporate wider sidewalks, buffered bicycle lanes, median islands and landscaping planters adjacent to the sidewalk. SR 820 HOLLYWOOD BOULEVARD FROM SR 7 TO 44TH AVENUE, FDOT DISTRICT 4, HOLLYWOOD, FL Project Manager and Engineer of Record responsible for widening and resurfacing. The corridor was designated for Transportation Design for Livable Community (TDLC) criteria to embody environment and features consistent with the surrounding residential area. Bicycle lanes were added with new decorative street lighting, 10-foot-wide sidewalks, new drainage system and included planting of mature street trees for canopy over sidewalks. To enhance transit service for the corridor, in coordination with 51 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE Broward County Transit (BCT), shelter reconstruction for curb, gutter and SR 818 GRIFFIN ROAD FROM pads were included to coincide with sidewalks. Additionally, transit bus EAST OF PALM AVENUE/ the installation of bus stop shelters, stops and bus bays were designed SW 100TH AVENUE TO benches, trash receptacles and bike for the project to minimize transit FLAMINGO FDOT racks by BCT. impacts on traffic when buses stop forROAD, rider pickup and drop-off. Extensive DISTRICT 4, COOPER CITY, FL SR 7 (US 441 ) FROM SW landscaping of the median islands was 25TH STREET TO FILLMORE also included in the project scope. Project Manager and Roadway EOR responsible for developing plans and STREET, FDOT DISTRICT 4, overall project management for the HOLLYWOOD, FL SR 93/1-75 MIAMI CANAL reconstruction of 2.2 miles of this urban REST/RECREATION arterial multi-lane highway from east Project Manager and EOR responsible AREA INTERCHANGE, of Palm Avenue to Flamingo Road. for the reconstruction of 1.8 miles of FDOT DISTRICT 4, FORT The project involved the conversion urban arterial multi lane highway (US LAUDERDALE, FL of the two-lane rural roadway to an 441) through the City of Hollywood. urban six-lane divided highway with The project included major utility Project Engineer responsible for the a full drainage system, sidewalks, relocations/upgrades, installation of geometric design of a completely new street lighting, signing and marking, urban drainage system, signalization interchange on 1-75 at the Miami Canal, signalization, bike lanes and of intersections, signing and pavement including connector road geometry, landscaping. Responsible for entire marking upgrades, LED street lighting vertical geometry, parking lot layout, plans production/design and delivery, installation, landscaping of median earthwork cross sections, drainage including the coordination of sewer islands and installation of integrated ponds, boat ramp configuration and relocations and design, drainage system linear park drainage areas along quantity calculations. Responsible for with detention ponds, signalization, with decorative hardscape features. maintenance of traffic plans, permit signing and pavement marking, street Hardscape features included stamped document creation and overall plans lighting and landscaping. asphalt crosswalks, stamped concrete development for the project. Features traffic separators, colorized sidewalks of this project include truck and car and buffered bike lanes. parking lots, boat ramps, six interstate on/off ramps, four connector roads, SR 817 UNIVERSITY DRIVE water and sewer treatment plants, seven FROM 1-595 TO BROWARD acres of drain fields, detention ponds BOULEVARD, FDOT DISTRICT 4, and an air-conditioned rest facility with PLANTATION, FL bathrooms. This challenging project was in the middle of the environmentally Project Manager and Roadway EOR sensitive Florida Everglades. It was responsible for the development of a major accomplishment obtaining plans and project management for approval for the conceptual design resurfacing 1.5 miles of this urban layout and footprint from the multi-lane divided highway from 1-595 Florida Game and Fresh Water to Broward Boulevard. The permitting Fish Commission, Federal Highway process with the Old Plantation Administration and the Department Drainage District required the drainage of Environmental Protection. Awards system on the northbound side of the received by the project include the Davis roadway to be redesigned to convey Productivity Award for savings to the water to swale detention areas before taxpayers of Florida and the National discharging into the canal. This Partnership for Highway Quality 2001. modification required overbuilding the roadway for profile establishment, widening for bicycle lanes and 52 :•INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING _A. GREG KRUEGER, PE � 't ADVANCED TECHNOLOGY TASK l LEAD , SMART CITIES — AV / CV sl I1 L }� RELEVANT EXPERIENCE LTJ = `?.., y Greg Krueger is an internationally-recognized leader in the t,'' ;.- connected vehicle (CV) program specializing in emerging technologies in transportation. He supports the firm's intelligent transportation systems (ITS) programs and clients nationwide with FIRM more than 22 years of experience. Greg works with both public HNTB Corporation and private sector clients to facilitate the deployment of CV and LOCATION automated vehicles (AV) on the nation's roadways. Lansing,MI Greg was previously manager of the United States Department of EDUCATION M.S.,Civil Engineering (Traffic Operations), Transportation (USDOT) Southeast Michigan CV Test Bed where he Texas A&M University, 1995 B.S.,Civil Engineering,Colorado State University, oversaw the day-to-day operations and technology enhancements for 1993 the original Proof of Concept facility. He also served as the Michigan REGISTRATIONS&CERTIFICATIONS Department of Transportation's (MDOT) program manager for its Professional Engineer-Michigan (2000) statewide ITS program, overseeing all development, deployment, YEARS OF EXPERIENCE operations and maintenance of ITS . 20 Total AVAILABILITY Greg has additionally supported the Safety Pilot Model Deployment 25% effort, as well as a variety of other CV programs for USDOT, MDOT and the American Association of State Highway and Transportation RELATED PROFESSIONAL SERVICES Officials (AASHTO). Smart Growth Transportation Engineering 11 I've been actively working with the City of Columbus through concept, funding and now implementation of their Smart City. I will do the same, to the capacity you need, for the City of Miami Beach.ff CV PILOT DEPLOYMENT PHASE 2, TAMPA HILLSBOROUGH EXPRESSWAY AUTHORITY (THEA), TAMPA, FL Senior Technical Adviser for one of three CV Pilots selected by USDOT for deployment. The THEA CV Pilot will demonstrate multimodal applications of CV technology in a real-world urban environment. SMART CITY CHALLENGE ITS PROGRAM MANAGEMENT AND PROGRAM INITIALIZATION, USDOT, COLUMBUS, OH Senior Technical Adviser for this project where HNTB is providing ITS program management services to the City of Columbus for the USDOT 53 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE Smart City Challenge. Smart Columbus SMART REGION METRO REGION TRAFFIC will create a transportation system TRANSPORTATION SYSTEMS AND SAFETY, MDOT, METRO that connects people by creating MANAGEMENT AND DETROIT, MI opportunities for City residents to better OPERATIONS (TSM&O) PLAN, access jobs, groceries and health care Traffic and Safety Engineer for MDOT's while improving the overall safety NORTH FLORIDA REGIONAL Metro Region who oversaw all aspects and efficiency of the transportation TRANSPORTATION PLANNING of traffic and safety in the four-county system and making the City of ORGANIZATION (TPO), metro Detroit area, including traffic Columbus a model for cities throughout NORTH FLORIDA, FL signals, traffic safety program, signing the United States. Four enabling and striping, ITS operations and technologies included in Columbus' Project Manager for the development development and work zone mobility. design concepts are Columbus of a TSM&O plan for the region based Also, worked with the press, elected connected transportation network, on emerging technologies that build officials, the public and local agencies integrated data exchange, enhanced off of the current ITS Deployment Plan to implement multiple traffic and safety human services and electric vehicle and Long Range Plan in effect for the projects and programs. • infrastructure. These technologies four-county region. The plan focuses will be deployed through four unique on emerging technologies, including districts of Columbus, resulting in CV/AV, smart cities, advanced data improved safety, mobility, ladders of management and analytics and opportunity and impacts of climate traditional ITS technologies to improve change. The team will refine the Smart safety and mobility and enhance Columbus design concepts, budget and prospects for economic growth in the workplan, designing or procuring the region. various components, organizing and supporting the integration, deployment, CV PILOT DEPLOYMENT PHASE 1, testing, operations, data collection THEA, TAMPA, FL and analysis and maintenance of the systems. By supporting the packaging Senior Technical Adviser for the THEA and sharing lessons learned throughout CV Pilot Program designated as safety the process in a variety of forums, manager for all three phases of the Columbus will support other cities and program and authored a report on parties interested in creating smart the sustainability and extensibility of cities of their own. The HNTB team the pilot program. This phase involved will work with the City and its partners concept development and refinement. throughout the grant period to develop and hone a sustainability plan that will provide clarity around man-power and GENERAL ENGINEERING costs needed to perpetuate Columbus CONSULTING CONTRACT, as a technology leader well beyond the THEA, TAMPA, FL grant period. HNTB previously assisted the City of Columbus in developing Senior Technical Adviser to THEA for their application for the $40-million their ITS, CV/AV program efforts. THEA USDOT Smart City Challenge. has established a test environment for emerging transportation technologies. HNTB is supporting THEA in stakeholder engagement, concept development and applications support. 54 MNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CHRIS KOPP, AICP, CTP FINANCIAL PLANNING AND ANALYSIS TASK LEAD , FINANCIAL FEASIBILITY STUDIES RELEVANT EXPERIENCE LSI Chris Kopp brings more than 21 years of experience managing a wide variety of transit planning studies, most recently helping regions and cities develop transit system visions and corridor plans. Chris has manages geographic information systems (GIS) software FIRM development projects to visualize transit market opportunities, HNTB Corporation prepares alternatives analyses and federal New Starts documentation, LOCATION conducts economic and financial analyses of proposed projects Chicago, IL and investment programs, and advises transit agencies as they EDUCATION M.S.,Civil Engineering, explore strategic issues related to funding, governance and program Northwestern University, 1997 B.A.,Architecture, implementation. Chris understands the role of public transportation University of Cincinnati, 1994 in building more sustainable and livable communities and knows REGISTRATIONS&CERTIFICATIONS the issues agencies face when implementing new rail or bus rapid American Institute of Certified Planners(2000) transit projects. AICP Certified Transportation Planner YEARS OF EXPERIENCE 21 Total AVAILABILITY „My objective is to advise the City of Miami Beach 25% to develop plans that leverage available grants and RELATED PROFESSIONAL SERVICES are implementable with foreseeable resources.,' Transportation Planning Smart Growth BROWARD MOBILITY HUBS, BROWARD METROPOLITAN Livable Cities PLANNING ORGANIZATION (MPO), FORT LAUDERDALE, FL Complete Streets Transportation Planner who developed and applied a prioritization Integration of Transportation and Land Use methodology to identify locations where capital investments in transit and shared mobility facilities would generate the greatest improvements in Economic and Financial Analysis mobility. Transit Planning Bicycle and Pedestrian Planning SOUTHEAST MICHIGAN REGIONAL MASTER TRANSIT Urban Design PLAN (RMTP), REGIONAL TRANSIT AUTHORITY OF SOUTHEAST MICHIGAN, MACOMB, OAKLAND AND Station Area Planning WASHTENAW COUNTIES, DETROIT, MI Traffic Engineering Task Manager for the Finance and Policy task of this Southeast Michigan RMTP. HNTB developed a RMTP which will serve as the road-map for the Authority's decisions that will guide the region's transit future, including coordinating and enhancing existing services and delivering rapid transit as a new service. A sophisticated financial cash flow model was used throughout the plan development process to inform decisions about the trade-offs between the capital projects included in the program, transit 55 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE service levels on individual lines, RED LINE PROJECT DEFINITION DEVELOPMENT STUDY, timeframe for implementation and AND INDY CONNECT ROSEMONT TRANSIT CENTER, the local funding needed to maintain FINANCIAL MODEL UPDATE, COOK COUNTY, COOK sustainable agency finances. The plan also included a robust public INDYGO, INDIANAPOLIS, IN COUNTY, IL engagement strategy to get the people Financial Planning Lead for Project Manager for a real estate of southeast Michigan involved in completion of two separate sets of market analysis, facility planning, and the planning conversation about the region's transit future and educate tasks for the MPO, culminating in financing study to determine the extent them on the values and benefits of a successful funding referendum in to which air rights development could investing in a regional transit system. November 2016. Task 1 developed support transit facility improvements. project schedules for multiple This project is part of a contract with TRAMLINKBR FINANCIAL delivery scenarios, evaluated various Cook County to provide services for opportunities for project delivery, the preparation of Phase I and Part PLAN, CITY OF BATON assessed risks and opportunities of A preliminary engineering, feasibility ROUGE, BATON ROUGE, LA schedule and delivery approaches, studies and environmental studies developed vehicle procurement for various projects throughout Cook Advisor for the development of a guidance and resources to support County, IL, and the County's more than financial plan for a new streetcar line development of e-BRT systems, and 130 municipalities. that combines a range of value capture further refined routing concepts for the strategies, including tax increment Red Line on Washington and Maryland SOUND TRANSIT finance and benefit assessment districts. Streets in the downtown area. Task 2 LYNNWOOD LINK HNTB completed the Environmental updated the Indy Connect financial EXTENSION FULL FUNDING and Conceptual Engineering project model. Project activities included GRANT APPLICATION, phase for its first three-mile modern- updates to financial assumptions, day streetcar system connecting sensitivity analysis of program outputs SEATTLE, WA downtown with the Louisiana State and evaluation of financial feasibility of University. HNTB worked seamlessly scenarios. Task Lead for update of land use, with the City-Parish and the Federal economic development and other Transit Administration (FTA) to advance DES MOINES AREA REGIONAL project justification templates to the progress of the project over a TRANSIT AUTHORITY (DART)DART) support a New Starts Full Funding compressed 11-month timeframe. Grant Agreement. HNTB is delivering FINANCIAL PLANNING AND the final design for this eight-mile, CEDAR AVENUE TRANSITWAY PROGRAM DEVELOPMENT, $800-million light rail transit project. METRO RED LINE BUS DES MOINES, IA (BRT) METRO ORANGE LINE RAPID TRANSIT Financial Planning Lead who FINANCIAL PLAN, IMPLEMENTATION PLAN developed an interactive cash flow METROPOLITAN COUNCIL, UPDATE (IPU), DAKOTA model to support DART and external MINNEAPOLIS, MN COUNTY, MN stakeholders in a decision process that will identify a funding plan for BRT Financial Task Lead who supported Financial Task Lead developing investment and bus service expansion Metropolitan Council staff in the a phased implementation plan throughout the region. Building on preparation of the financial elements through 2040. The IPU provided a recent investments in a downtown a FTA Small Starts application. HNTB general schedule for improvements, transit center, DART is introducing is leading the design of the METRO with accompanying cost estimates, premium transit that will accompany Orange Line, a 17-mile planned based on expected expansion of the reintroduction of intercity rail. highway BRT line along the 135 West development and service demand in Following the successful completion corridor from downtown Minneapolis the corridor. of an Alternatives Analysis (AA) and through Richfield, Bloomington and Categorical Exclusion that evaluated Burnsville. transit improvement options in the University/Ingersoll Corridor just west of the downtown area, the agency is now evaluating long-term funding options for support further expansion. 56 :•INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING ,, ARMAN DO ARIAS, PE .4....). URBAN DESIGN — :'1...'..? .kt;,:i :, , TRANSPORTATION ENGINEERING RELEVANT EXPERIENCE L41 ^y1 Armando Arias is a roadway engineer with 14 years of experience '`•`:: = ' in roadway design ranging from limited access facilities to toll facilities, arterial roadways, municipal streets and major and minor intersection improvements. Armando's experience includes all phases of urban and rural highway design, including full FIRM reconstruction, safety improvement and resurfacing, restoration HNTB Corporation and rehabilitation projects. LOCATION Miami, FL EDUCATION BUS RAPID TRANSIT (BRT) SW CORRIDOR, JACKSONVILLE B.S.,Civil Engineering, TRANSPORTATION AUTHORITYJTA , JACKSONVILLE, FL Florida International University, 2007 ( ) A.A.,Miami Dade College, 2003 Project Engineer for the design of several bus stations along the Blanding Boulevard and Park Street corridors. Responsible for the layout of the REGISTRATIONS& CERTIFICATIONS stations, as well as the engineering design, including the civil and Professional Engineer—Florida(2010) drainage design. YEARS OF EXPERIENCE WEST FLAGLER STREET (SR 968) RECONSTRUCTION 14 Total PROJECT FROM WEST OF NORTHWEST/SOUTHWEST AVAILABILITY 27TH AVENUE TO WEST OF NW/SW 14TH AVENUE, 50% FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) DISTRICT 6, MIAMI, FL RELEVANT EXPERIENCE Project Engineer responsible for the roadway design, traffic control, Transportation Planning signing and pavement markings, as well as other design related tasks. Also, responsible for coordinating tasks with other disciplines, quantities, Complete Streets design variations and pavement design. This 1 .3-mile project required Economic and Financial Analysis construction plans preparation for the reconstruction of the Flagler Street corridor from NW/SW 27th to NW/SW 14th Avenue in Miami-Dade Bicycle and Pedestrian Planning County. Urban Design SR 25/OKEECHOBEE ROAD INTERSECTION IMPROVEMENT Station Area Planning PROJECT FROM SR 826 RAMPS TO WEST 18TH AVENUE, FDOT DISTRICT 6, HIALEAH, FL Project Engineer for this intersection improvement project along a segment of Okeechobee Road from SR 826 Ramps to West 18th Avenue. Project included conversion of a right turn lane to a thru-lane at West 18th Avenue, and widening to create an exclusive right turn lane at West 18th Avenue from West Okeechobee Road. The project also included milling and resurfacing, signing and pavement marking plans, lighting plans, and signalization plans. Responsible for the overall plans production, design, supervision of staff and coordination with FDOT, as well as public involvement. Also, responsible for the drainage design, developing several design variations, community awareness plan, typical section package and pavement design. 57 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE SR 5/US 1 SAFETY (SR 842) Park-and-Ride Lot at the Fort segments. The project included IMPROVEMENT PROJECT Lauderdale Tri-Rail Station, including roadway design and drainage design, FROM SANTONA STREET signing and pavement marking plans, as well as signing and pavement TO EAST OF GRANADA and traffic control plans. Responsible marking plans. Responsible for for the overall plans production, the overall production, design and BOULEVARD, FDOT DISTRICT 6, design and supervision of staff, as supervision of staff and coordination CORAL GABLES, FL well as coordination with FDOT, with the City of Doral Project Manager SFRTA (Tri-Rail) and Broward County and Miami-Dade County Project Engineer for this safety Transit. Responsible for developing Public Works. improvement project along a segment a community awareness plan, of US 1. Project included roadway engineering report and cost estimate. TRI-RAIL CYPRESS CREEK plans for widening of US 1 at Granada Boulevard, as well as milling and CYPRESS CREEK PARK-AND- resurfacingSTATION, SFRTA, FORT and median modificationsLAUDERDALE, FL at various locations along the corridor. RIDE LOT BUS SHELTERS Project also included signing and REPLACEMENT, Project Engineer for the complete design pavement marking plans, and FDOT DISTRICT 4, of a parking and bus stop facility. signalization plans. Responsible for FORT LAUDERDALE, FL Assisted with the drainage design, the overall plans production, designconcrete stairway and access ramp and supervision of staff, as well as Project Engineer for the replacement design and signing and pavement coordination with FDOT and the City of four existing bus shelters and at markings plans, as well as paving and of Coral Gables. the Cypress Creek Park-and-Ride Lot, grading plans. Also, assisted with the including the construction of new environmental resource permit during SR-822/SHERIDAN STREET concrete pads, installation of new the permitting phase with the City of PARK AND RIDE LOT MILLING bike racks, litter receptacles and Fort Lauderdale. AND RESURFACING, FDOT stand-alone benches. Responsible for DISTRICT 4, HOLLYWOOD, FL the overall plans production, design, SR 821 HOMESTEAD as well as coordination with FDOT, EXTENSION OF FLORIDA'S Project Engineer for the milling and SFRTA and Broward County Transit. TURNPIKE (HEFT) WIDENING resurfacing of the Sheridan Street (SR FROM SOUTH OF SW 104TH 822) Park-and-Ride Lot at the Sheridan SW 18TH AVENUE ROADWAY STREET (KILLIAN PARKWAY) TO Tri-Rail Station, including reconstruction IMPROVEMENTS FROM SW NORTH OF SW 72ND STREET of a section of roadway within the bus 23RD TERRACE TO SW 23RD (SUNSET DRIVE), FLORIDA'S access roads. Project included signing STREET, CITY OF MIAMI, and pavement marking plans, and MIAMI, FL TURNPIKE ENTERPRISE (FTE), traffic control plans. Responsible for MIAMI-DADE COUNTY, FL the overall plans production, design Project Engineer for milling, resurfacing and supervision of staff, as well as Project Engineer responsible for and reconstruction. The project included producing thetypical section package coordination with FDOT, South Florida P 9 P g Regional Transportation Authorityroadway design and drainage design, and assisting with the signing and (SFRTA) (Tri-Rail) and Broward as well as signing and pavement pavement marking plans. marking plans. Responsible for the County Transit. Responsible for overall plans production, design and developing a community awareness plan, engineering cost estimate and supervision of staff and coordination SR 821 HEFT WIDENING engineering report, as well as paving, with the Cityof Miami Project Manager FROM NORTH OF SW 72ND grading and drainage plans. and the Miami-Dade County STREET (SUNSET DRIVE) TO Public Works. NORTH OF SW 40TH STREET SR 842/BROWARD ROADWAY RESURFACING (BIRD ROAD), FTE, BOULEVARD PARK AND SEGMENTS, CITY OF DORAL, MIAMI-DADE COUNTY, FL RIDE LOT MILLING AND DORAL, FL Project Engineer responsible for RESURFACING, FDOT DISTRICT producing the typical section package 4, FORT LAUDERDALE, FL Project Engineer for the milling, and assisting with the signing and resurfacing, reconstruction and pavement marking plans. Project Engineer for the milling and restriping of various roadway resurfacing of the Broward Boulevard 58 'tri NTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING JIM BARBARESSO EMERGING TECHNOLOGY — PRACTICE LEADER / ADVISOR ,t� • RELEVANT EXPERIENCE Jim Barbaresso is senior vice president and practice leader for intelligent transportation systems (ITS) with 39 years of experience in transportation planning, operations. Jim has successfully planned, implemented and managed numerous projects varying from FIRM small ITS feasibility studies to some of the largest and most visible HNTB Corporation ITS programs in the United States. Jim's diverse career includes work LOCATION in both the public and private sectors, providing a unique perspective Detroit,MI on transportation issues and creative ways to resolve them. Jim EDUCATION has demonstrated national leadership in the deployment of emerging M.S.,Transportation Planning, University of Iowa, 1978 technologies, transportation planning, transportation safety, ITS B.S.,Sociology, deployment, energy, the environment and new concepts in University of Iowa, 1975 transportation financing. Jim was selected by ITS America to chair YEARS OF EXPERIENCE the 2014 ITS World Congress in recognition of his career achievements 39 Total in ITS and his outstanding technical and management abilities. AVAILABILITY 30"a SMART CITY CHALLENGE ITS PROGRAM MANAGEMENT AND PROGRAM INITIALIZATION, CITY OF COLUMBUS, RELATED PROFESSIONAL SERVICES U.S. DEPARTMENT OF TRANSPORTATION (USDOT), Transportation Planning COLUMBUS, OH Smart Growth Senior Technical Adviser for this project where HNTB is providing ITS program management services to the City of Columbus for the USDOT Livable Cities Smart City Challenge. Smart Columbus is creating a transportation system that connects people by creating opportunities for City residents to better Traffic Engineering access jobs, groceries and health care while improving the overall safety and efficiency of the transportation system. Through the utilization of four enabling technologies such as Columbus connected transportation network, integrated data exchange, enhanced human services and electric vehicle infrastructure this project is making the City of Columbus a model for cities throughout the U.S. These technologies will be deployed through four unique districts of Columbus, resulting in improved safety, mobility, ladders of opportunity and impacts of climate change. The goal is to improve the livability and workability of the City of Columbus. The HNTB team is working with the City and its partners to develop and hone a sustainability plan needed to perpetuate Columbus as a technology leader well beyond the grant period. HNTB previously assisted the City of Columbus in developing their application for the $40 million USDOT Smart City Challenge. As co-author of the City of Columbus Smart City Challenge proposal to the USDOT, helped develop many of the unique concepts and projects incorporated in the proposal that support connecting residents and visitors with opportunities. 59 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE CONNECTED VEHICLE HNTB is supporting implementation SAFETY PILOT CV MODEL (CV) SUPPORT PROGRAM, of arterial traffic management, DEPLOYMENT, USDOT, MICHIGAN DEPARTMENT OF active traffic management, adaptive ANN ARBOR, MI TRANSPORTATION (MDOT), .signal control, inter-jurisdictional collaboration, multimodal and HNTB Project Manager and Program STATEWIDE, MI emerging mobility solutions. HNTB Outreach Task Lead responsible for the is providing technical and policy design and implementation of roadside Senior Technical Advisor for the MDOT guidance on CV deployment planning, equipment on area freeways for the CV program. The Michigan connected design, testing, certification and USDOT CV program, a large-scale corridor is a major element of the implementation. model deployment of CV. Arterials "Planet M" mobility initiative that and freeways in the Ann Arbor area incorporates CV and automated vehicle CV AND AV PROGRAM were equipped with dedicated short- (AV) projects around the state into an umbrella program to support emerging SUPPORT, FDOT, range communications beacons that multimodal mobility solutions. STATEWIDE, FL communicate with equipped vehicles to provide applications and data CV PILOT DEPLOYMENT, Deputy Project Manager and Senior back haul. As the program outreach TAMPA HILLSBOROUGH Technical Advisor for FDOT's statewide task lead, responsibilities included program for research, development and the development of outreach and EXPRESSWAY AUTHORITY deployment of emerging transportation showcase plans and safety pilot (THEA), TAMPA, FL technologies. This three-year contract outreach mater als, design of safety includes technical support to define pilot exhibits, design of a showcase Senior Technical Advisor for one of how emerging technologies will impact facility at the University of Michigan three CV Pilots selected by the USDOT FDOT operations and planning. HNTB Transportation Research Institute and for deployment. The THEA CV Pilot will is providing planning and oversight other outreach activities. demonstrate multimodal applications of pilot deployments involving CV of CV technology in a real-world urban and AV technologies, policy guidance environment. CV applications will and support, stakeholder outreach, support pedestrian safety, transit signal communications and marketing. HNTB priority, streetcar connectivity and is also supporting FDOT in planning connected vehicle safety applications and execution of an annual AV Summit. in the downtown urban environment, where pedestrian and vehicle conflicts NEAR-TERM VEHICLE- are common. TO-INFRASTRUCTURE TRANSPORTATION SYSTEMS (V21) TRANSITION AND MANAGEMENT AND PHASING ANALYSIS, OPERATIONS (TSM&O) AMERICAN ASSOCIATION PROGRAM SUPPORT, OF STATE HIGHWAY AND FLORIDA DEPARTMENT OF TRANSPORTATION OFFICIALS, TRANSPORTATION (FDOT), WASHINGTON, D.C. STATEWIDE, FL Program Manager for subcontractor services to support analysis of V2l Senior Technical Advisor responsible applications, infrastructure, technologies for supporting FDOT in global and systems to facilitate planning technology assessments and in and investment decisions by state creating a statewide framework for and local agencies. HNTB was the future of transportation operations responsible for the development of a and emerging mobility concepts. cost model and planning tool that will The program includes a multimodal support application and infrastructure approach for CV deployment and a deployment prioritization. new focus on arterial operations. 60 : I NTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING ..,..406_ DA\I E L BEATY, AICP LONG RANGE MODELING r t I , RELEVANT EXPERIENCE a x f +" Daniel Beaty has 24 years of experience in the areas of urban and - ::`� regional transportation planning and travel demand modeling. His responsibilities include the development of long range transportation plans (LRTP), travel demand model development and validation, developments of regional impact, transportation policy analysis, FIRM preparation and forecasting of socioeconomic data, production of HNTB Corporation scopes of work, preparation of technical documentation and level of LOCATION service analysis. Tallahassee,FL EDUCATION M.S., Urban&Regional Planning, 9TH AVENUE INTERCHANGE JUSTIFICATION REPORT, Florida State University, 1992 B.S., Political Science, FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) Florida State University, 1990 DISTRICT 3, ESCAMBIA COUNTY, FL REGISTRATIONS& Project Manager responsible for traffic analysis and all meetings with the CERTIFICATIONS American Institute of Certified Planners agencies and District's Interchange Review Committee. This project ran concurrently with the re-evaluation of I-10 in Escambia County. YEARS OF EXPERIENCE 24 Total GULF COAST PARKWAY PROJECT DEVELOPMENT AND AVAILABILITY ENVIRONMENT (PD&E) STUDY, FDOT DISTRICT 3, 20-. BAY COUNTY, FL Traffic Lead for this project providing PD&E services on an environmental RELEVANT EXPERIENCE impact statement (EIS) for the Gulf Coast Parkway, a proposed new Economic and Financial Analysis 35-mile highway connecting US 98 in Gulf County with US 231 in Bay County. Phase I of the study included the completion of a corridor analysis Transportation Planning and the efficient transportation decision making programming screen. Phase II will include conceptual designs, the final EIS, development of Traffic Engineering conceptual mitigation measures and the selection of an alignment for design. GULF TO BAY HIGHWAY PD&E STUDY, OPPORTUNITY FLORIDA, GULF AND BAY COUNTIES, FL Traffic Lead involved a PD&E study of the proposed Gulf to Bay Highway. The study provided support and documentation for Opportunity Florida to reach a decision on the type, design and location of improvements for this transportation facility. 2020 TRANSPORTATION PLAN UPDATE, TALLAHASSEE- • LEON COUNTY METROPOLITAN PLANNING ORGANIZATION (MPO), TALLAHASSEE, FL Task Manager on the Tallahassee-Leon County MPO 2020 Transportation Plan Update, the focus of which was to correct travel demand models through extensive review and update of all model inputs and outputs. 61 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE LRTP 2020 PLAN, BROWARD I-10 MASTER PLAN, FDOT COUNTY, COUNTRYWIDE, FL DISTRICT 2, NORTHEAST, FL Lead Travel Demand Modeler who Task Manager for the 1-10 Corridor assisted with the Broward County between the Madison County line and LRTP, coded the needs and cost 1-292 in Duval County. Accomplished feasible plan highway and transit travel demand forecasting for networks, performed air quality numerous conceptual mobility analysis and created the conformity enhancement alternatives, documented determination report. the traffic forecasting methodology and existing/projected traffic volumes, PALMETTO EXPRESSWAY assisted in project coordination and (SR 826) MULTIMODAL produced design hour traffic volumes INTERSTATE MASTER PLAN for all interchanges analyzed in this FL study. The study involved use of FDOT MIAMI, statewide model, in conjunction with Lead Travel Demand Modeler who urban FSUTMS model results for Jacksonville, as well as growth trend conducted highway and transit network editing and coding, projections of AADT. alternative testing and summarized highway and transit model results. Work on the Palmetto Expressway included high-occupancy vehicle modeling and the use of a nested logit mode choice model. I-10 MULTIMODAL INTERSTATE MASTER PLAN, FDOT DISTRICT 3, NORTHWEST, FL Deputy Project Manager and Travel Demand Modeler who completed work on the Multimodal Interstate Master Plan for the I-10 Corridor between Okaloosa and Jefferson Counties. Accomplished travel demand forecasting for five conceptual mobility enhancement alternatives, documented the traffic forecasting methodology and existing/projected traffic volumes, assisted in project coordination and produced design hour traffic volumes for nine interchanges analyzed in this study. The study involved extensive use of the FDOT statewide model, in conjunction with Florida Standard Urban Transportation Model Structure (FSUTMS) model results for Tallahassee and Fort Walton Beach, as well as growth trend projections of annual average daily traffic (AADT). 62 NNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 3RIAN BOLUS, G1SP LAND USE r ► ( �� RELEVANT EXPERIENCE !� Brian Bollas is a project manager managing numerous transportation, transit, geographic information system (GIS), planning and public involvement projects. His expertise also includes corridor planning and public involvement. Brian uses various software, geo-databases and other database formats, data conversions, cartographic FIRM services and graphics, specifically utilizing GIS throughout the entire HNTB Corporation project planning process from scoping to alternatives analysis and LOCATION impact quantification. Tampa, FL EDUCATION M.A., Environmental alarming, COMMUNITY TRANSPORTATION PLAN, HILLSBOROUGH Towson University, 2002 B.S.,Geography(Urban and Regional Development), COUNTY, HILLSBOROUGH COUNTY, FL Pennsylvania State University, 1994 Deputy Project Manager, Transportation Planner and Public Involvement Lead REGISTRATIONS& who assisted with the development of the Hillsborough County Community CERTIFICATIONS Transportation Plan to establish community consensus on transportation GIS Certification Institute(1994) needs and priorities, and to analyze and verify projects specified by the YEARS OF EXPERIENCE Hillsborough County Policy Leadership Group. The community dialogue 21 -.o.hl included extensive public outreach opportunities with the use of interactive workshops, telephone town hall meetings and social media. The technical AVAILABILITY analysis involves individual and comprehensive project validation for 30 consistency of project definitions, scopes and costs. A detailed analysis of costs, sustainability, timing, innovation and funding opportunities will RELEVANT EXPERIENCE be examined to test the effectiveness and value of projects. The technical evaluation will provide project prioritization and timing of action steps Transportation Planning needed for plan implementation. Smart Growth GENERAL ENGINEERING CONSULTANT STRATEGIC Livable Cities INVOLVEMENT, FLORIDA DEPARTMENT OF Complete Streets TRANSPORTATION (FDOT) DISTRICT 1 , DISTRICTWIDE, FL Integration of Transportation and Land Use Project Manager whose responsibilities include coordinating with communities, elected and appointed officials and property owners to Economic and Financial Analysis conduct small group presentations, provide education on roundabout Transit Planning benefits and usage and develop generalized and project-specific roundabout educational materials. Videos include roundabout overview, Bicycle and Pedestrian Planning seven public service announcements and a commercial. Videos appeared Station Area Planning on FDOT's YouTube channel. PUBLIC INVOLVEMENT SERVICES, FDOT DISTRICT 1 , DISTRICTWIDE, FL Project Manager for this three-year contract for public involvement activities related to the design and post design of various roadway and bridge projects. Responsible for team oversight of public involvement professionals and making sure the public was informed and educated about high profile design projects, which was accomplished by utilizing various involvement 63 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE techniques, including public meetings, However, the most detailed analysis preparing weekly public information one-on-one citizen meetings, printed and planning will occur through a reports, contacting residents about collateral, e-mail notices, websites and matrix of station locations and key construction road closures and social media. property typologies that occur along nighttime work noise, coordination the designated transit corridor. This with local police, locating construction RAIL RELOCATION, FDOT will result in a corridor plan that is staging area for contractor, and DISTRICT 1 , POLK COUNTY, FL highlighted by a set of prototypes which dealing with citizen calls/complaints. will inform implementation strategies for Public Involvement Lead for this this corridor as well as other primary POINCIANA PARKWAY FDOT initiated rail study to identify transit corridors in the city. PROJECT DEVELOPMENT AND the best solutions for regional freight ENVIRONMENT (PD&E) STUDY, movement through Polk County while ACCESS MANAGEMENT, FDOT DISTRICT 5, OSCEOLA minimizing impacts to urban areas FDOT DISTRICT 1 , BARTOW, FL and the environment. The study COUNTY, FL evaluated potential improvements, Public Involvement Lead for a series such as rail relocation options, other of public workshops and hearings, Public Involvement Lead responsible rail and signal improvements, as well including for the Bennett Bill access for public involvement for Poinciana as roadway, pedestrian and bicycle management hearings, to discuss Parkway from CR 54 to I-4. This improvements. Responsibilities involved with the public the closing of PD&E study evaluated concepts for all public involvement including social highway median openings. Activities the extension cf Poinciana Parkway media outreach, project presentations include meeting with the public and from Florida's Turnpike to Pleasant to cities, counties and stakeholders, stakeholders to understand and Hill Road. This project was a new development of public meeting displays alleviate their concerns, relaying the roadway alignment requiring and collateral, media and public publics ideas and comments to FDOT development of conceptual alignments inquiries and comments. for possible incorporation into the for the project corridor. project and making recommendations on NORTH FLORIDA AVENUE RAIL TAMPA MASTER PLAN, how to better facilitate public meetings. CITY OF TAMPA, TAMPA, FL CROSSING IMPROVEMENTS STATE ROAD 37 DESIGN- CONSTRUCTION, FDOT Public Involvement Lead for this BUILD (DB) CONSTRUCTION DISTRICT 1 , LAKELAND, FL master plan, InVision Tampa, which ENGINEERING AND provides a blueprint for guiding the Public Involvement Lead for this redevelopment of the Central City area. INSPECTION (CEI), FDOT subtask to the Polk Rail Study, Responsibilities included assisting with DISTRICT 1 , LAKELAND, FL conducted public outreach and creation of public meeting displays and media services for a joint CSX/FDOT presentations, developing materials Public Involvement Lead who reconstruction of the North Florida for and participating in communityconducted public information Avenue rail crossing in downtown walking audits and charrettes, as services for this bridge and roadway Lakeland. Identified and contacted the well as developing the public meeting reconstruction project. Activities numerous distr bution centers, major comment summary reports. Also included preparing weekly public employers, and local businesses, responsible for GIS analysis, mapping information reports, contacting school board, emergency services/ and data collection. This project will residents about construction road police, special event coordinators, show how the city's designated primary closures and nighttime work noise, and the media to alert them of road transit corridor network will connect, coordination with local police. closures, detours, and construction integrate and facilitate development schedule. within the study area. It will identify the CORTEZ BRIDGE DB CEI, emerging development opportunities FDOT DISTRICT 1 , MANATEE and show how these opportunities will COUNTY, FL be linked together to promote effective multi-modal connectivity, support Public Involvement Lead who economic development and create conducted public information livable, walkable neighborhoods. services for this bridge and roadway A second element is the Nebraska reconstruction project. Activities Avenue corridor planning study. included conducing public workshop, 64 MNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING PETER BRUNO TRANSIT OPERATIONS 41111111- RELEVANT EXPERIENCE �1 gra',. Peter Bruno has 27 years of industry specific expertise in service and operations planning, process improvement, performance analysis �-; and business strategy development for public transit agencies, private transit providers and transit industry suppliers. Peter brings a diverse background encompassing financial oversight, contract and FIRM solicitation management, strategic measurement and review, new HNTB Corporation start development and implementation and asset management. LOCATION Atlanta,GA • EDUCATION ATLANTA STREETCAR OPERATIONS AND MAINTENANCE M.P A., Public Administration, TECHNICAL PLANNING, METROPOLITAN ATLANTA RAPID Georgia State University, 1989 B.A., History,Gordon College, 1983 TRANSIT AUTHORITY (MARTA), ATLANTA, GA Project Manager for Atlanta Streetcar Operations and Maintenance YEARS OF EXPERIENCE 27 Total (O&M) tasks, including development of O&M plans and procedures, budgets, forecasts and contracting scenarios and safety and security AVAILABILITY integration. 30% CINCINNATI STREETCAR O&M TECHNICAL PLANNING, SOUTHWEST OHIO REGIONAL TRANSIT AUTHORITY (SORTA), CINCINNATI, OH RELEVANT EXPERIENCE Project Manager responsible for the development of O&M plans and Economic and Financial Analysis procedures, capital planning, budgets, forecasts, contracting scenarios and safety and security integration. Transit Planning Station Area Planning SHORT RANGE TRANSIT PLAN AND COMPREHENSIVE OPERATIONS ASSESSMENT, BIRMINGHAM-JEFFERSON COUNTY REGIONAL TRANSIT AUTHORITY, BIRMINGHAM, AL Project Manager responsible for tasks which included service planning; goal and performance metrics identification; assessment of existing and future transit facilities and services; bus stop geocoding and mapping, 10-year capital renewal plan, 10-year financial plan and short, intermediate and long range recommendations. MOBILITY O&M ASSESSMENT, MARTA, ATLANTA, GA Project Manager on an organizational assessment of the mobility service at MARTA. Tasks involved establishment of baseline state, validation of both formal and informal work and information flows, determination of gaps in operations and maintenance procedures, development of corrective action plans and facilitation of cross functional implementation teams. 65 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE MOBILITY OUTSOURCING CAMPUS SHUTTLE SERVICE STUDY AND DEVELOPMENT AND OPERATIONS PLANNING OF POTENTIAL OUTSOURCING STUDY, NORTH CAROLINA SCENARIOS, MARTA, AGRICULTURAL AND ATLANTA, GA TECHNICAL STATE UNIVERSITY, Project Manager who assisted the GREENSBORO, NC development of both cost models Lead Analyst who performed baseline and operations and maintenance analysis of existing service, focusing approach for MARTA's mobility on campus shuttle run times, routing service. Responsibilities included and resource allocation. Responsible assumption development, identification for developing alternative routing of cost drivers and briefings to agency plans, calculating miles and hours, senior executives. Developed draft headways, work assignments, the request for proposal evaluation plan operator rules manual and outreach and independent cost estimate, programs geared toward the students supported proposal technical and customers. evaluation and led internal agency transition. SHUTTLE DESIGN, PERIMETER BUS AND PARATRANSIT COMMUNITY IMPROVEMENT FLEET MANAGEMENT PLAN DISTRICT, ATLANTA, GA MARTA, ATLANTA, GA Lead Analyst who led the system redesign of a corporate and retail Lead Analyst who led the shuttle system serving one of Atlanta's development of an agency required major business and retail districts. Efforts fleet management plan for both involved stakeholder participation, bus and paratransit services. The operations analysis, vehicle report included anticipated service identification/type and route design. expansion plans, capital procurement of revenue vehicles, key performance SHUTTLE DESIGN, BUCKHEAD indicator data, expansion analysis COMMUNITY IMPROVEMENT and regional impacts on the agency. DISTRICT, ATLANTA, GA FACILITIES ASSESSMENT Lead Analyst who led the design of OPTIMIZATION STUDY corporate and retail shuttle system in PHASES 1 AND 2, MARTA, the Lenox Area financial district. Efforts ATLANTA, GA involved document development, customer outreach and education Project Manager who led the analysis, efforts, signage and way finding, development of recommendations, stakeholder participation, operations and creation of an organization- analysis, vehicle identification and type wide study that examined MARTA and route design. bus operating facilities for efficiency optimization. Based on these findings, MARTA initiated a larger scope effort to examine all regional facilities, both bus and rail, based on the same optimization parameters. 66 HNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING _,� IAN BRYANT, AICP TRANSIT OPERATIONS 411 t 1' 3rd RELEVANT EXPERIENCE I'J nI Ian Bryant is a senior transportation planner and project manager with _ Y . experience in transit and environmental planning activities, including preparation of long-range transit system plans, alternatives analyses, regional transit system plans, and government grant applications, as well as National Environmental Policy Act (NEPA) documentation, FIRM land use and socioeconomic analysis, technical report writing, HNTB Corporation agency coordination and public involvement. His current and LOCATION past clients include various transit agencies, includingDallas Area Plano,TX g Rapid Transit (DART), Fort Worth Transportation Authority (FWTA), EDUCATION M.S.,City and Regional Planning, Urban Planning, Capital Metro, Metropolitan Transit and New Mexico Department of University of Texas at Arlington,2003 B.S., Business Administration, Transportation (NMDOT) and the Association of Central Oklahoma Trinity University, 2000 Governments (ACOG). REGISTRATIONS& CERTIFICATIONS American Institute of Certified Planners(2005) SECOND DOWNTOWN LONG RANGE TRANSIT (LRT) YEARS OF EXPERIENCE SUBWAY ALIGNMENT ALTERNATIVES ANALYSIS, DART, 14-0t-_-.1 DALLAS, TX AVAILABILITY Transit Planning Task Lead on DART's D2 Subway alternatives analysis 25'". responsible for managing a team of consultants with the goal of screening 14 potential alignments down to one to two through two evaluation RELEVANT EXPERIENCE phases, ultimately carrying forward the environmental and preliminary engineering phase of project development in the Federal Transit Authority Transportation Planning (FTA) Core Capacity Grant Program. Services include task management, Integration of Transportation and Land Use data collection, geographic information system, mapping, land use analysis, corridor evaluation and report writing presentation, in addition Transit Planning to gaining public and stakeholder involvement support. 2040 TRANSIT SYSTEM PLAN, DART, DALLAS, TX Project Manager responsible for managing a team of consultants to provide data collection, document review, alternatives development, data analysis, ridership modeling, financial/funding analyses, report writing, public involvement and outreach services. The 2040 Transit System Plan will evaluate longer-term projects and programs (light rail, commuter rail and streetcar) to the 2040 horizon year, integrate previously identified bus recommendations and identify regional expansion opportunities. CENTRALOK!GO COMMUTER ALTERNATIVES ANALYSIS CORRIDORS STUDY, ACOG, OKLAHOMA CITY, OK Deputy Project Manager on the ACOG's Commuter Corridors Study known as CentralOK!go. The purpose of the study was to conduct corridor analysis for three corridors. Work included researching the three regional travel corridors, developing corridor and alternative evaluation 67 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE matrices, compiling regional Work included establishing and transportation plans, integrating researching major regional travel proposed capital improvement corridors, developing corridor projects, developing alternative and system evaluation matrices, alignments and modes, identifying researching and compiling regional regional transit system optimization transportation plans, integrating opportunities and identifying potential proposed capital improvement funding and financing options. projects, identifying existing transit Also, responsible for developing gaps, and identifying regional transit materials and presenting project system optimization opportunities. status and information to the public at Also, responsible for presenting the various open houses, stakeholders at plan to the public at various open workgroup meetings and at bi-monthly houses, as well as preparing materials regional transit dialogue steering and being available for technical committee meetings. support for weekly transit working group meetings. TEXRAIL FINAL ENVIRONMENTAL VIA PRIMO BUS RAPID IMPACT STATEMENT (FEIS) TRANSIT EA, VIA AND RE-EVALUATION METROPOLITAN TRANSIT, ENVIRONMENTAL SAN ANTONIO, TX ASSESSMENT (EA), FWTA, Technical Lead who managed the FORT WORTH, TX land use, socioeconomic, safety and security, and visual/aesthetics, Deputy Project Manager on the FEIS including determining existing and the EA for the TEX Rail commuter rail. environmental justice and limited Work included management of English-proficient populations the overall EA and FEIS documents, as and potential impacts, potential well as conducting technical analysis and writing the social, economic acquisitions and displacements, existing and future land uses, as well and visual/aesthetics. Specifically, as potential impacts and existing work includes determining existing visual view sheds. Additionally, economic conditions and potential economic impacts, existing social worked directly with the project manager to review and revise the EA characteristics and community and address VIA and FTA comments. facilities, as well as potential impacts, The VIA Primo is now in service. existing hazards and potential impacts of security issues and existing visual view sheds. PROJECT CONNECT REGIONAL HIGH-CAPACITY TRANSIT SYSTEM PLAN, CAPITAL METRO/CITY OF AUSTIN/LONE STAR RAIL, AUSTIN, TX Deputy Project Manager and Technical Team Lead who worked with regional stakeholders to refine the high capacity transit system (rail, bus rapid transit, and express buses) for Central Texas. 68 INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING KYLE CHEERANGIE, PE SIGNING AND MARKING • :: RELEVANT EXPERIENCE• 7. lJ Kyle Cheerangie has five years of experience supporting a variety • =' of Florida Department of Transportation (FDOT) contracts. His work on multiple design-build (DB) contracts has provided insight into the capabilities of today's contractors, bringing great value to each assigned project. He specializes in roadway design, traffic control, FIRM utility coordination and plans production. He has gained knowledge HNTB Corporation of traffic control and construction methodology working closely LOCATION with field crews, developing a skill set which translates into optimal Miami, FL p g p temporary traffic control planning for higher safety and expedited EDUCATION B S,Civil Engineering, construction. His contributions on projects consistently produce timely Florida Atlantic University, 2011 and high quality deliverables. Kyle's experience includes systems and REGISTRATIONS& service interchange design, express lane and tolls system design, as CERTIFICATIONS Professional Engineer—Florida (2016) well as supporting drainage and signing disciplines. YEARS OF EXPERIENCE 5 Total 1-75 EXPRESS LANES FROM 170TH STREET TO SOUTH OF AVAILABILITY MIRAMAR PARKWAY (SEGMENT AB) DB, FDOT DISTRICT 4, 50% MIAMI-DADE COUNTY, FL RELATED PROFESSIONAL SERVICES Lead Roadway Design Engineer responsible for developing the roadway and traffic control plans as well as design documentation and utility Urban Design coordination. Segment AB is the largest and most complex segment of the corridor, and extends 3.1 miles from NW 170th Street to south of Miramar Parkway. It provides express lanes in the existing 1-75 median along with 2.6 miles of reconstruction of the Homestead Extension of Florida's Turnpike to accommodate a direct median-to-median flyover express lane connection and new systems interchange movements, as well as new collector distributor roads and ramps at the Miami Gardens interchange. 1-95 WIDENING FROM SR 70 TO SR 614 DB, FDOT DISTRICT 4, ST. LUCIE COUNTY, FL Project Engineer responsible for final punch out items, including as-built plan set production and revision documentation. Tnis $80-million DB project for FDOT District 4 made improvements, including widening the 1-95 Mainline from four to eight lanes from SR 70 to just south of SR 614, nine miles, reconstruction of the interchanges at SR 70 and SR 68, two bridge replacements and six bridge widenings. This project is one in a series of interstate widening projects that expand the interstate system's ability to ensure the mobility of people and goods, enhance economic prosperity and preserve the quality of our environment and communities. 69 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE SR 869 (SAWGRASS ORLANDO SOUTH CR 712 (MIDWAY ROAD) EXPRESSWAY) ALL INTERCHANGE WIDENING FROM SR 615 ELECTRONIC TOLLING MODIFICATION AT MP 254, TO US 1 , FDOT DISTRICT 4, CONVERSION PHASE 5B FTE, ORANGE COUNTY, FL ST. LUCIE COUNTY, FL DB, FLORIDA'S TURNPIKE Assistant Drainage Engineer who Project Engineer who assisted with ENTERPRISE (FTE)., BROWARD developed drainage reports, development of traffic control layouts COUNTY, FL performed hydraulic calculations, and and traffic control plans production. Lead Roadway Design Engineer developed the proposed drainage This project involves the widening responsibleofor roadway designndesign as well as temporary drainage and reconstruction of Midway Road production, loping and calculations. This project consisted of from a two-lane undivided roadway plansmodifications to the Orlando South to a four-lane divided urban arterial. control schemes and signal plans, as interchange of Florida's Turnpike The project also includes replacement well as aiding drainage engineering whereby the existing turnpike ramp of the existing bridge over the North staff and coordinating with utility to northbound US 441/US 17-92/ Fork of the St. Lucie River, right-of-way agencies. This DB project converted Orange Blossom Trail entrance ramp acquisition, signalization upgrades at the Sawgrass Expressway in Broward was widened from a single lane three intersections and new signals at County to an All Electronic Tolling to a triple lane movement forcing two additional intersections following facility from 1-75 to Florida's Turnpike at the creation of a new at-grade signal warrant analyses. 17 unique toll sites along the intersection. This new intersection on 24-mile expressway. The improvements Orange Blossom Trail was signalized CR 798 (PALMETTO PARK maintained the existing tolling scheme to control the ramp and northbound along the Sawgrass Expressway, US 441 lane movements. Ramp ROAD) OVER E-4 CANAL which utilizes a combination of ramp widening impacted two overhead sign (EL RIO CANAL) BRIDGE and mainline tolling points. The work trusses along the ramp prior to the REPLACEMENT, PALM included modifications at the Sunrise widening. Drainage modifications and BEACH COUNTY ROADWAY and Deerfield mainline toll plazas upgrades to the signing and pavement PRODUCTION, PALM BEACH and modifications at 15 existing markings were also required. interchange ramp toll plazas. As a COUNTY, FL requirement of the Contract, no two TURNPIKE MAINLINE Project Engineer responsible for adjacent ramp locations could be providing qualitycontrol review of closed at the same time. Ramp closures RESURFACING FROM P g a were limited to only two activities, MILEPOST 102.5 TO NW the temporary traffic control plans and which were demolition of the existing 45TH STREET, FTE, PALM Te signing andtpavement the markinga plans. infrastructure and equipment testing. BEACH COUNTY, FL of theerPalmetto consists Roadoreplacement In addition to all the ramp work, of Park (CR 798) bridge over the El Rio Canal/Lake there were two areas that needed to Project Engineer who assisted with Worth Drainage District E-4 Canal. The be widened, one of which (Turnpike traffic control design and temporary proposed bridge will be positioned off Mainline) carries more than 200,000 drainage calculations. This project vehiclesper day. thejob center to the north of the existing bridge, y milled and resurfaced 1 .2 miles requiring the realignment of Palmetto crossed many jurisdictional borders, of Florida's Turnpike mainline. The app coordination with 10 municipalities existing pavement exhibited raveling Park Road for of theroi ely 1,200 feet and agencies kept the public and spalling. The project limits began east and west of the bridge crossing. involvement team busy for the duration at the pavement change at milepost of the project. 102.5 and extended to the pavement change north of 45th Street Bridge (Milepost 103.7) and included both northbound and southbound directions. 70 .til NTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING DAN D'ANTONIO, PE, PTOE TRAFFIC STUDIES CV;'� RELEVANT EXPERIENCE L1 Dan D'Antonio is a senior project engineer/squad leader with 12 • years of diverse experience in transportation systems management and operations, traffic engineering, transportation planning, highway safety and intelligent transportation systems (ITS) design and integration. His areas of expertise include the Highway Capacity FIRM Manual, the Highway Safety Manual, emerging technologies, HNTB Corporation signalization and timing analysis and macro- and micro-simulation LOCATION modeling. He is knowledgeable in roadwaydesign, cost estimating, Tampa, FL 9 9 g- specifications, transportation statistics and sub-area analyses. EDUCATION B.S., Civil Engineering, Dan has a broad range of traffic modelingexperience usingCUBE/ Embry Riddle University, 2004 g p Florida Standard Urban Transportation Model Structure (FSUTMS), REGISTRATIONS& / CERTIFICATIONS CORSIM, VISSIM, SY chro SimTraffic, Highway Capacity Software Professional Engineer—Florida (2008) (HCS), Sidra, and TRANSYT-7F. He has completed numerous studies YEARS OF EXPERIENCE for areas ranging in size from districtwide to individual roadway 12-CH links. AVAILABILITY I.5% 1-195 AT NORTH MIAMI AVENUE OPERATIONAL ANALYSIS, RELATED PROFESSIONAL SERVICES MIAMI- DADE COUNTY AND FLORIDA DEPARTMENT OF Transportation Planning TRANSPORTATION (FDOT) DISTRICT 6, MIAMI, FL Smart Growth Project Manager for an operational analysis and feasibility review of an interchange access request in downtown Miami. The feasibility and Livable Cities fatal flaw analysis consisted of SYNCHRO and HCS analysis of a full Complete Streets tight diamond interchange at the existing partial diamond interchange at North Miami Avenue. The Southeast Regional Planning Model was Integration of Transportation and Land Use used to develop 2040 design volumes for a build and no-build condition that included the I-195 modifications, as well as several surface street Economic and Financial Analysis improvements necessary to achieve acceptable levels of service. Preliminary Transit Planning design of interstate auxiliary lanes was completed and right of way needs were identified. Bicycle and Pedestrian Planning Urban Design DISTRICTWIDE TRAFFIC OPERATIONS, FDOT DISTRICT 5, DISTRICTWIDE, FL Station Area Planning Senior Project Engineer for the task work order contract and responsible Traffic Engineering for EOR duties on several operational and safety studies. Study types Transportation Engineering include traffic counts, pedestrian safety studies, signal operation studies, intersection alternative studies, traffic signal retiming, access management studies and qualitative assessments. Lead Project Engineer responsible for signal retiming along several corridors, including SR 44, SR 100, US 192, SR 40, US 27 and CR 527, totaling 52 intersections. Performed field and central software implementation on various controller brands, including PEEK 300E, Siemens/Eagle m50 and m60, Trafficware 980 71 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE and ATC, Transyt 1880EL and LPGA BOULEVARD FEASIBILITY DISTRICTWIDE TRAFFIC Econolite ASC/3. Performed field fine STUDY, CITY OF HOLLY HILL, OPERATIONS, FDOT tuning and before and after travel time VOLUSIA COUNTY, FL DISTRICT 5, DISTRICTWIDE, FL runs. Data collection efforts included seven-day, 24-hour machine counts, Project Manager for a feasibility Senior Project Engineer for this task and eight-hour turning movement study to evaluate widening from a work order contract responsible for counts along each of the corridors. two-lane undivided open drainage EOR duties on several operational Responsibilities included analyzing facility to a four-lane divided closed and safety studies. Study types include the data, balancing volumes, coding/ drainage facility. Base year 2005 traffic counts, pedestrian safety studies, calibrating the optimization model and horizon year 2025 data from the signal operation studies, intersection and evaluating performance metrics. CFRPM was used to establish design alternative studies, traffic signal traffic for the analysis. Widening retiming, access management studies 1-95 AT MATANZAS WOODS constraints included a canal under and qualitative assessments. PARKWAY INTERCHANGE jurisdiction of the US Army Corp JUSTIFICATION REPORT (IJR), of Engineers, a bald eagle's nest, DEVELOPMENTS OF FLAGLER COUNTY, FLAGLER constrained right-of-way, existing REGIONAL IMPACT (DRI), COUNTY FL drainage concerns and a FEC railroad VARIOUS CITIES AND crossing. Recommendations included Project Manager for travel demand complete streets improvements, COUNTIES, FL modeling and design traffic for a new minimal widening and intersection Lead Modeler, Project Manager and interchange in Matanzas Woods improvements. Reviewer of several DRIs throughout Parkway and 1-95. Travel demand CONTINUING central Florida, including Brevard, modeling required subarea calibration Volusia, Flagler, Osceola, Polk, and and extension of the model limits to TRANSPORTATION PLANNING Citrus Counties. Model utilization include southern St. Johns County. SERVICES, GREATER included Central Florida Regional More than 40 model runs were used ORLANDO AVIATION Planning Model (CFRPM) 4, 5, 6, to achieve calibration using edits AUTHORITY, ORLANDO, FL VCUATS and the Polk County model. to the socioeconomic data, speeds Tasks included editing network and and capacities, turn penalties, and Project Manager for this on-call contract zonal structure to incorporate large zonal structure. The IJR was approvedto provide transportation planning scale proposed development. Overall by Florida Highway Administration services and related professional county population data was compared and construction completion of theservices, including on airport roadway to BEBR projections and re-allocated, interchange is scheduled for 2017. traffic counts, multimodal transportation as necessary. Model results were facility planning and airport passenger used to determine community capture, DISTRICTWIDE TRAFFIC surface access-related analyses. project traffic and background traffic PROJECT DEVELOPMENT AND Coordinated with local, regional, state for several phases of development. ENVIRONMENT (PD&E) AND and federal transportation agencies on DESIGN, FDOT DISTRICT 5, transportation planning issues to support DISTRICTWIDE, FL the development of the Authority's existing and future facilities. Assisted Senior Project Engineer and EOR with strategic development planning on this task work order contract. analysis of roadway opportunities and Served as EOR for the Design Traffic constraints, way finding and signage Technical Memorandum (DTTM) 2015 and other miscellaneous transportation update for Hoagland Boulevard from projects. Duties included reporting on US 17/92 to US 192. The DTTM Orlando International Airport employee evaluated a new alignment and travel survey. widening from two lanes to four lanes of this section of Hoagland Boulevard. Travel demand modeling included review and updates to the network and Z-data to reflect the re-alignment of Hoagland Boulevard. 72 MNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING _ DIA\E GORMELY-BARNES, RA, `'"" AICP, LEED® AP 146it;).;:,• TRANSIT ORIENTED DEVELOPMENT J 1 1,= _ RELEVANT EXPERIENCE a Diane Gormely-Barnes is a principal planner for HNTB transit planning practice.She has planning,design and project management experience on a wide range of project types, including transit-oriented FIRM design and development, transit system planning, neighborhood HNTB Corporation and commercial area planning, comprehensive and regional LOCATION planning, land use and site planning, downtown revitalization, Chicago,IL growth management, design guidelines and development EDUCATION standards, economic development and industrial area planning M.S., Urban Planning, University of Illinois, 1997 and architectural design. Diane's experience covers the spectrum B.S.,Architecture, Rice University, 1992 from strategic and policy planning to detailed design solutions B.A.,Architecture, with an emphasis on consensus-based and contextually sensitive Rice University, 1990 infrastructure and land use planning for developed areas. Diane has REGISTRATIONS& CERTIFICATIONS been involved with more than 50 planning assignments since joining LEED''Accredited Professional,Green Buildings HNTB, servingas project manager for manyof them. Certification Institute IGBCI) (2009) p I g American Institute of Certified Planners(2001) Licensed Architect—Illinois(1995) MULTIMODAL IMPACT FEE ANALYSIS, CITY OF MIAMI, YEARS OF EXPERIENCE MIAMI, FL 25 Totcl AVAILABILITY Project Planner supporting development of a multimodal impact fee 2O' program for the city's consideration to support investment in multimodal transportation network capacity in response to increased network demand. The study is considering program precedents and developing an RELATED PROFESSIONAL SERVICES implementation strategy in close coordination with City of Miami staff. Smart Growth STREETCAR FUNDING STRATEGY, CONFIDENTIAL CLIENT, i Complete Streets MIAMI, FL Integration of Transportation and Land Use Project Planner supporting development of a funding strategy for an Economic and Financial Analysis unsolicited private bid to construct a downtown streetcar in Miami. Value capture opportunities were investigated, a working value capture model Transit Planning was developed, and various scenarios for a special assessment district Bicycle and Pedestrian Planning were developed in coordination with local market experts and public finance advisors. Urban Design MOBILITY HUBS, BROWARD METROPOLITAN PLANNING Station Area Planning ORGANIZATION (MPO), BROWARD COUNTY, FL Task Lead developing a master plan for the MPO designated mobility hub at Hollywood Boulevard and State Route 7, in coordination with the City of Hollywood, Broward County Transit, Florida Department of Transportation (FDOT) and other agencies. The master plan will develop 73 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE a general planning framework to in coordination with real estate outreach and surveys. HNTB, as be followed by both specific design and urban design consultants, the owner's representative to M-1 RAIL recommendations for near-term Village of Rosemont, Regional Transit Corporation, is providing oversight capital investments to support transit, Authority, Chicago Transit Authority of final design and construction pedestrian and bicycle mobility, and and Pace Suburban Bus. Alternatives of new track and track slab, an a long-term implementation strategy for market-feasible joint development electrification system, 20 stations to support hub development. Also, on the county-owned property are and loading platforms, and a vehicle supporting the county-wide mobility being developed, to include an storage and maintenance facility. hub evaluation process underway expanded transit center, commuter M-1 RAIL is a 501(c)(3) non-profit to establish priorities for subsequent parking garage and private sector organization made up of businesses master planning efforts at additional mixed-use development. and philanthropic foundations within hub locations. the greater Detroit area. HNTB is FINANCIAL PLAN, providing overall project management CYPRESS CREEK MOBILITY TRAMLINKBR, services, design oversight, construction HUB STUDY, SOUTH FLORIDA BATON ROUGE, LA oversight, project controls and REGIONAL TRANSPORTATION quality assurance/quality control Planner developing a financial plan reviews. HNTB is also developing AUTHORITY (SFRTA), FORT for a new streetcar line that combines Federal compliance documents and LAUDERDALE, FLa range of value capture strategies, performing construction engineering including tax increment finance and Task Lead coordinating development and inspection, independent site investigation and environmental of a planningframework, site reuse benefit assessment districts. HNTB developed the financial plan to reviews and testing. concepts and joint development help the City identify $35 million strategies for a parcel owned by of committed local funding sources. EMPIRE CORRIDOR SFRTA adjacent to the Cypress Creek HNTB completed the Environmental HIGH SPEED RAIL TIER 1 Tri-Rail station. The Mobility Hub study is being completed under a and Conceptual Engineering project ENVIRONMENTAL IMPACT for its first three-mile, modern- general planning services contract phaseSTATEMENT, NEW with SFRTA. HNTB isrovidin day streetcar system connecting P downtown with the Louisiana State YORK DEPARTMENT OF planning, technical, managerial TRANSPORTATION, and administrative efforts related to University. HNTB worked seamlessly transportation studies, projects and/or with the City-Parish and Federal Transit NEW YORK, NY activities. Activities include short-and Administration (FTA) to advance the progress of the project over a Project Planner for an economic long-range transportation planning, transit facilities tannin and compressed 1 1-month timeframe. benefit evaluation assessing the P g HNTB developed the project's Locally development potential generated development, Alternatives Analysis Preferred Alternative, delivered an FTA by intercity rail improvements in the and major investment studies, station Empire Corridor, includin station area/transit oriented development approved Environmental Assessment P 9 (TODand oversight, project control within a record five-month timeline, area development concepts at each ) t, , conducted a robust public involvement station area. and management, financial planning program, developed conceptual and analysis, preparation of New engineering plans and gained FIXED GUIDEWAY STUDY, CITY Starts reports, public participation, environmental analysis, preliminary entrance into the FTA Small Starts OF SANTA ANA, project planning and conceptual Project Development program. SANTA ANA, CA site planning. STREETCAR SYSTEM OWNER'S Project Planner for a benefit ROSEMONT TRANSIT CENTER REPRESENTATIVE SERVICES, assessment dis•rict analysis in DEVELOPMENT FEASIBILITY M-1 RAIL CORPORATION, support of a proposed streetcar line DETROIT, MI connecting downtown Santa Ana STUDY, COOK COUNTY, and Garden Grove. The analysis ROSEMONT, IL Planner developing a fare collection developed a methodology and and transit pass strategy for a proposed district structure to estimate Project Planner supporting a potential future assessment rates to development feasibility analysis 3.3 mile modern street car system fund the local portion of capital and on behalf of Cook Countyforthat will travel between downtown the and the New Center area in Detroit. operating costs for the proposed existing Rosemont Transit Center, streetcar line. Also, participates in stakeholder 74 HNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING _A, 3RAD GUILMINO ' i7; FUNDING STRATEGIES / P 3 4411,... RELEVANT EXPERIENCE ni ,, `1`- • Brad Guilmino has a unique blend of municipal investment banking, )10,---N- _ ` public-private partnerships (P3), financial management and policy 4;; experience. He provides specialized funding and financial expertise in the development of financial plans, feasibility studies, cash flow analysis and value-for-money studies to assist clients in implementing FIRM and funding capital projects. He has considerable experience in HNTB Corporation analyzing financing capacity through the capital markets, federal LOCATION and P3s. Brad has experience with a wide range of public New Orleans, IA programs p g transportation agencies and federal programs and has specific EDUCATION B.S., Finance, expertise with traditional funding and capital budgeting, project Louisiana State University, 2000 finance, tolling, transit, revenue and sales tax bonding and P3s. YEARS OF EXPERIENCE 17 Total Brad has performed numerous program management financial roles AVAILABILITY for public general engineering consultant roles and P3 projects. Brad is currently serving as project manager for Wisconsin's evaluation of interstate tolling and Louisiana Department of Transportation and Development's (LADOTD) toll feasibility analysis for the Baton Rouge Urban Mobility Plan(BUMP)Project. Brad has recently assisted Georgia RELATED PROFESSIONAL SERVICES Department of Transportation's (GDOT's) Innovative Delivery Program Economic and Financial Analysis for P3 Design Build Finance (DBF) projects for the Northwest Corridor (1-75/575) and the I-285/SR 400 Project and the Ohio Department of Transportation (ODOT) for development of the Brent Spence Bridge. Brad has also performed feasibility analysis for streetcar projects in Baton Rouge, LA, and Miami, FL, a parking facility for the Port Authority of New York/New Jersey and retail concessions for New Hampshire Bureau of Turnpikes. INTERSTATE TOLLING FEASIBILITY STUDY, WISCONSIN DEPARTMENT OF TRANSPORTATION (WISDOT), MADISON, WI Project Manager for Wisconsin's analysis of tolling the entire interstate system. The study includes the development of a toll report to inform stakeholders of current U.S. tolling practices, a policy document that identifies the tolling framework and key decisions, a legislative package of model language to implement tolling, a preliminary tolling concept of operations plan and a net revenue forecast for all interstate corridors. This unique study offers a comprehensive approach to evaluate all aspects of implementing new tolling in a region. 75 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE BUMP TOLL P3 PROJECT, BRENT SPENCE BRIDGE LADOTD, BATON ROUGE, LA TECHNICAL AND FINANCIAL Deputy Project Manager responsible CONSULTANT, ODOT, for the tolling and financial components COLUMBUS, OH of a feasibility assessment for an unsolicited P3 project proposal. Financial Consultant responsible for HNTB is assisting the LADOTD in the managing the tolling and financial review of an unsolicited P3 proposal aspects of an Options Analysis Study to evaluate the technical engineering and P3 project procurement. HNTB is aspects, toll revenue potential, and responsible for performing an analysis financial feasibility. As the LADOTD's to evaluate alternate project delivery alternative project delivery advisor, methods, including a traditional HNTB is assisting the LADOTD in the design-build approach and various P3 evaluation of its first P3 assessment. delivery methods. The options analysis Phase II is currently underway to compares the benefits, considerations, evaluate additional public tolling lifecycle implications and financial alternatives for the corridor. plans for each delivery method and is the first stage of the ongoing P3 project TRAMLINK STREETCAR, CITY development process. OF BATON ROUGE, BATON ROUGE, LA MANAGED LANES IMPLEMENTATION PLAN Financial Consultant assisting the City ANALYSIS, GDOT, with evaluating funding and financing ATLANTA, GA strategies for the proposed streetcar and assisting with federal Transportation Financial Consultant performing Investment Generating Economic preliminary financial feasibility Recovery (TIGER) grant and Federal analysis for numerous projects in Transit Administration (FTA) Capital the Atlanta region managed lanes Investment Grant Program applications. network analysis. The analysis includes evaluating project delivery OFFICE OF INNOVATIVE under multiple delivery options DELIVERY, GDOT, (traditional and P3) and financing ATLANTA, GA structures to evaluate feasibility, rank projects into tiers based on financial Financial Consultant assisting the feasibility and evaluate project Department in preliminary financial phasing plans. plans prior to project procurement and providing financial support for LA-1 TOLL TRUST INDENTURE projects in design build finance (DBF) SERVICES, LADOTD, BATON procurement. Assisted with the finance ROUGE, LA plan and Transportation Infrastructure Finance and Innovation Financial Consultant responsible for Act (TIFIA) loan for the successful advising LADOTD on debt restructuring NW Corridor DBF and assisted with opportunities for the LA-1 Toll Project. the preliminary financial plan for the Primary responsibilities include successful 285/400 Interchange DBF. analyzing toll rate strategies to comply Additionally, performed preliminary with bond indenture covenants and financial analysis in support of evaluate potential debt restructuring Georgia's Transportation Funding Act options for the existing senior lien of 2015. bonds and federal TIFIA loan. 76 HNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING _� SARA HAGE, AICP, ASLA URBAN DESIGN — _' . TRANSPORTATION PLANNING •• RELEVANT EXPERIENCE I� Sara Hage brings more than 13 years of experience providing =.. `' urban planning and landscape design services to local government agencies and clients.She has recently served as the program manager for Pace Suburban Bus' Arterial Rapid Transit Program focusing on FIRM implementation of the agency's first arterial Bus Rapid Transit (BRT) HNTB Corporation corridor. Prior to joining HNTB, she was the staff liaison to the Planing LOCATION Commission and provided strategic guidance on planning, land use, Chicago, IL development, zoning and policy issues. Sara also has experience in EDUCATION the private sector with engineering, landscape architecture design M S.,Urban Planning and Policy, University of Illinois,2013 and landscape contracting firms. Sara serves the American Society M.S.,Landscape Architecture, University of Massachusetts, 2008 of Landscape Architects as the chair of the Editorial Committee for B.S.,Media Studies, Landscape Architecture Magazine in addition to being active in the University of Illinois of Urbana-Champaign. 1996 local planning community. REGISTRATIONS& CERTIFICATIONS American Institute of Certified Planners 120081 RED LINE BRT CONSTRUCTION MANAGEMENT YEARS OF EXPERIENCE CONSULTANT, INDYGO, INDIANAPOLIS, IN 13 Total Project Coordinator for a new, all-electric BRT system for Marion County AVAILABILITY and the City of Indianapolis. Responsible for the oversight of design 50°a reviews, quality control of Construction Management deliverables, and documentation of Capital Investment Grant compliant management plans. RELATED PROFESSIONAL SERVICES The Red line BRT project will link the residential communities, institutions and businesses throughout the corridor. The project is a 13.1-mile Transportation Planning BRT between 66th and College on the north side, though Downtown Smart Growth Indianapolis to the University of Indianapolis campus on Shelby Avenue. Specific services include pre-construction support from the start of 60% Livable Cities design, engineering and procurement documents for right-of-way and BRT Complete Streets station improvements within the project limits, as well as the procurement of communications, fare control, and CCTV equipment to be installed. In Integration of Transportation and Land Use addition, HNTB will provide construction management support services for roadway improvements and BRT station structures. Transit Planning Bicycle and Pedestrian Planning BUS ARTERIAL RAPID TRANSIT (ART) PROGRAM MANAGEMENT AND OVERSIGHT, PACE, CHICAGO, IL Urban Design Program Manager responsible for Pace's ART Program. HNTB is providing program management and oversight services for Pace's arterial and expressway/tollway BRT program in the greater Chicago area. As program manager, led HNTB's delivery of services, including project development, environmental documentation, project controls (e.g. program management plan, document control tools and procedures, master program schedule), design oversight, public involvement and land acquisition support. 77 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE Project specific efforts include the EAST-WEST TRANSIT In developing the plan, analyzed following: CORRIDOR (BLUE LINE) regional land use and transportation J Cook DuPage ART ALTERNATIVES ANALYSIS, networks for opportunities for transit, Investment Plan — green infrastructure and active INDYGO, INDIANAPOLIS, IN transportation, facilitated community Program Manager who led the workshops regarding land use and development of a planning and Project Planner who supported the development scenarios, and identified feasibility study to identify a locally development of alternatives for one of implementation strategies and best preferred strategy for incrementally Indianapolis' BRT corridors, including practices to support the regional smart station siting analysis, preparation building a larger transit market, of project development materials, growth vision. implementing ART in western documentation and graphics. The goal Cook and DuPage Counties, and of the project was to develop refined HEARTLAND CONNECTIONS identifying the Complete Streets concepts for enhanced transit in the REGIONAL TRANSIT VISION, improvements needed to support study area, identify a locally preferred OMAHA, NORTHEAST/ transit investments. alternative and prepare for additional COUNCIL BLUFFS, IA project development in accordance with requirements of the Federal Project Planner who supported the 0 Pulse Milwaukee Line Transit Administration. definition of scenarios and developed (Milwaukee Corridor ART) documentation for the regional transit — Program Manager responsible LAKEFRONT TRAIL NAVY investment strategy for the Omaha- for conducting the transit corridor PIER FLYOVER PEDESTRIAN Council Bluffs metropolitan area. The project definition study and CE BRIDGE, CITY OF CHICAGO, plan analyzes land use in the region and how that relates to National Environmental Policy CHICAGO, IL and market for transit and need costs and Act documentation for Pace's funding options, as well as transit inaugural ART corridor (the Landscape Designer who supported agency organization and governance. Pulse Milwaukee Line). Activities the development of landscape plans and specifications for a 1,700-foot included developing and elevated, multi-use pedestrian and COMPREHENSIVE REGIONAL executing a comprehensive public bicycle path along the Chicago PLAN: A VISION FOR participation and stakeholder Lakefront Trail and the Navy NORTHWEST INDIANA, coordination program, analyzing Pier facilities. NORTHWESTERN INDIANA transit operations, preparing REGIONAL PLANNING ridership projections and cost REGIONAL BLUEPRINT COMMISSION (NIRPC), estimates, and conducting and BERKELEY-CHARLESTON- PORTAGE, IN documenting an assessment of DORCHESTER COUNCIL environmental impacts. OF GOVERNMENTS, Project Planner responsible for CHARLESTON, SC collaborating with NIRPC to write and edit the 2040 Comprehensive 0 Pulse Dempster Line — Project Planner and Lead Author Regional Plan, which won the Program Manager responsible and Editor on the Charleston, American Planning Association's for preparing a transit corridor SC, metropolitan region's vision 201 3 Daniel Burnham Award for a project definition study for plan for the year 2040, which Comprehensive Plan. The plan calls Pace's second ART corridor and won a 2013 Innovation Award for dramatic shifts in development initiating the public involvement from the National Association of patterns through a focus on smart and stakeholder outreach Development Organizations. The growth though in-fill development in regional plan utilized smart growth the region's urban core communities, process. Outreach efforts are tools and techniques to preserve a network of green infrastructure focused on coordinating with the landscape and community supported by blueways and eight stakeholder communities, character of the low country, as well greenways, and the establishment as well as regional and federal its cultural and natural resources. of a comprehensive regional transit agencies on station siting, transit As a project planner, identified a authority. network of regional greenways and operations, and community blueways to expand the region's impacts and benefits. active transportation opportunities. 78 N NTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING ,� RO3ERT HOSACK, AICP LONG RANGE MODELING t'll 314s ►.: .A., ' : `� RELEVANT EXPERIENCE a •,..- :-.� Robert Hosack is an Urban Planner with more than six years of 'rte= 7experience in urban planning and six years of geographic information systems (GIS) experience on a variety of projects, resulting in a unique blend of technical, GIS and non-traditional process design and implementation skills. His planning experience includes transit FIRMplanning, land use planning and environmental planning. His GIS HNTB Corporation experience includes data collection, creation and interpretation of LOCATION data, and impact analysis. He is proficient with the application of Kansas City,MO Federal Transit Authority's (FTA) Simplified Trips on Project (STOPS) EDUCATION model for transit ridership. B S.,Geography, Pittsburgh State University, 2009 M.A., Urban Planning, University of Kansas, 2012 PROSPECT MAX PROJECT DEVELOPMENT AND FINAL YEARS OF EXPERIENCE DESIGN, KANSAS CITY AREA TRANSPORTATION 6 Total AUTHORITY (KCATA), KANSAS CITY, MO AVAILABILITY Planner who assisted with the preparation of the National Environmental 50% Policy Act (NEPA) Documentation for the CE documentation for Prospect MAX to obtain FTA approval of the project. Also, responsible for updating documentation and templates for the FY 2018 Small Starts Application. RELATED PROFESSIONAL SERVICES INTERREGIONAL EXPRESS BUS SERVICE CONCEPT Transportation Planning DESIGN, IOWA DEPARTMENT OF TRANSPORTATION (IOWADOT), IOWA CITY, IA integration of Transportation and Land Use Planner who assisted with the development of a transit and ridesharing plan Transit Planning for the 40-mile corridor between Cedar Rapids and Iowa City in east central Bicycle and Pedestrian Planning Iowa. This included developing the operating plan, capital and operating costs and ridership forecasts for the proposed interregional bus service. Station Area Planning TRAMLINKBR, CITY OF BATON ROUGE, BATON ROUGE, LA Planner who assisted with the development of ridership forecasts, and the preliminary operating plan and cost estimates for the three-mile streetcar connecting downtown Baton Rouge and the campus of Louisiana State University. PROSPECT MAX FY 2017 SMALL STARTS GRANT APPLICATION, KCATA, KANSAS CITY, MO Task Lead for the development of ridership forecasts for the Small Starts Grant Application using the PTA's STOPS model. Also, responsible for assembling the documentation and templates for the application, which included preparing sections of the application and completing the Small Starts Template and Standard Cost Category workbook. 79 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE OMAHA CENTRAL BRT, KANSAS CITY PHASE II 3RD AND GRAND OMAHA METRO, OMAHA, NE STREETCAR EXTENSION AREA MULTIMODAL Planner who assisted with the STUDY (NEXTRAIL), CITY OF TRANSPORTATION PLAN, preparation of the NEPA documentation KANSAS CITY, KANSAS KCATA, KANSAS CITY, MO for the CE documentation for the new CITY, MO Central Omaha bus rapid transit (BRT) Land Use and Urban Design Team line to obtain FTA approval of the Planner responsible for the GIS Member who cssisted with the BRT project. Also, assisted with the component of the project and served background analysis, preparation of P I as a member of the transit operations the report and public involvement. evaluation of the operating plan and Also, assisted with the preparation of operating cost estimates. and ridership forecasting teams. For P P P g the GIS component, he performed maps and graphics for presentations. FIRST COAST FLYER RIDERSHIP data collection, analysis and the JACKSONVILLE preparation of exhibits for the report IOWA HIGH SPEED MODELING, and presentations. Also, assisted with PASSENGER RAIL, TIER 1 , TRANSPORTATION the preparation of maps, and graphics PASSENGER CHICAGO, AUTHORITY, JACKSONVILLE, FL for presentations. As a member of the transit operations and ridership IL TO OMAHA, NE Task Lead for the development of forecasting team, was responsible for GIS Team Member and Environmental ridership forecasts for the north, implementing the FTA's STOPS ridership Team Member who assisted the east, southeast and southwest BRT forecasting model. data collection effort as well as the routes using FTA's STOPS software. The project also included developing PROSPECT CORRIDOR BRT preparation of the environmental forecasts in accordance with FTA's FEASIBILITY AND PLANNING impact statement(EIS) on this Tier 1 New Start/Small Start criteria. EIS for an approximately 500 mile ASSESSMENT, KCATA, passenger rail line from Chicago, IL, to VIA PROGRAM KANSAS CITY, MO Omaha, NE. The data collection effort included approximately 40 individual MANAGEMENT SUPPORT Planner responsible for the GIS data layers for three states. SERVICES - HIGH CAPACITY component of the project and served TRANSIT, VIA METROPOLITAN as a member of the transit operations TRANSIT AUTHORITY, SAN planning team. Performed data ANTONIO, TX collection, analysis, and the preparation of exhibits for the report and presentations. Planner responsible for developing Assisted with the development of the ridership forecasts for the proposed operating plans for the BRT and local Modern Streetcar using FTA's STOPS. routes. Also, responsible for preparing The project also included developing the existing studies, study area forecasts in accordance with FTA's demographics and operations sections New Start/Small Start criteria. of the report for the project. DES MOINES AREA REGIONAL NORTHWEST AREA TRAFFIC ROUTE 60 BRT MOBILITY STUDY, REGIONAL RIDERSHIP FORECASTING, TRANSPORTATION DISTRICT, DES MOINES AREA REGIONAL DENVER, CO TRANSIT AUTHORITY, DES Planner who assisted with the GIS MOINES, IA component of the project. Performed data collection, analysis and the Task Lead for the development of preparation of exhibits for the report ridership forecasts for the Route 60 and presentations using ArcGIS. University/Ingersoll BRT using FTA's STOP software. The project also included developing forecasts in accordance with FTA's New Start/ Small Start criteria. 80 NNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING MARK HUFFER TRANSIT PLANNING ` . � RELEVANT EXPERIENCE 4 Mark Huffer has 35 years of transit industry experience. Mark's y experience spans all facets of transit operations, including finance, • N J operations, planning, strategic planning and marketing. His modal experience includes fixed route and paratransit operations, bus rapid transit (BRT), light rail and streetcar. Prior to joining HNTB, FIRM Mark served as General Manager and Chief Executive Officer HNTB Corporation (CEO) of the Kansas City Area Transportation Authority (KCATA) for LOCATION nearly 14 years. He led an organization of nearly 800 employees Kansas City,MO and oversaw an $80 million operating budget. During his career, EDUCATION Mark also served as the Planning and System Development Division M.B.A., Business Administration, Lindenwood University, 1998 Director for the Bi-State Development Agency in St. Louis. He was M.C.R.P.,Masters of City and Regional Planning, responsible for operations planning for bus and light rail services. Ohio State University, 1986 B.A., Political Science and Sociology, He also redesigned the all-bus system into an integrated multi-modal Ohio University, 1980 transit network with the opening of the Metrolink light rail system. YEARS OF EXPERIENCE 35 Total COORDINATION AND CONSOLIDATION ANALYSIS, AVAILABILITY QUAD CITIES TRANSIT, ROCK ISLAND, IL 50% Project Manager reviewing existing transit operations in a bi-state region to determine if transit services provided by separate entities can be RELATED PROFESSIONAL SERVICES coordinated in a more effective manner. Transportation Planning PROSPECT MAX BRT, KCATA, KANSAS CITY, MO Complete Streets Task Lead for the development of a safety and security program to include Integration of Transportation and Land Use implementation of Crime Prevention through Environmental Design Transit Planning principles and security enhancements along the line. Also serving as Task Lead for Federal Transit Administration (FTA) coordination, including Urban Design coordination with FTA's Project Management Oversight Consultant. Station Area Planning RAPID TRANSIT CORRIDORS STUDY, VIA METROPOLITAN TRANSIT, SAN ANTONIO, TX Task Lead evaluating multiple modes in several corridors and, applying FTA New Starts criteria to recommend the mode in each corridor most likely to be eligible for federal capital investment grant Funding. CITYBUS FACILITY STUDY, GREATER LAFAYETTE PUBLIC TRANSPORTATION CORPORATION, LAFAYETTE, IN Transit Operations Task Lead who conducted operational review of existing transit operating facility and helped develop high-level expansion and renovation alternatives. 81 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE NORTHEAST TRANSIT MAX BRT, KCATA, KANSAS INDIANAPOLIS PUBLIC DEMAND ASSESSMENT, VIA CITY, MO TRANSPORTATION METROPOLITAN TRANSIT, CORPORATION, SAN ANTONIO, TX KCATA Chief Executive Officer who INDIANAPOLIS, IN implemented the region's first BRT Project Manager for a transit demand projects known as MAX. The first Director of Planning and Special Service two projects included enhanced assessment fora rapidly-growing p I who led the planning effort for a major corridor. This study used current and stations, real time information signs at redesign of service, including nearly projected employment and population stations, exclusive transit lanes, traffic doubling the number of service hours. densities and other demographic signal priority and unique branding. data from the regional Metropolitan Successfully campaigned for both g' p GREATER LYNCHBURG Planning Organization (MPO) to initial passage and subsequent predict future transit demand. renewal of a 3/8-cent public transit TRANSIT COMPANY, sales tax increase in the City of LYNCHBURG, VA SOUTHWEST FIRST COAST Kansas City. Planned and constructed Assistant General Mana er who four major transit centers located g FLYER BRT, JACKSONVILLE strategically throughout the region. provided overall management of TRANSPORTATION Conducted and implemented a a 65-employee small urban transit AUTHORITY, JACKSONVILLE, FL comprehensive service analysis (CSA) authority. on the existing route structure. The Task Lead for selection of station CSA resulted in changing virtually locations on an 11-mile BRT corridor. the entire system, resulting in an increase in riders, and a reduction in TRAMLINKBR, CITY OF BATON miles operated. Began the process of ROUGE/PARISH OF EAST converting diesel fleet to Compressed BATON ROUGE, BATON Natural Gas. The project included ROUGE, LA $6 million in facility renovations and completely restructured the service Operating Plan Task Lead who delivery model and scheduling developed a preliminary operating process for Americans with Disabilities plan and cost estimates for a three- Act services. mile streetcar connecting downtown BI-STATE DEVELOPMENT Baton Rouge and the campus of Louisiana State University. AGENCY, ST. LOUIS, MO CENTRE AREA Chief Operations Planning Officer for 2,000 employee multi-modal TRANSPORTATION AUTHORITY, regional transportation authority. STATE COLLEGE, PA Coordinated agency wide start-up implementation plan for new light rail Planning and Marketing Manager line. Responsible for both vehicle and who directed planning and marketing manpower planning and assignments activities. for bus and rail operations. Worked on planning efforts for two light DOWNTOWN DALLAS, INC. rail extensions. Led planning (DDI), DALLAS, TX effort for the construction of three major transit centers. Development Task Lead for the evaluation traffic and and implementation of special transit impacts for several scenarios of transportation services, including the reducing traffic lanes, street closures U.S. Olympic Festival and the Papal and one-way pairs changes for several Visit of Pope John Paul II. potential scenarios. Coordinated the process with DDI, City of Dallas and Dallas Area Regional Transit. 82 NNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RO3ERT 1VARSON, PE, DWRE _ SUSTAINABILITY PRACTICE• 111 E LEADER / ADVISOR RELEVANT EXPERIENCE L41 Robertivarson has 44 yearsof professional experience in sustainability and water resources engineering, including planning, analysis and design of dams, spillways, pump stations, tunnels, storage reservoirs, canals, pipelines, raw and treated water facilities, stormwater FIRM and sewage collection systems. He also has experience in flood HNTB Corporation control facilities, bridge scour evaluation, surface and groundwater LOCATION hydrology and hydraulics, Federal Emergency Management Chicago, IL Agency floodway delineation, stormwater management studies, EDUCATION harbor and breakwater analysis and design, and coastal erosion M.S.,Civil Engineering, University of Wisconsin, 1973 and sediment transport studies. Robert has made sustainability a B.S.,Civil Engineering, leading consideration in his planning and design decision processes Illinois Institute of Technology, 1972 throughout his career. REGISTRATIONS& CERTIFICATIONS Professional Engineer—Florida(19931, Illinois(1976),Arkansas (1996),Colorado(1987), GENERAL ENGINEERING DESIGN INDEFINITE DELIVERY Kansas(1996),Michigan (1996),Minnesota INDEFINITE QUALITY (IDIQ), NEW ORLEANS DISTRICT U.S. (1995),Missouri (2000), New York(1988). Washington(1987),Wisconsin (1975) ARMY CORPS OF ENGINEERS (USACE),NEW ORLEANS, LA Diplomat,Water Resources Engineer Certification (2004) Engineering Manager for planning and final design and preparation of plans and specifications for the Gulf Intercoastal Water Way West YEARS OF EXPERIENCE Closure Complex pump station Westbank and Vicinity, New Orleans, 44 Total LA, Hurricane Protection project. The entire project consists of navigable AVAILABILITY hurricane storm surge gate, pump station, floodwalls and levees. The 4Q% pump station capacity is 19,140 cubic feet per second and comprised of 1 1 diesel-driven axial flow pumps and auxiliary facilities. The construction RELATED PROFESSIONAL SERVICES cost estimate for the pump station was approximately $330 million of a total facilities construction cost estimate of approximately $800 million. Transportation Planning GENERAL ENGINEERING DESIGN IDIQ, NEW ORLEANS Economic and Financial Analysis DISTRICT USACE, NEW ORLEANS, LA Bicycle and Pedestrian Planning Concept and Structural Engineering Lead Design Services Manager Urban Design on marine and flood control projects responsible for interim hurricane protection design of Inner Harbor Navigation Canal float in bulkhead gates as large as 45 feet high by 350 feet wide. GENERAL ENGINEERING DESIGN IDIQ, NEW ORLEANS DISTRICT USACE, GRAND ISLE, LA Project Manager for this hurricane protection project that involved beach and dune re-nourishment and re-vegetation and reconstruction of breakwaters and jetties damaged by Hurricane Katrina. 83 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE LEON CREEK FLOOD CHOCOLATE BAYOU CONTROL STUDY, SAN PETROCHEMICAL PLANT, ANTONIO RIVER AUTHORITY, AMOCO CORPORATION, SAN ANTONIO, TX FREEPORT, TX Senior Engineer who performed Designed a coal unit-train unloading preliminary reservoir siting, sizing, facility at the Chocolate Bayou and quality assurance/quality control petrochemical plant for AMOCO. review. The San Antonio River Authority retained HNTB to evaluate COAL BARGE UNLOADING alternative flood control reservoir FACILITY, AMOCO, sites in Leon Creek (a tributary to the FREEPORT, TX San Antonio River) watershed just northwest of San Antonio, TX. The Lead Civil Engineer who designed Creek is plagued by flood discharges a coal barge unloading facility on of up to 100,000 cubic feet per the intrercoastal waterway at the second with significant numbers of Chocolate Bayou petrochemical plant structures in the 100-year floodplain. for AMOCO. HNTB made recommendations for up to six flood control dams and FACILITY EVALUATIONS, reservoirs to reduce flood damages. PRIVATE CLIENT, SALTON SEA WETLAND NEW YORK, NY PUMP STATION, CALIFORNIA Project Manager who directed DEPARTMENT OF WATER inspections and estimated the value RESOURCES, IMPERIAL of 72 dams and hydroelectric plants VALLEY, CA in New York. Services included all required tasks to estimate the value Project Manager for the preparation of of hydroelectric projects offered for layouts and evaluation of alternatives, sale, including site inspections, energy performing preliminary and final generation estimates, development design and producing contract/ of an operations and maintenance construction documents for intakes, program and economic performance pipelines and pump station(s) to estimates. provide water from the Salton Sea and the New River to a 640 acre wetland. BRIDGE SCOUR EVALUATIONS, MULTIPLE CLIENTS, VARIOUS LOCATIONS, VARIOUS STATES Project Manager who directed bridge scour evaluation services for the Florida Department of Transportation, Minnesota Department of Transportation and South Carolina Department of Transportation and the Cook and Kendall Counties Highway Departments in Illinois. More than 700 bridges were evaluated. 84 �INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING TAIWO JAIYEOBA, AICP CORRIDOR PLANNING r ir �r RELEVANT EXPERIENCE �! TaiwoJaiyeoba is a senior transit planner with 25 years of experience 1A. managing transit planning studies and major capital and complex projects across the U.S. in both the private and public sectors throughout his career. Taiwo served as Director of Planning in Grand Rapids, MI, and Sacramento, CA, prior to joining the private sector. FIRM HNTB Corporation LOCATION EXTENSION OF BLUE LINE LIGHT RAIL, SACRAMENTO Charlotte, NC REGIONAL TRANSIT DISTRICT, SACRAMENTO TO ELK GROVE, CA EDUCATION M.S.,City&Regional Planning, Project Manager who led every aspect of the four-mile extension project Ife University, 1992 B.S.,Geography, (station designs, civil/track designs, real estate, project controls) through !Fe University, 1988 to final design. YEARS OF EXPERIENCE MEMPHIS MIDTOWN CORRIDOR ALTERNATIVES ANALYSIS 25 Total (AA), MEMPHIS AREA TRANSIT AUTHORITY, MEMPHIS, TN AVAILABILITY 25% Project Manager for an AA study evaluating the feasibility and integration of high-capacity transit service in midtown Memphis. TRANSIT FOR LIVABLE COMMUNITIES PLAN, RELATED PROFESSIONAL SERVICES SACRAMENTO REGIONAL TRANSIT DIS-RICT, Livable Cities SACRAMENTO, CA Integration of Transportation and Land Use Project Manager for an initiative to recommend appropriate transit oriented development (TOD) land uses for 21 light rail stations, capitalizing on Transit Planning multi-million-dollar investment in existing and future light rail corridors. Station Area Planning URBAN CIRCULATOR AA, CITY OF WINSTON-SALEM DEPARTMENT OF TRANSPORTATION, WINSTON-SALEM, NC Project Manager who led the AA for an urban circulator to operate on a 3.3-mile corridor connecting Wake Forest Baptist Medical Center with Winston-Salem State University, and other key activity centers in Downtown Winston-Salem. HIGH CAPACITY TRANSIT (HCT) CORRIDORS CONCEPTUAL DESIGN, NASHVILLE METROPOLITAN TRANSIT AUTHORITY, NASHVILLE, TN Project Manager who identified key transit corridors for implementation of HCT services. The HCT services will provide the backbone for development of system-wide service scenarios, as well as opportunities for improved transit. 85 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE TRANSIT MASTER PLAN CLEVELAND AVENUE C-MAX of potential corridors for streetcar FOR TRANSIT AGENCY, BRT PROJECT, CENTRAL projects, prioritizing the corridors, INTERURBAN TRANSIT OHIO TRANSIT AUTHORITY, positioning selected projects for PARTNERSHIP, GRAND COLUMBUS, OH funding, quantifying the impact of the projects on developments, developing RAPIDS, MI conceptual designs for the corridors Project Manager who managed and preparing operations analysis for Project Manager who led the the Project Development Phase of the projects. development of a 20-year the C-Max 15-mile, $47-million comprehensive plan that identified BRT project connecting multiple specific transit scenarios for the jurisdictions within the Central Ohio community. The plan laid the Transit Authority transit service area. foundation for an approved property tax increase to fund implementation. SILVER LINE BRT PROJECT, INTERURBAN TRANSIT DOWNTOWN SACRAMENTO PARTNERSHIP, TOMASINA AIRPORT LIGHT GRAND RAPIDS, MI RAIL (GREEN LINE) AA, SACRAMENTO REGIONAL Project Manager who led the TRANSIT DISTRICT, implementation of the 9.6-mile, $40-million Silver Line BRT in the SACRAMENTO, CA Grand Rapids metropolitan area connecting downtown Grand Rapids Project Manager who led the $800 with area cities. million, 13-mile Downtown Tomasina Airport Light Rail alternatives evaluation GRAND RAPIDS STREETCAR to connect downtown Sacramento to the Sacramento International Airport ROUTE REFINEMENT STUDY, and North Tomasina new growth/ INTERURBAN TRANSIT development area. PARTNERSHIP, RELOCATION OF AMTRAK GRAND RAPIDS, MI RAIL/STATION, AMTRAK, Project Manager who managed the GRAND RAPIDS, MI feasibility study to perform route analysis to determine the most suitable Project Manager who assisted the corridor to implement streetcar transit agency in securing Federal connecting downtown Grand Rapids Railroad Administration grants and with key economic generators outside relocating the Amtrak station and short the Central Business District. The rail segment to transform the existing study included preparing capital transit center into a multimodal and operating cost estimates for the transportation facility. system, an operating plan and assess potential development within the three FEASIBILITY OF BUS RAPID to four blocks surrounding the ultimate TRANSIT (BRT), CITY OF route. GREENVILLE/GREENVILLE ATLANTA BELTLINE STREETCAR TRANSIT AUTHORITY, EXPANSION STRATEGY, GREENVILLE, SC ATLANTA BELTLINE INC., Project Manager evaluating the ATLANTA, GA feasibility of implementing a BRT service/TOD along major transit Project Manager who led the corridors connecting downtown development of a Streetcar Expansion Greenville to major economic activity Strategic plan for a 22 mile loop. centers in the Greenville metro area. The study involved identification 86 NINTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING STEVE JOHNSON, CVP ADVANCED TECHNOLOGY • r('"4, RELEVANT EXPERIENCE LTJ Steve Johnson has 30 years of experience as a technical project c .. manager in information technologyand telecommunications with an emphasis on intelligent transportation systems (ITS)/advanced traffic management systems (ATMS). His expertise includes project management, resource management, change management, FIRM quality control and service-level agreements. His technical skills HNTB Corporation include connected vehicle/automated vehicle (CV/AV), ITS/ATMS, LOCATION CyberSec, network engineering, systems integration, outside Tampa. FL plant cable construction, premise wiring, traffic signal design and EDUCATION operation, and wireless networks, including more than 300 miles of Communications Security, U.S.Army Signal School, 1987 fiber optic network (FON) and ITS and ATMS infrastructure. He has Business Administration, Central Texas College, 1985 also provided construction engineering and inspection (CEI) project administration for a major managed lanes project and more than 200 REGISTRATIONS&CERTIFICATIONS Traffic Engineering and Operations, signalized intersections. Steve serves on committees for the Society University of Maryland Connected Vehicle Professional of Automotive Engineers and Institute of Electrical and Electronics DOD/MILSPEC Communications Installer Engineers international standards bodies and is a mentor for Science Intelligent Traffic Systems, National Architecture Consortium for ITS Training and Education Technology Engineering Math's Annual Future Cities competition. Advanced Maintenance of Traffic, FDOT International Municipal Signal Association(IMSA) Traffic Signal Level I Certification CV PILOT, TAMPA-HILLSBOROUGH EXPRESSWAY IMSA Traffic Signal Level II Certification AUTHORITY (THEA), TAMPA, FL Protecting Human Research Participants(NIH? YEARS OF EXPERIENCE Consultant Program Manager and Public Involvement for the U.S. { 30 Total Department of Transportation-sponsored deployment of CV infrastructure. This test deployment applies multiple National Training and Simulation AVAILABILITY Association-approved CV applications to identified traffic issues pertaining 20'o to safety, mobility, environment and agency efficiency. Post-treatment RELATED PROFESSIONAL SERVICES performance will be measured against untreated performance to quantify improvement in these areas. The project scope is to evaluate system fronsportotion Planning performance and not driver behavior. However, as participants will be recruited to have CV equipment installed in their vehicles, Institutional Smart Growth Review Board (IRB) approval and oversight is being implemented. Livable Cities GATE QUEUE WAIT TIME STUDY, MACDILL AIR FORCE Integration of Transportation and Land Use BASE (AFB), TAMPA, FL Transit Planning Project Manager and Public Involvement for THEA who analyzed traffic Bicycle and Pedestrian Planning data, gate wait times and commuter behavior during morning peak travel times. Researched available technologies for improvements to mobility Traffic Engineering and dissemination of traveler information and made recommendations for technology selection and road geometry improvements. Included military/ Department of Defense (DoD) civilian commuter surveys and voluntary participation in a travel time reporting system consisting of a smartphone 87 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE application that tracked commuters ITS POWER DISTRIBUTION ITS DESIGN BUILD 1-395 AND anonymously throughout designated SYSTEM UPGRADE, FDOT SR 826, FDOT DISTRICT 6, corridors and provided real time DISTRICT 4, BROWARD MIAMI, FL updates to traffic conditions and gate wait times. Project was not supported COUNTY, FL Senior Network Engineer who designed by federal funds so no IRB approval Senior Network Engineer who and managed construction and was required but many of the same designed, integrated and tested a integration of a complete ITS system practices were self-imposed due to system of connected, managed, including CCTV, DMS and MVDS. the sensitive nature of military subject always available, back-up generators involvement. Recommendations are along 1-95 in Broward County. This RTMC BUILD OUT, FDOT currently being implemented in close system provided full standby backup DISTRICT 7, TAMPA, FL coordination with MacDill AFB Senior of all ITS hub locations and was Leadership. network accessible for monitoring, Project Manager for design, 175 FROM CR 54 TO SR 52, start-up, shut-down and preventive installation and integration of the maintenance. Tampa Bay SunGuide® RTMC. This FLORIDA DEPARTMENT OF project provided for the complete TRANSPORTATION (FDOT) ITS DEPLOYMENT ALONG interior buildout of a fully functional DISTRICT 7, TAMPA, FL 1-75, 1-595 AND 1-95, RTMC including Video Wall, remote FDOT DISTRICT 4, BROWARD video distribution system, emergency Project Manager for the design of operations center, operator consoles, nine miles of new ITS construction COUNTY, FL and news media ready conference and integration. Provided design rooms. Senior Network Engineer and ITS of the fiber optic communications Project Manager who led the field network, IP scheme assignments and integration and testing of new and ITS DISTRICTWIDE ITS Layer 2 Ethernet switch configurations devices including DMS, CCN, MVDS MAINTENANCE, FDOT and coordinated for integration into and FON. DISTRICT 7, TAMPA, FL existing SunGuide'= Layer 3 network. Led design team in layout of ITS ITS SYSTEM MANAGER Project Manager who managed the devices including conduit/manhole ongoing maintenance work program system, power service points, sign PHASE VII, FDOT DISTRICT 2, for portable changeable message structures, closed-circuit television JACKSONVILLE, FL sign, emergency repair, trouble ticket (CCTV), dynamic message sign management and inventory control (DMS), road weather information Senior Network Engineer who system for all ITS field devices in FDOT systems (RWIS), Highway Advisory provided network design, request for D7 including surveillance of Skyway Radio and multipoint video distribution proposal (RFP) support and integration Bridge infrastructure for U.S. Coast systems (MVDS). oversight for two critical segments of Guard and video/audio support to the FDOT District 2 ITS system build in Suicide Crisis Hotline Center. ITS/REGIONAL TRAFFIC Jacksonville. MANAGEMENT CENTER ITS SYSTEM MANAGER 1-95 ITS DEPLOYMENT/I-95 (RTMC), CITY OF PHASE IX, FDOT DISTRICT 2, FROM MIAMI GARDENS TO TALLAHASSEE, JACKSONVILLE, FL US 1 , FDOT DISTRICT 6, TALLAHASSEE, FL MIAMI, FL Senior Network Engineer who ITS CEI project manager who provided provided network design, RFP support ITS Project Manager who managed acceptance testing and certification integration and testing of all ITS and integration oversight for two of new ITS elements, including Full critical segments of the FDOT District 2 devices for a complete ITS/advanced Operational, DMS, CCTV, MVDS and ITS system build in Jacksonville. traveler information system deployment. RWIS, including the integration of these Included the first fully integrated ramp elements into the new RTMC and video metering system east of the Rockies, wall. Authored acceptance test plan alternate route guide signs (Navigators) documents and managed the testing along adjacent corridors for incident and acceptance procedures. management, DMS, CCTV, MVDS and System integration with D6 RTMC. 88 MNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING GIJ SH KUMAR, PE, PTOE ADAPTIVE SIGNAL TIMING , •' TECHNOLOGY . J RELEVANT EXPERIENCE r f 4Girish Kumar is a talented transportation engineer specializing in traffic operations, safety, planning, project traffic forecasting, intelligent transportation services (ITS), transportation systems management and operations(TSM&O)and geographical information FIRM systems (GIS) services. In his 27 years of experience he has served HNTB Corporation as technical advisor, quality assurance (QA) and quality control LOCATION (QC) manager, project manager or functional area task manager Miami, FL for numerous project development and environment (PD&E) studies, EDUCATION corridor master plans, interchange proposals, subarea studies,transit M.S.,Civil Engineering, Florida Institute of Technology, 1993 draft environmental impact statements (EIS) and final environmental B.S.,Civil Engineering, Indian Institute of Technology, 1990 impact statements (FEIS), traffic operations and safety studies, ITS REGISTRATIONS& and TSM&O planning and deployment projects and corridor access CERTIFICATIONS management plans. Professional Engineer—Florida(1997) Professional Traffic Operations Engineer(2000) Girish has managed and provided technical leadership on several YEARS OF EXPERIENCE public-and private-sector projects.He has also served as a coordinator 27 Total and technical advisor on regional inter-agency initiatives, such as the AVAILABILITY Southeast Florida Regional ITS Coalition and the Miami-Dade Traffic 30°0 Incident Management Team, and, more recently, as the District 6 RELATED PROFESSIONAL SERVICES TSM&O Core Group's facilitator and the Technical Committee Transportation Planning Co-chair for the South Florida Express Lanes Network Regional Traffic Engineering Concept for Transportation Operations (RCTC) development. TSM&O TECHNICAL SUPPORT SERVICES, FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) DISTRICT 6, MIAMI-DADE AND MONROE COUNTIES, FL Project Manager responsible for supporting the Department in developing the TSM&O Program. Responsible for developing the TSM&O strategic plan document; developing the TSM&O presentations and outreach materials; coordinating activities of the District 6 TSM&O team with Central Office TSM&O task team, Federal Highway Administration, Miami-Dade Transportation Planning Organization (TPO), Miami-Dade County Department of Transportation and Public Works (DTPW) and other regional stakeholders, SW 8th Street and NW 119th Street adaptive signal control technology (ASCT) pilot projects planning and procurement document development, developing and implementing the districtwide signal retiming initiative and overseeing the districtwide work zone/ maintenance of traffic (MOT) support initiatives. 89 , MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE SR 90/SW 8TH STREET observations, sight distance analysis, evaluation of alignment alternatives, ASCT PILOT PROJECT, FDOT guardrail analysis, lighting justification, associated environmental analyses DISTRICT 6, MIAMI DADS crash data review and preparation of and supporting technical documents. safety study with recommendations. The Fiesta Way Bridges connect the I COUNTY, FL residents of the finger islands over the Chief Engineer responsible for NE 36TH STREET (SR 25) canals to the City of Fort Lauderdale. overseeing the development of the AT NE 1ST AVENUE Pilot Project procurement documents RECTANGULAR RAPID FLASH DISTRICTWIDE GENERAL for the deployment of an adaptive BEACON (RRFB) EVALUATION, PLANNING CONSULTANT signal control system along SW 8th FDOT DISTRICT 6, (GPC) SYSTEMS, FDOT Street from SW 67th Avenue (east MIAMI-DADE COUNTY, FL DISTRICT 4, FORT of SR 826/Palmetto Expressway) to LAUDERDALE, FL SW 142nd Avenue (west of SR 821/ Project Manager responsible for the Florida's Turnpike) This 7.5-mile and preparation of a technical memorandum Technical Advisor to the team for this 29-signalized intersection corridor investigating the effectiveness of work-order based contract. Oversaw is the largest ASCT Pilot Project recently installed high emphasis marked work related to project traffic deployment in Florida and the first crosswalks and Rapid Rectangular development, interchange operations deployment in Miami-Dade County. Flashing Beacons at this intersection. analysis, travel demand forecasting Components of the project included field using the Florida Standard Urban SR 924/NW 119 STREET observations pertaining to compliance Transportation Model Structure and ASCT PILOT PROJECT, FDOT of drivers and pedestrians to the RRFB GIS database development and DISTRICT 6, MIAMI-DADE augmented crosswalks. mapping, among other miscellaneous, COUNTY, FL system-level planning activities. Served DISTRICTWIDE ITS TECHNICAL as project engineer, task manager, Chief Engineer responsible for CONSULTANT, FDOT DISTRICT project manager and technical overseeing the development of the 6, MIAMI-DADE AND advisor on various GPC teams over Pilot Project procurement documents MONROE COUNTIES, FL a nine-year period. Performed, for the deployment of an adaptive oversaw and peer reviewed project signal control system along NW Project Manager, Director and QA traffic development, PD&E Design 119th Street from eastern terminus Manager for District 6 ITS services Traffic Technical Memorandum, of SR 924 Gratigny Parkway (west who led all major ITS projects/ interchange operations analysis, . of NW 32nd Avenue) to NW 5th initiatives in the District. Some major travel demand forecasting and GIS Avenue (east of 1-95) and along SR accomplishments include 1-75, 1-195, database development and mapping, 9/NW 27th Avenue from NW 110th 1-395, SR 826, US 1 (Keys), 95 among other miscellaneous planning Street to NW 119th Street. This three- Express Phase 1 ITS deployments, activities. mile and 15-signalized intersection Miami-Dade TIM program, SR corridor includes next generation 826 Incident Operation Plans, GENERAL ENGINEERING traffic signal controllers upgrade, new SunGuide® Incident Response CONSULTANT SERVICES, video detection system, new fiber Manual, development of the Road MIAMI DADE EXPRESSWAY optic cable based communications Ranger Resource Guide and various AUTHORITY (MDX), MIAMI, FL system and more. procurement documents, including the performance-based ITS maintenance Project Advisor and Lead Traffic SR 5/US 1/OVERSEAS contracts. Engineer since 2006 who has been HIGHWAY AT BLIMP ROAD, involved in numerous planning, travel FDOT DISTRICT 6, MIAMI-DADE LAS OLAS BRIDGES PD&E demand forecasts, traffic analysis, and COUNTY, FL SERVICES, FDOT DISTRICT 4, safety studies on MDX's five roadways BROWARD COUNTY, FL comprising more than 33 centerline Project Manager responsible for miles of some of the busiest tolled the preparation of a safety study Senior Traffic Engineer for this expressways and interchange systems investigating existing roadway and study to evaluate the replacement in Florida. traffic conditions within the Cudjoe of the existing low-level bridges. Curve along US 1. Components of the The study will involve preliminary study included, data collection, field engineering design, including the 90 :INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING _,® 3RAD I, PORTS, PE BICYCLE AND 40111 :. : ' 34 7177.--14 . PEDESTRIAN PLANNING — RELEVANT EXPERIENCE in 4, Brad Laporte is a roadway engineer with seven years of experience .* on a variety of transportation projects. He has worked as a designer on roadway/maintenance of traffic (MOT), signing and pavement marking, and intelligent transportation system (ITS) projects. He FIRM has performed roadway design quality control (QC) reviews and HNTB Corporation utility coordination. He also has significant drafting experience and LOCATION is proficient in many software applications, including MicroStation, Tampa, FL Geopak, Corridor Modeling and AutoCAD. EDUCATION M.0 E.,Civil Engineering(Transportation), University of South Florida, 2011 SR 52 (SCHRADER HIGHWAY) FROM US 41/SR 45 TO CR B.S.,Civil Engineering, 581 /BELLAMY BROTHERS BOULEVARD, FLORIDA Florida Institute of Technology,2009 DEPARTMENT OF TRANSPORTATION (FDOT) DISTRICT 7, REGISTRATIONS& PASCO COUNTY, FL CERTIFICATIONS Professional Engineer—Florida(2015) Engineering Intern—Florida (2012) Roadway Engineer of Record and Designer responsible for roadway design, including horizontal and vertical geometry of SR 52 (Schrader YEARS OF EXPERIENCE Highway), side street profiles, back of sidewalk profiles, cross sections 7 Total and intersection details. Performed plans production and quantity calculations. Assisted in the access management analysis for median AVAILABIUTY openings and driveways. Utilized Geopak's Corridor Modeler for 30°% roadway design and cross sections. This nine-mile reconstruction project along SR 52 in Pasco County will reconstruct a two-lane rural roadway to a RELATED PROFESSIONAL SERVICES four-lane divided rural roadway with a provision for a future six-lane build- out. The project includes a proposed shared use path and bicycle lanes. Complete Streets Urban Design SR 90 (US 41 ) FROM CR 951 (COLLIER BOULEVARD) TO GREENWAY ROAD, FDOT DISTRICT 1 , COLLIER COUNTY, FL Traffic Engineering Designer responsible for roadway/MOT design and plans production, Bicycle and Pedestrian Planning for the 3.1-mile widening and reconstruction of a two-lane rural road to a six-lane suburban divided road. Tasks also included the design of several median openings and intersection grading details. The project includes proposed sidewalks and bicycle lanes. BRUCE B. DOWNS BOULEVARD (CR 581) ROADWAY DESIGN, HILLSBOROUGH COUNTY PUBLIC WORKS, HILLSBOROUGH COUNTY, FL Roadway Designer for the widening and reconstruction of Bruce B. Downs Boulevard, a major roadway in Tampa who assisted with roadway/ MOT design, plans production and quantity calculations. This 4.8-mile project involved widening and reconstructing the roadway typical section from the existingfour-lane divided rural section to an eight-lane divided 9 urban roadway with a transit envelope within the existing right of way. There are four major intersections located within the project limits and 91 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE numerous access management points. SR 739/FOWLER STREET RECONSTRUCTION AND The project included storm water STUDY, FDOT DISTRICT 1 , LEE WIDENING OF FOREST LAKES management, floodplain analysis and COUNTY, FL BOULEVARD FROM WEST OF wetland mitigation with permitting through Southwest Florida WaterDesigner who developed typical PINE AVENUE TO WEST OF Management District (SWFWMD), section alternatives, design concepts RACETRACK ROAD, PINELLAS U.S. Army Corps of Civil Engineersand prepared an engineer's estimate. COUNTY, FL and the Hillsborough County The purpose of this project is to Environmental Protection Commission. perform a preliminary evaluation Designer on this $3.5-million widening This portion of Bruce B. Downs and update the feasibility study of of a two-lane suburban roadway Boulevard is being constructed inthe previously approved project to a four-lane suburban facility conjunction with reconstruction. development and environment with provisions for a six-lane urban (PD&E) study and evaluate two-way ultimate typical. ITS design includes US 41 CONCEPTUAL DESIGN operations for Fowler Street and design of fiber optic communication FOR TRAFFIC CALMING, FDOT Evans Avenue compared to one-way to interconnect two signals along DISTRICT 1 , SARASOTA/ operations as proposed in the PD&E Forest Lake Boulevard and the existing Study while applying complete street signal at Tampa Road and Pine MANATEE COUNTIES, FL principles and strategies. Avenue. Signalization design includes upgrades to mast arms structures and Designer responsible for evaluating SR 758 AT BEACH ROAD video traffic detection at Pine Avenue various complete streets alternatives and Brooker Creek Boulevard. The along US 41, between University SAFETY IMPROVEMENT signing and pavement marking design Parkway and Braden Avenue. PROJECT, FDOT DISTRICT 1 , includes the design of the striping Developed lane diet typical section SARASOTA, FL along the corridor, including bike alternatives along the US 41 corridor lanes, lane lines and crosswalks. that apply Complete Street principles Designer responsible for analyzing and strategies. Developed roundabout design alternatives for SR 758 at Beach alternatives at four intersections Road, which is currently a signalized along US 41 . Prepared typical T-intersection with right bypass lanes. A section alternatives, design concept single-lane roundabout alternative was alternatives, an engineer's estimate evaluated which involved an iterative and design documentation. design process which included an AutoTURN analysis. Developed design SR 80 TRAFFIC STUDY UPDATE, concepts, an engineer's estimate and FDOT DISTRICT 1 , exhibits for the public workshop LEE COUNTY, FL CONCEPTUAL ROUNDABOUT Designer who evaluated roadway STUDIES, FDOT DISTRICT 1 , geometrics and design criteria, DISTRICTWIDE, FL developed typical section alternatives, prepared an engineer's estimate, Designer responsible for developing and prepared an engineering conceptual roundabout designs for memorandum. The project scope both rural and urban conditions. The involved the conversion of 1st Street, movement of pedestrians/bicyclists, 2nd Street and Seaboard Street, large trucks as design vehicles and from a one-way to a two-way system. right-of-way constraints were taken The main objective was to provide into consideration during design additional engineering analysis on development. Performance checks previously conducted traffic studies were conducted to make sure the and ultimately develop typical section roundabouts would operate efficiently alternatives that fit within the right-of- and safely. way and/or existing curb lines while applying Complete Street principles and strategies. 92 : INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING At, WI\STOP LUCKY, CGC URBAN DESIGN a — TRANSPORTATION ENGINEERING , -.://C,It SIGNING AND MARKING i11: ':0 -1,4 RELEVANT EXPERIENCE a Winston Lucky has 25 years of experience in all aspects of civil and roadway design, construction, inspection, plans review, plans preparation and field and condition surveys. His project management experience includes scheduling, roadway design, pavement HNTB HNTB Corporation markings and signage, maintenance of traffic (MOT), signalization, drainage, water distribution and sewage collection systems. LOCATION Miami,FL Winston is fully-versed with the various design requirements and EDUCATION codes for the Florida Department of Transportation (FDOT), Miami- M.S,Civil Engineering, Dade County, Department of Environmental Resources (DERM), Florida International University, 1997 B.S.,Civil and Environmental Engineering, South Florida Management District (SFWMD), Miami-Dade Water Florida International University, 1992 A.A.,Architecture and Architectural Engineering, and Sewer Department, American Association of State Highway Miami Dade College, 1998 and Transportation Officials (AASHTO) and various sections of the REGISTRATIONS & Federal Aviation Administration (FAA) design requirements. Winston CERTIFICATIONS Certified General Contractor—Florida (2015) is proficient in design software, such as AutoCAD, Softdesk, Eagle Point Civil Software, MicroStation, GEOPAK and Primavera YEARS OF EXPERIENCE -,rt�1 scheduling software. AVAILABILITY 60', SR 968 (FLAGLER STREET) RECONSTRUCTION, FDOT DISTRICT 6, MIAMI, FL RELATED PROFESSIONAL SERVICES Project Engineer responsible for roadway, traffic control, signing and Transportation Planning pavement markings design-related tasks. Also, responsible for coordinating design-related tasks with other disciplines, quantities and pavement design. Complete Streets This 1.3-mile project involved the construction plans preparation for the Integration of Transportation and Land Use reconstruction of the Flagler Street corridor from NW/SW 27th Avenue to NW/SW 14th Avenue in Miami-Dade County. Transit Planning SR 821/HEFT FROM SW 216TH STREET TO SW 184TH Bicycle and Pedestrian Planning STREET (EUREKA DRIVE), FLORIDA'S TURNPIKE ENTERPRISE Urban Design (FTE), MIAMI-DADE COUNTY, FL Station Area Planning Senior Project Engineer on the design and post design for the widening Traffic Engineering and reconstruction of the Homestead Extension of Florida's Turnpike (HEFT), from SW 216th Street to Eureka Drive. Responsible for roadway Transportation Engineering geometry (vertical and horizontal), traffic control, signing and pavement markings, pavement design, cost estimates and coordination with subconsultants. This project encompasses approximately 2.404 miles of SR 821/HEFT within Miami-Dade County, from MP 11.763 to MP 14.167. The primary intent of the project is to widen the existing mainline roadway and ramps, reconstruct Ramps I and J and add an express lane. Additionally, this project will extend the service life of the existing 93 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE pavement, add additional overhead 1-95 EXPRESS DMS AND TOLL TRAFFIC OPERATIONS signage and upgrade existing signs SIGN PANEL REPLACEMENT MISCELLANEOUS and signals at ramp terminals. PROJECT (MOT/DETOUR AND DISTRICTWIDE PUSH BUTTON Milling and resurfacing will also be performed. SIGNAGE) RFP PACKAGE, DESIGN CONSULTANT, FDOT perf FDOT DISTRICT 6, FL DISTRICT 6, DISTRICTWIDE, FL ORLANDO SOUTH Project Engineer responsible for the Deputy Project Manager and Senior INTERCHANGE CONCEPTUAL design and preparation of conceptual Project Engineer responsible for DESIGN ALTERNATIVES AND plans for overhead express lane managing, coordinating, designing TECHNICAL MEMORANDUM, signage and traffic control plans for and preparing construction documents FTE, ORANGE COUNTY, FL the RFP Package. for various projects. Senior Project Engineer responsible for PUBLIC TRANSPORTATION SR 15/US 441 FROM 5TH developing interchange alternatives CONSULTANT, FDOT STREET (WEST MARTIN LUTHER conceptual design alternatives DISTRICT 6, DISTRICTWIDE, FL KING JR. BOULEVARD) TO to modify the existing Orlando CONNER HIGHWAY (SR 700) South interchange, which included Deputy Project Manager and Senior developing roadway geometryProject Engineer responsible for RRR, FDOT DISTRICT 4, PALM (horizontal and vertical), signingmanaging, coordinating, designing BEACH COUNTY, FL and pavement markings, cost and preparing construction estimates, technical memorandumdocuments. Performed general DeputyProject Manager and Senior and coordination with all disciplesservices for Miami-Dade and Monroe Project Engineer responsible for the and FTE. The project's primary intentCount', including transit (plans review, coordination, design and preparation was to develop alternatives with safety compliance inspection and of construction documents for roadway, specific emphasis on improvingreports, Federal Transit Administration drainage, traffic control and signing the Orlando South Interchangeand pavement markings. The project Section 5310 and 5311 Programs, consisted of the millingand resurfacing by providing direct connections park and ride facilities), aviation, between SR 91/Florida's Turnpike, of approximately 3.97 miles of intermodal, seaport, rail (plans review, SR 528/Beachline Expressway and TCPs, rail-highway TCP Studies) and roadway. SR 441/Orange Blossom Trail as other miscellaneous services. well as eliminating existing weaving SR Al A/OCEAN DRIVE 3R maneuvers and shortening the length SR 25/US 27 RESURFACING, PROJECT FROM THE FLORIDA of the movements between roadways, RESTORATION AND POWER AND LIGHT INTAKE where feasible. In developing the concepts, roadway characteristics REHABILITATION (RRR), FDOT CANAL BRIDGE TO THE FORT and data were considered, including DISTRICT 4, PALM BEACH PIERCE CITY LIMITS, PORT ST. traffic data, critical movements, major COUNTY, FL LUCIE, FL utilities, future express lanes, adjacent projects and future projects. Deputy Project Manager and Senior Project Manager and Senior Project Project Engineer responsible for the Engineer responsible for managing, 1-95 EXPRESS DYNAMIC coordination, design and preparing coordinating, cnd designing MESSAGE SIGN (DMS) construction documents for roadway, and preparation of construction drainage, traffic control and signing documents. Prepared TCP and quality AND TOLL SIGN PANEL and pavement markings. The assurance/qualitycontrol of final REPLACEMENT PROJECT MOT/ project consisted of the milling and design under a very tight schedule. DETOUR AND SIGNAGE) resurfacing of approximately 10 miles The project consisted of milling and REQUEST FOR PROPOSAL of roadway. resurfacing of approximately 7.25 (RFP) PACKAGE — SEGMENT 1 , miles of roadway with widening, the addition of seven miles of sidewalk in FDOT DISTRICT 6, FL an environmentally sensitive area and Project Engineer responsible for the the replacement of the existing Little 9 P Mud Creek Bridge. design and preparation of conceptual plans for Overhead Express Lane Signage and Traffic Control Plans (TCP) for the RFP Package. 94 :1INTB a MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING STEPHE\ NOVOSAD SMART CITIES — AV / CV ' crag RELEVANT EXPERIENCE • i Stephen Novosad has subject matter expertise in intelligent • transportation systems (ITS), connected vehicle (CV), and system and software implementations. He has more than 33 years of experience in systems requirements, design, development and integration, configuration management, project management, FIRM independent verification and validation of systems and standard HNTB Corporation software engineering practices. Stephen has more than 18 years LOCATION of ITS experience and more than 12 years of CV experience. He San Antonio,TX has been involved in a wide variety of programs and technologies, EDUCATION B S.,Computer Science, including the development of systems that manage and exchange Texas A&M University, 1984 data in real-time, the development and implementation of database YEARS OF EXPERIENCE management systems and associated software applications. He also 33-oicl has experience in the management of periodic production release AVAILABILITY cycles. i 5-, Stephen has implemented systems using the system engineering processes and established software development processes, such as Capability Maturity Model (CMM), and Capability Maturity Model RELATED PROFESSIONAL SERVICES Integrated (CMMI) throughout his career. He played significant Transportation Planning roles in assisting the establishment of the software development Smart Growth process where his company was initially certified as a CMM Level 3 organization and subsequently as a CMMI Level 5 organization. Livable Cities Traffic Engineering CV PILOT, TAMPA HILLSBOROUGH EXPRESSWAY AUTHORITY (THEA), TAMPA, FL System Engineering Lead and Lead Author for the Concept of Operations and the System Requirements document for THEA's CV Pilot. During Phase 1, responsibilities included review all the deliverables, including the Security Management Operating Concept, Safety Management Plan, Performance Measurement and Evaluation Support Plan, Application Deployment Plan and others. During Phase 2, the design, implementation and deployment phase, technical oversight of the team designing, implementing and deploying the CV Pilot. Works with the infrastructure (roadside units) and the in-vehicle (on-board units) integrators to make sure that the hardware, software applications, security, privacy and the communications network are successful. Also, coordinates closely with the outreach, participant recruitment and performance measurement leads to make sure the implementation meets their requirements. 95 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE GENERAL ENGINEERING development of a V21 prototype and the development of the functional . CONSULTANT, FLORIDA the associated documentation for requirements and derived the system/ DEPARTMENT OF deploying the prototype in the field. software requirements. Participated TRANSPORTATION The prototype was being developed in the development of the initial draft at Turner Fairbanks Highway Research of the RFP and worked with ALDOT to (FDOT) CENTRAL OFFICE, Center. Once the prototype was finalize the RFP for advertisement. STATEWIDE, FL developed and tested, the deployment team received the documentation and TRAIN STOP AND Lead Consultant who supports FDOT's began to implement a V21 prototype SCHEDULE DATA PLUGIN CV activities and the development of in a live production deployment. With DEVELOPMENT AND FDOT's CV Regional Pilot Deployment the cooperation of FDOT and Osceola proposal. Developed and maintained County, the prototypes were being INTEGRATION, SANTA CLARA FDOT's regional test bed. Assisted deployed along the Florida Turnpike VALLEY TRANSPORTATION in planning for the future of CVs Enterprise and at key intersections in AUTHORITY,SAN JOSE, CA in Florida and supported FDOT's Osceola County. Reviewed existing efforts in automated vehicles (AV). documentation generated during Technical Lead who managed and led Attended workshops on FDOT's behalf the development of the prototype in the implementation of an interface that capturing information then sharing preparation for the deployment. gathers train prediction and arrival it with FDOT. Also, served as the time data from a third party, merges lead consultant for the development CONSORTIUM/COOPERATIVE the train data with bus data, formats of FDOT's CV Safety Pilot Model SYSTEMS POOLED the data and transmits the data to a Deployment proposal. Supported FUND STUDY, OMNIAIR 51 1 system. Roles included project FDOT's CV effort for the 201 1management, requirements analysis, ITS World Congress. Coordinated WASHINGTON, DC software design, implementation and the infrastructure integration by testing. The plugin was successfully working with four vehicle awareness Technical Lead who led the development deployed and put into production. device manufacturers, two roadside of a set of questions designed to gather equipment manufacturers and two input from the CV Pool Fund Study (PFS) ADVANCED TRANSPORTATION stakeholders on their knowledge and on-board equipment manufacturers. Additionally, led the development needs and to provide information to the MANAGEMENT SYSTEM of FDOT's five-year plan for the stakeholders about CV/Cooperative (ATMS) COMPARISON FOR A continued deployment of CV devices System certifications. As part of this DECISION SUPPORT SYSTEM, and applications. Assisted in the task, conducted interviews with the UNIVERSITY OF CALIFORNIA integration of the CV infrastructure into stakeholders to review the questions and FDOT's traffic management software, gather stakeholder information. Led the BERKLEY, BERKLEY, CA SunGuide. SunGuide receives basic gap analysis development comparing Project Manager who managed and safety messages and probe vehicle the responses from the PFS stakeholders performed this project. Analyzed the data messages from the infrastructure to where certification processes and functional capabilities analysis of and transmits traffic advisory standards are currently. Presented several ATMS. Developed a generic messages to the infrastructure. This the findings of the interviews and the list of ATMS standard capabilities Gap Analysis to the PFS stakeholders, CV deployment was the first of its including recommendations on how the kind to integrate CV technology into used as a baseline when evaluating pFS should proceed with its certification the different ATMS products. Identified production traffic management center the ATMS products to evaluate and software used for operations. activities. interviewed the respective vendors. THIRD PARTY DATA The ability to interface with an ATMS VEHICLE TO INFRASTRUCTURE is a critical feature to understand (V2I) INTEGRATED PROTOTYPE REQUEST FOR PROPOSAL the ATMS ability to integrate with a DEVELOPMENT AND (RFP) DEVELOPMENT, decision support system. DEPLOYMENT, DISTRICT OF ALABAMA DEPARTMENT OF COLUMBIA, WASHINGTON, DC TRANSPORTATION (ALDOT), BIRMINGHAM, AL Technical Lead who managed the deployment portion of the V21 Team Lead working with ALDOT to Integrated Prototype project. The develop a RFP for ALDOT to procure first phase of the project was the third party data. Participated in 96 MNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING MARC O'KEEFE DATA COLLECTION , TROLLEY OPERATIONS t,r RELEVANT EXPERIENCE 19 - -'��-3'• ;� = Marc O'Keefe is a transportation planner with HNTB and has seven years of relevant experience. He is experienced in multiple transportation planning consulting tasks and development of technical studies, including transit planning,operations management, transit and vehicular analysis, geographic information system (GIS) FIRM HNTB Corporation data analysis, project development and environmental. He also LOCATION has additional experience in graphic design and development of Miami, FL marketing materials. EDUCATION B.A, Business Administration,Florida International University, 2010 MIAMI TROLLEY IMPLEMENTATION, CITY OF MIAMI, REGISTRATIONS& MIAMI, FL CERTIFICATIONS A Planner who assisted with implementation of a rubber trolley system. Miami Trolley was launched in a phased manner and includes 10 routes. YEARS OF EXPERIENCE The system currently has 44 vehicles and more than 400 stop locations. 7 Total Responsibilities included coordination with more than 20 stakeholders, including University of Miami, Jackson Health System, South Florida AVAILABILITY Commuter Services, the Miami Downtown Development Authority 50% and the Miami Marlins. The service was implemented with support of Florida Department of Transportation (FDOT) and Miami-Dade Transit. Responsibilities included day-to-day coordination with stakeholders, RELATED PROFESSIONAL SERVICES ensuring adherence to project schedule, stop identification, development of a contract with vehicle operator, operational analysis and a marketing Transportation Planning plan, including promotional tools and presentations to city commission. Complete Streets This project is ongoing and includes work with regards to development of a comprehensive plan, operations assistance, transit planning of new ° Transit Planning trolley routes and operational assessments. Assessment include review and analysis of existing system characteristics and potential modifications Bicycle and Pedestrian Planning to existing routes based on ridership, performance measures, headways and more. The project also includes cost savings analysis, updates to the System Safety Program Plan (SSPP) based on FDOT 14-90 operational standards for bus transit systems, coordination and assistance with current trolley operators regarding operational items, updates to FDOT Corrective Action Plan (CAP) items required and more. IMPLEMENTATION PLAN FOR BUS RAPID TRANSIT (BRT) ALONG BISCAYNE BOULEVARD, MIAMI-DADE METROPOLITAN PLANNING ORGANIZATION (MPO), MIAMI-DADE COUNTY, FL Planner who assisted with implementation plan of a BRT service along Biscayne Boulevard. The Biscayne Corridor, from Aventura Mall to the Miami Downtown carries over 14,000 daily passengers and is one of the most utilized transit corridors in the South Florida region. Responsibilities included identification of bottlenecks through travel time and delay surveys, and assessment of right-of-way. 97 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE Opportunities for park-and-ride access 95 EXPRESS ORIGIN/ as well as operational improvements DESTINATION SURVEYS FOR for transit service are being evaluated. EXPRESS BUS SERVICES, Short-term improvements, such as MIAMI-DADE MPO, MIAMI- transit signal priority and queue jumpers will be parts of a phased DADE COUNTY, FL and prioritized implementation plan. Responsibilities also include Planner who assisted with development of a branding and implementation of this survey to meet marketing plan to promote this and Federal Transit Administration (FTA) other similar Miami-Dade Transit guidelines. The survey collected the services. The branding plan included information necessary for FDOT to vehicle graphics, station area design, report to FTA on the performance of the 95 Express. Responsibilities brochures and other promotional material. included development of pilot survey, modifications to survey NATIONAL TRANSIT questionnaire, survey implementation DATABASE (NTD) plan, promotional marketing tools and preliminary survey analysis. This TRI-ANNUAL COUNT extensive data collection task was PROGRAM, SOUTH FLORIDA coordinated with Miami-Dade Transit, REGIONAL TRANSPORTATION Broward County Transit and FDOT. AUTHORITY (SFRTA), MIAMI, FL The survey was conducted throughout four days during morning and evening Planner responsible for the peak periods. More than 350 man- development, coordination and hours of survey effort was performed execution of the count program. for a response rate as high as 96 Tri-Rail commuter rail service, percent to valid the Southeast Florida operated by the SFRTA, receives Regional Planning Model. The results Federal funds under the Urbanized are expected to be utilized for transit Area Formula Funds Program and, to planning and to initiate similar express be eligible, SFRTA must report to the bus services in the South Florida NTD through random sampling. A region. sampling plan and methodology were newly developed and implemented for the count program. On-board counts were conducted randomly per the sampling plan and a team of 12 and more than 400 man hours were coordinated throughout the year to ensure accuracy of the counts. Onboard passenger counts of SFRTA Tri-Rail riders are conducted on an annual basis. 98 :•INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING A. FRA\K PERRY '-'"? .: SMART CITIES - AV / CV , 411;01, s 11-' ") RELEVANT EXPERIENCE a J �r`.- Frank Perry brings 22 years of experience in engineering L� management, focusing on Intelligent Transportation System (ITS) 4•'`� and connected vehicle (CV) implementation. He has been the lead consultant on several large-scale technical projects throughout the country, including the U.S. Department of Transportation (USDOT) FIRM Michigan CV Test Bed, the City of Detroit CV Test Bed, the Michigan HNTB Corporation Department of Transportation (MDOT) Belle Isle CV Test Bed and the LOCATION initial Tank Automatic Research Development and Engineering Center Detroit.MI (TARDEC) Dedicated Short-Range Communications (DSRC) testing EDUCATION M.S., Engineering Management, for vehicle platooning. He has also led several tasks at the Federal University of Detroit-Mercy.2004 B.S., Electronic Engineering, Highway Association (FHWA) Saxton Transportation Operations University of Toledo, 1995 Laboratories, including cooperative adaptive cruise control, DSRC REGISTRATIONS& road side unit Specifications 4.0 and 4.1 and the operational data CERTIFICATIONS environment. YEARS OF EXPERIENCE 22-otal SMART COLUMBUS PLANNING PHASE, AVAILABILITY CITY OF COLUMBUS, COLUMBUS, OH 3C', Lead Systems Engineer for this project where HNTB is providing ITS program management services to the City of Columbus for the USDOT RELATED PROFESSIONAL SERVICES Smart City Challenge, consisting of 15 ITS projects designed to improve access to jobs, enhance visitor experience, stimulate regional Smart Growth economic prosperity and compete globally through smart logistics, better connect residents to safe, reliable transportation and support Livable Cities the efficient movement of people and goods through environmentally sustainable practices. Smart Columbus will create a transportation system Complete Streets that connects people by creating opportunities for City residents while I improving the overall safety and efficiency of the transportation system and making the City of Columbus a model for cities throughout the U.S. MICHIGAN CV TEST BED, USDOT, STATEWIDE, MI Design, Implementation and Test Lead for the USDOT 2014 Southeast Michigan Architecture, as well as the overall evolution of the USDOT Michigan Test Bed to the next version of standards, devices and services. CV TEST BED, CITY OF DETROIT, DETROIT, MI Design, Implementation and Test Lead for the City of Detroit CV test bed in support of the 2014 Detroit ITS World Congress and beyond. 99 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE BELLE ISLE CV TEST BED, SECURITY CREDENTIAL MDOT, BELLE ISLE, MI MANAGEMENT SYSTEM Technical Support for the design, EXTENSIBILITY STUDY, FHWA, implementation, and testing of the MCLEAN, VA MDOT Belle Isle CV test bed in Domain Expert performing a study that support of the 2014 Detroit ITS World Congress and beyond. is evaluating the use of the USDOT/ Crash Avoidance Metrics Partnership SAXTON TRANSPORTATION developed Security Credential Management System (SCMS) for OPERATIONS LABORATORY, applications outside of Vehicle-to- FHWA, MCLEAN, VA Vehicle (V2V), specifically transit and Vehicle-to-Infrastructure (V21), but other DSRC RSU Device Specification uses as well. Versions 4.0 and 4.1 Lead who engaged with federal, state and local EVALUATION OF 5.9 agencies, device manufacturers and GHZ DSRC IN TARDEC system integrators to develop the AUTONOMOUS MOBILITY fourth generation RSU specification. APPLIQUE SYSTEM (AMAS) TRANSPORTATION RESEARCH VEHICLES, FHWA, INSTITUTE, UNIVERSITY OF IMLAY CITY, MI MICHIGAN, ANN ARBOR, MI DSRC Lead installing DSRC devices DSRC Device Interoperability Test Lead in TARDEC AMAS vehicles and verifying that 10 device types from conducting open road tests along five suppliers can receive, log and 1-69 near Imlay City collecting SAE process DSRC messages from other basic safety messages between vehicles and demonstrating traveler device types and suppliers. information messaging to Michigan TURNER FAIRBANK HIGHWAY Governor Snyder, the press and other RESEARCH CENTER, FHWA, government officials. MCLEAN, VA SAXTON TRANSPORTATION Principal Investigation Lead for OPERATIONS LABORATORY, the development of a prototype FWHA, MCLEAN, VA operational data environment and application emulator to gather and Evaluation and Test Lead for DSRC distribute transportation data from RSU device qualification. The USDOT traditional infrastructure sensors and Safety Pilot Model Deployment selected devices from the resulting CVs for researcher and developers. Research Qualified Product List. 100 NNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING I l 1. MATT- EW POLLACK, PE, PMP `% I TRANSIT / RAIL — ��,, PRACTICE LEADERS / ADVISOR L a RELEVANT EXPERIENCE n i� Matthew Pollack is a regional market leader for the rail and transit industry. He brings 28 years of professional experience in project I delivery and team building at a Director and Program Manager level. FIRM HNTB Corporation BLUE LINE EXTENSION, CHARLOTTE AREA LOCATION TRANSIT SYSTEM (CATS), CHARLOTTE, NC Atlanta.GA EDUCATION Track and Systems Construction Manager for the 10-mile extension of M.S.,Electrical Engineering,The Johns Hopkins the light rail system responsible for managing and coordinating the University, 1990 daily operation of the construction management team, which provided B.S., Electrical Engineering,Computer Engineering and Math,Carnegie Mellon University, 1987 full services for the client, including scheduling monitoring, design and construction submittal processing, factory and field testing, construction REGISTRATIONS&CERTIFICATIONS inspection, and changes and claims support. Scope of contract Professional Engineer-Georgia(2015),North construction included trackwork, signaling, communications, traction Carolina (2016),Virginia(2015),Washington, D.C. (2015),Maryland (1998),Pennsylvania (1998) power substations, overhead catenary and a replacement operations Project Management Professional(2012) control system for the overall Light Rail System. YEARS OF EXPERIENCE GENERAL ENGINEERING CONSULTANT (GEC), 28 Total METROPOLITAN ATLANTA RAPID TRANSIT AUTHORITY AVAILABILITY (MARTA), ATLANTA, GA Program Director for a joint venture with three prime firms and 20 RELATED PROFESSIONAL SERVICES subconsultant firms who provided program and project management, engineering and construction management services for MARTA's Economic and Financial Analysis annual capital program. Services included procurement, configuration management, scheduling and estimating, quality and safety, project Transit Planning reviews and coordination. Responsible for a blended on-site/off-site Station Area Planning team with more than 100 on-site project professionals. Responsible for technical services, including traction power, catenary, signaling, corrosion control, communications, control centers, supervisory control and data acquisition (SCADA), automatic vehicle (AV) location, surveillance and security. Responsible for program/construction management of the Atlanta Streetcar, a street-running light rail system. ENGINEERING SERVICES CONTRACTS, MARYLAND TRANSIT ADMINISTRATION (MTA), BALTIMORE, MD Program Manager responsible for multiple contracts and the teams providing services to the MTA. Contracts included engineering, construction management, system safety services and quality services. Scopes included management, procurement, project planning, scheduling and estimating, design, design management, safety and quality, project review and coordination, and construction phase activities. Specific task orders ranged from the review of proposed projects to design specification development, cost estimating, scheduling and furnishing of the construction management services during the installation and 101 we MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE testing of a complete system. These HEAVY RAIL SYSTEM, TREN TRANSIT COOPERATIVE services supported all MTA Systems URBANO, SAN JUAN, PR RESEARCH PROGRAM, Engineering equipment, including WASHINGTON, D.C. communications, security systems, Senior Project Engineer who signaling and train control, traction supervised the development of all Expert Panel Member for Research power, corrosion control, SCADA, systems technical specifications for Study D-1 8, "A Transit Agency fare collection and AV location and the $800-million Tren Urbano heavy Guide to Evaluating Secondary Train control centers. Additionally, served as rail system in San Juan, Puerto Rico. Detection/Protection Systems in principal-in-charge for the final phase Developed the project requirements Communications-Based Train Control of the first financial group of America for quality, safety, systems assurance, (CBTC) Systems." Panel developed the (FFGA) funded light rail double- training and testing. Developed the project statement, solicited research tracking project. Interface Control Manual, which proposals, reviews the proposals, defines the scope and responsibilities recommends contract awards, RAIL DOUBLE-TRACKING of the contract interfaces, including monitors research in progress, PROJECT SILVER LINE systems, civil, structural and provides technical guidance and BUS RAPID TRANSIT (BRT) architectural components. Prepared determines the acceptability of the PROGRAM, MASSACHUSETTS the fare collection design and was final reports. actively involved in the fare policy BAY TRANSPORTATION development. Reviewed traction SENIOR CONSULTANT, AUTHORITY (MBTA), power, high voltage distribution, fare BOOZ ALLEN & HAMILTON BOSTON, MA collection, systems assurance and integration submittals prepared by BALTIMORE, MD Systems Design Manager who the design-build-operate contractor. Senior Consultant responsible for directed and managed the team Managed systems estimates for providing multi-disciplinary systems providing systems conceptual design planned extensions. engineering services for multiple services for the third phase of MBTA's projects. Project work included BRT program, the Silver Line. The DALLAS AREA RAPID TRANSIT resident engineering and alternatives program consists of an underground (DART) START-UP LIGHT RAIL analyses for fare collection, system busway with future provisions for SYSTEM, DALLAS, TX safety test program overhaul and light rail transit. Breadth of systems maintainability analysis for signaling included controls, signaling, Project Engineer who provided FTA and framework assessment modeling communications, power, catenary, program management oversight of and maintenance record inspections tunnel ventilation and electrical and the DART's start-up light rail system. for rail vehicles. mechanical service equipment. Audited DART's management and quality assurance processes. LIGHT RAIL EXPANSION, PORT AUTHORITY OF ALLEGHENY GEC, VIRGINIA RAILWAY COUNTY (PAAC), EXPRESS (VRE), PITTSBURGH, PA ALEXANDRIA, VA Deputy Project Manager responsible Project Manager who directed and for systems construction management managed the team providing general team for the FFGA-funded Light Rail engineering services to the VRE, a Expansion Program. Team provided commuter rail agency operating two owner representative services for lines in northern Virginia. Performed the client, including design review, assignments on a task order basis. procurement support, interface The scope of work included planning, management, scheduling and engineering, architecture, systems, estimating, quality, safety certification, track, construction management and integrated testing and startup and inspection and vehicle-related services changes and claims support. Scope of necessary to meet VRE's capital needs. systems included an operations control center, signaling, communications, traction power substations and overhead catenary. 102 : INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING LARRY PRESCOTT, PE, LEEDv` AP FINANCIAL PLANNING RELEVANT EXPERIENCE �1 • y Larry Prescott offers more than 32 years of engineering experience • with recent, relevant experience in streetcar construction engineering and inspection (CEI). With his extensive experience at HNTB, he has firsthand knowledge of multiple roles, from resident engineer on multiple transit and complex roadway projects including movable FIRM HNTB Corporation bridges to transit system operations and maintenance. Larry has LOCATION most recently held multiple roles on the Atlanta Streetcar design- Atlanta,GA build (DB) project which includes a 2.7-mile alignment in a dense, EDUCATION urban corridor, overhead catenary system, maintenance facility, and B.S., 1989 These roles Civil Engineering, Southern College of manager P Technology, 12 stations. Thles included designfor the conceptual g design, utility coordination lead, CEI resident engineer, and consultant REGISTRATIONS& CERTIFICATIONS during the streetcar's first two years of operations and maintenance Professional Engineer-Georgia (2002) LEED Accredited Professional(2009) (0&M). The project included multiple funding sources including local, state and federal Transportation Investment Generating Economic YEARS OF EXPERIENCE 32 Total Recovery (TIGER) grant funding. Lorry's cradle to grave experience has given him a unique perspective on the development and delivery AVAILABILITY 30% of successful streetcar projects. Larry has also performed CEI services for the Metropolitan Atlanta Rapid Transit Authority's (MARTA) RELATED PROFESSIONAL SERVICES 27,000-square-foot consolidated communication center for rail, bus Bicycle and Pedestrian Planning and police operations as well as the North Springs Station/Georgia Station Area Planning 400 Southbound Fly-over Access Ramp in Atlanta which included a 1,000-foot curved steel girder bridge ramp superstructure spanning over the Georgia 400 into the North Springs Station. MARTA, GENERAL ENGINEERING CONSULTANT (GEC), MARTA, ATLANTA, GA Project Manager, Design Manager, Construction/Implementation Manager and previously, Quality Assurance (QA) Director, responsible for maintenance and rehabilitation work related to the MARTA rail stations, rail and bus maintenance facilities, and bridges, with the possibility of greater work in the future. HNTB's Atlanta office has a long, successful history on MARTA projects extending back more than 25 years. Atlanta staff has provided design expertise on tunnel line sections, aerial line sections, stations and access ramps. 103 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE The following projects were included in Brady Mobility Bus Maintenance the GEC: facility (DB documents), the Hamilton Bus Maintenance Atlanta Streetcar — Design facility (expansion planning), the Manager for the TIGER I Avondale truck lift rehab (design) & II engineering concept and the Stonecrest Park and Ride development/DB providing facility (design) — Oversaw the multiple services including planning, concept development, concept development/DB financial planning/cost estimating documents, utility coordination and designs while coordinating and provided construction stakeholder involvement. technical/project interface to Responsibilities included design, the DB contractor, MARTA, stakeholder communications, City of Atlanta and Atlanta project management and Improvement District stakeholders. capital and operating cost Responsibilities included estimating. Also, part of the value alignment design/oversight, engineering team tasked with project management, financial reviewing the design documents planning, capital and operating for the Buckhead Pedestrian cost estimating/reconciliation, Bridge project. construction management, technical inspection and systems- VALUE ENGINEERING GEC, vehicle-maintenance facility testing GEORGIA DEPARTMENT OF oversight. CEI roles included TRANSPORTATION (GDOT), stakeholder coordination, city permitting, maintenance of traffic, ATLANTA, GA design inspection and public/ private communications. Structural and Bridge Design Engineer providing value engineering review services on various GDOT Integrated Operations Center transportation projects exceeding (IOC) — Structural designer $10M. Duties included project and Resident Engineer duties for documentation and site review, the IOC, a 27,000-square-foot financial analysis, cost estimating and consolidated communication recommendation reporting. center for rail, bus and police operations. The multi-discipline project renovated an existing facility for the IOC and expanded for the Emergency Operations Center. Responsibilities include design, project management, cost/schedule management, construction management, inspection and testing oversight. 104 HNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING MICHELLE RUTISHAUSER ENVIRONMENTAL .,�• RELEVANT EXPERIENCE t� Michelle Rutishauser is an environmental scientist with 14 years of experience in environmental consulting. Michelle's experience • includes Environmental Resource Permit (ERP) and Section 404 permitting, ecological and hydrological assessments, threatened and endangered species surveys, relocation, Section 7 consultations FIRM and the preparation of National Environmental Policy Act (NEPA) HNTB Corporation documents. Michelle's additional expertise includes geographic LOCATION information system (GIS) analysis including habitat mapping, spatial Tampa, FL editing and analysis and aerial photo interpretation. EDUCATION B.S., Biology, University of South Florida, 2007 Graduate Certification,Wetlands and Water GENERAL ENGINEERING CONSULTANT (GEC), FLORIDA Resource Management,University of Florida,2015 DEPARTMENT OF TRANSPORTATION (FDOT) DISTRICT 1 , DISTRICTWIDE, FL REGISTRATIONS& CERTIFICATIONS Environmental Scientist working in the Environmental Management Office FDEP,Qualified Storm water Management Inspector FDEP,Wetland Delineation Course (EMO) of District 1 conducting project development and environment (PD&E) reviews for state and federally funded projects involving wetlands YEARS OF EXPERIENCE and surface water impacts, state and federal flora and fauna species 14-ot`.I and Section 4(f) resource, including archaeological/cultural resources and public lands. Additional experience also includes conducting AVAILABILITY reevaluations for design, right-of-way and construction authorization. Her 40experience also includes planning and participating in public hearings RELATED PROFESSIONAL SERVICES as well performing quality control and assurance reviews for a variety of projects. Transportation Planning OLD DIXIE TRAIL FROM AUBURNDALE TO HAINES CITY Complete Streets FEASIBILITY STUDY, FDOT DISTRICT 1 , POLK COUNTY, FL Integration of Transportation and Land Use Deputy Project Manager and Environmental Lead for the feasibility/PD&E Study for a potential trail facility between the Auburndale Trailhead and Bicycle and Pedestrian Planning the Haines City Trailhead, a 12-mile corridor in Polk County. The intent of the trail is to provide regional connectivity that will offer economic and recreational benefits. On-going effort for this project includes performing an analysis of potential trail corridors based on a variety of evaluation criteria, conduct a public involvement program, including stakeholder outreach, to develop a purpose and need for the project and prepare a Feasibility Report. LAKELAND AREA ALTERNATIVES ANALYSIS PD&E, FDOT DISTRICT 1 , POLK COUNTY, FL Environmental Lead for this feasibility/PD&E study that focuses on providing a clear Planning to Environmental Linkage (PEL) to determine a multimodal approach for improved transportation planning throughout the northern portion of Lakeland. The study area is bounded by Kathleen Road to the west, US 92 to the south, 1-4 to the north and Lakeland Hills Boulevard to the east. Innovative data collection are being used. 105 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE SR 75 (US 231) FROM SR 30A SR 60 FROM VALRICO ROAD SR 686 (ROOSEVELT (US 98) TO SR 20 PD&E, FDOT TO DOVER ROAD, FDOT BOULEVARD) FROM 49TH DISTRICT 3, BAY COUNTY, FL DISTRICT 7, TAMPA, FL STREET BRIDGE TO NORTH OF Project Manager and Environmental Environmental Scientist for the ULMERTON ROAD ROADWAY Lead for the PD&E of this critical widening of SR60 from Va!rico IMPROVEMENT PROJECT, north/south roadway which services Road to 2000 feet east of Dover FDOT DISTRICT 7, TAMPA, FL as a primary hurricane evacuation Road, a distance of 2.408 miles. route. The purpose of the PD&E is to The existing roadway is a four Environmental Scientist for the determine the feasibility of widening lane, rural divided facility and the reconstruction of SR 686 to a six SR 75 (US 231) from four to six proposed improvements area six lane divided, controlled access lanes throughout the project limits lane high speed urban typical section expressway. Conducted ArcMap while improving the safety and level divided by a 30-foot raised grass GIS mapping and analysis; wetland of service (LOS). On-going effort median. Additionally, four proposed delineation in accordance with the for this project includes preparing a stormwater management facilities and state and federal rules, environmental Wetland Evaluation and Biological two floodplain compensation sites will assessment of the proposed pond Assessment Report (WEBAR) for be required. As the environmental sites and preparation of the ERP the 20-plus-mile corridor, including lead, responsibilities included environmental documentation and wetland assessments of all systems delineating wetlands and surface improve deceleration lengths at within 300 feet of the project right- waters within the project limits in locations where existing lengths are of-way, conducting protected species accordance with state and federal deficient. Additional upgrades will surveys, including gopher tortoise rules, performing an environmental be made along the project which surveys, performing Panama City assessment of proposed pond includes construction of pedestrian crayfish dip-net surveys and protected sites and floodplain compensation features at the intersection of SR 52 plant species pedestrian surveys. areas, and preparing of the ERP and SR 45 (US 41) and limited signal Anticipated class of action is a State environmental documentation. modifications. Environmental Impact Report(SEIR). SR 60 FROM TURKEY CREEK 1-4 EXPRESS LANES ROAD TO CLARENCE PD&E, FDOT DISTRICT 7, GORDON, JR. ROAD, FDOT HILLSBOROUGH AND POLK DISTRICT 7, TAMPA, FL COUNTIES, FL Environmental Scientist who Environmental Scientist for this study conducted ArcMap GIS mapping to determine the need for managed and analysis, wetland delineation lane improvements along 1-4 from in accordance with the state and east of 50th Street to Polk Parkway federal rules, prepared environmental in Hillsborough and Polk Counties, documentation for the ERP, conducted approximately 21 miles. It includes gopher tortoise surveys in accordance the coordination with the proposed with Florida Fish and Wildlife managed lanes from the 1-275 Conservation Commission guidelines. downtown Tampa interchange area Project includes improvements to to just east of 50th Street and the SR 60, including signalization 1-4/1-75 interchange connection. As upgrades and five-foot-wide sidewalks the environmental lead, prepared the on both north and south sides of the WEBAR which included conducting road. wetland assessments of all systems within 300 feet of the project right- of-way, conducted protected species surveys, including scrub-jay callback surveys, sand and blue-ta led mole skink pedestrian surveys, gopher tortoise surveys and federally protected plant surveys. 106 INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 44.- RORY SANTANA, PE, PTOE ADAPTIVE SIGNAL TIMING RELEVANT EXPERIENCE t� ,- y '. Rory Santana is an accomplished senior intelligent transportation ' system (ITS) and traffic operations engineer serving HNTB's South Florida transportation infrastructure clients. Rory has 36 years of multi-faceted experience having served in significant roles at District 6 at the Florida Department of Transportation (FDOT). He possesses FIRM intimate knowledge of the Department policies, procedures and HNTB Corporation programs. He has led the delivery of innovative transportation LOCATION solutions in the Miami-Dade and Monroe Countyregions while Miami, FL g working at the Department. The projects, programs and services led EDUCATION B.S,Civil and Ocean Engineering, by Rory have advanced the state of practice in the industry. University of Miami, 1982 REGISTRATIONS& CERTIFICATIONS ITS, FDOT DISTRICT 6, MIAMI, FL Professional Engineer-Florida, (1988) Professional Traffic Operations Engineer(2003) ITS Manager responsible for overseeing the ongoing planning, implementation, operations and maintenance of the ITS program in YEARS OF EXPERIENCE Miami-Dade and Monroe Counties, as well as the daily operations of 35 Total the SunGuide= Regional Transportation Management Center (RTMC). Held leadership roles in several significant transportation enhancement AVAILABILITY efforts, most significantly serving as the team leader for the launching 15% of a congestion relief plan which introduced the Interstate 95 Express RELATED PROFESSIONAL SERVICES High Occupancy Toll Lanes and Ramp Signaling System. As the team leader for 95 Express, responsible for the day-to-day operation and future Smart Growth expansions. Additionally, oversaw all ITS deployments and programs, including traffic surveillance, incident management, traveler information Livable Cities dissemination, etc. Responsibilities included all administrative functions Complete Streets necessary in operating, maintaining and staffing the RTMC. Transit Planning REGIONAL CONCEPT OF TRANSPORTATION OPERATIONS Urban Design (ROTO), FDOT DISTRICT 6, MIAMI, FL Traffic Operations Engineer responsible for charge of traffic engineering Traffic Engineering and operations of the State Highway System in this highly congested and diverse region. Responsibilities included operational and safety analysis, project identification, planning and production, monitoring and aligning with local activities, access management, permit reviews, development of regional impact reviews and traffic calming, as well as oversight of the extensive implementation and expansion of a regional ITS, including the conceptualization, implementation and eventual operation of the SunGuide"°' RTMC. 107 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE SR 90/US 41/SW 8TH FDOT DISTRICT 6 STREET & SW 7TH STREET PROJECT DEVELOPMENT & Design and Construction Projects — Senior Design Project ENVIRONMENT (PD&E) STUDY, Manager for major complex FDOT DISTRICT 6, MIAMI, FL design projects with construction responsible for roadway, Senior Transportation Systems transit, signalization, bridges Management and Operations and environmental mitigation. (TSM&O) Engineer developing Developed the scope of services the TSM&O plan and Systems and participated in the selection Engineering documents for the project. of consultant firms. Directed and assisted selected consulting firms TSM&O PROGRAM GENERAL in developing, analyzing and ENGINEERING CONSULTANT, final preparation of construction FDOT DISTRICT 6, MIAMI-DADE plans. AND MONROE COUNTIES, FL 0 South Dade Maintenance — Maintenance Engineer Senior TSM&O Engineer assisting in responsible for performing the development of FDOT District 6 administrative, engineering TSM&O Program initiatives such as and supervisory duties related the TSM&O Strategic Plan, TSM&O to managing the then largest presentations and outreach material. maintenance yard in the State of Florida. Directed the routine STATE HIGHWAY SYSTEM maintenance and emergency repairs of state roadways, TRAFFIC OPERATIONS, FDOT bridges, structures and facilities. DISTRICT 6, FL Project Development and Environment — Senior Project Traffic Operations Engineer Development Manager for responsible for charge of traffic major transportation projects engineering and operations of by directing, reviewing and the State Highway System in this monitoring the activities of highly congested and diverse PD&E consultants. region. Responsibilities included operational and safety analysis, project identification, planning and production, monitoring and aligning with local activities, access management, permit reviews, development of regional impact reviews and traffic calming. Oversaw the extensive implementation and expansion of a Regional ITS including the conceptualization, implementation and eventual operation of the SunGuide' traffic management center. 108 HNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING STEVE SCHANTZEN, PMP SCHEDULING-.47.7.7/‘ RELEVANT EXPERIENCE fg Steve Schantzen has 14 years of construction, estimating, and scheduling experience on heavy civil infrastructure projects. Steve specializes in construction scheduling and is a certified planning and scheduling professional. His experience includes assembling and managing various schedules and integrating them into construction FIRM utilizing master planning schedules, monthly construction schedule HNTB Corporation reviews, time impact analysis, contract time determinations and LOCATION integrated master program schedules. He has also provided Detroit, MI design-build coordination on transit, freeway, interchange and EDUCATION j ro e brill projects, including managingdesign d project scope, B.S.,Construction Engineering, g P g gn anP I North Dakota State University,2005 constructibility analysis, value engineering, cost control and REGISTRATIONS& schedule management. Steve is experienced using (Sage) Timberline CERTIFICATIONS AACE Planning and Scheduling Professional(2014) Estimating software, HCSS, Primavera Project Scheduler (P6/P3), MicroStation, InRoads, E-Builder and Primavera Contract Manager. YEARS OF EXPERIENCE -acl Steve leads a group of professional staff providing project controls AVAILABILITY services across the nation, including cost estimating, scheduling, 20 constructibility, document control and risk management. RELEVANT EXPERIENCE Transportation Planning INDYGO RED LINE BUS RAPID TRANSIT (BRT) CONSTRUCTION MANAGEMENT CONSULTANT, Complete Streets INDIANAPOLIS, IN Economic and Financial Analysis Project Controls Manager for implementation of a new, all-electric BRT Transit Planning system for Marion County and the City of Indianapolis. Responsibilities include overseeing the schedule, budget, risk management, construction Urban Design integration and master program schedules, as well as capture monthly Station Area Planning budget and project updates to facilitate project management and oversight contractor updates for the Federal Transit Administration. The Traffic Engineering Red line BRT project will link the residential communities, institutions and businesses throughout the corridor. The project is a 13.1-mile BRT between 66th and College on the north side, though Downtown Indianapolis to the University of Indianapolis campus on Shelby Avenue. Specific services include pre-construction support from the start of 60 percent design engineering and procurement documents for right-of-way and BRT station improvements within the project limits, as well as the procurement of communications, fare control and closed-circuit television equipment to be installed. In addition, HNTB will provide construction management support services for roadway improvements and BRT station structures. 109 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE 1-94 MODERNIZATION STREETCAR AND State's Shared Service Centers on OWNER'S REPRESENTATIVE MAINTENANCE STORAGE assisting Districts with pre-construction SERVICES, MICHIGAN FACILITY, ORANGE schedule creation and analysis, conDEPARTMENT OF COUNTY TRANSPORTATION and matingschedu.e erponview support and cost estimating. Responsibilities TRANSPORTATION (MDOT), AUTHORITY, ORANGE included assisting in the development DETROIT, MI COUNTY, CA of standard processes, tools and checklists, providing quality assurance Project Controls Manager overseeing Project Controls Manager responsible for pre-construction schedule updates the program schedule, budget, for performing final design services for and modifications to more than document control and additionally the plans specifications and estimates 500 Metro District schedules, as providing construction packaging for the streetcar. Responsibilities well as conducting baseline and and constructibility support. HNTB include providing overall construction progress update reviews for MnDOT is providing owner's representative schedule analysis with contract time, construction contractor schedules services to MDOT to support the phasing and staging guidance and that are built in MnDOT's enterprise reconstruction of 6.7-mile portion independent cost estimates for the structure. of 1-94 freeway in Detroit from 1-96 30, 60 and 90 percent and the final to Conner Avenue that serves as design. The project seeks to design CPM SCHEDULING SERVICES, the gateway to Detroit. The project and construct a four mile modern MDOT, LANSING, MI includes freeway modernization, streetcar line through the cities of safety improvements, replacement Santa Ana and Garden Grove. Quality Assurance and Quality of 67 structures and enhanced Control team member responsible for local access along the corridor. INDEPENDENT COST assisting with the implementation of an HNTB's services include program ESTIMATING SERVICES, advanced planning, scheduling and management, preliminary MINNESOTA DEPARTMENT OF cost estimating process. The services engineering, procurement and for the two-year contract consist of management oversight during TRANSPORTATION (MNDOT), providing engineering assistance construction. STATEWIDE, MN and expertise, documentation review, Lead Estimator providing change claim and dispute analysis, cost MDOT METRO REGION estimation, schedule analysis and management support for MnDOT's in addition to developing CRITICAL PATH METHOD (CPM) staff and project support, assisting review, p g SCHEDULING SERVICES, in aligning cost and quantities on special provision language for project DETROIT, MI contract change conditions. HNTB is scheduling and contractor claims and currently contracted to provide change disputes. Project Management Assistant order support, as well as training of providing as-needed CPM scheduling MnDOT staff with independent cost services to MDOT's Metro Region. estimating and construction estimating This includes quality oversight, best practices. project management tracking, training MDOT's Metro Regional PROJECT CONTROLS Construction Field Services team in COACHING, MNDOT, the use of Primavera P6, reviewing construction contractor CPM schedule ST. PAUL, MN submittals, developing contract time Scheduler and Project Controls determination schedules and revising Manager supporting the State's the CPM special provision. Oracle P6 implementation on projects with a focus on supporting 110 :•INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SUSA\ SCHRUTH FEDERAL FUNDING — =. 44;.> AGENCY COMMUNICATIONS RELEVANT EXPERIENCE (21 41 `"�. . Susan Schruth has 40 years of experience as a project manager, transit expert and innovator, including 22 years working directly for the Federal Transit Administration (FTA). Susan managed annual programs for $1 to $3 billion (B) grants and oversaw $2.5B FIRM worth of capital construction annually in her position as a regional HNTB Corporation administrator for the FTA for 10 years. Susan managed and directed LOCATION an $1 1 B in public transportation financial investments program, as Arlington. VA well as the public transportation program nationwide as an associate EDUCATION administrator for the FTA. Susan served as lead for implementation of JD, Law, Suffolk University, 1978 the American Recovery and Reinvestment Act's (ARRA) $8.4B transit M.A., Government, program. She was responsible for the FTA grant programs while in George Washington University, 1973 B.A., Political Science, D.C., including annually more than 1,000 grants, more than 200 Newton College of the Sacred Heart, 1971 triennial audits, 30 financial audits, 20 procurement audits, 30 REGISTRATIONS& Project Management Office (PMO) Report audits, among others. CERTIFICATIONS rg.n a Bo! Susan managed all aspects of the program in five Mid-Atlantic states YEARS OF EXPERIENCE and the District of Columbia as regional administrator in Philadelphia 4C`otcl for the FTA. She managed all aspects of transit projects, including AVAILABILITY four grantees with multiple, major capital projects totaling $6B, and provided oversight for $5B of construction projects planned for the RELATED PROFESSIONAL SERVICES region in the next 10 to 25 years. Susan approved and managed Transportation Planning more than 150 grants and the largest number of developing New Integration of Transportation and Land Use Starts in the country as the regional administrator in Atlanta, Georgia, and served as the FTA staff lead leading up to, and, during the 1996 Economic and Financial Analysis Olympic Games. Transit Planning FTA OFFICE OF PROGRAM MANAGEMENT, US DEPARTMENT • OF TRANSPORTATION (USDOT), WASHINGTON, DC Associate Administrator who managed and directed key program elements of an $11B Federal public transportation financial investment and assistance program to support public transportation nationwide. Responsible for oversight of investment programs, including capital construction and rehabilitation of fixed guideway infrastructure, bus and bus facilities programs, urban and rural formula assistance programs, transit safety and security program, and program oversight. These programs, totaled more than $10B annually, provided capital assistance to maintain, improve, expand and rehabilitate the nation's public transportation systems. Funds were awarded to urbanized areas, transit agencies and states through 10 regional offices. 111 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE Additional responsibilities included USDOT, FTA, PHILADELPHIA, PA USDOT, FTA REGION IV, partnering with associates and ATLANTA, GA working in a team environment on Regional Administrator and Director program requirements, engineering of Lower Manhattan Recovery Office Regional Administrator who and construction oversight, safety who administered $5B in federal represented the Secretary of and security, formula apportionments, aid to rebuild the transportation Transportation and the FTA program guidance and oversight. infrastructure. Accomplishments Administrator in all aspects of the Areas of emphasis included serving as included establishing the office, Federal transit program at the agency lead for implementation of the streamlining requirements and national, regional and local level. ARRA in 2009, which was an $8.4B processes and hiring staff, as well as Managed and directed aspects of transit program. Led in developing developing credibility and constructive the Federal transit program in eight strategy and substance for FTA's State working relationships with a myriad southeastern states and Puerto Rico, of Good Repair initiative. Served as of private, city, state and Federal including nine grantees with major lead senior executive in implementing agencies. Received awards from the capital projects under planning or five discrete grant programs for an Environmental Protection Agency construction, totaling almost $10B. unprecedented $10B in discretionary (EPA) for innovative processes that Provided oversight for over $5B of funds in FY2010. Responsible sped up project delivery while construction projects planned for for grant requirements imposed protecting the environment, as Florida in the next 10 to 20 years, on grantees, checked oversight/ well as the Presidential Meritorious including Orlando, Miami, Tri-Rail compliance and was responsible for Rank Award. As Regional and Tampa. Coordinated with Federal the substance of program regulations, Administrator, represented the Railroad Administration (FRA) on guidance federal register notices Secretary of Transportation and the several projects proposing to use every year, requirements for the buses, FTA Administrator in all aspects of private rail corridor right-of-way. parks and discretionary programs the Federal transit program at the Managed aspects of Puerto Rico's developed each year, as well as the national, regional and local level. Tren Urbano project, the country's standard practices used by the regions Managed and directed all aspects newest and most cost efficient heavy to review and oversee execution of the of the Federal transit program in five rail construction project, including grants. In addition, revised reviews, Mid-Atlantic States and the District of all environmental, procurement, continuous program improvement, Columbia, including environmental, real estate, historic preservation, solving problems, program procurement, real estate, historic Full Funding Grant Agreement, and development, implementation and preservation, Full Funding Grant planning and construction issues, management, guidance to regional Agreements, and planning and for MOS-1 and MOS-2. Managed operations for consistency and construction issues. In addition, the Federal regional participation in point for internal audit of programs' managed all aspects of transit the 1996 Centennial Olympic and financial integrity. Served as agency construction projects in the region Paralympic Games, including the loan staff lead in headquarters' efforts to including four grantees with multiple, of 1500 buses from transit properties, provide transportation planning and major capital projects under planning intelligent transportation systems service recovery assistance to transit or construction, totaling almost implementation, and advising the agencies impacted by Hurricanes $6B. Provided oversight for $5B of Olympic Committee on all aspects of Katrina and Rita. Also, testified before construction projects planned for the transportation planning and delivery. Congress on Hurricane Katrina and region in the next 10 to 25 years. Received the Secretary's Gold Medal the State Safety Oversight (SSO) and the Administrator's Bronze Medal, Program. the highest Departmental awards given for leadership and achievement in the Olympics. 112 I NTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING TERRY SHAW, PE FEASIBILITY S T U D I E S l' RELEVANT EXPERIENCE L8I %' Terry Shaw has 26 years of experience in preliminary and final ` ` roadway design, project development and environment (PD&E) /, f studies, transportation systems planning and intelligent transportation systems (ITS)/traffic operations. FIRM GENERAL PLANNING CONSULTANT, NORTH FLORIDA HNTB Corporation TRANSPORTATION PLANNING ORGANIZATION (TPO), LOCATION JACKSONVILLE, FL Jacksonville, FL EDUCATION Project Manager for this task work order contract to provide general M.S.,Civil Engineering,Louisiana State planning services. Projects include a wide range of automobile, University, 1996 pedestrian, bicycle and transit studies. The following tasks were B.S.,Civil Engineering University of Miami, 199 completed through this project: REGISTRATIONS& 0 Clay County ITS Feasibility Study CERTIFICATIONS Professional Engineer•Florida(1996) 0 Dynamic Routing of Incidents Program 0 Growth Management Reviews YEARS OF EXPERIENCE 0 Incident Management Handbook 26 Total 0 Time4Safety Incident Management Training AVAILABILITY 40"b 0 Road Weather Information Systems and 0 Bridge Closure Concept of Operations RELATED PROFESSIONAL SERVICES 0 Regional ITS Master Plan Transportation Planning 0 Argyle Traffic Study 0 Argyle CareMore Aggressive Driving Campaign Smart Growth 0 Strategic Safety Plan Livable Cities 0 Congestion Management Process Complete Streets 0 St. Augustine Mobility Institute 0 I-95/Philips Highway Integrated Corridor Management Integration of Transportation and Land Use 0 Mobility Performance Measures and Annual Mobility Reports Economic and Financial Analysis 0 Beaver Street Corridor Study Transit Planning 0 St. Augustine Smart Parking Plan Bicycle and Pedestrian Planning • O Arlington Expressway Context Sensitive Solutions 0 North Ponte Vedra Traffic Study Station Area Planning 0 Smart Region Master Plan 0 St. Augustine For-Hire Vehicles Study 0 Ponte Vedra/Palm Valley Traffic Study 0 Context Sensitive Solutions/Complete Streets Design Guidelines and Project Prioritization Process 0 Southside-Belfort Road Transportation Management Area Plan 113 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE TRANSPORTATION equilibrium and using CUBE and SYSTEMS MANAGEMENT dynamic traffic assignment using AND OPERATIONS TRANSMODELER. The project includes inclusion of econometric modeling (TSM&O) CONSULTANT, for the prioritization of projects FLORIDA DEPARTMENT OF and a commodity flow-based truck TRANSPORTATION DISTRICT 2, model for intermodal shipments. The JACKSONVILLE, FL project also includes the definition of a program plan for a regional Project Manager and Engineer transportation authority and funding of Record for evaluation and alternatives analysis. In the recent implementation of TSM&O projects in Federal Highway Administration District 2. Conducted evaluations of certification process, the LRTP received ramp metering, hard shoulder running, no corrective actions and noteworthy bicycle and pedestrian enhancement, practices for freight planning, freight, adaptive signal control systems inclusion of ITS/transportation systems and integrated corridor management management and operations and and provided in-house staff support on engagement of young people in the an as needed basis. planning process. SOUTHWEST BUS RAPID GENERAL PLANNING TRANSIT (BRT), JACKSONVILLE CONSULTANT, MIAMI-DADE TRANSPORTATION METROPOLITAN PLANNING AUTHORITY, ORGANIZATION, MIAMI, FL JACKSONVILLE, FL Lead Technical Professional for the Project Manager and Engineer of US 1 Palm Drive Interchange Study, Record for the preliminary and final Port of Miami Access Study (People design phases of the First Coast Flyer Mover System Expansion) and Port Southwest BRT project. The project is a of Miami TIGER Grant Application 13-mile corridor from the Orange Park for Electrification of Rubber Tired Mall to Downtown Jacksonville and Gantries. includes 16 standalone BRT stations, four intersection improvements for queue jump lanes, transit signal priority at 23 intersections, ITS improvements, 3-miles of sidewalk improvements and reconfiguring the SR 21 bridge over CSX and US 17 to implement a multi-use path. NORTH FLORIDA 2040 LONG RANGE TRANSPORTATION PLAN (LRTP), NORTH FLORIDA TPO, JACKSONVILLE, FL Project Manager for the development of the LRTP for a seven-county region. Unique elements of the plan include innovative public involvement techniques, development of a new activity-based forecasting model using DAYSIM and POPGEN with 114 INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 4k JONATHA\ STARTIN, ,' CENG, MICE ;< FINANCIAL PLANNING ft ' RELEVANT EXPERIENCE l41 `-N-- -. v Jonathan Startin brings 36 years of experience from a wide range of transportation projects, specializing in providing technical procurement, transaction and contracts advice to public agencies using alternative delivery, particularly privately financed public FIRM private partnership (P3) projects. His experience includes over 10 HNTB Corporation years in the U.S. and five years in Asia working for both public LOCATION agencies and concessionaires on a wide variety of transportation Pas. Austin,TX Jonathan's specialty is developing procurement documents for public EDUCATION agencies and has vast experience successfully completing deals B.S.,Civil Engineering, University of Leeds, 1980 across multiple jurisdictions, many of which are now operational. REGISTRATIONS& CERTIFICATIONS UK Institution of Civil Engineers STAFF AUGMENTATION SERVICES, VIRGINIA DEPARTMENT YEARS OF EXPERIENCE OF TRANSPORTATION (VDOT), RICHMOND, VA 36-crl Technical Lead for VDOT's Office of P3 staff augmentation services. Task AVAILABILITY 10',, work order-based contract that provided business management services for VDOT's program, including project screening and business case assessment. Duties included independent operations and maintenance •RELATED PROFESSIONAL SERVICES (O&M) estimates for the northern extension of the I-95 high-occupancy toll lanes project and the southern extension of the 1-95 to Fredericksburg. Transportation Planning 1-55 MANAGED LANES PROJECT, ILLINOIS Integration of Transportation and Land Use DEPARTMENT OF TRANSPORTATION (IDOT), CHICAGO, IL Economic and Financial Analysis Technical P3 Advisor for the proposed 25-mile express toll lanes project responsible for all operations, maintenance and life-cycle aspects of the project to develop a business case ahead of a formal procurement, in addition to the development of technical papers to support industry outreach, the procurement approach and a request for qualifications. Responsibilities included for development of life-cycle risk transfer strategies and operational interface management for the express toll lanes and adjacent general purpose lanes. BRENT SPENCE BRIDGE PROGRAM, OHIO DEPARTMENT OF TRANSPORTATION (ODOT), CINCINNATI, OH Advisor responsible for pre-procurement advice, including recommendations for transaction structure and development of a bi-state agreement to govern the joint procurement by the states of a P3. This included technical inputs to an options analysis report that sets forth the potential delivery and financing options and compares their benefits, costs and risks. State agencies anticipated the use of a blend of public and private finance and single-point responsibility for delivery using a contract that would transfer life cycle risk to a private entity over a 35-year period. 1 115 a MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE PORTSMOUTH BYPASS P3, GOETHALS BRIDGE ODOT, PORTSMOUTH, OH REPLACEMENT, PORT AUTHORITY OF NEW YORK Advisor to ODOT for the procurement AND NEW JERSEY, STATEN of the availability payment Portsmouth Bypass P3. As ODOT's first P3 ISLAND, NY/ELIZABETH, NJ the project includes the design, Senior Project Director and Technical construction and maintenance of a Advisor supporting the Goethals rural roadway in an area with major Bridge Replacement P3 post-financial earthwork presenting geotechnical challenges. Responsibilities included close, working as part of the Port Authority's support team in review the development of the payment mechanism, O&M performance of contract deliverables. The project requirements and coordination of the is an availability payment project approach to the procurement. Worked under which the developer builds closely with legal and financial now and is paid later according advisors to develop request for to his achievement of maintenance qualification documents that allowed performance requirements over a a successful competitive procurement period of 35 years after substantial to proceed to schedule, providing completion. As the first project of its type in the region, responsibilities technical support to facilitate implementation of federal financing include advising the Port Authority on under the Transportation Infrastructure commercial terms and the assessment Finance and Innovation Act program. of developer-provided maintenance This pursuit included all aspects of plans for contract compliance. the procurement process, including attendance and proprietary meetings STRATEGIC AND FINANCIAL with proposers and assistance with ADVISOR, IDOT, IL proposal evaluation. Strategic Transaction Advisor HARBOR BRIDGE, who led the technical delivery of TEXAS DEPARTMENT OF multiple alternative delivery studies, including preliminary value for money TRANSPORTATION (TXDOT), studies, project screening studies CORPUS CHRISTI, TX and development of a P3 guidance and procedures manual for a state Procurement Advisor to TxDOT for the Department of Transportation that was proposed replacement of the existing new to alternative delivery methods. bridge with a new cable stayed He led the multi-disciplinary technical, structure and the construction of financial and legal team for the winning several miles of new approach roads, re-bid of these services in 2012. including rehabilitation and widening of the existing 1-37. Responsibilities included the development of position papers to assist on key procurement and commercial decisions, such as the selection of appropriate design life, handback specifications and lane closure deductions. The project is to be delivered as a design-build with a 25-year operations and maintenance period. Operations and maintenance performance requirements were also developed in consultation with TxDOT's bridges and roadway specialists. 116 NNTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING ' �_,;. 4. tS r ' '.? ._ti_ ,, RELEVANT EXPERIENCPE SCOTT SUGAR UBLIC INVOLVEMENT U Scott Sugar is a transportation planner and geographic information systems (GIS) analyst with more than nine years of experience in transportation planning. He has participated in various public involvement efforts and brings experience presenting proposals and projects to city councils, state representatives and grass-roots FIRM organizations. HNTB Corporation LOCATION Aticrta,GA REGIONAL CONCEPT FOR TRANSPORTATION EDUCATION OPERATIONS (RCTO), FLORIDA DEPARTMENT OF B.S., Urban and Rural Planning cnd Physical TRANSPORTATION (FDOT) DISTRICT 6, MIAMI, FL Geography(GIS),Appalachian State University Transportation Planner and GIS Analyst responsible for the development YEARS OF EXPERIENCE of a RCTO for a managed lane network (MLN) in South Florida. The 9 Torn' MLN RCTO was a groundbreaking effort and as such the foundational AVAILABILITY framework developed for the region is expected to serve as a model Tr, throughout the country. The RCTO facilitated the deployment of each individual managed lanes facility as a part of an overall interconnected multi-jurisdictional network to function and operate as a seamless, region wide network of unobstructed managed lanes utilizing variable toll/ congestion pricing strategies. The RCTO provided guidance and oversight on operations, design, intelligent transportation systems (ITS), incident management, toll price structure and administration, business rules, RELATED PROFESSIONAL SERVICES enforcement, integration of transit, financing and communications. Transportation Planning PUBLIC INVOLVEMENT MANAGEMENT APPLICATION Smart Growth (PIMA), GEORGIA DEPARTMENT OF TRANSPORTATION (GDOT), SAVANNAH, GA Complete Streets Project Manager that is responsible for making sure PIMA was developed, Integration of Transportation and Land Use customized and implemented for GDOT's Major Mobility Investment Program (MMIP). PIMA was first used on the I-95/I-16 Interchange Economic and Financial Analysis project. Since that project, GDOT has implemented HNTB's public involvement tool for all system wide MMIP projects moving forward. Transit Planning PIMA, METROPOLITAN ATLANTA RAPID TRANSIT Bicycle and Pedestrian Planning AUTHORITY (MARTA), ATLANTA, GA Station Area Planning Project Manager responsible for ensuring PIMA was customized for public meetings regarding the MARTA expansion plan. MARTA decided Traffic Engineering to implement PIMA to make their public outreach more interactive and engaging in response to a recent sales tax passed affecting the City of Atlanta. PIMA equips MARTA to provide better customer service and streamlines day-to-day activities, in addition to providing information to the public regarding future projects and funding options. • • 117 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE GIS REAL ESTATE DATABASE services in a centralized downtown METRO ATLANTA MANAGEMENT WEB location to serve as a connection OPERATIONAL PLANNING APPLICATION, MARTA, link for the people of metro Atlanta STUDY, GDOT, ATLANTA, GA and beyond. Performed database ATLANTA, GA management for a variety of modes, data collection and created base and Transportation Planner evaluatinglow Project Manager for a web map that working maps for project meetings p integrates all of MARTA's properties and and public newsletters. cost options that can improve identified scanned deed compiled over 30 years bottlenecks. Responsible for database and creates a user friendly ArcOnline management, data collection, GIS map application for MARTA staff. The WEST VIRGINIA STATEWIDE and creating graphics to represent web map includes engineering and ON-CALL TRAFFIC AND recommendations for strategic low MARTA infrastructure data to make sure REVENUE STUDIES, WVDOH, cost improvements for the identified property data is exact. STATEWIDE, WV bottlenecks. The GIS analysis provided an operational assessment of the MOBILITY HUB UPDATE, Transportation Planner responsible interstate and limited access system in BROWARD COUNTY for GIS analysis assisting WVDOH metro Atlanta and was used to: METROPOLITAN PLANNING investigate the traffic and revenue ,) Identify bottlenecks along the limited potential, as well as the financing, access facilities in metro Atlanta ORGANIZATION (MPO), for various tolling projects across ) Identify and evaluate potential FORT LAUDERDALE, FL the state. The traffic and revenue estimates included the development low-cost improvements that Task Manager that utilizes GIS of a sketch planning tool to analyze can maximize capacity, such technology to update the typology of tolling concepts, a toll rate schedule as re-striping, interchange the existing mobility hubs and identify and tolling infrastructure. Task reconfigurations, ITS, signing, the locations and types of investments orders included development of in multimodal mobility. The MPO willLevel II traffic and revenue for US geometric modifications and use the findings and final outcome 35 outside of Charleston and a auxiliary lanes. to leverage public investments to statewide interstate tolling study to 0 Document a prioritized list of increase multimodal transportation assess the tolling potential along operational projects and maximize the return on West Virginia's interstates. The US 35 0 Develop a framework to identify investment. study is investigating the feasibility of bottlenecks and innovative transforming this rural corridor into a operational solutions for the WEST VIRGINIA STATE toll facility where passenger vehicles FREIGHT PLAN, WEST remain free but trucks would pay a toll. interstate system that can also be VIRGINIA DEPARTMENT applied to the arterial network. OF HIGHWAYS (WVDOH), ATLANTA TO CHARLOTTE Furthermore, a project evaluation STATEWIDE, WV HIGH-SPEED RAIL TIER 1 and prioritization framework ENVIRONMENTAL IMPACT was developed for evaluating GIS Analyst and Transportation STATEMENT (EIS), GDOT, and recommending operational Planner for this plan that will give ATLANTA, GA strategies for implementation. a comprehensive overview of the existing and future freight network. Transportation Planner responsible The freight plan provides a tool that for managing GIS data and maps will help decision makers understand related to the transit alignments, station the best areas to invest within the locations and database management/ freight transportation network. collection for the three-state corridor. Used an automated process to develop MULTIMODAL PASSENGER map books through GIS. TERMINAL (MMPT), GDOT, ATLANTA, GA Transportation Planner and Lead GIS Task Manager for this project that joins various ground and rail transit 118 :•INTB MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING .4:1741 C - RISTOPHER TILLIT, PE 7SIGNAL DESIGN t,,,..�"r RELEVANT EXPERIENCE (� Christopher Tillit has more than 12 years of experience delivering transportation infrastructure lighting and signalization design in South Florida for the Florida Department of Transportation (FDOT), Miami- Dade Expressway Authority(MDX), Florida's Turnpike Enterprise(FTE) and Miami-Dade County/local municipalities. His experience leading FIRM design and multi-disciplinary coordination for projects throughout HNTB Corporation the region has provided him a comprehensive understanding of LOCATION local lighting specifications and preferences for limited access Miami,FL • highway structures, including mainline bridges, interchange ramps, EDUCATION B.S,Electrical Engineering overhead signs and bridge under-deck luminaries. He is well-versed Florida International University,2006 in signal design requirements for high-capacity urban arterials and REGISTRATIONS & has extensive experience performing electrical reviews of lighting, CERTIFICATIONS tolling, signalization, and intelligent transportation system (ITS) Professional Engineer—Florida(201 1) Engineering Intern—Florida (2008) plans, specifications and shop drawings for FTE and MDX General Engineering Consultant (GEC) contracts. Christopher has a strong YEARS OF EXPERIENCE 12 -ot:l electrical background and performs numerous ITS assignments for AVAILABILITY the MDX and FTE. He prepares proposals, man-hour estimates, 30' design criteria packages and concept reports for miscellaneous RELATED PROFESSIONAL SERVICES electrical assignments. Urban Design GEC CONTRACT, MDX, MIAMI, FL Traffic Engineering Lead Signalization Reviewer in charge of all the signalization plan reviews of the MDX facility improvement projects for the following major corridors in Miami-Dade County, including SR 1 1 2, SR 836, SR 874, SR 878 and SR 924. Services include providing comments to all the signalization projects, request for proposal (RFP) preparation, shop drawing reviews, post design services, consultant comment resolution and feedback. Some key projects include MDX Central Boulevard Reconstruction and MDX SR 836/1-95 Interchange. GEC CONTRACT, FTE, MIAMI TO OCOEE, FL Project Engineer/Electrical Reviewer in charge of many roadway lighting, tolling infrastructure electrical, traffic signals and ITS plan reviews of all the Turnpike facility improvement projects, including major re-construction of the Florida Turnpike Service Plazas, Homestead Extension of the Florida Turnpike (HEFT) All Electronic Tolling conversions and Suncoast and Veterans Expressway Expansions. Services include providing comments to all the electrical projects, shop drawing reviews, post design services, consultant comment resolution and feedback and field reviews. 119 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RELEVANT EXPERIENCE SR 924/NW 119TH STREET SR 968 (FLAGLER STREET) HEFT AT SW 211TH STREET, ADAPTIVE SIGNAL CONTROL RECONSTRUCTION, FDOT FTE, MIAMI, FL TECHNOLOGY (ASCT) PILOT DISTRICT 6, MIAMI, FL Task Lead who designed the PROJECT, FDOT DISTRICT 6, EOR and Task Lead responsible signalized intersection on the east MIAMI-DADE COUNTY, FLfor the signalization design of six side of SW 21 1 th Street and the Project Mana ger res onsible for the intersections and three Rectangular HEFT Northbound on-ramp. This is g P Rapid Flash Beacon (RRFB)/Mid- a supplement to the HEFT widening design and development of the ASCT project to proposesignals at a Signalization Concept Plans, which Block locations along 1 .3 miles Pro I 9 were part of the FDOT District 6 RFP of SR 968 from NW/SW 27th non-signalized intersection. Performed Avenue to NW/SW 14th Avenue. field review of existing conditions, development of the ASCT Phase II Pilot ro osed mast arm and Project along SR 924/NW 119th Performed field reviews of existing locations,pd a proposed sizes traffic and Street from NW 32nd Avenue to NW conditions; proposed mast arm sizesP P 5th Avenue. Project Activities included and locations; proposed all traffic pedestrian signal heads and controller and pedestrian signal heads and requirements, and proposed loop stakeholder meetings, development sensors and detector assemblies of ASCT requirements based on controller requirements and proposed and locations, electric conduit approved vendors, development of loop sensor and detector assemblies layout, tabulation of quantities,mast signalization requirements based and locations, electric conduit layout, arm assembly, tabu) tables and CADD. on current District 6 signalization and all plans preparation and CADD. arm si n services included RFI requirements and the existingPost design services included request Post-design for information (RFI) responses, shop responses, shop drawing reviews, conditions, proposed locations of and field meetingsplan revisions. ASCT equipment, service point drawing reviews, field meetings and location coordination, pedestrian plan revisions. features improvement and managing RICKENBACKER SIGN production staff. HEFT WIDENING PACKAGE A, STRUCTURE AND FTE, MIAMI, FL MISCELLANEOUS SW 8TH STREET ASCT PILOT LIGHTING AND SIGNAL EOR and Task Lead responsible for PROJECT, FDOT DISTRICT 6; the signalization design of the HEFT IMPROVEMENTS, MIAMI-DADE MIAMI-DADE COUNTY, FL widening project. All on/off ramps on COUNTY PUBLIC WORKS, Engineer of Record (EOR) and the HEFT from South of 152nd Street MIAMI, FL 9 to North of US-1 were geometrically Task Lead responsible for themodified and the signalization design Task Lead in charge of the signal signalization design of the Adaptive accounted for additional lanes design of new pedestrian features Signal Control Plans, which wereand new mast arms for the skewed at a complex intersection in Miami- part of an FDOT District 6 in-house intersections. This effort also included Dade County. Services included signal design project for roadway andtabulation of quantities, mast arm design, pedestrian signal design signalization improvements along tabulations and all CADD design. and standard operating procedure SW 107th Avenue from SW 1 100Post design services included RFI modifications. Block to North of West Flagler Street. responses, shop drawing reviews, The ASCT plans include existing field meetings and plan revisions. configuration, proposed relocation of ASCT equipment and pay item notes detailing the specifications of the ASCT system. Coordination was performed with the manufacturer to detail information on the ASCT system in the plans. In addition, provided support in developing the project procurement documents and specifications, and provided plan and shop drawing reviews during design and construction phases. 1 2C HNTB I CALTRAN ENGINE ER'�hc: GROlf Professional Experience Mr. Calderon has over 18 years of experience in traffic/transportation engineering with a Master Degree in Civil Engineering. Mr. Calderon has been involved in managing multiple traffic and planning engineering projects with the Florida Department of Transportation (FDOT) by providing direct support in traffic and safety projects for Districts 4 and District 6. Within FDOT related contracts, he has participated actively in preliminary engineering reports. design projects. planning. development of alternatives, JUAN S.CALDERON, P.E., conceptual designs, corridor studies, simulation, GIS, as well as managing or PTOE, PTP directing projects that encompassed traffic impact studies,traffic circulation. PD&E. Traffic Studies modeling, and traffic forecasting signalization, scoping reports and safety countermeasures. In regards to FDOT D6 planning projects he has participated in Education/Training: tasks involving the EPMP program, freight planning projects, highway and traffic Master of Science in Civil data collection,functional classification/governmental jurisdictions, scoping reports. Engineering: Florida traffic operation analysis and modeling. and public involvement. International University. Miami 1999 Mr. Calderon is intimately familiar with transportation projects that involve traffic Bachelor of Science in Civil analyses. planning. traffic calming, traffic safety studies, and transit. He is also Engineering: University Santo specialized in traffic and transit data collection, traffic and transit data analysis, Tomas, Bogota, Colombia, 1997 mapping using Geographic Information System (GIS) platforms. as well as, Years of Experience: roadway design software. Some of Mr. Calderon's clients, for traffic and safety Total 17 years studies including Cities such as Coral Gables, City of Miami, City of Miami Beach. 2011-present-CALTRAN and private developers. 2006-2011 -FTE 1999-2006-Other Firms Mr. Calderon is also intimate familiar with the latest Highway Safety Manual (HSM) and the Highway Capacity Manual (HCM). He continuously participates Registration: in several trainings and was a reviewer of the HSM of chapter 4 (network •Professional Engineer in screenings Florida No.58569, 2002 •Professional Traffic Operations Engineer Key Projects No. 1301. 2004 Miami Dade MPO GPC-V09 Complete Streets, (2013-2014)-CALTRAN was a •Professional Transportation partner in the development of the latest Miami-Dade Complete Street Manual Planner No. 20. 2007 with responsibilities that included right-of-way widths assessments and level of service calculations for the three corridors identified for existing and future Proficiencies: conditions that are were included in the manual as sample projects (SW 27th •Project Management Avenue between NW 11th Street and US 1: NW 7th Avenue between NW 119th •Traffic&Safety Engineering Street and NW 12th Street and Miami Avenue between NW 42nd Street and the •Planning Engineering Miami River). •Traffic, Highway&Transit Data Collection FDOT District 6, Transportation Statistics Support No. 3, C9617 (2012- •Traffic&Transit Analysis Ongoing) - Responsible for providing engineering services to support the •Roadway Design Platforms Transportation Statistics Unit of the Planning Environmental Management Office •GIS District 6 by performing the following services: PTMS design. traffic data •Simulation collection (over 2,000 traffic stations and over 1,000 miles of road inventories) in charge of enhanced pavement management program and reporting: Contact: Office Location FDOT Neil Lyn(305) 470-5373. Miami, FL Resume-Juan S. Calderon, P.E., PTOE, PTP Professional Staff of: CALTRAN I 7 CALTRAN FDOT D6, District Wide Freight and Logistics Consultant, C9D04, (2013-Ongoing)-Project Manager responsible for assist FDOT D6 to evaluate freight plans. to develop freight strategies with the objective to incorporate within future or ongoing projects. Review and collect data related to freight project. Perform plans reviews. Perform audits to transit, airport and seaport projects and coordinate with District and private stakeholders as necessary. Contact: FDOT Dionne Richardson. (305) 470-5292. FDOT D4, Districtwide Data Collection-Analysis, (2012-Ongoing) - Traffic Project Manager responsible for providing technical and professional services in collecting and analyzing traffic and highway data for FDOT D4. Contact:FDOT Kara Schwartz. (954) 777-4364 FDOT D4, Traffic Operations Safety Study, C9845 (2012-Ongoing) - Project Manager responsible for providing traffic engineering services to the department through traffic operations and safety studies such as: Ramp safety studies, spot speed studies, safe curve speed studies. gap studies amongst others. Contact: Gannett Fleming, Nelson Castillo, P.E.. (305) 823-5662. FDOT D6, Traffic Operations Studies, C8W68, (2013-Ongoing) - Project Manager responsible for providing traffic engineering services to the department through traffic operations and safety studies such as: Turning Movement Counts, Intersection Approach counts, Travel time and delay, spot speed studies amongst others along Miami-Dade and Monroe Counties. Contact: T.Y. Lin-Claudia Diaz. (305) 567-1888. FDOT D6, Districtwide Public Transportation Consultant Services, C9769 - Miami Downtown Freight Traffic Data Collection, (2012-2014) - Project Manager responsible for providing traffic engineering services to the department. Recent task includes a task work order to provide traffic data collection services as part of the Miami Downtown Freight Traffic Data Collection within Miami-Dade County. Contact:BCC Engineering. David Rivera, P.E.. (786) 514-1378. Beacon Tradeport Community Development (Dolphin Mall) Traffic Circulation Improvement Master Plan, (2012-2013) - Project Manager, retained by the Beacon Tradeport Community Development District (CDD) to develop a Traffic Circulation Improvements Master Plan for the overall CDD. The CDD area encompasses a business/warehousing district, with its main attraction being the Dolphin Mall. In addition, the CDD has initiated a plan to develop an IKEA store by 2015 between the Dolphin Mall and NW 25th Street along NW 117thAvenue in the northwestern portion of the CDD. The purpose of the Master Plan is to improve the quality of access to the Dolphin Mall. as well as its surrounding area and future developments by creating a healthy environment for the business and visitor community for the CDD. the City of Sweetwater and Miami-Dade County. Contact: District Manager: Luis Hernandez, (954) 721-8681. Project Development and Environment (PD&E) Study Services for the US-1 Express Lanes along the South Miami-Dade Bus Way from SW 344th street to SR 826 (Palmetto Expressway) I Dadeland South FMN: 20003.011, RFQ10-05, MDX. (2010-2011) - Project Manager in charge of performing a roadway Study for the potential implementation of managed lanes within the South Miami Dade Busway right-of-way ('the Corridor') to include tolled, congestion priced lanes as a by-pass to the heavily congested US-1 while increasing the level of service of bus transit and possibly generating revenue to expedite other transportation and transit improvements in the Corridor. Activities performed under this contract included: Public Involvement; Data Collection: and Engineering Analysis and Reports. Contact: Gannett Fleming, Carlos Cejas. P.E.,(786) 845-9540. Resume-Juan S.Calderon. P.E.. PTOE, PTP Professional Staff of: CALTRAN CALTRAN Professional Experience Mrs. Liu has a wide-range of experience in consulting engineering and throughout her 20 year career. Her experience includes more than fifteen years providing project management services to various GIS, planning. studies and data collection projects. Mrs. Liu has produced a vast amount of scoping reports J r for reconstruction and resurfacing roadway projects and has been involved in numerous roadway design and planning projects in FDOT. Additionally, she = was involved in the Pavement Management Process since it was first ac \ ; y implemented in FDOT District Six. Key Projects Jeannelia Liu, P.E. Data Collection FDOT D6, Transportation Statistics Support No. 3, (2013-Ongoing) - Quality Control Supervisor responsible for providing engineering support at the Intermodal Education: Systems Development Office in District 6 and amongst other tasks includes; Bachelor of Science in Civil PTMS design through work program projects: Roadway Characteristic Inventory Engineering: University of data collection and review; enhanced pavement deficiency evaluation and Miami, 1996 reporting. Contact:Neil Lyn, (305)470-5373. Years of Experience: FDOT D4, Districtwide Data Collection, (2005-Ongoing) - Project Manager Total 20 years responsible for the supervision of the traffic and roadway data collection and 2014 Present CALTRAN analysis for the Statistics Unit in the Planning Office. Project's assignments 2003-2014-BMcD includes 24, 48. & 72 hr traffic counts, researching and recording data into the 1996-2003 with other firms Roadway Characteristics databases, Straight Line Diagrams (SLD), traffic counts, jurisdictional transfers, and GIS services. She also provided in house Registration: engineering support services for four years in FDOT District Six, Miami, Florida. • Professional Engineer, Contact:Newton Wilson. (954) 777-4638. Florida 57565.since 2001 FDOT D6, Public Transportation Consultant, (2012-Ongoing) - Quality Proficiencies: Control Supervisor responsible to provide studies. perform evaluations, develop •Project Management strategies, and secure funding for highway, transit, rail, freight and seaport •Transportation Engineer projects while enhancing performance for all transportation modes. Those •Signalization Design analyses require capabilities to collect data, assess the context, validation of •ArcView data, analysis of demands, forecasting and growth, and provide sound •ArcGIS engineering design and construction judgments in conjunction to responding to •Data Management public and private stakeholders concerns. MOT for railroad closures are also •RCI and HPMS prepared. Contact:Dionne Richardson. (305)470-5292. •Traffic Counts FDOT D6, District Wide Freight and Logistics Consultant, C9D04, (2013- Office Location Ongoing) - QA/QC Manager responsible for assisting FDOT D6 to evaluate Miami,FL freight plans, to develop freight strategies with the objective to incorporate within future or ongoing projects. Review and collect data related to freight project. Perform plans reviews. Perform audits to transit, airport and seaport projects and coordinate with District and private stakeholders as necessary. Contact: FDOT Dionne Richardson. (305) 470-5292. FDOT D6, Districtwide Plans Reviews, (2013-Ongoing) - Senior Engineer responsible for reviewing FDOT and LAP projects during all phases of design. Contact:Jesus Mustafa. (954)744-4691. 3 Resume-Jeannelia Liu, P.E. Professional Staff of: CALTRAN —e CALTRAN FDOT D6, Short Range Project Development Consultant, (2006-2010) - Project Manager for pavement management enhancement projects within Miami Dade and Monroe counties in which recommended improvements and preliminary cost estimates need to be prepared. She is also managing highway and traffic data collection assignments under this project. Under this project, a scoping report is produced to assess existing conditions on the project based on requirements from Chapter 25 of the Plans Preparations Manual "Florida's Design Criteria for Resurfacing, Restoration and Rehabilitation (RRR)of Streets and Highways. The assessment includes physical and operational conditions, and a safety assessment, as well as ADA Compliance. Contact:Neil Lyn(305)470-5373. FDOT D4, Districtwide Planning & Environmental GIS General Consultant, (2005-2014) - Project Manager responsible to provide GIS services to supplement the FDOT's District Four PL&EM Staff. Support areas include but are not limited to: organization and maintenance of GIS data library, geographical information systems (GIS)on-site application support, development of office specific GIS applications, website programming, training, and miscellaneous general services to support planned and ongoing production efforts as directed by the FDOT. The GIS consultant shall function as an extension of FDOT's resources. Contact:Min Tang Li, (954) 777-4652. FDOT D6, Districtwide Public Transportation Consultant, (2003-2008) - Project Manager for this Districtwide Public Transportation Consultant contract. Burns & McDonnell provided general consulting services in support of multi-modal planning in the District in five areas: aviation, transit, intermodal, ports, and rail. Under this contract, BMcD provided airport/heliport inspections, Vehicle inventories and workshops for FTA 5310 & 5311 Programs, project management site visits to Miami International Airport South Terminal Program, plans reviews, rail data collection, and commuter assistance sign placement design, among others. Contact:Paola Baez, (305)470-5333(no longer at DOT). FDOT D6, Districtwide Plans Reviews, (2009-2012) - Project Engineer responsible for all aspects of the scoping reports during draft and final phases. She also reviewed roadway design plans. She posted the comments in the ERC and attended review meetings.Contact:Erenia Nagid(retired), (305)470-5469. MDAD, Miami International Airport, Perimeter Road Realignment, (2005-2007) -The project consisted of the re- alignment of Perimeter Road to accommodate the new Southeast Gate and a new employee parking lot adjacent to the east side of Miami International Airport. Engineering services included design, construction document development, permitting, and construction administration. Work activities included a new 4-lane divided road, exfiltration trenches and drainage structures, lighting, a new signalized intersection, signing and pavement marking, and a surface parking lot. Mrs. Liu served as the Project Engineer for the design and construction documents development of the signalization plans.Contact: Tyrone Browne. (305) 876-0529. City of Miami Beach Neighborhood Capital Improvement Program, Flamingo Neighborhood Improvements (2003-2007) - Project Engineer. Responsible for the supervision of the master plan, preliminary design, and cost estimating of above and under-ground improvements to the right-of-way infrastructure of the "Flamingo" neighborhood in Miami Beach. The Flamingo neighborhood encompasses more than a square mile of city streets. The scope of the work includes aboveground improvements including: streetscape design, street lighting, traffic calming, signage, parking studies, and final design of parking, traffic engineering, signalization, paving, grading, and ADA-compliance updates to walkways. Underground improvements include pipe upsizing and replacement of water mains, wastewater mains, storm sewers, and installation of new deep. Contact: Cesar Garcia Pons (no longer at EDA W), (305)579-6675 Resume-Jeannelia Liu, P.E. Professional Staff of:CALTRAN • CALTRAN Professional Experience Mr. Perez is a civil engineer. with more than seventeen years of experience in transportation statistics and planning for the Florida Department of Transportation (FDOT). He has provided Geographic Information Systems. Pavement Management System Analysis. Traffic Monitoring Site selection and design, Roadway Characteristics Inventory, Highway Performance Monitoring System. and Railroad Highway Crossing Inventory and Inspection consulting services to the FDOT in various districts. He is skilled in the use of MicroStation. Carlos M. Perez, P.E. ArcGIS, Aladdin, HCM software, MS Access, and other MS software. Mr. Perez Data Collection has also been involved in final design of roadway lighting and signalization plans for the Department RRR and reconstruction projects. He is currently a member Education/Training: of the FDOT Technical Task Force Committee for the State Transportation Bachelor of Science in Statistics Office. He is currently also working in two GIS projects at the Florida Civil Engineering, Department of Transportation. Florida International University. 1999 Key Projects Fundamentals 101. 102. and FDOT D6, Transportation Statistics Support No. 3, C9617. (2013-Ongoing) - Prime consultant responsible for providing engineering support at the Intermodal 103(Distance Learning) Systems Development Office in District 6 and amongst other tasks includes; TranStat RCI Intermediate PTMS design through work program projects: Roadway Characteristic Inventory Field Data Collection, FDOT, data collection and review; enhanced pavement deficiency evaluation and 2013 reporting. Contact:Neil Lyn. (305) 470-5373. Years of Experience: Total 17 years FDOT D6, District Wide Freight and Logistics Consultant, C9D04, (2013- 2013-CALTRAN Ongoing) - Project Engineer responsible for assist FDOT D6 to evaluate freight 2003-2013-BMcD plans. to develop freight strategies with the objective to incorporate within future 1999-2003 other firms or ongoing projects. Review and collect data related to freight project. Perform plans reviews. Perform audits to transit. airport and seaport projects and Registration: coordinate with District and private stakeholders as necessary. Contact: FDOT •Professional Engineer- Dionne Richardson, (305)470-5292. Florida. No. 63521. 2005 •Professional Engineer- FDOT D4 & D6, Districtwide Data Collection, (2005-2013) - Project Manager Delaware, No. 13213 and Project Engineer. Responsible for the supervision of the traffic and roadway data collection and analysis for the Statistics Unit in the Planning Office. Proficiencies: Project's assignments includes 24, 48. & 72 hr traffic counts. researching and •Project Management recording data into the Roadway Characteristics Inventory (RCI) and Highway •Data Management Performance Monitoring System (HPMS) databases, Straight Line Diagrams •ArcView (SLD), traffic counts, jurisdictional transfers. and GIS services. He also provided •ArcGIS in house engineering support services for four years in FDOT District Six, Miami, •RCI and HPMS Florida. Contact:Newton Wilson/Neil Lyn. (305) 470-5373. -Transportation Engineer •Lighting Design FDOT D6, Transportation Systems GIS Data Development & Mapping, •Signalization Design (2006-2013) - Project Manager for on-going GIS and Mapping functions for the District Intermodal Systems Planning Office. Project assignments involved Organizations: database re-structuring and organization of the Districts archives. GIS and web American Society of Civil application development and other miscellaneous map development functions. Engineers Assignments also included districtwide roadway and traffic data collection and Office Lou** analysis. Contact:Neil Lyn, (305)470-5373. Miami. FL Resume-Carlos M. Perez, P.E. Professional Staff of: CALTRAN -e CALTRAN GIMP FDOT 04, Districtwide Planning & Environmental GIS General Consultant, (2007-2013) - Project Manager for this project aimed to provide GIS services to supplement the FDOT's District Four PL&EM Staff. Support areas include but are not limited to: organization and maintenance of GIS data library, geographical information systems (GIS)on-site application support,development of office specific GIS applications,website programming,training, and miscellaneous general services to support planned and ongoing production efforts as directed by the FDOT. The GIS consultant shall function as an extension of FDOT's resources. Contact:Jason Learned, (954) 777-4664. FDOT D6, Districtwide Public Transportation Consultant, (2003-2008) - Project Engineer for this Districtwide Public Transportation Consultant contract. Provided general consulting services in support of multi-modal planning in the District in five areas: aviation, transit, intermodal, ports, and rail. Responsibilities under this contract included: airport/heliport inspections, Vehicle inventories and workshops for FTA 5310& 5311 Programs, project management site visits to Miami International Airport South Terminal Program, plans reviews, rail data collection, commuter assistance sign placement design,among others.Mr. Perez assisted in the vehicle inventories assignments. Contact: Paola Baez, (305)470-5333(no longer at FDOT). FDOT D6, Short Range Project Development Consultant, (2006-2010) - Project Engineer for pavement management enhancement projects within Miami Dade and Monroe counties in which recommended improvements and preliminary cost estimates need to be prepared. He is also managing highway and traffic data collection assignments under this project. Under this project, a scoping report is produced to assess existing conditions on the project based on requirements from Chapter 25 of the Plans Preparations Manual "Florida's Design Criteria for Resurfacing, Restoration and Rehabilitation (RRR)of Streets and Highways. The assessment includes physical and operational conditions,and a safety assessment;as well as ADA Compliance. Contact:Neil Lyn, (305)470-5373. FDOT D1, Districtwide Data Collection, (2000-2002) - Project Engineer responsible for traffic and roadway data collection. Project's assignments includes: 24, 48, & 72 hr traffic counts, researching and recording data into the Roadway Characteristics Inventory (RCI) and Highway Performance Monitoring System (HPMS) databases, as well as preparation of GIS enhanced Straight Line Diagrams (SLD) where all roadway data is graphically represented. These databases were developed by the FDOT to collect and store roadway characteristics. He is currently providing engineering support services in the Districts Six Planning Office. Contact:Ron Gruver, (863) 519-2583 FDOT D7, Districtwide Data Collection, (2000-2002) - Project Engineer responsible for traffic and roadway data collection. Project's assignments includes: 24, 48, & 72 hr traffic counts, researching and recording data into the Roadway Characteristics Inventory (RCI) and Highway Performance Monitoring System (HPMS) databases, as well as preparation of GIS enhanced Straight Line Diagrams (SLD) where all roadway data is graphically represented. These databases were developed by the FDOT to collect and store roadway characteristics. He is currently providing engineering support services in the Districts Six Planning Office. Contact:Judy Lenczyk, (850)414-4704. Resume-Carlos M.Perez, P.E. Professional Staff of:CALTRAN CALTRAN INCANG GROW' Professional Experience Mr. Romero has been involved in various planning projects. studies and data collection projects. He is experienced in conducting various types of traffic studies including traffic counts, vehicle classifications, turning movement studies, speed studies, travel time and delay studies, parking studies, vehicle gap studies, and roadway characteristics inventory. Mr. Romero has been certified by FDOT to perform roadway characteristics inventory. He is responsible for the preparation of routes, schedules, maps, and all other materials required for field data collection. Juan P.Romero, E.I Mr. Romero has also elaborated engineering and construction cost estimates Traffic Studies based on the Florida Department of Transportation basis and pay item information. He served as a liaison among agencies involved in a wide range of Education: projects. He has design experience with MicroStation/AutoCAD to elaborate Bachelor of Science in Civil roadway designs that include signing and pavement marking, paving grading and • Engineering. water. sewer and drainage improvements. Florida International University, Miami, FL. Key Projects August 2010 FDOT D6, Transportation Statistics#3, (2012-Ongoing)-Mr. Romero performs field data collection and record data for the Roadway Characteristics Inventory Certifications: (RCI) and provides design assistance for new PTMS sites. Contact: FDOT PM. •Fundamentals 101, 102, and Neil Lyn. (305) 470-5373. 103(Distance Learning) TranStat RCI Intermediate Field FDOT D6, District Wide Freight and Logistics Consultant, C9D04, (2013- Data Collection. FDOT 2013 Ongoing) -Traffic Engineer responsible for assisting FDOT 06 to evaluate freight •OSHA Certification,2013 plans. to develop freight strategies with the objective to incorporate within future •Road Safety Assessments for or ongoing projects. Review and collect data related to freight project. Perform Local Government. University plans reviews. Perform audits to transit, airport and seaport projects and of Florida T2. 2010 coordinate with District and private stakeholders as necessary. Contact: FDOT. •AutoCAD Level 1, 2,3 Dionne Richardson, (305) 470-5292. Certificate,2008 SunLife Stadium, MOT Engineering Plans, (2013)- Provided assistance in the Years of Experience: preparation of Maintenance of Traffic civil plans for a detour of traffic along the Total 6 years Turnpike Connections between Golden Glades and FL Turnpike Homestead 2012 to present-CALTRAN extension during special event season. Contact: Miami Dolphins Corporate 2011 - Schwebke, Shiskin & Headquarters, Alan Riano. (305) 943-6501. Associates 2010 - MD County, Public FDOT D4, 1-95 at PGA Blvd./Central Blvd. PD&E Study FM No. 413265-1-22- Works,Traffic Engineering 01, (2013) - Prepared TMC Balance Analysis; Synchro 8 files & outputs for existing conditions: Summary reports for traffic data collection;; Retrieve signal Proficiencies: timing and crash data for all intersections; Assisted in the preparation of synchro •RCI files for all corridors for exiting conditions. Contact: David Rivera. PE, (305) 670- •TMC balance analysis 2350. •Auto CADD •Synchro8 Traffic Impact Study and Civil Plan, Tavernier Towne Center, FL, (2012- 2013)-Provided assistance in the preparation and reviewing of the traffic impact Office Location: analysis for a Dunkin Donuts drive thru implementation in the shopping center. Miami, FL Contact: Commodore Realty, Andy Freyre. (305) 365-2679. Resume-Juan P. Romero Professional Staff of: CALTRAN "7 CALTRAN ING10410 MP, Traffic Study for Miramar Parkway & Palm Avenue Modifications, (2012-2013) - In charge of reviewing traffic data collected in order to prepare a traffic study that included turning movement counts on the intersection. Assisted in the signal design with roadway signing and pavement markings to implement modifications at the intersection of Miramar Parkway and Palm Avenue. Contact: Schwebke-Shiskin & Assoc., John Tello, P.E. (954) 435-7010 & Sunbeam Properties,Inc., Scott Hodges, (954)450-7900. Beacon Tradeport Community Development (Dolphin Mall) Traffic Circulation Improvement Master Plan, Miami, FL, (2012-2013) - Provided traffic-engineering assistance in order to complete a report that addressed the safety and traffic circulation concerns within the CDD, as well as development of innovative solutions to mitigate the present and future traffic conditions. Prepared a traffic simulation study utilizing Synchro8. Contact:District Manager, Luis Hernandez, (954) 721-8681. Leeward at Islands at Doral Gate and Street Closure Analysis, Miami, FL, (2011-2012)-Provided assistance in order to complete a study that includes a comprehensive assessment to identify needs, evaluate traffic impact, and provide recommendations to mitigate traffic intrusion due to the arrival and dismissal of students from R. W. Reagan Doral Senior High school. Task under this study included field observations, data collection and the development of conclusions and recommendations. Contact:Allied Property Group, Inc., Jackie Perez, (305) 232-1579. Traffic Study for the Proposed Signal Modification Design Miramar Blvd Widening Project, Miramar, FL, (2012) - Assisted in the preparation of the traffic analysis in order to address concerns from Broward County that pertains to the need of stripping the new additional turn lane under the assumption of low volumes performing northbound and southbound left turn movements. Tasks included: evaluation of existing signal timing, traffic growth analysis, perform level of service analysis for existing and future traffic conditions. Contact: Schwebke-Shiskin & Assoc., John Tello, P.E. (954)435-7010&Sunbeam Properties, Inc. Scott Hodges, (954)450-7900. Williams Island Community, Aventura, FL, (2011) - Mr. Romero has provided CADD assistance on the planning and design that involved roadway design, pavement marking and signage, paving grading and drainage, water, sewer and drainage, ADA sidewalk accessibility, and residential grading. Used AutoCAD to elaborate technical drawings,sketches,and specifications. Contact:Schwebke-Shiskin&Assoc., John Tello, P.E., (954)435-7010. Miami Dade County, Public Works, Traffic Engineering Division Miami, Florida, (2011) - Collected, evaluated and analyzed mass transit system data relative to vehicular and pedestrian volumes, license plate surveys,and traffic accident diagrams, by conducting independent field and office investigations in order to prepare comprehensive reports and recommendations based upon findings for a specific service request or location study. Contact: Miami Dade County, Public Works Traffic Engineering Division, Dr. Joan Shen, P.E. PTOE, (305)375-2030. Homestead Motor Speedway, Homestead, FL, (2011) - Worked with contractors for the execution of Engineering/Construction field inspections and assessments in order to ensure compliance with design specifications. Contact:Schwebke-Shiskin&Assoc., John Tello, P.E., (954)435-7010. Resume-Juan P. Romero Professional Staff of:CALTRAN Priyanka Alluri,Ph.D.,P.E. Multimodal Studies Department of Civil and Environmental Engineering Lehman Center for Transportation Research Florida International University EDUCATION Ph.D. 2010 Clemson University, South Carolina Civil Engineering M.S. 2008 Clemson University, South Carolina Civil Engineering B.S. 2006 Osmania University. India Civil Engineering PROFESSIONAL EXPERIENCE • Assistant Professor, Dept. of Civil & Environ. Engg., Florida Intl. Univ., 2015-present • Research Associate, Lehman Center for Transportation Research, FIU, 2011-2014 • Postdoctoral Fellow, Glenn Dept. of Civil Engineering, Clemson University, 2011-2011 • Course Instructor, Clemson University.2010-2011 • Graduate Research Assistant.Glenn Dept. of Civil Engg., Clemson University. 2006-2010 • Graduate Teaching Assistant, Glenn Dept. of Civil Engg., Clemson University,2009-2010 SPONSORED RESEARCH PROJECTS AS PI(Five most recent) I. Evaluation of Project Processes in Relation to Transportation System Management and Operations (T.SAI&O), Traffic Engineering and Operations Office, Florida Department of Transportation(Subcontract from University of North Florida), 2016-2018. 2. Statewide Analysis of Bicycle Crashes, State Safety Office, Florida Department of Transportation, 2015-2016. 3. QuantEying the Accuracy of the Enhanced Interchange Safety Analysis Tool (ISATe) Crash Prediction Tools on Florida Freeways, Systems Planning Office, Florida Department of Transportation.2015-2016. 4. Development of a Web-based Decision Making Tool for the Highway Safety Manual Implementation. The National Center for Transportation Systems Productivity and Management (NCTSPM), US DOT, 2014-2017. 5. Improved Processes for Meeting the Data Requirements for Implementing the Highway Safety Manual and SafetyAnalyst in Florida, State Safety Office, Florida Department of Transportation, 2012-2014. SPONSORED RESEARCH PROJECTS AS CO-PI (Most closely related to this proposal) L Development of a White Paper on Capabilities and Potential Applications of Crowd Monitoring Systems to Improve Pedestrian Safety, Florida Department of Transportation District 4 ITS Office. 2014-2015 (PI: Dr. Albert Gan). 2. Pedestrian Safety Campaign Support and Data Collection of Driver and Pedestrian Behavior at Rectangular Rapid Flashing Beacon Locations, Traffic Operations Office (District 6). Florida Department of Transportation, 2014-2014(PI: Dr. Albert Gan). 3. Updating and Improving Methodology for Prioritizing Highway Project Locations on the Strategic Intermodal System (SIS), Intermodal Systems Development Office (District I). Florida Department of Transportation, 2014-2016 (PL Dr. Albert Gan). 4. Comprehensive Study to Reduce Pedestrian Crashes in Florida, State Safety Office, Florida Department of Transportation,2012-2013 (PI: Dr. Albert Gan). PUBLICATIONS(Six most closely related to this proposal) 1. Fartash, II., Alluri, P., Gan, A., Lavasani, M., and Haleem, K. (2016). "Performance of Rectangular Rapid Flashing Beacons (RRFBs) at Midblock Pedestrian Crossings," Proceedings of the 95th Annual Meeting of the Transportation Research Board, Washington, DC. 2. Haleem, K., Alluri, P., and Gan, A. (2015). "Analyzing Pedestrian Crash Injury Severity at Signalized and Non-Signalized Locations," Accident Analysis and Prevention Journal, Vol. 81, pp. 14-23. 3. Gan, A., Wu, W., and Alluri, P. (2015). Feasibility of Applying a Crowd Monitoring System to Improve Pedestrian Safety, Final Research Report, Florida Department of Transportation District Four, Fort Lauderdale, FL. 4. Alluri, P., Gan, A., and Haleem, K. (2014). -Pedestrian Safety at Signalized Intersections," Proceedings of the 2nd ASCE Transportation and Development Institute (T&DI) Congress. Orlando. FL, pp. 458-466. 5. Gan, A., Fartash. H., and Alluri, P. (2014). Evaluation of Rectangular Rapid Flashing Beacon (RRFB), Pedestrian Trafc Signal, and Pedestrian Hybrid Beacon (FHB) Locations on West Flagler Street in Miami, Final Research Report, Florida Department of Transportation District Six, Miami, FL. 6. Alluri, P., Haleem. K., Gan, A., Lavasani, M., and Saha, D. (2013). Comprehensive Study to Reduce Pedestrian Crashes in Florida, Final Research Report, Florida Department of Transportation,Tallahassee, FL. PRESENTATIONS (Most closely related to this proposal) 1. "Comprehensive Study to Reduce Pedestrian Crashes in Florida.' Presented to The Florida Senate Transportation Committee, Tallahassee, FL, March 12, 2015. 2. `Pedestrian Safety — As It Relates to Access Management," Regular Statewide Access Management Coordination Webinar, May 27, 2014. 3. -'Pedestrian Safety at Signalized Intersections in Florida," 2014 UTC Conference for the Southeastern Region,Atlanta, GA,March 24-25,2014. 4. "Safety Impact of Roundabout Design on Vulnerable Road Users and Development of Roundabout Access Management Guidelines," 93" Annual Meeting of the Transportation Research Board, Washington, DC, January 12-16,2014. SYNERGISTIC ACTIVITIES (Most closely related to this proposal) • Member,TRB Committee on Highway Safety Workforce Development(since 2013) • Member, TRB Committee on Statistical Methodology and Statistical Computer Software in Transportation Research (ABJ80) (since 2011) • Member, American Society of Civil Engineers (since 2014) • Member, ITE International (2006- 2012; 2015 - present) Albert Gan, Ph.D. Traffic Studies Department of Civil and Environmental Engineering Florida International University 305-348-3116;ganaaa,fm.edu EDUCATION Ph.D. University of Florida Civil/Transportation Engineering 1996 M.S. University of Florida Industrial and Systems Engineering 1989 B.S. University of Florida Industrial and Systems Engineering 1987 EXPERIENCE 2012-Present Professor, Civil and Environmental Engineering, FIU 2004-Present Deputy Director, Lehman Center for Transportation Research, FIU 2004-2012 Associate Professor, Civil and Environmental Engineering.FIU 1999-2001 Assistant Director, Lehman Center for Transportation Research, FIU 1999-2004 Assistant Professor, Civil and Environmental Engineering. FIU 1996-1998 Assistant in Engineering, Civil Engineering, University of Florida 1990-1996 Graduate Research Assistant, Civil Engineering, University of Florida 1988-1989 Graduate Teaching Assistant, Industrial & Systems Engineering, U. of Florida AREAS OF INTEREST • Database/Web Development • Systems Testing and Evaluation • Traffic Safety • Traffic and Transit Studies • Capacity Analysis SELECTED PROJECTS OF LAST FIVE YEARS (as project manager) 1. Effectiveness of Stationary Police Vehicles with Blue Lights in Freeway Work Zones, Florida Department of Transportation, 2017-2017. 2. Technical and Research Support for ITS and Traffic Engineering Projects, Work Order 16, ITS Division, District 6, Florida Department of Transportation, 2017-2017. 3. FSUTM.S Portal Improvements and Maintenance, Transportation Statistics Office. Florida Department of Transportation,2017-2017. 4. Feasibility of Using Video Image Detectors for Ramp Signal Operations and Performance Monitoring, Florida Department of Transportation,2016-2018. 5. ITS Research, Computer, and Miscellaneous (Work Order 8), Florida Department of Transportation District 4,2016-2017. 6. Development of 2017 Florida Transit Information System, Public Transit Office. Florida Department of Transportation, 2016-2017. 7. 2016 Doral Trolley On-baord Survey, City of Doral,2016-2017. 8. ITS Research. Computer, and Miscellaneous (Work Order 7), FDOT District 4,2015-2016. 9. 2015 Data Update and Maintenance for Rural INTDAS System. National Rural Transit Assistance Program, 2015-2016. 10. FSUTMS Portal Improvements and Maintenance, Systems Planning Office. Florida Department of Transportation,2014-2016. 11. Technical and Research Support for ITS and Traffic Engineering Projects. Work Order 5. ITS Division. District 6, Florida Department of Transportation, 2014-2015. 12. Development of 2015 Florida Transit Information System (FTIS), Public Transit Office, Florida Department of Transportation, 2014-2015. 13. Updating and Improving Methodology for Prioritizing Highway Projects on the Strategic Intermodal System (,SIS), Systems Planning Office, Florida Department of Transportation, 2014-2015. 14. Evaluation of Signage Alternatives for Express Lane Facilities, U.S. Department of Transportation via National Center for Transportation Systems Productivity and Management (NCTSPM), 2014-2015. 15.Incorporation of 2007-2012 Rural NTD Data into Florida Transit Information System (ETIS), National Rural Transit Assistance Program, 2014-2015. 16. Extraction of Basic Roadway Information for Non-Stale Roads in Florida, State Safety Office, Florida Department of Transportation, 2013-2014. 17. Feasibility of a Web-Based System for Police Report Review and Information Recording, State Safety Office, Florida Department of Transportation, 2013-2014. 18. Crash Prediction Method for Freeway Facilities with IIOV and HOT Lanes, Florida Department of Transportation (subcontract from University of Florida),2013-2014. 19.Analysis and Evaluation of Transit Data Using Florida Transit Information System (FT1S). Public Transit Office, Florida Department of Transportation, 2013-2014. 20. Continued Web Application Support Jbr FDOT Office of Policy Planning, Systems Planning Office, Florida Department of Transportation, 2013-2014. 21. Roundabouts and Access Management, Florida Department of Transportation (subcontract from University of Florida).2012-2014. 22. Comprehensive Study to Reduce Pedestrian Crashes in Florida, Safety Office, Florida Department of Transportation,2012-2013. 23.Analysis of Movable Bus Stop Boarding and Alighting Areas, Public Transit Office. Florida Department of Transportation,2012-2013. 24. INTDAS Peer Selection Database Update, Citizen's Independent Transportation Trust (CITY), 2012-2012. Mohammed Nadi, Ph.D.,PE Technology Department of Civil and Environmental Engineering Florida International University Professional Preparation B.S. Civil Engineering, University of Baghdad 1978 M.S. Civil Engineering, University of Baghdad 1981 Ph.D. Civil Engineering, University of Florida 1990 Appointments 2016-Present: Professor,Civil and Environmental Engineering, FIU 2015-2016: Graduate Program Director,Civil and Environmental Engineering, FIU 2009-2016: Associate Professor, Civil and Environmental Engineering, FLU 2005-2009: Assistant Professor,Civil and Environmental Engineering, FIU 1995-2005: Senior Transportation Engineer/Senior ITS Specialist, PBSJ, Inc. 1990- 1995: Research Faculty,Civil Engineering Department, University of Florida 1987-1990: Research Assistant,Civil Engineering Department, University of Florida 1983-1986: Researcher, Scientific Research Council. Iraq Example of Projects as a Principal Investigator(P1) 1. PI.Testing of a Vision-Based Warning System on Transit Vehicles, sponsored by the FDOT Central Office. 2. PI, Utilization of Connected Vehicle Data to Support Traffic Management Decisions, sponsored by FDOT Research Center. 3. PI. Framework to Support Transportation Agency ITS Infrastructure and ITS Legacy Decisions with Consideration of Connected Vehicle Deployment and Autonomous Vehicle and Automated Vehicle Initiatives, Sponsored by NCHRP program, Transportation Research Board, (September 2015- present). 4, PI, Lane Marking/Striping to Improve Image Processing Lane Departure Warning Systems, sponsored by The Cooperative Vehicle Highway Automation Systems (CVHAS) Program (Federal Pool Funded Program) 5. PI, Cooperative Vehicle-Flighway Automation (CVHA) Technology: Simulation of Benefits and Operational Issues,sponsored by USDOT NCTSPM UTC 6. PI, Evaluation Tools to Support ITS Planning Process, sponsored by the Florida Department of Transportation(FDOT)Research Center 7. PI, Decision Support Systems for Transportation System Management and Operations (TSM&O), sponsored by FDOT Research Center, 8. PI, Evaluation of Adaptive Signal Timing on SW 8th Street,sponsored by FDOT District 6. 9. PI, Guidelines for the Evaluation of Ramp Signaling Deployments in a Real-Time Operations Environment, sponsored by FDOT Research Center. 10. PI, "Pilot Testing of SHRP 2 Reliability Data and Analytical Products," sponsored by the TRB SHRP 2 Reliability Program 11. PI, Integrated Environment for Performance Measurements & Assessment of ITS Operations, sponsored by FDOT Research Center Example Publications I. Khazraeian. S.,M. Hadi,and Y. Xiao,"Assessment of the Benefits of Queue Warning in a Connected Vehicle Environment Based on Surrogate Safety Measures,"Transportation Research Record: Journal of the Transportation Research Board, in Press 2. Fakharian Qom, S..M. Hadi, and Y. Xiao, " Evaluation of Cooperative Adaptive Cruise Control (CACC) Vehicles on Managed Lane Utilizing Macroscopic and Mesoscopic Simulation" Proceedings of the 94th Annual Meeting of the Transportation Research Board, Washington, D.C. 2015. 3. Hadi, M. and P. Sinha, "'Effect of Pavement Marking Retroreflectivity on the Performance of Vision-Based Lane Departure Warning Systems." Journal of Intelligent Transportation Systems: Technology, Nanning, and Operations, Volume 15. Issue I, Taylor& Francis Publishers, Oxford. UK, 2011, pp 42-51. 4. Hadi, M., P Sinha. and J.R. Easterling, `Effect of Environmental Conditions on Image Recognition-Based Lane Departure Warning System Performance,"Journal of the Transportation Research Board. Transportation Research Record 2000, Transportation Research Board, Washington, D.C., 2007, pp. 114-120. 5. Hadi, M.. P. Sinha, J. Shuerger. and J. Easterling, "Commercial Vehicle Driver Acceptance of Lane Departure Warning Systems,"Journal of Institute of Transportation Engineers(on the web), Washington. D.C., March 2008. 6. Alvarez, P. and M. Hadi, "Time-Variant Travel Time Distributions and Reliability Metrics and Their Utility in Reliability Assessments." Transportation Research Record: Journal of the Transportation Research Board. No.2315, pp. 81-88,2012. 7. Alvarez. A., M. Hadi, C. Zhan. "Using Intelligent Transportation Systems Data Archives for Traffic Simulation Applications." Journal of the Transportation Research Board. Transportation Research Record 2161,Transportation Research Board, Washington, D.C., 2010, pp.29-39. 8. Xiao Y., M. Hadi.. Oxen, H., Mysore V.,"An ITS Evaluation Tool in the FSUTMS Regional Demand Modeling Environment."Journal of the Transportation Research Board No. 2176, Transportation.Transportation Research Board, Washington. D.C. 2010, pp. 76-83. 9. Hadi, M., L. Shen,C.Zhan,Y. Xiao, S. Corbin, and D. Chen, Use of Operation Data to Evaluate the Benefits and Costs of Advanced Traffic Management Components,' Journal of the Transportation Research Board. Transportation Research Record 2086. TRB, Washington. D.C., 2008,ppA8-55. 10. Hadi. M.. Y. Xiao, C. Zhan, A. Gan, "Use of the HCM Freeway Facility Procedures Combined with ITS Data Archives to Assess the Benefits of Incident Management Systems,' Journal of the Transportation Research Board No, 2173, Transportation. Transportation Research Board, Washington. D.C,2010. pp. 115-122. Committee Memberships Chair of the TRB Joint Simulation Subcommittee SimSub(Starting January 2016) Member. Chair of Research Subcommittee,TRB Traffic Flow Theory Committee(since 2006) Member and Chair of Research Subcommittee,TRB ITS Committee(starting 2007) Member and Session Organizer,TRB Highway Capacity Committee(2006-2015) Member of ITS Florida Board of Directors and Chair of Continuing Education Committee (starting 2011) Xia Jin, Ph.D., AICP Smart Cities -AV/CV Department of Civil and Environmental Engineering Florida International University Professional Preparation Ph.D. Civil Engineering, University of Wisconsin—Milwaukee 2007 M.U.P. Urban Planning, University of Wisconsin—Milwaukee 2004 M,S. Civil Engineering, University of Wisconsin—Milwaukee 2004 B.S. Civil Engineering, Xi'an University of Architecture and Technology 2000 Appointments • Florida International University,Assistant Professor,Transportation Engineering, 2011 —present • Cambridge Systematics, Inc.,New York,NY,Associate. 2007—201 I Selected Research Projects as Principle Investigator I. Large Truck Crash Analysis for Freight Mobility and Safety Enhancement in Florida. Freight and Multimodal Operations Office, Florida Department of Transportation, $250,000,2016-2018. 2. Potential Implications of Automated Vehicles on Travel Behavior.'transportation Statistics Office, Florida Department of Transportation,$100,000. 2016-2017. 3. Methodology for Transit Ridership Forecasting—Incorporating Transit Service Decisions in Managed Lane Programs. Public Transportation Office, Florida Department of Transportation, S159.720.27. 2016-2017. 4. Examining the Value of Travel Time Reliability for Freight Transportation to Support Freight Planning and Decision-Making. Freight Logistics and Passenger Operations Office. Florida Department of Transportation&the National Center for Transportation System Productivity and Management(NCTSPM) $230,696, 2014-2016. 5. A synthesis of the"State-of-the-Practice for Advancing Planning and Operations Integration Opportunities within Transportation Agencies". Systems Planning Office, Florida Department of Transportation, $40,000, 2014-2014. 6. Investigating Value of Time and Value of Reliability for Managed Lanes. Systems Planning Office, Florida Department of Transportation, $150,000,2014-2015. 7. Planning for Incorporating Ancillary Demands in the Next Generation FSUTMS. Systems Planning Office, Florida Department of Transportation(subcontract from University of Florida),$50,000, 2013-2014. 8. Traffic Management Centers:Challenges, Best Practices, and Future Plans. The National Center for Transportation System Productivity and Management(NCTSPM),$65,000.2012-2014. 9. Traffic Incident Management Program Assessment and Performance Measures. Florida Department of Transportation, District 4, $69.997.60,2012-2014. 10. 1-95 Ramp Metering Feasibility Study, Florida Department of Transportation, District 4(subcontract from AECOM), $53,138.50, 2012-2014. Selected Publications I. Hassan, M.,Asgari, H.,& lin. X.(2016) Investigating preference heterogeneity in Value of Time (VOT)and Value of Reliability (VOR)estimation for managed lanes.Transportation Research Part A: Policy and Practice, Volume 94,pp.638-649. 2, Shams. K.,Asgari, H„&Jin.X. (2016)Valuation of Travel Time Reliability in Freight Transportation:A Review and Meta-Analysis of Stated Preference Studies.Transportation Research Part A: Policy and Practice(in press). 3. Asgari, FI..Jim X. & Du,Y. (2016). Examining Impacts of Telecommuting on Time Use of Non- mandatory Activities.Transportation Research Record:Journal of the Transportation Research Board, No.2566. pp. 83-92. 4. Lavasani. M., lin.X. & Du,Y. (2016). Market Penetration Model for Autonomous Vehicles Based on Previous Technology Adoption Experiences.Transportation Research Record,Journal of the Transportation Research Board,No.2597, pp. 67-74. 5. Rojas, M., Sadeghvazir, E., &Jin, X.(2016). Comprehensive Review of Travel Behavior and Mobility Pattern Studies Using Mobile Phone Data. Transportation Research Record,Journal of the Transportation Research Board,No. 2563, pp.71-79. 6. Sadeghvaziri. E.. Rojas.M..& Jin, X. (2016). Exploring the Potential of Mobile Phone Data in Travel Pattern Analysis.Transportation Research Record.Journal of the Transportation Research Board,No. 2594. pp.27-34. 7. Asgari.H. & lin, X.(2015).Towards a Comprehensive Telecommuting Analysis Framework: Setting the Conceptual Outline. Transportation Research Record: Journal of the Transportation Research Board, (2496), 1-9. 8. lin. X.. Hossan. Md. S., Gan.A..& Chen, D. (2014).A Comprehensive Framework for Traffic Incident Management Program Planning and Assessment. Transportation Research Record: Journal of the Transportation Research Board,(2470), 1-12. 9. Asgari, H.&Jin. X. (2014).Choice, Frequency,and Engagement—A Framework for Telecommuting Behavior Analysis and Modeling.Transportation Research Record: Journal of the Transportation Research Board,(2413), 101-109. W. Jin,X., & Wu.J.(2011). Propensity to telecommute: Exploring the national household travel survey. Transportation Research Record: Journal of the Transportation Research Board,(2231 4 110-119, II. En, X.,& Horowitz,A. (2008).Time-of-day choice modeling for long-distance trips.Transportation Research Record: Journal of the Transportation Research Board,(2076),200-208. Synergetic Activities • Member, Committee on Transportation and Land Development(ADD 30),Transportation Research Board of the National Academies,since 2010 • Member,Committee on Effects of Information and Communication Technologies OCT)on Travel Choices, ADB20,Transportation Research Board of the National Academies, since 2013 • Member, American Institute of Certified Planners (AICP),since 2008 • Panel Member, NCHRP 08-36 Task 123 & Task 141,2015-present • Taskforce Member, ITE Taskforce on Transit and Traffic Impact Studies,2015-2016 • Member. Model Advancement Committee, Florida Model Task Force(MTF) • Member, Freight Committee,Florida Model Task Force(MTF) Tao Wang, Ph.D. Adaptive Signal Timing Lehman Center for Transportation Research Florida International University EDUCATION Ph.D. Florida International University Civil Engineering(Transportation) 2012 M.S. Northeastern University, China Computer Software and Theory 2006 B.S. Northeastern University,China Computer Science 2001 PROFESSIONAL EXPERIENCE 2012-Present Research Associate, Department of Civil and Environmental Engineering, FlU 2007-2012 Research Assistant, Department of Civil and Environmental Engineering, FlU 2001-2003 Software Engineer, Fujitsu Nanda Software Technology Company,Nanjing,China EXAMPLE RELEVANT PROJECTS • SHRP 2 Project L38C,`Pilot Testing of SHRP 2 Reliability Data and Analytical Products." Funded by the SHRP 2 Reliability Program. • Integrated Corridor Management and Advanced Technologies for Florida. sponsored by FDOT Research Center • Integrated Environment for Performance Measurements and Assessment of Intelligent Transportation Systems Operations."Funded by FDOT. • Development of SW 8th Street Adaptive Signal Control Evaluation Plan and Wi-Fi Data Processing and Validation.sponsored by FDOT District 6. • "Decision Support Systems for Transportation System Management and Operations (TSM&O).'" Funded by FDOT. • Designed and developed a desktop software system named FSUTMS Standard Reports to automatically generate a set of42 standard reports for the Cube Voyager version of FSUTMS. • Collaborated in the design and development of a data framework for FSUTMS. • Responsible for enhancement and support of two service patrol mobile Tablet software systems named RRIP (Road Ranger Inspection Program) and RRCIP (Road Ranger Contractor Inspection Program) • Responsible for the enhancement and maintenance of two transportation websites: the official Florida transportation modeling portal website and FDOT D6 SunGuide TMC Intranet. EXAMPLE RELEVANT PUBLICATIONS AND PRESENTATIONS I. Wang, T., "Improved Annual Average Daily Traffic (AADT) Estimation for Local Roads using Parcel-Level Travel Demand Modeling,„Ph.D. Dissertation.April 2012. 2. Gan. A., K. Y. Liu. T. Wang, and M. Hadi, "Design and Implementation of an Efficient Master Geodatabase System for Maintaining Transportation Modeling Networks," Proceedings of the 91st Annual Meeting of the Transportation Research Board, National Research Council, Washington, D.C..January 2012. 3. Wang. T., A. Gan, and M. Ma, "FSUTMS Standard Reports." Program Documentation, Prepared for Florida DOT,June 2010. 4. Gan, A., K.Y. Liu, and T. Wang. "Development of a Data Framework for the Florida Standard Urban Transportation. Modeling Structure(FSUTMS)," Final Report, Prepared for Florida DOT, June 2010. 5. Wang, T., "Re-standardizing FSUTMS:' Submitted to Gold Coast ITE Chapter Book Scholarship Competition, April 2009. Yan Xiao Multimodal Studies Lehman Center for Transportation Research Florida International University EDUCATION Florida International University Civil Engineering(Transportation) PhD. 2011 University of Connecticut Mechanical Engineering M.S.2006 Chongqing University Mechanical Engineering M.S.2000 Chongqing University Thermal Engineering B.S. 1997 PROFESSIONAL EXPERIENCE Assistant Research Professor,Florida International University, Miami, FL, February 2015-present Research Associate, Florida International University, Miami, FL, May 201I-February 2015 • SHRP 2 Project L38C,"Pilot Testing of SHRP 2 Reliability Data and Analytical Products'. • "FHWA DTA Training Workshop."Funded by FH WA. • Development of SW 8th Street Adaptive Signal Control Evaluation Plan and Wi-Fi Data Processing and Validation, sponsored by FDOT District 6. • `Detection Technologies and Algorithms for Arterial Streets,"sponsored by FDOT District 6. • "Decision Support Systems for Transportation System Management and Operations (TSM&O)." Funded by FDOT. • "Application of Dynamic Traffic Assignment to Advanced Managed Lane Modeling." Funded by FDOT. • "Performance Measurements of Transportation Systems based on Fine-Grained Data Collected by AVI and AVL Systems" Funded by the U.S. Department of Transportation (U. S. DOT) University Transportation Center program. • "Investigation of ATDM Strategies to Reduce the Probability of Breakdown Modeling." Funded by the U. S. DOT University Transportation Center program. • "Coordinated Pre-Preemption of Traffic Signals to Enhance Railroad Grade Crossing Safety in Urban Areas and Estimation of Train Impacts to Arterial Travel Time Delay." Funded by FDOT. • "Demonstration of the Application of Traffic Management Center Decision Support.' Funded by FDOT. • "Integrated Environment for Performance Measurements and Assessment of Intelligent Transportation Systems Operations."Funded by FDOT. • "Integrated Corridor Management and Advanced Technologies for Florida" Funded by FDOT. • "Use of Dynamic Traffic Assignment in FSUTMS in Support of Transportation Planning in Florida.' Funded by FDOT. • "Incident Delay Estimation and Associate Benefits."Funded by FDOT District 4. Graduate Research Assistant,Florida International University, Miami, FL, September 2006-April 2011 Principal Researcher for the following projects: • "Decision Support Tools to Support the Operations of Traffic Management Centers (TMC)." Funded by FDOT. • "Evaluation Tools to Support ITS Planning Process: Development of a Sketch Planning Tool in FSUTMS/Cube Environment."Funded by FDOT • "A Simulation Tool to Assess the Impacts of the Parameters of Service Patrol Operations." PEER-REVIEWED PAPERS I. Y. Xiao. S. Fakharian Qom, M. Hadi. and H. Al-Deck, "Comparison of Instantaneous and Experienced Travel Time Using Point Detector Data ad AVI Data."Accepted for Publication at the Transportation Research Record, Journal of the Transportation Research Board,2014. 2. M. Hadi. Y. Xiao, P. Hu, A. Ramirez, and S. Shabanian, "Impact of Modeling Parameters on the HCM-Based Procedure to Estimate Reliability of Freeway Corridors." Accepted for Publication at the Transportation Research Record:Journal of the Transportation Research Board,2014. 3. Y. Xiao, M. Hadi, and H. Ozen, "Development and Comparison of Planning-Level and Data-Based Evaluation Tools of Intelligent Transportation Systems:' Proceedings of the 92nd Annual Meeting of the Transportation Research Board, Washington,DC., 2012. 4. M. Hadi, H. Ozen, S. Shabanian, Y. Xiao, and W. Zhao, "Processes to Guide the Application of Dynamic Traffic Assignment by Transportation Agencies." Proceedings of the 91st Annual Meeting of the Transportation Research Board, Washington, DC.,2012. 5. Y. Xiao, M. Hadi. H. Ozen. and V. Mysore. "An ITS Evaluation Tool in the FSUTMS Regional Demand Modeling Environment." Transportation Research Record: Journal of the Transportation Research Board,No.2176. pp. 76-83.2010. 6. M. Hadi, Y. Xiao, C. Zhan, A. Gan, `Assess the Benefits of Incident Management Systems: Combining Freeway Facility Procedures from the Highway Capacity Manual and Data Archives of Intelligent Transportation Systems" Transportation Research Record: Journal of the Transportation Research Board,No.2173, pp. 115-122.2010. 7. H. Qiang, M. Hadi, Y. Xiao, and C.Zhan,"Estimating Incident Detection Time Based on Incident Management and Traffic Detector Data." Proceedings of the 89th Annual Meeting of the Transportation Research Board, Washington, DC., 2010. 8. M. Hadi, L. Shen, J. Li. and Y. Xiao,`Simulation Tool to Assess Impacts of Parameters of Service Patrol Operations." Transportation Research Record: Journal of the Transportation Research Board,No. 2178, pp. I I 1-118.2010. 9. Y. Xiao, and M. Hadi, "Integrated Intelligent Transportation System Evaluation and Demand Forecasting Environment."Proceedings of the 87th Annual Meeting of the Transportation Research Board, Washington, DC.,2008 10. M. Hadi. L. Shen, C. Zhan, V. Xiao. S. Corbin, and D. Chen, "Operation Data for Evaluating Benefits and Costs of Advanced Traffic Management Components" Transportation Research Record:Journal of the Transportation Research Board,No. 2086, pp.48-55, 2008. 1 ip 1 1,, ,-, -- ADVISORY !i . i t t ' ( �' Paul Lambert s Economic and Market 1 1 Analysis F - Total Years Of Experience: 25 i 114 i Paul Lambert founded Lambert Advisory in 1995 and is engaged by clients to provide expert market, financial, and strategic guidance associated with real estate and economic development efforts. Paul's clients have included Samsung Corporation, The Queen Emma Foundation, University of Pennsylvania, Harvard University, Port Miami, as well as the cities of New York, New Orleans and Tampa. He has served as advisor to sovereign wealth funds and some of the nation's largest charitable trusts. Between 2005 and 2007, Paul managed the post-Hurricane Katrina neighborhood rebuilding planning process (Lambert Plans') on behalf of the City of New Orleans. Currently, Paul is heading the development of Miami Wilds, a theme park and associated entertainment development with an estimated $1.0 billion investment requirement adjacent to ZooMiami. Prior to starting Lambert Advisory, Paul was with Arthur Andersen LLP and Goodkin Research Corporation where he oversaw the firm's South Florida and Latin America real estate economics practice. Paul holds a BA from Miami University in Ohio. As an undergraduate he was a Beaver Fellow at the London School of Economics and graduated from the Massachusetts Institute of Technology with a Master Degree in City Planning. Paul Lambert Economic and Market Analysis EDUCATION • Master City Planning, Massachusetts Institute of Technology; Cambridge, Massachusetts. 1991 • Bachelor of Arts, Miami University (Oxford, Ohio), Urban & Regional Planning. 1989 • Beaver Fellow, London School of Economics: London, England. 1987-1988 Term CAREER (1995-present) Managing Principal. Lambert Advisory LLC. Built general real estate and advisory practice from a single person firm to multi-office corporation which maintains global private and public sector client base. Primary areas of focus include market and financial feasibility analysis, economic development, joint venture and partner identification and public/ private venture structuring for public and private sector clients. Extensive experience among a diverse range of real estate uses including but not limited to: housing, retail/entertainment, office, industrial, hotel, marina, recreational and cultural. Major private sector clients include Swire Properties, Simon Group, Royal Caribbean, Carnival Corporation. MANA, and Samsung Corporation. Notable public sector clients include Miami Dade County, City of Miami, City of Hollywood, City of Hallandale Beach, City of Ft. Lauderdale, City of Boca Raton, New York Economic Development Corporation and the City of New Orleans. (1991-1995) Consultant, Senior Consultant. Manager. Arthur Andersen LLP/Goodkin Research Responsible for conducting and managing real estate and economic analysis throughout United States, the Caribbean, and Latin America in Real Estate Services Group of Arthur Andersen, LLP. Managed teams of staff related to large scale due diligence efforts. Major clients included: GE Capital, Swire Properties, Wharf Holdings, Exxon/Trammell Crow, and Arvida Properties. SELECT PAPERS, PUBLICATIONS, SPEECHES • Lambert, Paul; Institutional and Government Sustainability Policy Trends (Panel Discussion): Harvard Business School; April, 2008 • Lambert, Paul; New Orleans Now (Speech); Center for Architecture; New York, NY; January 2007 • Lambert, Paul; Urban Poverty Alleviation Strategies (Speech); Woodrow Wilson International Center for Scholars; Washington. DC; 2004 • Lambert, Paul; Tourism Development on the North Coast of South America (Speech); Andean Conference CARICOM; 2001 • Byrne, Gregory A., Lambert, Paul "Private Management of Public Housing:A Guidebook," United States Department of Housing and Urban Development, Washington, D.C., July 1997. • Byrne, Gregory A., Lambert, Paul "Public Housing Asset Management: A Handbook for Local Governments," Community Development Training Institute, Newport, Rhode Island, 1996. ■ ,, — - flf • i ADVISORY ' Eric Liff •�� Economic and Market ,ao1►�'*' Analysis Total Years of Experience: 25 ,tr *111%. Eric Liff brings 25 years of experience providing economic and financial advisory services to both the private and public sectors. He has worked with numerous national and international corporations providing economic, strategic and investment guidance in real estate acquisition, development planning and asset repositioning. His advising work also includes mixed-use and resort development throughout the U.S., Central America and the Caribbean. Over the course of his career, Mr. Liff has served as project manager to more than fifty municipal and governmental agencies on initiatives ranging from economic development and neighborhood revitalization to complex financial and partnership structuring. Eric has also worked extensively in transit-oriented development (TOD) planning with a specific emphasis on public/private partnership initiatives. Prior to joining Lambert Advisory, Eric was responsible for acquisition and development at WorldStar Resorts, an entity of Starwood Capital. His core focus there included corporate and asset identification, deal structuring, due diligence and strategic positioning.Prior to WorldStar, Eric served as a Manager in the Real Estate Consulting Group of KPMG Peat Marwick and a Senior Consultant with the Real Estate Consulting Group of Arthur Andersen LLP, Eric was actively involved in acquisition, disposition, and underwriting engagements for firms such as CS First Boston, Morgan Stanley, Prudential, and Heller Financial. Eric earned his Bachelor of Science degree with a concentration in real estate management and development at the University of Southern California. He is a member of the Urban Land Institute (ULI). Eric Liff Economic and Market Analysis EDUCATION • Bachelor of Science (Real Estate Management & Development), University of Southern California (Los Angeles, CA). 1990 CAREER (1999 to Present) Principal. Lambert Advisory, LLC. Principal of this global economic and real estate advisory firm. Primary areas of focus include master planning and land use strategy. market and financial feasibility analysis (including residential, commercial, hospitality, and marinas), affordable housing. transaction/partnership structuring, and operations analysis. Major private and/or not-for-profit clients include: MANA, Swire Properties, Simon Group. Royal Caribbean, Macken Companies, and Belzebre Holdings. Recent public sector clients include City of Naples, Broward MPO. City of Hollywood and City of St. Petersburg. (1998 to 1999) Director of Acquisitions. WorldStar Resorts, LLC. WorldStar is a resort/vacation ownership development Company, an entity of Starwood Capital. Responsible for acquisition and development activity, including corporate and/or asset identification, deal structuring. demand analysis, due diligence and strategic positioning. (1996 to 1999) Manager. KPMG Peat Marwick, LLP Manager in the Real Estate Consulting Group of KPMG Peat Marwick and actively involved in acquisition, disposition, and underwriting engagements for firms such as CS First Boston, Morgan Stanley, Prudential, and Heller Financial. Additionally, Mr. Liff has managed a number of major workout transactions and litigation related support engagements. (1994 to 1996)Senior Consultant. Arthur Andersen, LLP. Senior consultant in the Real Estate and Hospitality Services Group. Primary responsibilities include economic. market and financial analysis for both public and private sector clients, with a specific focus on hospitality and tourism related strategic analysis throughout the United States and Caribbean. Affiliations, Memberships, and Publications • Urban Land Institute (ULI), Member since 1998 - South Florida/Caribbean District Council • ULI Technical Assistance Panel (TAP) — South Florida/Caribbean District Council (2011) • American Resort Developers Association (ARDA), former Member; assisted in the preparation of the Vacation Ownership 1998 Financial Performance Study (completed by KPMG Peat Marwick) • Expert Witness— Economic Impact/Land Use Advisory; Premier Airport Park LLLP; • Lee County, Florida (November 2007) 01. -T . r ADVISORY Susana Siman Suarez `meq , Visualization . • - Years of Experience: 6 ti With a background in urban planning, tech start-ups and graphic design, Susana brings a human-centered approach to designing products and strategies that bridge gaps within urban development. Prior to joining Lambert, Susana served as a product manager at Spatially, a location analytics company in Miami where she was responsible for bringing together engineers, analysts, and business development team members to create data-driven products that allow clients to make sense of current or potential locations. She also developed data visualizations, demos and presentations that highlighted the software's value for pitches and speaking engagements across industry segments. Susana has a deep appreciation for Miami and its diverse communities and has worked on a range of local planning projects, from creating the graphic design for a historic preservation redevelopment toolkit to facilitating workshops between community members and real estate developers. Susana holds a Master of Science in Urban Planning from Columbia University Graduate School of Architecture, Planning and Preservation and a Bachelors of Arts in both Fine Arts and International Development Studies from the George Washington University. Susana Siman Visualization EDUCATION • Masters of Science in Urban Planning, Columbia University Graduate School of Architecture, Planning and Preservation, New York, New York, 2012 • Bachelors of Arts in International Development Studies and Bachelors of Arts in Fine Arts, George Washington University. Washington, DC. 2009 CAREER (2016-Present) Senior Associate . Lambert Advisory LLC. Senior associate of this global economic and real estate advisory firm responsible for data collection, analysis and visualizations, document and qualification preparation, economic and market assessments for both public and private clients. Focus includes data-driven strategies for economic & community development efforts and data analysis & forecasting. Managed team and process of rebranding efforts, including overall message, collateral and website development. Recent public sector clients include City of Miami, City of Naples, City of Cape Canaveral, City of Boca Raton, and Broward MPO. (2012 -2016) Product Manager, Spatially. Spatially is a software development company that aims to be the most intelligent engine for making sense of customers, locations and markets. Focus included leading vision, road mapping. goal-setting, spec writing, project execution, testing, Ul/UX wire framing and product roll out strategies. Responsible for collaborating with engineers, analysts, and business development team members to create data-driven products that would allow clients to make sense of current or potential locations. She also developed data visualizations, demos and presentations that highlighted the software's value for pitches and speaking engagements across industry segments. (2012) Design Strategist, 3x3 Design. Design strategist for a design and planning consultancy that applies design thinking to urban planning challenges. Provided data visualizations including mapping, infographics, spatial analysis and both strategy and outreach support to the team. Devised a flexible Neighborhood Action Plan and monthly discussion forum for neighborhood associations to incubate ideas and generate agreements between public, private, and civil stakeholders for plan implementation. (2011) Design & Planning Consultant, Neighborhood Housing Services of South Florida Designed and built 25 faux appliances as part of a risk-prevention strategy during the sale of single family homes. Reduction in the number of stolen appliances led to an estimated savings of $50,000 for the organization. Led a visioning workshop with neighborhood residents to review traffic calming strategies in their community. AFFILIATIONS AND MEMBERSHIPS • New Leaders Council Miami 2016 Fellow • Urban Land Institute (ULI), South Florida/Caribbean Member • Code for Miami's Civic User Testing Group (CUT Group) Member and Proctor Alex focuses on plans, projects, tools and data products that support a systematic and comprehensive approach to community and regional planning. His work deals primarily with interactions between the built environment, economic and demographic trends, travel A �. =ri behavior, transportation system performance and environmental impacts t !AI of urban development. His project involvement covers database --,4 construction and management, GIS analysis and tools creation, and I — model development and application. He has contributed to a variety of transportation and land use studies at the local, regional, state and federal levels. • Central Manatee Network Alternatives Analysis - Florida Department of Transportation District One Renaissance led the technical analysis in support of District ALEX BELL, AICP One's program of projects that improve the transportation, safely, TRANSPORTATION PLANNING - economic and quality of life goals within the Central Manatee area. The purpose of the study was to prepare a detailed existing conditions MULTIMODAL STUDIES assessment as well as future year no-build and build alternatives assessment using technical tools developed by Renaissance, EXPERIENCE complemented by existing FDOT tools and procedures. Alex directed 8 Years the use of multimodal accessibility analyses in understanding the key issues impacting multimodal travel in the study area; the interpretation of accessibility assessments in needs identification; and EDUCATION the application of access-oriented methods in analyzing Master of Science in Planning, alternative future scenarios. Florida State University Bachelor of Arts in Art History, Multi-Sector Approach to Reducing GHG - Metropolitan Washington Council of Governments University of South Florida Renaissance supported the MWCOG on both a Land Use AFFILIATIONS Assessment and Transportation Analysis. Renaissance was part of a American Institute of Certified team, which sought to identify a program of strategies to achieve 2020 Planners No. 025132 and 2050 GHG reduction goals in the Metropolitan Washington region. The project is innovative in coordinating the GHG reduction effort American Planning Association across multiple sectors, including transportation, land use. energy and built environment. Alex prepared multimodal accessibility assessments for a variety of future land development scenarios. The multimodal accessibility values were inputs into models of auto ownership and vehicle miles of travel, key determinants of transportation sector GHG emissions. Central Maryland Mode Choice Models – Maryland Department of Transportation Following on a comprehensive assessment of analytical needs and tools conducted by Renaissance and testing of multimodal accessibility (MMA) concepts in the MD-355 corridor, MDOT sought to test (and re- calibrate as needed) MMA mode choice models in the state's urban heart – the ashington, DC and Baltimore metropolitan areas. Renaissance expanded on previous work to develop multimodal accessibility scores and mode choice models for the entire urbanized area spanning from Fredericksburg, VA to Aberdeen, MD. Alex led the MMA expansion work and model development, providing nested logit models estimating non-motorized, transit (walk access), transit (drive access), auto driver, and auto passenger trip shares at the census block level. RENAISSANCE / t PLANNING Accessibility Project Prioritization—Virginia Department of Transportation and Virginia Office of Intermodal Planning 8 Investment As part of new legislation under HB2 for prioritizing state transportation funding, Renaissance developed an application of a new Accessibility Tool to measure access to employment and other travel opportunities statewide. Renaissance collaborated with state agencies to test the accessibility measurement on pilot projects and performed accessibility scoring for all projects nominated for funding in the State in the fall of 2015 and again in late 2016. Additionally, Renaissance led a comprehensive review of the accessibility scoring process, addressing how scores were summarized, the inclusion of non-motorized modes. and fine-tuning travel time impedances and decay rates for application to the 2016 statewide scoring. Alex served as the technical manager of the work and principal architect of the tools initially developed for measuring multimodal accessibility in project prioritization. Assessment of Analytical Needs and Tools -Maryland Department of Transportation Renaissance developed a sample application of its multimodal accessibility analysis framework for an urban corridor in Montgomery County, MD. The work focused on measuring accessibility from all points within the corridor to destination opportunities defined by the transportation modes serving the corridor. An example application for BRT service on MD-355 was developed to demonstrate the utility of the approach in transit and station area planning assessments. Alex served as the technical lead, defining the analytical process and supervising the collection/development of supporting data to support the model development and test application phases of the work. NCHRP 08-78: Estimating Walking and Biking for Planning and Project Development—Transportation Research Board Renaissance led a team of researchers in an exploration of the key factors and relationships that influence non- motorized travel demand. The study yielded a comprehensive guidebook of best practices in bike/ped demand estimation and developed new techniques for forecasting non-motorized travel. Alex developed a GIS-based approach to model multimodal accessibility for forecasting bike/ped demand. A spreadsheet tool implementing the approach was delivered with the final report(TRB Report 770). 2035 Long Range Transportation Plan—Pinellas County Metropolitan Planning Organization The Pinellas County MPO developed a 2035 Long Range Transportation Plan, which assessed the County's transportation needs and set forth improvements necessary to meet those needs over a twenty-year period, including highway, bus and rail transit service, and bicycle and pedestrian facilities. Alex prepared the financial plan for the LRTP, documenting potential federal, state, and local revenue sources and projecting future revenue streams through the planning horizon year. Harrisonburg Transit Study—Central Shenandoah Planning District Commission As part of an on-call, Renaissance examined service options and financial feasibility to establish a new fixed route transit service. The study focused on potential route alignments, frequency and hours of service to best serve the community's needs relative to costs and available funding. The objectives of the study were to conduct a system wide assessment to meet existing and emerging demand for service. Alex was the lead analyst in assessing conditions and issues, developing alternative alignments, and preparing general service plans and cost estimates. 2035 Mobility Vision Plan—Polk Transportation Planning Organization The Mobility Vision Plan is a major update to the long-range transportation plan for Polk County, Florida. Alex served as the technical lead in creating, costing, and prioritizing a future transit network that supports the County's centers and corridors growth strategy and provides regional bus and rail connections to neighboring metropolitan transit systems. SR 7/US 441 Project Development and Environment Study and Transit Study — Florida Department of Transportation District Four Renaissance led the land use component of this PD&E transit study. To support the analysis, Alex initiated a parcel-based scenario analysis in Community Viz. The land use study included a land suitability analysis, an assessment of the potential for transit-oriented development and an evaluation of the multimodal infrastructure in the corridor that facilitates access to transit. The land use information is a critical component of coordinated decision making between FDOT, the MPOs, transit agencies and local governments. 1` RENAISSANCE ._`� PLANNING SUMMARY Chris Sinclair has more than 31 years of experience managing a variety of land and transportation planning projects. As the firm's founding owner and current president, he has served as the visionary leader committed to advancing the state of planning practice through the integration of transportation planning and urban design. Chris has managed master plans, transportation studies, comprehensive plan updates, Metropolitan Planning Organization's Long-Range Transportation Plan updates, impact fee and concurrency ordinances and fiscal impact studies. He is well versed in a wide range of planning tools and methods, including land use models, travel demand models, traffic operations software and fiscal impact models. Chris has CHRIS SINCLAIR developed unique technical methods, including the creation of the firm's land use allocation tool, CorPlan which is used as a scenario planning SMART GROWTH model. EXPERIENCE 2040 Long Range Transportation Plan (LRTP)— Space Coast 32 Years Transportation Planning Organization, Florida The 2040 LRTP marks a time of transition from the early growth and development patterns that fueled the rise of the Space Coast and NASA EDUCATION as well as the approach to long range transportation planning. Chris Master of Science in serves as Principal in Charge for this ambitious project that follows a Urban and Regional process that marks a departure from past LRTPs. There is a reduced Planning, focus on projects designed to address typical automobile level of Florida State University service standards. Instead, the 2040 LRTP projects are organized Bachelor of Arts in Urban around transportation corridor strategies and include corridor/place Affairs, Virginia Tech types and corridor strategic plans, and are driven by future economic growth strategies. All of these elements will be considerate of future land use and the built environment in addition to multiple modes of transportation. AFFILIATIONS Institute of Transportation Transit Oriented Development Training Course — National Transit Engineers Institute Chris serves as a co-instructor for the TOD training course offered by the National Transit Institute. The class is targeted to transit agency professionals and other community stakeholders to address step-by- step processes to optimize urban design, economic development and community livability considerations associated with transit investments and station area planning. The two-day session targets practitioners and others involved in transportation planning, project development, and project implementation as well as land use planning. Primary audiences include state Department of Transportation planners and transportation specialists, city and county engineers and planners, metropolitan planning organization staff, transit operators, federal employees, resource agency staff, and consultants. 2030 Regional Long Range Transportation Plan — Martin and St. Lucie County Metropolitan Planning Organizations This regional transportation plan was the first joint effort of two Florida Metropolitan Planning Organizations (MPO's) to create a lasting regional framework for integrated land use and transportation planning. The Regional Long-Range Transportation Plan entailed an extensive process to integrate land use and transportation. 0RENAISSANCE `� PLANNING Livable Communities Contract— Florida Department of Transportation, District Six This project balances the Florida Department of Transportation's mobility objectives with livable community goals, and is the first of its kind in Florida. Chris served as the responsible officer for a team of transportation planning, traffic engineering, land use and urban design consultants. Assignments have ranged from corridor studies to developing design guidelines. Regional Land Use Study— Martin and St. Lucie Counties, Florida Chris managed this project that included updates to local plans and zoning codes, design guidelines and development review procedures to support a regional vision, also developed by Renaissance, which calls for a network of compact, mixed-use, transit-oriented communities throughout eastern St. Lucie and Martin Counties. The strategy avoids major highway investments otherwise needed to expand capacity on US 1 and supports plans to finance and develop targeted communities. The project featured a master plan to convert an aging shopping center in Port St. Lucie to a downtown civic center, and innovative tools to apply Florida's new multi- modal overlay district option enabling multimodal investments to meet concurrency requirements. Long Range Plan Update—Orlando Metropolitan Planning Organization This was a major multi-modal update of the Orlando Metropolitan Planning Organizations (MPO's) long-range plan. The update involved an extensive public involvement program. including preparation of newsletters, surveys, public workshops. meetings, and public hearings; detailed financial analysis of costs and potential revenues; the use of DRAM/EMPAL land use allocation models; and developing the MPO's first freight and goods movement action plan. Much of the alternatives analysis was conducted using GIS, with the coverages and databases becoming the basis for the MPO's GIS system. A congestion management system (CMS) was also developed for the MPO as part of the update. Chris directed this project. Congestion Management System — Space Coast Transportation Planning Organization Chris managed the development of the Space Coast Transportation Planning Organizations (TPO's) CMS. The project documented CMS procedures and responsibilities, CMS data collection procedures, and how the CMS integrates into the TPO's overall planning process. Northern Broward and Southwestern Palm Beach Counties Mobility Strategy Assessment (focused on SR 7) — Florida Department of Transportation, District Four Chris serves as resource principal in providing multimodal and travel demand technical assistance to the Broward and Palm Beach Metropolitan Planning Organizations (MPOs) as they undertake mobility studies for the area surrounding the State Road 7 corridor. X1'1 RENAISSANCE ..`t PLANNING yr • Jessica joined Renaissance's Charlottesville, VA office in 2008 with a technical background in traffic engineering and transportation design. 064 She has since broadened her land use and policy planning experience, developed TOD expertise. and honed her multimodal transportation planning skills. Jessica's strong communication skills, attention to detail, and commitment to quick response and quality work ensure she meets clients' expectations. Between 2014 and 2016, Jessica managed the company's South Florida office and several on-call planning contracts for FDOT. Jessica relocated to Arlington, VA in 2016. Districtwide General Planning Consultant Technical Assistance & Coordination — Florida Department of Transportation, District Four Jessica is currently managing this on-call contract, which involves a JESSICA DIMMICK, AICP, EIT variety of ongoing tasks. TRANSIT ORIENTED TRANSIT-ORIENTED DEVELOPMENT TECHNICAL ASSISTANCE DEVELOPMENT Jessica led a team to develop a TOD Readiness Tool for station area EXPERIENCE planning. This tool assesses the desirability or "readiness" of a station 10 Years area for TOD based on physical, economic, and public policy conditions, which planners can use to develop strategies and actions to build upon an area's strengths and address its weaknesses. Jessica's team EDUCATION developed an infographic-rich summary sheet that serves as a marketing Bachelor of Science in Civil piece for developers, financial institutions, and government agencies. Engineering, Lafayette College Jessica's team applied the tool to the Delray Beach Tri-Rail station, and Master of Urban and provided hands-on training to City staff. Environmental Planning, Jessica currently manages the facilitation team for the Southeast Florida University of Virginia TOD Working Group, a group of public, private, and non-profit stakeholders working together to achieve TOD in the three-county region. AFFILIATIONS Jessica led a team to research successful TOD initiatives of other regions American Institute of Certified facing similar challenges to those in Southeast Florida. Planners, No. 027519 CYPRESS CREEK INTERCHANGE AREA REDEVELOPMENT Pennsylvania State Engineer-in- IMPACTS Training No. ET014482 Jessica led a team to investigate the dynamics of this complex area. Women's Transportation Jessica and her team reviewed plans and design concepts, and held Seminar, targeted listening sessions with stakeholder agencies, including business Washington DC Chapter and property owners. Jessica presented the findings to FDOT to shape the purpose and need statement for the Project Development & American Planning Association Environment study, and recommended modifications to the study process Virginia Chapter to increase transparency, build stakeholder trust, and ensure the final concept is consistent with the community vision. MULTIMODAL TRANSPORTATION PLANNING WORKSHOP FACILITATION Jessica planned and facilitated a day-long workshop on integrated multimodal transportation planning practices and performance measures for Broward County staff and other public partners. Jessica led a team to prepare case studies of growth management techniques, mobility fees, multimodal transportation districts, and multimodal level of service and performance measures. She designed the workshop to spur dialogue amongst the partners who are together undertaking a major overhaul of the County's Comprehensive Plan and Land Use Plan. Jessica and her team facilitated conversations on techniques applicable for Broward County. RENAISSANCE %l + PLANNING Mixed Use& Multimodal Connectivity around the Innovation Park&Gainesville VRE Stations— Metropolitan Washington Council of Governments The existing Norfolk-Southern rail line presents an opportunity to extend passenger rail service in western Prince William County, VA. Jessica is leading the development of station area visions for three potential stations and the evaluation of multimodal connectivity and potential for mixed-use TOD. Project outcomes will include an implementation plan for increasing connectivity and orienting new and infill development to the future transit stations, with actions for each stakeholder agency. Districtwide Freight and Public Transportation Planning Consultant Services — Florida Department of Transportation, District Six Jessica manages this on-call contract to provide transit and freight planning services in Miami-Dade and Monroe Counties. Jessica has overseen the inspection and system-wide performance evaluation of park-and-ride facilities, and managed a large team to inventory and conduct transit vehicle inspections for agencies receiving FTA Section 5310 funding. Volusia County Transit Oriented Development Readiness Assessment—Florida Department of Transportation, District Five The Volusia Transit Connector study examined the feasibility of a new bus rapid transit route along US 92 and the extension of SunRail along 1-4. Jessica assessed the potential for TOD in 10 station areas at the station area, corridor, and system level. Jessica identified unique strategies for local governments and other stakeholders to increase the potential for TOD at each station area, recognizing the importance of context at each level and incorporating emerging national research. Pompano Education Corridor Transit Study— Broward Metropolitan Planning Organization Increasing access to education and employment opportunities along a 14-mile corridor with several low-income neighborhoods was the focus of this study. Jessica led the public involvement effort, producing flyers, surveys, conducting outreach at college campuses, and holding public meetings. Jessica managed a team to conduct a walk and transit accessibility analysis and developed land use recommendations for the four partner cities. Complete Streets Implementation Plan—City of Deerfield Beach, Florida Jessica managed an implementation plan to transform Deerfield Beach's existing roadways into "complete streets" that support the City's smart growth, healthy lifestyles, safety, livability, and sustainability objectives, and that accommodate the all transportation modes. Jessica and her team facilitated a workshop with City staff to develop a network vision and design recommendations for four initial corridors, including road diets, pedestrian crossing enhancements, on- and off-road bicycle paths, and strategic access improvements to parks and recreational facilities. Multimodal System Design Guidelines —Virginia Department of Rail and Public Transportation (DRPT) Jessica held a lead role throughout the development of these guidelines, which provide a process for holistic multimodal planning at regional, local, and corridor scales. Jessica utilized her expertise with the VDOT Road Design Manual, ITE/CNU's Designing Walkable Urban Thoroughfares, and other bicycle and pedestrian design manuals from AASHTO and NACTO to create a set of roadway engineering parameters for multimodal corridor design that reflects the surrounding context and fits within the broader multimodal system. 2035 Virginia Surface Transportation Plan Update—Virginia Department of Transportation and Department of Rail and Public Transportation She coordinated the public outreach effort, which included a round of in-person public meetings across the state, several regional forums, and a virtual 'open house.' Jessica also managed the graphic design tasks. including the development of a graphically rich two-sided fold-out pamphlet with maps and summary text. She facilitated meetings with multiple state modal agencies and coordinated the development of the graphic design of the final report. Countywide Transit Network Study—Fairfax County,Virginia Jessica analyzed congestion metrics from the regional travel demand model to compare various land use and transportation scenarios. She engaged transit providers in a dialogue about future Metrorail extensions and prepared a white paper to document the various factors, implications, and perspectives. 4 RENAISSANCE PLANNING Nicole is a planner in Renaissance's South Florida office. She provides research, writing, technical, and graphic support for a variety of projects led by Renaissance. Prior to joining Renaissance, Nicole was a Project Manager at the Center for Urban and Environmental Solutions at Florida + v,, Atlantic University, where she contributed towards various interdisciplinary research efforts. Her experience includes a strong • background in analytical research, GIS data analysis and mapping, public involvement, visual communications, and strategic design. Nasv4 Districtwide Freight and Public Transportation Planning Consultant Services — Florida Department of Transportation, District Six A14` t Renaissance is leading this on-call contract to provide a variety of planning services related to freight and transit in Miami-Dade and Monroe Counties. NICOLE ESTEVEZ LIVABLE CITIES TRIENNIAL REVIEW PROGRAM MANAGEMENT FOR 5310 AGENCIES EXPERIENCE As part of this contract, Nicole supports the day-to-day operations of the 4 Years compliance reviews, assists in coordinating activities between the review team and District staff, and acts as a central point of contact for 59 subrecipient agencies. Additionally, Nicole contributes to Renaissance's EDUCATION role in providing additional support to the District by reviewing and Master of Arts in Urban and analyzing state and federal regulations and policies. and developing tools Regional Planning, to streamline grant monitoring and compliance review protocols. Florida Atlantic University BIENNIAL VEHICLE INVENTORY INSPECTIONS Bachelor of Arts in Urban Nicole provided support in the day-to-day management and coordination and Regional Planning, of this effort, communicating with agency staff, scheduling site visits, Florida Atlantic University coordinating with the inspection team, and developing tools for onsite data collection and the continued maintenance of the District's vehicle AFFILIATIONS inventory database. Renaissance managed the inspection of 374 American Planning vehicles in use by 61 transit agencies and developed a final report Association Member documenting the findings and recommendations and providing an assessment of the District's fleet utilization and conditions, to support in APA FL Young Planners forecasting and evaluating the distribution of resources and future Group Co-Chair coordination of transportation services. PARK AND RIDE FACILITY INSPECTIONS AND PERFORMANCE EVALUATIONS Renaissance conducted physical inspections of 35 active park and ride facilities. Renaissance summarized the results and developed recommendations for improving each individual park and ride facility. Additionally, Renaissance evaluated performance of accessibility, utilization, facility conditions, safety, and comfort at the system-level, and identified high priority corrective actions for 10 priority facilities. Nicole assisted in summarizing the data collected, evaluating facility and system-level performance, identifying strategies for improvement, and documenting the results in a final graphically rich report. Southeast Florida Transit Oriented Development Working Group - Florida Department of Transportation, District Four Under the guidance of FDOT District 4 as part of an on-call contract, Renaissance facilitates the Southeast Florida Transit Oriented RENAISSANCE IN,: PLANNING Development (TOD) Working Group, a group of public, private, and non-profit stakeholders working together to achieve TOD in the three-county region. Renaissance conducts research and provides technical assistance to the Working Group's efforts. Nicole assists in the facilitation of the Working Group sessions and provides technical assistance in related research and activities. Local Foods, Local Places-U.S. Environmental Protection Agency Local Foods, Local Places is a U.S. EPA technical assistance program that helps communities strengthen their local economies, improve access to fresh and healthy foods, and revitalize historic neighborhoods and downtowns through strengthening the local food system. Renaissance provided this assistance under its IDIQ contract with U.S. EPA. In 2017, Nicole provided support in planning and co-facilitating the community workshops and preparing an action plan for Coamo, PR. Sustainable Communities Building Blocks Technical Assistance- U.S. Environmental Protection Agency Building Blocks is an EPA program that provides targeted technical assistance during a two-day workshop to communities across the country to help them implement a wide range of smart growth strategies. In 2017, Nicole provided support in delivering technical assistance to two communities—Raton, NM and Questa, NM. The technical assistance workshops focused on implementing the Planning for Infill Development tool and the Sustainable Strategies for Small Cities and Rural Areas tool, respectively, for these communities. Broward County Local Coordinating Board-Florida Department of Transportation, District Four Renaissance facilitated a workshop among the Broward Local Coordinating Board (LCB) for the Transportation Disadvantaged, to start the conversation of alternative programs the LCB and the Community Transit Coordinator could implement to effectively appropriate funds. Nicole conducted research on Transportation Disadvantaged services, prepared workshop materials, and co-facilitated the workshop. The product is a workshop summary that assists the LCB in developing an action plan for enhancing its future service and program. PRIOR EXPERIENCE -The following projects were completed at a previous firm. Livable South Florida,Center for Urban and Environmental Solutions at Florida Atlantic University-John D.and Catherine T. MacArthur Foundation- Nicole served as the project manager responsible for overseeing the various phases of this effort from research design to execution. Nicole and her team developed a series of tools and methodologies for data collection, data analysis. and data interpretation. The final product is a combination of these unique tools along with visually compelling graphics and narrative that provide rich understanding of the impacts the built environment has on human interactions with place. The combination of these tools can further advise on defining design strategies that facilitate in the creation of vibrant places. Perceived Impacts of the NI Aboard Florida in Martin County-Martin County Property Appraisers Office-The Martin County Property Appraisers Office commissioned a study to determine whether a new rail service could impact properly values in the county, and if so, to what degree. Nicole provided technical assistance in the execution of the survey design, compilation, and analysis. The effort resulted in two studies that were later presented to the County Commission and taken into consideration by property appraiser staff for determining future tax rates in the county. South Florida Regional Survey, Center for Urban and Environmental Solutions at Florida Atlantic University-John D. and Catherine T. MacArthur Foundation-The South Florida Regional Survey is a representative survey designed to measure South Floridians' quality of life and their views on topics such as the environment, neighborhoods, and transportation. Nicole assisted in the quantitative and qualitative analysis of the survey results and compiled a series of visually compelling and storytelling reports and presentations. This effort was the precursor to additional research and analysis that further investigates the main findings of this study. Land Development Certification from the Florida Green Building Coalition-Abacoa Partnership for Communities- Nicole served as the project manager and led a team in a year-long process, which consisted of identifying, compiling, and inventorying evidence of Abacoa's unique features and environmental stewardship. The final product resulted in a graphically compelling document which details Abacoa's qualifying features to be designated as a Green Land Development.Abacoa received its certification in 2013. RENAISSANCE 0`4 PLANNING Sp.' a Vlad Gavrilovic is a principal with Renaissance and has over 30 years of ` experience in the integration of land use, urban design and transportation x . lift' planning practice. He has managed a wide variety of complex projects throughout his career and has designed innovative and context sensitive f"""*.• solutions for communities throughout the country. His experience includes ;_\ land use and transportation planning, multi-modal transportation design, --X.: .�--- urban design, environmental planning, and facilitation, public involvement and consensus building. •';.;:t- Avoiet, IA i , Vlalocald's work ojo ,governmenthas clients,included includingprectsfstaterawide transportationvarietyof a enciesregional, regional 9state9 planning organizations and MPOs. and localities at a wide variety of scales. He has served on the American Institute of Architects Committee VLAD GAVRILOVIC, AICP of the Environment, and has taught planning and design at George Washington University and the University of Virginia. He has a particular TRANSPORTATION PLANNING focus on the development of integrated solutions that cross the boundaries URBAN DESIGN of professional disciplines such as transportation planning, urban design, EXPERIENCE community planning, and economic development to address the 30 Years challenges of modern society as it deals with the built and natural environments. EDUCATION Accessibility Project Prioritization —Virginia Department of Master of Urban and Transportation and Virginia Office of Intermodal Planning & Investment Environmental Planning, • University of Virginia As part of new legislation for prioritizing state transportation funding, Renaissance developed an application of a new Accessibility Tool to Bachelor of Architecture, measure access to employment statewide. Renaissance has worked with University of Illinois state agencies to test the accessibility measurement on pilot projects and has applied the process to test all projects nominated for funding in the State 2015, and will do so again in 2016. Vlad has served as the project manager for this process managing all coordination with state agencies AFFILIATIONS and leading a technical team of analysts in the project testing. American Institute of Certified Planners, No. VSTP Statewide Surface Transportation Plan Updates—Virginia 91410 Office of Intermodal Planning & Investment University of Virginia, The Virginia Surface Transportation Plan is a summary of the State's Department of Planning, intermodal policies, programs and projects. Vlad led a Renaissance team Adjunct Faculty, Instructor in providing strategic support for the plan in several areas, including Environmental and designing and leading a public participation program that included focus Design,Planning and group meetings, regional planning forums, a statewide planning summit, and public input conducted on the project Web site. In addition, George Washington Renaissance researched and developed a new element of the statewide University, CCEW Division plan focused on regional accessibility. of Landscape Design, Multimodal System Design Guidelines—Virginia Department of Rail Instructor in Design Theory, and Public Transportation, Richmond, VA 1992-1995 Renaissance Planning Group worked with DRPT for over two years to American Federation of prepare statewide guidelines for multimodal planning and design. The Garden Clubs Certification project involved looking at existing conditions statewide and working with Program. Instructor in Urban a 30-member steering committee to assess the range of place types and Design History, 1997-8 potential corridor typologies. The guidelines address a range of land use, urban design. transportation and public space design considerations and were adopted as an addition to VDOT's statewide Road Design manual in 4RENAISSANCE 1 PLANNING 2013. Vlad served as the overall project manager of an interdisciplinary team including engineers, planners and designers that are developing this first-of-its kind guidebook for Virginia. Project DTO— Enhancing Downtown Orlando—City of Orlando, Florida Project DTO is a visioning process to create a 10-year vision plan for Downtown Orlando, accompanied with a Community Redevelopment Agency plan update and strategic marketing plan. To develop the Vision Plan, the City created nine committees covering various topics areas that were comprised of downtown stakeholders tasked with assessing their topic area and creating a Findings of Need report.Vied served as urban design consultant to the project team for parts of the vision plan, especially helping visualize the design concepts in user-friendly formats. US Route 29 Statewide Plan—Virginia Department of Transportation Vlad was the project lead for the scenario planning, visioning and land use/urban design portions of this 200-mile corridor study for Route 29 in Virginia. The project was intended as a prototype for future corridor plans in the Commonwealth and established a long-term "blueprint" for the future of the corridor in the decades ahead, along with short-term and interim recommendations for corridor improvements. The project incorporated a consensus-driven public process and worked with over 20 separate localities and 4 MPOs along the entire corridor. Broad Street Bus Rapid Transit—Virginia Department of Rail & Public Transportation The Virginia Department of Rail and Public Transportation conducted a detailed study of transit investment along a seven-mile long corridor that spans the City of Richmond and portions of Henrico County. As part of this study, Vlad took the lead in developing a series of station area prototypes and demonstration plans that illustrated the application of the prototypes within a range of site-specific contexts, together with options for coordinating multi-modal activity. Vlad also helped to assess the redevelopment potential for areas surrounding proposed transit station locations. Vision and Master Plan for the Neck Area, SC -Berkeley-Charleston-Dorchester Council of Governments Renaissance led a multidisciplinary team to complete a comprehensive, multimodal master plan for a 27-square mile area. The master plan provides a community- based vision for 21st century quality growth and economic opportunity throughout the entire Neck Area, including guidance for local and regional government agencies to shape land use plans, community design policies, economic development strategies, and infrastructure improvement. Vlad led a weeklong community design charrette and directed the urban design and transportation related design aspects of this $1.5 million regional planning and visioning project for portions of two cities. Ballston/MU Metro Station Area Improvements (On-Call Multimodal Transportation Planning Services)— Arlington County, Virginia Renaissance worked as part of a multidisciplinary engineering and design team on the Arlington County on-call multimodal contract. As part of that contract, the team provided urban design and planning support to redesign the urban plaza and streetscape around the Ballston Metro station. As an Urban Design lead on this project, Vlad led the development of design strategies and visualization drawings for Renaissance. Norfolk Urban Development Area -Virginia Office of Intermodal Planning & Investment As part of a statewide grant program to encourage transportation-efficient urban design,Vlad led a design team to help the City of Norfolk, Virginia envision a new future for an old suburban mall and retail strip development. The area is the site of a potential new light rail stop and Renaissance is preparing a design vision for a new Transit Oriented Development centered on the old mall, with a phased development strategy that gradually transitions the area from a retail-only area to a mixed-use urban center. Village Transportation Links Plan—Montgomery County, Virginia Vlad managed the preparation of a comprehensive Bicycle, Pedestrian and Multi-Modal Transportation Plan to link together six rural villages outside Blacksburg, Virginia. Transit Plan Update— Loudoun County, Virginia Vlad managed the public involvement and land use integration components of a comprehensive transit plan update for one of the fastest growing counties in the United States. In addition to public workshops, the project included targeted workshops with transit-dependent populations [with Michael Baker Associates]. e`1) RENAISSANCE ll PLANNING Jeremy is a project manager with Renaissance, responsible for land use, transportation, AND ECONOMIC planning and analysis, including transit station-area land use planning, transit-oriented development, bicycle and .► pedestrian planning, transportation demand management, market r Sp. ANALYSIS, wayfinding and circulation analyses. public involvement. is geographic information systems (GIS) mapping, and graphics creation. • Beach Connector Locally Preferred Alternative Update, Miami-Dade li. : set of multidisciplinary performance measures that include along with transportation such overlapping issues as land use, economic development, quality of life, environmental quality, and safety. Additionally, an accessibility- based model of the transportation network is being built,which will provide the MPO with an innovative and unique planning and analysis framework. Jeremy is the lead analyst on the development of performance measures Accessibility Project Prioritization—Virginia Department of Transportation and Virginia Office of Intermodal Planning & Investment As part of new legislation under HB2 for prioritizing state transportation funding, Renaissance developed an application of a new Accessibility Tool to measure access to employment statewide. Renaissance has worked with state agencies to test the accessibility measurement on pilot projects and will be applying the process to test all projects nominated for funding in the State in the fall of 2015. Jeremy was a senior analyst for the accessibility measurements. VSTP Statewide Surface Transportation Plan Updates—Virginia Office of Intermodal Planning & Investment The Virginia Surface Transportation Plan is a summary of the State's intermodal policies, programs and projects. The Renaissance team provided strategic support for the plan in several areas, including designing and leading a public participation program that included focus group meetings, regional planning forums, a statewide planning summit, and public input conducted on the project Web site. In addition, Renaissance researched and developed a new element of the statewide plan focused on regional accessibility. Jeremy was an analyst on this project. Polk TPO Transit Development Plan -Polk County, FL Renaissance is preparing a Major Update to the Transit Development Plan (TDP) for the Polk County Transportation Planning Organization. This plan is designed to meet FDOT requirements for TDPs Major Update approval, but is taking additional steps to identify critical local issues, including connectivity to Orlando's SunRail commuter rail, identifying innovative funding streams, and evaluating the impact of future transportation trends, such as automated vehicle technology. Jeremy is Project Manager for this project. Commuter Rail Extension Study- Polk Transportation Planning Organization Renaissance led an assessment and analysis of the potential for extending the recently opened SunRail commuter rail service into Polk County. The existing system serves the Orlando area, with expansion plans that stop just short of Polk County. Phase one of the study included an assessment of regional transit alternatives for Polk. Phase two included a phasing strategy for service extension, feasibility of service given track and station locations and a demand-side analysis of potential riders. Jeremy was Senior Planner and led the station area and rail operations analyses. South Florida East Coast Corridor Transit Analysis Study —Broward County, Florida Department of Transportation Planner responsible for station-area land use planning and an alternatives analysis for an 85-mile rail corridor in South Florida. The project led to the approval of a Locally Preferred Alternative approved by three counties and over 25 municipalities. Primary tasks focused on station area planning, including determination of station locations through the development of a station typology and an innovative station area evaluation methodology that included a range of quantitative and qualitative evaluation criteria. Additionally, worked extensively on writing the final Alternatives Analysis report. Other tasks included data analysis, public involvement, graphic design, GIS mapping, and various technical writing. 4/�1 RENAISSANCE 1 PLANNING Dan Hardy is a principal with Renaissance Planning and has experience .. -_ in developing transportation solutions that balance transportation and Nip « .�; land use options to optimize multimodal travel demand and transportation network services in congested communities. '' I Prior to joining Renaissance, Dan served as the Transportation Planning Chief for the Montgomery County Planning Department. Dan managed a 15-person Transportation Planning Division responsible for transportation elements of Countywide growth policies, master plans, and development review cases in a rapidly growing County of nearly one million residents with high expectations for involvement in decision making. His expertise includes developing and applying growth management policies and DANIEL HARDY, P.E., PTP practices. CORRIDOR STUDIES Multimodal Accessibility Pilot Study— Maryland Department of Transportation EXPERIENCE Renaissance Planning Group developed a multimodal accessibility tool to 27 Years assess the combination of land use and transportation network elements on the combination of proximity and mobility that influence modal choice. EDUCATION This project builds upon the accessibility approach defined in NCHRP Masters of Science in Civil Report 770 and applies the approach to the MD 355 corridor in Engineering, Michigan State Montgomery County, examining the effects of a proposed BRT service University, June 1988 and land use changes on accessibility across each mode and resulting mode shares. Dan served as part of the core research team for the Bachelor of Science in Civil study, focusing on developing predictive mode share equations and Engineering, Michigan State defining BRT system effects. University, June 1986 Smart Scale Project Prioritization — Virginia Department of Transportation and Virginia Office of Intermodal Planning & REGISTRATIONS Investment Professional Engineer, Renaissance has developed an accessibility tool to measure multimodal Virginia, No. 0402 030062 time-travel access to employment statewide and has worked with state Professional Engineer, agencies to apply this accessibility measurement to the state's Smart Scale approach to statewide project prioritization. Dan has served as a Maryland, No. 23060 task leader in evaluating ways to improve multimodal network attributes Professional Engineer, to more accurately reflect traveler experiences as well as exploring Florida, No. 81125 means to incorporate elements of travel impedance such as out of pocket costs and quality of service in addition to travel time. Professional Transportation Planner, No. 213 Multimodal Trip Generation Study — District of Columbia Department of Transportation AFFILIATIONS Renaissance Planning conducted analyses of mode-specific person trip ITE Sustainability Task generation rates for approximately 50 sites with combined Force Chair, 2009-2012 residential/retail development to identify both person-trip generation rates, vehicle-trip generation rates, and mode split characteristics for ITE Transportation Planning pedestrians, bicyclists, transit users and auto passengers in addition to Council Chair, 2007-2009 auto drivers. Independent environmental variables of interest include ITE Transportation Planning retail square footage and dwelling units in addition to parking availability Council Executive and multimodal accessibility. This information will be used to provide Committee, 2003—present guidance in the Comprehensive Transportation Review process used in the development review process. Dan serves as the project manager. Washington DC Section ITE (WDCSITE) President, 2000 Countywide Transit Network Study - Fairfax County Department of TRB Transportation & Transportation Sustainability Committee Renaissance conducted a countywide transit network study to determine the type of transit systems needed to accommodate desired economic growth throughout the County over the next several raRENAISSANCE , PLANNING decades. The study includes developing recommendations for the location of the Metrorail extension, streetcar or light-rail systems, and dedicated lanes for bus rapid transit systems or treatments and on how the system can be phased and funded over time. Dan serves as the project manager. US 41 Venice Bypass Peer Review-Sarasota/Manatee MPO In 2010, the MPO Board adopted a regional LRTP amendment to reduce the extent of widening. Dan led a peer- review study to reconcile the FDOT and MPO designs. The study concluded that a layered network approach is appropriate for the tandem facilities of US 41 Business and US 41 Bypass. Bicycle, pedestrian, and local transit mobility should be emphasized on US 41 Business serving downtown Venice. Higher speed traffic, freight, and regional transit mobility is appropriate on US 41 Bypass and the design for each facility should reflect that purpose and the local context. Lee Highway Multimodal Needs Assessment-Metropolitan Washington Council of Governments Renaissance completed an assessment of complete streets practices for Lee Highway, supporting the initiatives of the Lee Highway Alliance in rethinking the potential for land use and transportation system changes in the area. Renaissance completed a SWOT analysis, examined traffic count and collision data, and identified approximately 60 potential improvements ready for implementation within a 52.5M budget. We developed a series of next-steps studies that would be needed to further long range potential in the corridor such as establishing development densities to support fixed-guideway transit and assisting property owners in considering parking management or property assemblage options to facilitate expansion. Dan served as the project manager. Freight Roadway Design Guidelines-Florida Department of Transportation, District Seven Dan led the development of design guidelines containing strategies for strengthening the recognition of goods movement needs within the roadway planning and design process for FDOT District 7. This effort includes identifying design strategies that are appropriate to facilitate truck movements and provide guidance on integrating those strategies with elements focused on improving pedestrian, bicyclist, and transit quality of service. The guidelines recognize the importance of land use context and focus on seeking an appropriate balance in areas where both goods movement and livable community strategies are paramount. Shady Grove Sector Plan-Montgomery County Planning Department The Shady Grove Metrorail Station is a Red Line terminus in the Washington, DC regional subway system. The station, opened in 1984 along CSX tracks, is surrounded by industrial uses including a County-owned service park. This Sector Plan introduces a transit-oriented land use plan to accommodate future residential and office growth adjacent to Metrorail while leveraging public ownership of service uses toward construction of new offsite facilities. Dan led the transportation planning elements of the Sector Plan. Complete Streets Worksessions- Environmental Protection Agency Dan led the delivery of six Complete Streets worksessions in communities nationwide selected by EPA as part of their Building Blocks technical capacity enhancement program. The worksessions helped each community identify barriers to complete streets implementation and identify logical next steps, participants, and schedules to develop, amend, or otherwise further their complete streets policies. The experience obtained in the pilot worksessions informed revisions to the training materials for future local jurisdictional applicants for EPA technical assistance. Complete Streets Context Classification- Florida Department of Transportation District 4 Renaissance Planning developed and tested a process for defining a systemwide context classification for considering complete street designs for state highways in District 4. This process is intended to complement the draft Complete Streets Handbook developed by FDOT Central Office and allow District 4 to define provisional context classifications, spanning the land use transect from rural to urban areas, that build upon the guidance in the draft handbook but approach the definition of context from a systemwide, rather than project-specific, approach to help promote understanding of the complete streets classification approach among practitioners and stakeholders and to facilitate consistency in application at the project level. Dan served as the principal in charge for this project. o1/� RENAISSANCE e PLANNING • Emma Hu is a planner in Renaissance's Miami Office. She provides research, writing, technical, and graphic support for a variety of projects led by Renaissance. She also provides in-house support for r FDOT. Prior to joining Renaissance, she worked as a research assistant at the Transportation Research Institute at the University of Michigan and has experience working as a research assistant and intern at a variety of companies. Her experience includes urban design, urban planning and transportation planning, GIS data analysis, and public involvement. RELEVANT PROJECTS Districtwide Freight and Public Transportation Planning EMMA HU Consultant Services — Florida Department of Transportation, URBAN DESIGN District Six Renaissance is leading this on-call contract to provide a variety of EXPERIENCE planning services related to freight and transit in Miami-Dade and Monroe Counties. 2 Years EDUCATION Triennial Review Program Management for 5310 Agencies Renaissance serves as the Program Manager for the Master of Urban Planning, Florida Department of Transportation (FDOT) District Six's Transportation Concentration, 5310 Triennial Review Process. As a direct University of Michigan recipient of Federal Transit Administration's Section 5310 Bachelor of Urban Planning and Program funds, FDOT is charged with monitoring and overseeing all Urban Design, Tianjin University, subrecipients'compliance with state and federal policies and (Tianjin, China) programs. As part of this contract, Emma is supporting the project by checking vehicle lien status on FHSMV website, creating google maps of agencies locations, creating agency contact information spread sheets and compiling onsite review reports. Areawide Corridor Planning Studies & Support — Florida Department of Transportation, District Four Renaissance is leading this corridor contract with District Four. Emma is providing in-house support for FDOT. Her work includes reviewing invoice packages and providing recommendations for MPOs in District 4, creating budget and expenditure spread sheets for each MPO, creating FACT forms and TIP/STIP amendment. Districtwide Transit Planning General Consultant Services — Florida Department of Transportation, District Four Renaissance is working with a team on this contract, providing general transit support services. Vehicle Inventory Inspections Emma is supporting this project by creating agency contact information spread sheets and google maps of agency locations. �e RENAISSANCE � PLANNING PRIOR EXPEREINCE The following work was completed prior to Renaissance. Research Assistant—Transportation Research Institute (University of Michigan,Ann Arbor, MI) • Built kernel density models using vehicle awareness device data from the Safety Pilot Model Deployment program • Analyzed travel demand in Ann Arbor using Arcmap and ArcScene Design Intern— Dimella Shaffer Architectural Firm (Boston, MA) • Designed facades for senior housing • Participated in design and construction meetings Transportation Planning Intern —Washtenaw Area Transportation Study (Ann Arbor, MI) • Created 2014 Traffic Crash Report for Washtenaw County • Undertook research on incorporating equity and environmental impact into transportation planning to support project evaluation and federal fund allocation. Research Assistant—School of Public Health, University of Michigan (Ann Arbor, MI) • Used GIS Network Analysis, OD Cost Matrix and Esri ArcGIS Online to analyze Washtenaw food hubs connections • Collected data from Reference USA and USDA's Food and Nutrition Service to identify vulnerable communities Planning Intern —Community Development Department, (University City, MO) • Conducted research and made presentations to supervisors for vacant property strategies, equitable TOD, zoning codes (land use)and corridor studies • Reviewed permits of signs, fences and residential building site plans • Attended webinars on ETOD and signage, and facilitated community meetings Planning Extern — Environmental Science Associates (San Francisco, CA) • Compiled the Elkhorn Slough Sediment Stockpile Project permit application • Analyzed the AHSC program for City of Richmond and City of Riverside using GIS Urban Design Intern—Tianjin Institute of Urban Planning (Tianjin, China) • Conducted land use planning and urban design for the Transit-oriented development (TOD) surrounding the Wanzhou railway station using Auto CAD, Sketch up and GIS Marina '� RENAISSANCE .•`l PLANNING Ysela is a principal with over 30 years of leadership experience working with DOT's and transit agencies on implementation of multimodal systems and fostering organizational change. As Assistant Secretary of the FDOT, Ysela oversaw establishing leadership and direction in the development of multimodal plans and programs and helped craft changes in project planning, environmental analysis methods and project delivery. She also served as Miami-Dade's Transit Director from 2011 to 2015, working with the federal government and restoring its commitment to transit. Ysela has been recognized by the National Conference of Minority Transportation Officials (COMTO) and serves on the executive committee of the - .1111 Transportation Research Board (TRB). Districtwide General Planning Consultant Technical Assistance & Coordination — Florida Department of Transportation, District YSELA LLORT Four Agency Communications - Ysela is the principal in charge for this contract. Key tasks completed County Liaison in this project include the TOD Readiness Tool for station area planning, leading the South Florida TOD Working Group and EXPERIENCE investigating the Cypress Hill Rd Interchange. 32 Years PRIOR EXPERIENCE EDUCATION The following projects were completed prior to Renaissance. Master of City and Regional Director— Miami-Dade Transit (2012-2015) Planning, Clemson University Ysela directed all aspects of planning, construction and operations of Miami-Dade Transit (MDT), the 15th largest system in the United Bachelor of Arts in Economics & States and the largest in Florida. Major projects and achievements Anthropology, included: Duke University • Establishment of Metrorail Orange Line to Miami International AFFILIATIONS Airport. Project delivered on-time and under budget at$506 Million. • Replacement of current Metrorail fleet with 136 new cars. Project Member, Executive Committee, is underway. Transportation Research Board, • Modernization of Central Control facility and rail wayside National Academy of Science, improvements. Medicine, and Engineering • Restored full clearinghouse status with Federal Transportation Administration (FTA)after grants were halted in 2009. MDT passed tri-annual FTA review of all federal programs. • Directed labor negotiations and relations with the five labor unions within MDT during economic recessionary period. • Engaged political, business, residential. and media communities in goals and outcomes of transit system design, expansion, and services. Responsible for 3,600 employees and an operating budget of $530 Million. MDT utilizes 800 buses on 95 routes including a 20-mile Bus Rapid Transit (BRT) service, a heavyrail 25-mile dual track elevated Metrorail system, a 4.4-mile dual track MetroMover service. and county-wide Special Transportation Services (STS). RENAISSANCE rik + PLANNING Interim Director& Assistant County Manager—Miami-Dade Transit(2007-2011; 2011-2012) Ysela was responsible for all transportation, infrastructure, and development activities within Miami-Dade County, across eight operating departments. Major programs in the transportation portfolio included: • Execution of the Aviation Department's multi-billion-dollar Capital Improvement Program (CIP), including activities associated with the expansion of the airport terminal and the design-build-operate-maintain project that now connects the 1.4 million square foot Miami Intermodal Center(MIC) to the Airport. Completed MIC phases entailed major roadway reconfiguration, consolidated Rental Car Center, MIA Mover connectivity to Airport, and Metrorail and Metrobus stations. • Modernization of the Port of Miami, through planning and delivery of Seaport capital projects in a public private partnership. Served as negotiator for$18 Port of Miami tunnel,which has diverted over 15,000 daily port-bound vehicles from city streets. Oversaw planning of deep dredge to post-Panamax standard on-dock infrastructure improvements, and intermodal port connectivity. • Implementation of People's Transportation Plan (PTP), including planning and construction of the Airport Link transit expansion and procurement of rolling stock, transit capital assets, etc.; implementation of major highway and road improvements; and upgrades to the County's traffic signalization system. Responsibility for the following operating departments: Miami-Dade Aviation Department, Port of Miami, Public Works Department, Miami-Dade Transit, Metropolitan Planning Organization, Office of the Citizens' Independent Transportation Trust, Office of Capital Improvements, and the Consumer Services Department. Evaluated performance of department directors, departmental operations, and productivity of each. Assistant Secretary for Intermodal Systems Development — Florida Department of Transportation (2003- 2007) Ysela held a key position at the highest executive level within FDOT. She was responsible for the delivery of a $9 Billion annual transportation program. Served as lead advisor to the Secretary of Transportation on multimodal transportation policy. Represented the department with the Governor, Legislature, the Florida Transportation Commission, state and federal agencies, Metropolitan Planning Organization, local government, and special interest groups. Primary achievements and responsibilities included: • Conceived and legislatively institutionalized the Strategic Intermodal System (SIS). Spearheaded the SIS plan and program development. Instituted states' New Starts transit program. • Executive management and the generation of the Intermodal Systems Development Program which included the following offices: Office of Policy Planning, Systems Planning Office, Transportation Statistics Office, Aviation Office, Rail Office, Seaports Office, Transit Office and Environmental Management Office. • Formulation of transportation policies and priorities to produce the FDOT's Annual Capital Improvement Plan. Facilitated the development of consensus among private stakeholders relative to transportation priorities and funding. • Development of long range and strategic planning, and performance monitoring for FDOT. • Negotiated the purchase of the commuter rail (SunRail) corridor in Orlando. Deputy Assistant Secretary, State Transportation Planner—Florida Department of Transportation Assistant District Engineer for Planning and Operations, Northern Virginia District—Virginia Department of Transportation Acting Resident Engineer, Fairfax Residency, Interim Assignment—Virginia Department of Transportation District Transportation Planning Engineer, Northern Virginia—Virginia Department of Transportation Highway Engineer, Northern Virginia /� RENAISSANCE ►�`j PLANNING • jorz ' • Caleb serves as a Senior Planner for Renaissance and brings 6 years of experience in Transportation Planning and Modeling. His past experience . includes validation and application of travel demand models (FSUTMS), Geographic Information Systems, transit corridor studies, database management, MPO planning, and survey analysis. He has experience working in-house for both MPOs and FDOT. �--- 4"4.11 Lakeland Area Alternatives Analysis — Florida Department of • Transportation, District One Renaissance lead the technical analysis in support of District One's program of projects that improve the transportation, safety, economic and quality of life goas within the Downtown Lakeland area. Caleb is responsible for the accessibility analysis completed in the study area using Renaissance's Multi-Modal Accessibility tool (MMA). CALEB VAN NOSTRAND, PE Central Manatee Network Alternatives Analysis (CMNAA) — Florida LONG RANGE MODELING Department of Transportation, District One Renaissance lead the technical analysis in support of District One's EXPERIENCE program of projects that improve the transportation, safety, economic and 6 Years quality of life goas within the Central Manatee area. Caleb was responsible for screening Tools/Accessibility Analysis. He also created the screen line screening tool in Microsoft Excel. Caleb supported REGISTRATIONS development of growth factors by link to be implemented into the District Professional Engineer, 1 D1 RPM regional planning model. Florida, No. 079369 Tampa Bay Area Regional Transportation Authority Transit Master Plan, Florida Department of Transportation EDUCATION Transportation Planner assisting with transit coding and summarizing Master of Science model results for the Pinellas Alternatives Analysis. Civil Engineering, University of South Florida Evaluation of the Cleveland HealthLine Mechanical Guide Wheel — U.S. Department of Transportation, Federal Transit Administration Bachelor of Science Graduate Research Assistant responsible for the collection and analysis Civil Engineering, of data for the evaluation of the Vehicle Automation and Assist University of South Florida technologies used on the Cleveland HealthLine. The project involved collecting field, archived, and survey data to evaluate the effectiveness of the mechanical guide wheel used for precision docking on the Cleveland HealthLine bus rapid transit (BRT) system. For the evaluation, similar data was collected on the Lane Transit District's EmX BRT system for comparison. Smart Scale Project Prioritization — Virginia Department of Transportation and Virginia Office of Intermodal Planning & Investment Renaissance has developed an accessibility tool to measure multimodal time-travel access to employment statewide and has worked with state agencies to apply this accessibility measurement to the state's Smart Scale approach to statewide project prioritization. Caleb is assisting in the evaluation of ways to improve multimodal network attributes to more accurately reflect traveler experiences as well as exploring means to incorporate elements of travel impedance such as out of pocket costs and quality of service in addition to travel time. Central Office Policy Planning — Florida Department of Transportation, Central Office Transportation Planner providing support to the Tallahassee office for several tasks, including updating the bicycle/pedestrian website, updating 4RENAISSANCE 1 PLANNING the Metropolitan Planning Organization Project Management Handbook, and assisting with writing the Long- Range Transportation Plan Best Practices Report. Port Tampa Bay Master Plan—Port Tampa Bay As part of an on-call, Renaissance is supporting Port Tampa Bay on an on-call basis for Master Plan, current planning, policy and strategic planning, land use and landside systems planning issues. Caleb is responsible for Transportation Analysis portion of the Port's Master Plan. This includes an analysis of both existing and forecasted conditions on major access roadways and railways into the Port to identify current and future transportation issues and make recommendations where necessary. 2040 Long Range Transportation Plan Support— Lake Sumter Metropolitan Planning Organization Renaissance assisted the Lake-Sumter MPO with the development of their 2040 LRTP, a continuation of Transportation 2035, the currently adopted LRTP which Renaissance also assisted with. Caleb was responsible for running the CFRPM model for several Needs and Cost Feasible Plan Alternatives. General Planning Consultant -Miami Dade Metropolitan Planning Organization Renaissance serves as part of a General Planning Consultant (GPC) for the Miami Dade MPO. As part of this contract, Renaissance assisted the prime consultant with a bicycle/pedestrian study on SW 152 Street. Caleb assisted with a non-motorized level of service analysis. 2040 Long-Range Transportation Plan Update— Miami-Dade Metropolitan Planning Organization. Transportation Planner providing assistance with reviewing and updating the goals, objectives, and performance measures; reviewing the 2010 and 2040 socioeconomic data; and reviewing the 2010 Southeast Florida Regional Planning Model base and cost affordable networks. 2009 General Planning Consultant Services—Miami-Dade Metropolitan Planning Organization. Transportation Planner providing assistance on several projects including the ridership estimation for the Douglas Corridor Transit Study, the 2012, 2013, 2014, 2015, and 2016 Transportation Improvement Programs, a historical evaluation of the Miami-Dade LRTPs dating back to 1980, and the Needs Assessment for the 2040 LRTP. TIP Work included updating the Microsoft Access database for the 2012, 2013, 2014, and 2015 Transportation Improvement Programs (TIP)and generating required reports for the TIP book. Developed geographic information system (GIS) shapefiles for the 2014 and 2015 TIP projects. Task Work Order manager for the 2016 Transportation Improvement Program. Needs Assessment work included development a sketch planning/modeling tool in Microsoft Excel that simulates capacity calculations from the SERPM. This tool was used during the 2040 LRTP update during the needs assessment process. 2009 General Planning Consultant Services—Miami-Dade Metropolitan Planning Organization Transportation Planner providing support for various tasks related to the long-range transportation plan (LRTP) and Transportation Improvement Program (TIP). Tasks included gathering and processing historical LRTP data, including supply and demand, to create a report to guide the 2040 LRTP process. PD&E Study Services for U.S. Route 1 Express Lanes Along the South Miami-Dade Busway— Miami-Dade Expressway Authority Transportation Planner providing support for various tasks related to the project development and environment (PD&E) study. Assisted with network coding and update of socioeconomic data within the Southeast Florida Regional Planning Model. Also assisted with analysis and expansion of the four surveys conducted in the study corridor. /� RENAISSANCE ♦jI PLANNING r ` '« • Professional experience includes 15 years as a planner, with eight years • s' "' of project management and supervisory experience in transportation • ii, planning. Specific areas of expertise in planning include long range %;4.0, transportation plan updates, transit corridor studies, travel demand i _ modeling (FSUTMS), transportation surveys, transportation improvement • programs and a variety of other Metropolitan Planning Organization (MPO) • support tasks. Focused on innovative approaches to transportation • f planning challenges, including technical solutions and public involvement °"r activities designed to both engage and educate participants. RELEVANT EXPERIENCE Lakeland Area Alternatives Analysis — Florida Department of Transportation, District One FRANCO SARACENO Renaissance is working with a team to support District One's program of projects that improve the transportation, safety, freight, congestion and CORRIDOR PLANNING quality of life goals within the Lakeland area. The study area is focused on the US 98 corridor between Memorial Blvd and Griffin Rd. Renaissance EXPERIENCE and the team are developing a sub-area planning process using Bluetooth 15 Years data and a host of other technical tools, including a GIS-based Multimodal Accessibility tool to analyze multimodal accessibility in the study area. The team will provide recommendations in the form of both capacity and EDUCATION operational improvements to address study goals. Franco serves as Master of Science in Urban & Renaissance's project manager. Regional Planning, Space Coast 2040 Long Range Transportation Plan — Space Coast Florida State University Transportation Planning Organization Master of Public Renaissance is leading the development of the long range plan involved a Administration, robust scenario planning process, which sought to answer key questions Florida State University about how the built environment could influence economic development potential. The 2040 LRTP projects emanate from transportation corridor Bachelors of Arts in strategies, which include corridor/place types and corridor strategic plans, to align these strategies with economic development plans. Franco serves Philosophy, as the project manager for this plan update. University of South Florida 2040 Regional Transportation Plan for Southeast Florida — Miami Dade Urbanized Area Metropolitan Planning Organization Affiliations Renaissance worked with a team to support the Southeast Florida American Planning Regional Transportation Plan update. Tasks included providing multimodal Association transportation planning support and prioritization of regional needs improvements to the highway and transit systems across the three counties. Franco served as Renaissance's project manager on this plan update. Central Manatee Network Alternatives Analysis— Florida Department of Transportation, District One Renaissance is leading the technical analysis in support of District One's program of projects that improve the transportation, safety, economic and quality of life goals within the Central Manatee area. Renaissance and the team have developed a suite of sketch planning tools developed to test transportation and land use strategies. The team is also analyzing existing multimodal transportation system deficiencies in the area and providing recommendations in the form of a "modal circulation plan." Franco serves as Renaissance's project manager. 0.4RENAISSANCE 1: PLANNING PRIOR EXPERIENCE The following projects were completed with a previous firm. 2035 and 2040 Miami-Dade Long Range Transportation Plan (LRTP) Updates - Miami-Dade Metropolitan Planning Organization As the project manager, Franco was responsible for the technical and administrative execution of two successive updates of the Miami-Dade LRTP. The projects include multiagency coordination, public involvement, model review/application, financial analysis, transportation needs assessment, air quality analysis, and regional coordination. The LRTP update also involves the management of a team of subconsultants, steering committee coordination and other technical review services. 2013, 2014, 2015 Miami-Dade Transportation Improvement Program - Miami-Dade Metropolitan Planning Organization Franco managed the technical and administrative execution of three successive updates of the Miami-Dade Transportation Improvement Program. The work includes the management of an online interactive TIP tool; database management of transportation project information; incorporation of FDOT work prcgram download in TIP database; and development of project reports and the TIP document. 2040 LRTP Needs Assessment Study -Miami-Dade Metropolitan Planning Organization Franco served as the project manager,responsible for the development and testing of a technical needs assessment process and sketch planning tool to analyze system level improvement needs in preparation for the subsequent 2040 LRTP update. Miami-Dade Long Range Transportation Plan Update to the Year 2030 - Miami-Dade Metropolitan Planning Organization Franco worked as a transportation planner to validate a base-year model and develop a set of suggested model improvements for the Miami-Dade County travel demand model. Responsibilities include model calibration and model performance testing. Also responsible for performing air quality conformity analyses for cost-feasible networks, including calibration of the air quality model. City of Miami Circulator Project Alternatives Analysis -City of Miami Franco worked as a transportation planner responsible for structural revision of the Miami-Dade County travel demand model. Work involves sub-area model validation and transit path module revisions. Work also includes testing build alternatives in the model and analysis of forecasts. South Florida East Coast Corridor Transit Analysis Study - Florida Department of Transportation, District Four Franco was the transportation planner and modeler responsible for preparing, testing, and running the Southeast Florida Regional Planning Model (SERPM) to test alternatives for an 62-mile, three-county transit corridor. Work involved coordination with Federal Transit Administration staff. Tampa Bay Regional Transportation Analysis, Phase IX - Florida Department of Transportation, District Seven Franco was the transportation planner responsible for researching enhancements to the Tampa Bay Regional Planning Model(TBRPM), including revision of the mode choice model, creation of a time-of-day model,and revision of the distribution model. Districtwide Modeling and Access Analysis -Florida Department of Transportation, District Five Franco was the project manager responsible for general modeling support, including conversion of the Central Florida Regional Planning Model (CFRPM) from TRANPLAN to Cube Voyager. Work also included structural revision of transportation analysis zone boundaries and highway networks in coordination with MPO staff and the development and application of forecast highway volume validation adjustment factors. Development of Standard FSUTMS reports -Florida Department of Transportation, Central Office Franco managed the development of standard templates for travel demand model output with the use of geographic information system and Crystal Reports software. 'I) RENAISSANCE 001 PLANNING CHARLENESABRA Visualization Professional Summary Certified Professional with more than 15 years' experience in creative development in video production, web design technical support, system administration with national and international computer distributors, manufacturers, and fortune 1000 corporations. TECHNICAL SKILLS Web Development: I HTML5, CSS, XML, JavaScript, MySQL, PHP, Joomla, WordPress CMS, Google Maps API, Metadata, e-commerce, Ruby on Rails, Amazon EC2, S3 and CloudFront Web Analytics: Statistical Analysis, Google Analytics, Site Deployment: Hosting setup, DNS, Domain name setup and Transfers, cPanel Admin, WHM Account Management/Setup, FTP, SSL Certificates, SSO Integration, Amazon EC2, Bitnami, Linux and Windows 2012 Server setup and system administration ADDITIONAL SKILLS Audio/Video Software: Final Cut Pro, Media Encoders, Adobe Premier Pro, Adobe After Effects, Multiple Codecs Encoding Production Equipment: HD Studio and mobile cameras, lighting, sound equipment PROFESSIONAL EXPERIENCE Sabra Media Group, Fort Lauderdale, FL 1998- Current Idea Agency President A Develop WordPress Multisite networks with e-commerce and integrate multiple gateways A Designed/Developed many websites for corporate, entertainment and other clients A 550 with Active Directory Integration A Manage multiple affiliate platforms A Manage projects and executes, creative, technical and process-oriented tasks A Manage web-related tasks, including maintenance, design, development, large MySQL databases, and setup. W3C standards-compliant HTML5 and CSS3, hosting setup and security A Perform the full spectrum of web-related tasks, including design and layout, graphics creation and optimization A Linux Server setup and deployment A Deploy Windows Server 2012 web and app platform A Develop websites with Google Maps and 3'1 party API integration Apple, Inc., Cupertino, CA 2015 -Current Technical Support Senior Advisor A Previously maintained an average of 100%CSAT A Selected to participate in a Social Responserotation A Participated in the Social Response training and teammeetings A Provide support for iOS and macOS A Pitched a project to improve internal communication between Ti and T2 Advisors A Ongoing training with the latest technologies ResMac, Inc. Boca Raton, FL 2013- 2014 Web Development Web Development Manager A Develop WordPress Multisite network A Convert WordPress network to HTML5 CSS3 and PHP A SSO with Active Directory Integration A Perform the full spectrum of Web-related tasks, including design and layout, graphics creation and optimization A Linux Server setup and deployment A Deploy Windows Server 2012 Web and App platform MT Global Media, Fort Lauderdale, FL 2011 - 2014 Web Design and Development Creative Director A Design, Develop and Deploy WordPress and Joomla Content Management Systems A Perform the full spectrum of Web-related tasks, including design and layout, graphics creation and optimization, MySQL databases, W3C standards-compliant HTML and CSS, testing, hosting, Domain Name setup, security, traffic generation and ongoing updates A Developed online strategies for Social Media Marketing Campaigns A Brand development for multiple online web and video related projects A Video production and editing FourSpots, Inc, Atlanta, GA 2007 -2010 Online 828 Advertisement Delivery Solution Creative Manager A Managed the Creative Department in relation to editorial, graphic design, video production, post- production, audio and flash development A Developed commercial ads for a turn-key self-serve video web-based ad platform for A advertisers across multiple platforms which includes TV, PC, mobile and out of the home digital display A Develop workflows and standard operating procedures A Coordinate production crews to create original content Streetcred.com, Atlanta, GA 2008 Interactive Social Media Network Director of Production A Managed multiple video production teams A Resolving the day-to-day issues relating to production and other critical areas A Produce, edit and arrange audio, copy, video and graphics A Encode video content for the online community and external media clients DAVETV Networks, Atlanta, GA 2005-2007 Social Broadcast Network Publishing Engineer A Design personal profile web pages for Content Partners A Coordinated with Content Producers across the country to acquire media content A Create and maintained online video content channels for the Content Partners A Function as primary contact for receipt of encoded digital audio, video and images A Established technical specifications for graphic and video content A Maintain program library (tapes, DVD's & hard drives) A Maintain content delivery systems and resolve issues A Conduct research for new and critical content and provided weekly reports to our partners and internal departments A Monitored video output through reporting tools A Help improve and develop partner workflows and best practices for delivery to CDN A Provide technical leadership for the network platform ANTHONY GARCIA Public Involvement, Pedestrian Bicycle Facilities Tony Garcia is a Principal of Street Plans Collaborative,and leads the firm's Miami office. Anthony is a nationally recognized architect,writer, speaker, and advocate in the field of transit, pedestrian, and bicycle infrastructure. As a writer and advocate,Tony's work has appeared in,or been featured by,The Daily Business Review,Atlantic Cities,Next American City Magazine,New Urban News, The Real Deal, Momentum Magazine, Streetsblog, the Miami Herald, the El Paso Times,and The Miami New Times, among other publications.Tony is a coauthor of the globally acclaimed series Tactical Urbanism: Short-Term-Action,Long Term TACTICAL Change Vol.2.Together with Mike Lydon,Tony is the recipient of the 2017 Seaside URBANISM Prize and co-author of the full-length book Tactical Urbanism,published by Island r-.---• -.- Press in March 2015,named by Planetizen as one of the top 10 books of the year. He is a part-time adjunct faculty member at the University of Miami School of Architecture, .,c,rx..I,k,,.,..;k..:,.R•., and co-founded the Ludlam Trail project,which will result in the addition of over 50 • acres of new park space in Miami-Dade County. Tactical Urbanism:Short- term Action for Long-term Education Change was published by • University of Miami School of Architecture,Masters of Architecture,2005. Island Press and ranked byyPlanetizen as a top 10 • Universityof Miami School of Architecture,Rome Program for City Planning,2003. planning book in 2015. • Harvard University,Graduate School of Design Summer Architecture Program,2002. • New York University,B.A.Urban Planning&Architecture,2002. Relevant Project Experience Principal I I The Street Plans Collaborative I I Miami,FL,2010-Present ,.: " le • Miami-Dade Transportation Quick-Build Program,Miami,FL i, • Biscayne Green Tactical Urbanism Pilot Project,Miami,FL ' 033` } g • BikeNWA Tactical Urbanism Pilot Projects,Northwest Arkansas nom usuocfsioN aim • The Tactical Urbanist's Guide to Materials + Design,2016 Tactical Urbanist's Guide to� • Village and Barrio Master Plan and Tactical Urbanism Plaza Project,Carlsbad,CA Materials and Design Version • Bayfront Parkway,Miami,FL,Tactical Urbanism Pop-up Park 1.0 published in December 2016. • Ludlam Days Demonstration Projects,Miami,FL • Somerville By Design - East Somerville Neighborhood Master Plan and Demonstration Project,Somerville,MA • Downtown Demonstration Project and Form-Based Code,San Marcos,TX • Kootenai Cut-Off Road Pedestrian Improvement Demonstration Project,Ponderay,ID • Ponderay Greenways and Pathways Master Plan,Ponderay,ID • Village of Pinecrest U.S.1 Mobility Plan,Pinecrest,FL • Miami Beach Bicycle Master Plan and Street Design Guide,Miami Beach,FL • University of Miami Pedestrian Safety Study • Northwest Community Master Plan,El Paso,TX,SmartCode Application • El Paso,TX Plan El Paso TX Citywide Bicycle Atlas,Handlebar Survey • Brighton Boulevard, Denver, CO, Context-Sensitive Street Design Plan and Technical Assistance • Mission Valley Infill Master Plan,El Paso,TX,SmartCode Application • El Paso,TX Plan El Paso Comprehensive Plan,Charrette,and Website MIKE LYDON feof Livable Cities 1' Mike Lydon is a Principal of Street Plans,leading the firm's New York office. Mike is IP an internationally recognized planner,writer,speaker,and advocate for livable cities. NPR,"lhe New York Times, CNN Headline News, ABC News, City Lab, Planetizen, Salon,Next City,and Streetsblog have featured his work,among other publications. Mike is the creator and primary author of the The Open Streets Project and the globally acclaimed digital series Tactical Urbanism: Short Term Action,Long Term Change Vo1.1 —4.With Tony Garcia,Mike is the recipient of the 2017 Seaside Prize TACTICAL and co-author of the full-length book Tactical Urbanism,published by Island Press in March 2015 and honored byPlanetizen as one of the topten planningbooks of the URBANISM year.Mike also collaborated with Andres Duany and Jeff Speck in writing The Smart • •• -- Growth Manual,published by McGraw-Hill in 2009,which was honored by Planeti- zen as one of the top ten planning books of 2010. Education actrca I.anurn: ort-term • University of Michigan,Master of Urban Planning,Physical Planning,2007. Action for Long-term Change • EDAW Inc.,Transit-Oriented Development Research Fellow,Nov.2006—Aug.2007. was published by Island • Bates College,B.A.American Cultural Studies,2004. Press and rankcd by Plane- tizen as a top 10 planning book in 2015. Relevant Project Experience Principal I I The Street Plans Collaborative I I Brooklyn,NY,2009-Present • The Tactical Urbanist's Guide to Materials + Design,2016 8li 7 • BikeNWA Tactical Urbanism Pilot Projects,Northwest Arkansas 0-4 • P1anBTV Walk/Bike Master Plan + Placemaking/Demonstration Project Implementation, f Burlington,VT ToCAL LsMos�® • Monterey Road Complete Streets Demonstration Project,Morgan Hill,CA , Tactical Urbanist's Guide to • Complete Streets Rapid Delivery Workshop,Auckland,New Zealand Materials and Design Version • ARC"Lifelong Communities"Demonstration Project,Atlanta,GA 1.0 published in December 2016. • Fairmount Station Placemaking Plan,Boston,MA • Activate Auckland Place Activation Program for Auckland City Center, Auckland, New Zealand • Public Space Stewardship Guide: A Toolkit for Funding, Programming, and Maintenance, The San Francisco,CA Smart Growth • Make My Park Pop! Placemaking Implementation,Penrith,Australia Manual • Davis Square Neighborhood Plan + Plaza Demonstration Project,Somerville,MA fY • East Somerville Neighborhood Plan and Placemaking Implementation Project, sal riSomervillle,MA I!'; r7 rz • Washington Gateway Main Street 1-93 Underpass Activation Project,Boston ,MA • Scott Street and Business Circle Demonstration Projects,San Jose,CA • Village and Barrio Master Plan and Tactical Urbanism Plaza Project,Carlsbad,CA • Linda Vista Library Plaza Placemaking Delivery Project,San Diego,CA • Tactical Urbanism Workshop and Implementation Plan,Hamilton,ON The Smart Growth Manual was published by Mcgraw-hill and • East Market Street Streetscape Demonstration Project,Louisville,KY ranked by Planetizen as a top 10 • Kootenai Cut-Off Road Pedestrian Improvement Demonstration Project,Ponderay,ID planning book in 2010. • Trailnet Streets For Everyone Guide,St.Louis,MO ;t5i(flie SAM GOATER, PE Bicycle and Pedestrian Planning Sam Goater is a Planning Engineer at Street Plans.A licensed Professional Engineer, with ten years of broad civil and transportation engineering experience in the public and private sectors,Sam's mission is to create places that get more kids on bikes. 111,144 Growing up riding bikes for fun,and for transportation,Sam developed a keen under- standing of how street design affects road user behavior, transportation choices, and livability.After completing his Bachelor of Engineering in Civil Engineering at South- ampton University(UK),he moved to America,and was amazed at how street design makes many places totally inaccessible to people walking or biking.Determined to put his engineering background to use to help redesign the streets and to get more kids on bikes,Sam has worked on Safe Routes to School initiatives,shared space and bike infrastructure projects,and even built a few pump tracks. As a part of the PPS Transportation team,Sam is working to make sure decision mak- ers understand that Streets are Places too. Education • Professional Engineer(Since 2014 Connecticut) • University of Southampton—UK 2000-2004 - BEng Civil Engineering Relevant Project Experience Planning Engineer I I The Street Plans Collaborative 11 NewYork,NY,2017-Present Senior Associate-Transportation II Project for Public Spaces 1 I NY,NY,2015-2017 • WalkBikePlaces Deputy Conference Director • Community Visioning/Lighter Quicker Cheaper Project Manager- Hailey Idaho,Hemphill St Fort Worth Texas,Hutchinson Kansas • Highway,street-scape, traffic calming,bike and pedestrian infrastructure,roundabout, shared space design consultant • High level of familiarity with MUTCD,AASHTO, NACTO, CNU/ITE and state design guides • Context Sensitive Solutions re-write for FHWA • Pump Track builder Transportation Engineer II 11 Connecticut Department of Transportation I 1 2014-2015 • Highway design Project Engineer 11 DuBois&King 11 Randolph,VT 2012-2014 • Electric vehicle infrastructure planning • Highway ramp removal and traffic analysis JULIE FLYNN Visualization Julie Flynn is a Project Director at Street Plans and leads the firm's San Francisco office.Julie has a strong background in communications and facilitation, as well as extensive experience with research and graphics production for urban planning proj- ects. Drawing on years of previous experience in large-scale public events for the arts/ non-profit sectors,Julie leads many of the firm's Tactical Urbanism projects,working with clients and local stakeholders to transform streets and public spaces using low- cost or borrowed materials. M E RCADO Julie recently served as Project Manager leading Street Plans'work on the Guide to Stewardship ofEmerging Public Spaces in partnership with the SF Planning • Department.Prior to joining Street Plans, Julie worked as a Transportation Planner -at f i, and Public Involvement Specialist at Howard/Stein-Hudson Associates (HSH) in New York,NY.At HSH,Julie worked on an array of projects at the federal,state,and -- - ------ ^•^ neighborhood level.She also coordinated the city-wide permit process for New York City's PARK(ing) Day event. woo Education • Brown University,Bachelor of Arts,Urban Studies,2008. ,,,.. New Leaders Council Fellowship for Political Entrepreneurship,2010. Julie led Street Plans'work Relevant Project Experience on Mercado:Lessons from Project Director I I The Street Plans Collaborative I I San Francisco,CA,July 2013- 20 Markets Across South America.She also served Present: as Project Manager for • BikeNWA Tactical Urbanism Pilot Projects,Northwest Arkansas the SF Planning Public • The Tactical Urbanist's Guide to Materials + Design,2016 Space Stewardship Guide in • San Jose Tactical Urbanism Projects,San Jose,CA partnership with the SF Planning Department. • PIanBTV Walk/Bike Master Plan + Placemaking/Demonstration Project Implementation, Burlington,VT • Monterey Road Complete Streets Demonstration Project,Morgan Hill,CA • Market Street Prototyping Festival Public Involvement Events (2015 and 2016 Festivals), San Francisco,CA • Tactical Urbanism Guide to Materials and Design,National Research Project • ARC"Lifelong Communities"Demonstration Project,Atlanta,GA • North Minneapolis Greenway Pilot Materials Selection and Public Involvement,Minneapolis, MN • Fairmount Station Placemaking Plan,Boston,MA • Activate Auckland Place Activation Program for Auckland City Center, Auckland, New Zealand • Public Space Stewardship Guide: A Toolkit for Funding, Programming,and Maintenance, San Francisco,CA • Washington Gateway Main Street I-93 Underpass Activation Project,Boston,MA • Scott Street and Business Circle Demonstration Projects,San Jose,CA • Kootenai Cut-Off Road Pedestrian Improvement Demonstration Project,Ponderay,ID • Trailnet Streets For Everyone Guide,St.Louis,MO SHERRYL MURIENTE 'ia, Complete Streets Sherryl is a Project Director at Street Plans'Coral Gables office with a strong back- . • ground in urban acupuncture,design and architecture,and teaching urban design courses and workshops. She has also collaborated on projects in Taiwan,Italy,Puerto Rico,and South Florida. Prior to joining Street Plans,Sherry!worked as an urban design instructor at Florida Atlantic University,where she managed an international exchange program, mentored students,and researched and presented her work in tactical urbanism,community storytelling,and the human layer of planning and design.Sherryl has also served as the Creative Director of LeJobart,artist duet, in which she has curated and managed large-scale public art projects. She has worked on an array of community engagement projects that use tactical urbanism demonstration techniques and processes for community-led interventions,alleyway restorations, and parklet studies. As part of her grant work,Sherry!has also managed the first Office of Public Life in the US,as an urban lab,with Gehl Studio in the City of West Palm Beach.Her work in Artena,Italy,has been featured as part of a biourbanism documentary,ReGeneration City. An advocate for common sense urbanism,incremental urban planning, and testing of demonstrations and pilot studies,Sherry!brings an expertise in getting the community engaged in activating place through action.She is an elected councilor for the National Strategic Council of the American Institute of Architects,and an appointed member of the Florida Architects Political Action Committee. She is fluent in Spanish and French. Education • Florida Atlantic University,Master of Urban and Regional Planning,2009. • Florida Atlantic University,Bachelor of Architecture,2007. Relevant Project Experience Project Director I I The Street Plans Collaborative I I Miami,FL,2016-Present • Happy City Shore to Core Wellness Survey,West Palm Beach,FL • Public Space Public Life Survey,West Palm Beach,FL • Biscayne Green Tactical Urbanism Pilot Project,Miami,FL • BikeNWA Tactical Urbanism Pilot Projects,Northwest Arkansas • The Tactical Urbanist's Guide to Materials + Design,2016 • Poughkeepsie City Center Connectivity,Poughkeepsie,NY Creative Director I I LeJobart I I West Palm Beach,FL,2012-2016 • CityZen Garden Art Park for Broadstone Residential,West Palm Beach,FL • Office of Public Life with Gehl Studio,West Palm Beach,FL • The Megaphone Community Engagement,West Palm Beach,FL • Story Share&the Megaphone: Sistrunk Community Hub,Ft.Lauderdale,FL • Street Balcony Pilot Parklet Project,West Palm Beach,FL • C'est la Via: Rethinking the Alleyways,West Palm Beach,FL • ArtPARK&ArtCUBES for Continuum,West Palm Beach,FL • (Park)ing Day Demonstration,West Palm Beach,FL • CAAP Art:LaLa Urban Acupuncture at the Garden,Lauderdale Lakes,FL DANA WALL Visualization ,,,,- i Dana Wall is a Project Manager at The Street Plans Collaborative with a background i . - tt in public and open space planning,and graphic design for urban planning and design tl projects. At Street Plans,Dana has contributed urban design and planning skills to a variety ..., IArJ of projects.To the Lewiston-Auburn Complete Streets Design and Best Practices De- o sign Guide,she created graphics and contributed written content.She has identified placemaking opportunities to catalyze a future innovation district in the Allapattah neighborhood of Miami,and has compiled a report for Miami-Dade's MPO in which she proposed a regional bicycle network and made other recommendations to increase the feasibility of biking in South Miami-Dade County.Dana has also assisted with graphic production for The Tactical Urbanist's Guide to Materials+Design. Prior to joining Street Plans,Dana worked in New York City on various projects with the New York City Parks Department and the Design Trust for Public Space.At NYC Parks,she conducted site analyses,proposed site designs for the plan,and as- sisted with community visioning meetings for the High Rock Park Conceptual Plan.As a program intern at the Design Trust for Public Space,Dana performed research to inform the activation of green spaces within NYCHA public housing developments, identifying priority locations for interactive design installations. Education • University of Michigan,Master of Urban Planning,Physical Planning,2016. • University of Michigan,Master of Science,Environmental Planning,2016. • University of Michigan,Dow Masters Sustainability Fellow,2015. • University of California,Los Angeles,Bachelor of Arts,Communications,2011. Relevant Project Experience Project Manager I(The Street Plans Collaborative I I Miami,FL,May 2016-Present • Miami-Dade Transportation Quick-Build Program,Miami,FL • Happy City Shore to Core Wellness Survey,West Palm Beach,FL • Public Space Public Life Survey,West Palm Beach,FL • Biscayne Green Tactical Urbanism Pilot Project,Miami,FL • The Tactical Urbanist's Guide to Materials+ Design,2016 • BikeNWA Tactical Urbanism Pilot Projects,Northwest Arkansas • Ponderay Form-Based Zoning Code,Ponderay,ID• • Wexford Miami Activation and Community Program Plan,2016 • Lewiston-Auburn Complete Streets Design and Best Practices Design Guide,2016 • South Dade Mobility Study Bicycle Recommendations,2016 Design Trust for Public Space I I New York,NY II 2015 • Farming Concrete Data Collection Toolkit New York City Department of Parks and Recreation I I New York,NY I I 2014 • High Rock Park Conceptual Plan • Crotona Park Master Plan O m C X m A m o m z MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 2.2.1 EXPERIENCE AND QUALIFICATIONS OF THE • PROJECT MANAGER AND TASK LEADERS U • HNTB CORPORATION has served the engineering needs of Florida communities for over 100 years and ranked in the top 20 of 500 on Engineering News Record's list of top design transportation firms in recent years. With over 3,700 employees spread all over the United States of America, HNTB has provided transportation infrastructure HNTB Corporation services to federal, local and state agencies all around the country. has assembled a very We pride ourselves on continuing to hold a leadership role, successfully experienced and versatile executing quality transportation infrastructure projects and in developing new and innovative transportation solutions. group of professionals of HNTB's corporate structure not only allows, but actively encourages, all relevant disciplines with our local teams to draw upon the vast technical resources of our entire strong local, regional and firm, to share information and any resources necessary to achieve our 4for4 goal of providing quality services, on time, within budget and to national experience, who our client's full satisfaction. Our local team will obtain the knowledge are supported by strategic and share best practices developed and tap our HNTB experienced staff located in other offices to assist in providing quality services under local teaming partners. this contract. As an example, our colleague's experience in developing the Smart City plans for the City of Columbus, Ohio will be available to assist the City of Miami Beach in developing similar plans. Rafiq Alqasem, PE, PTOE — Project Manager Rafiq Alqasem brings more than 35 years of experience as a transportation and engineering manager. Rafiq has managed many similar transportation planning and traffic engineering projects. In fact, Rafiq has served as the project manager on two similar projects for the City of Miami Beach on a continuous basis between 2006 and 2013. Rafiq is thoroughly familiar with the City's government/staff and is aware of the transportation challenges and demands the City faces. Rafiq is also extremely familiar with the City infrastructure after all the years of conducting and reviewing various planning and operational studies. He has served as the project manager on other similar projects with many other cities including the City of Miami, Coral Gables, Fort Lauderdale, Miami Springs, Oakland Park and the City of San Juan, Puerto Rico. His experience covers the key areas listed in the scope of services for this project. He has also managed many transportation planning and traffic engineering and intelligent transportation systems projects for the Florida Department of Transportation for both Districts 4 and District 6. Rafiq will be supported by a highly qualified and experienced HNTB staff and a distinguished team of subconsultants with proven past performance both locally and nationally. Lynda Mifsud, AICP — Deputy Project Manager Lynda Mifsud's 24-year career in transit spans long-term and short- term planning horizons, project selection, environmental clearance, engineering and construction. She has led multi-disciplined teams for bus, light rail, commuter rail and streetcar projects. She is currently www.HNTB.com 175 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING leading teams for multimodal projects and technical evaluations for public entities throughout South Florida. Lynda's approach is tempered by a first-hand understanding of public service having worked for two transit properties prior to her work in the private sector supporting multiple public clients. Lynda has managed a high volume of small and medium size transit infrastructure projects in addition to the TECO Line streetcar extension. She served as program manager for VIA Metropolitan Transit Authority to implement a $300 million capital program of transit improvements the first project being a major multimodal transit hub. Here in South Florida, she helped South Florida Regional Transportation Authority select a site and develop the basis for design of that location for their Northern Layover Facility. Vilma Croft, PE, (PM — Transportation Planning Task Lead Vilma Croft is a civil engineer with 31 years of experience in the transportation planning sector. She is experienced in project development and environment (PD&E) studies, including environmental impact statement, environmental assessment and categorical exclusion type projects. Vilma brings experience in design and management of all types of rural and urban design transportation projects, including roadway and interstate reconstruction projects, pavement only and ride only projects. Vilma is a senior manager who understands the PD&E Manual, Plans Preparation Manual, Manual of Uniform Traffic Control Devices and Indexes of the Roadway and Traffic Design Standards. Vilma is also experienced in planning, scheduling, monitoring, cost estimates, problem solving and supervision. Carlos Alba, PE, PTOE—Transportation Engineering Task Lead Carlos Alba has 15 years of experience in the transportation industry. His technical experience includes PD&E studies, traffic operational analyses, microsimulation modeling, safety analyses, traffic impact studies, ITS/transportation systems management and operations, transit planning and operations, managed/tolled/ express lanes planning and geographic information systems. Carlos' professional responsibilities include project management, marketing, business development and production of both studies and technical reports for large infrastructure projects. Prior to joining the private sector, Carlos dedicated three years to the University of Wisconsin-Milwaukee where he had the opportunity to publish several research papers and participate as speaker in technical conferences sponsored by the Transportation Research Board and the Institute of Transportation Engineers. Girish Thallapragada, PE — Intelligent Transportation System Task Lead Girish Thallapragada has 17 years of experience in various aspects of traffic engineering and ITS planning and design. Girish has actively supported and managed aspects of HNTB Miami's engagements with Florida Department of Transportation District 6 SunGuide' and the Miami-Dade Expressway Authority. Girish has worked on more than two dozen ITS plans, specifications and estimates design packages in the last six years and worked on numerous ITS projects in Miami, Texas, New Mexico and Louisiana. Girish also worked for the Virginia Tech Transportation Institute as research assistant and developed a notebook for the three-day Mobile Showcase Workshop on the Applications of ITS in public transportation. James Ford, PE—Conceptual & Minor Design Task Lead James Ford has 27 years of roadway and design experience. James was supervisor of an in-house design section for 16 years, leading a team of engineers as the project manager and engineer-of-record on more the 65 diverse roadway projects including those for multi-lane arterial highways, municipal streets and interstate freeways for both urban and rural facilities. James has designed and managed all types of rural and urban transportation projects, including highway reconstruction projects, resurfacing, restoration and rehabilitation, mobility projects for pedestrian, bicycle and transit improvements, lane elimination, intersection improvements, drainage improvements and bridge replacement. 176 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING Greg Krueger, PE — Advanced Technology Task Lead Greg Krueger is an internationally recognized leader in the connected TR vehicle (CV) program specializing in emerging technologies in O1. transportation. With more than 20 years of experience, Greg supports ��eal. , Q the firm's ITS programs and clients nationwide. Greg works with both publicand private sector clients to facilitate the deployment of CV and / ; automated vehicles on the nation's roadways. Previously, Greg was tet.""W:- ...e— manager of the United States Department of Transportation Southeast Michigan CV Test Bed where oversight was provided for the day-to- ,'' ` S. day operations and technology enhancements of the facility. Greg • ='f ? `t` •. also served as the Michigan Department of Transportation's program ., ` ' Y ,, manager for its statewide ITS program, overseeingall development, ,�� � " _A, _ 9 P 9 P 1,SI 1 :air deployment, operations and maintenance of ITS throughout the state it •-_' ' -i i iso ii.y_ !.a.. 'j of Michigan. Additionally, Greg has supported the Safety Pilot Model — L. Deployment effort in Ann Arbor, Michigan, in addition to a variety of . other CV programs for various clients. _ Chris Kopp, AICP, CTP — Financial Planning and Analysis Task Lead Chris Kopp brings 21 years of experience managing a wide variety of transit planning studies, most recently helping regions and cities ... A �. develop transit system visions and corridor plans. Chris has managed � A. t geographic information system software to visualize transit market ., opportunities, prepared alternatives analyses, conducted economic --___4,,,l ,' __`4,' rl ,' - • and financial analyses of proposed projects and investment programs and advised transit agencies as they explore strategic issues related to a-•--- �... ~y .� funding, governance and program implementation. Chris understands 1 f i.c �" ' P 9 P the role of public transportation in building more sustainable and livable o communities and knows the issues agencies face when implementing _- of new rail or bus rapid transit projects. . v-.. it: '• A. lbLikir OP . Y STI . - ' , ri amibeau,...),, ik:. ill, — www.HNTB.com 177 • • • • AWMI BEACH GENERAL TRANSPORTATION MANNING AND TRAFFIC ENGINEERING 2.2.2 TEAM EXPERENCE The speciakzanons listed below follow the request for qualifications per the City of Miami Beach for Section 2.2.2.Team Experience. . _ ib ch gZZ Z Z z INEIN1 ,..,. ...zZii Raliq Aklosem,%E.PTOE Project Monocle' 1210111111M -0- 1 B. - .'4. "__•_.,>... • • • • • Lyda Mrsod,AICP Depan''resect Manoger,Feasibd ry SNdes,Publ.Involve-ent HNTB d0 • • • • • • • • 'R• • • IMMEEZIEMINIMME Tronsporacon%inning Task lead.Pob tc Involvement MEI EMI _• • • if• •.al.L. -Mil_ Carlos Alba.PE.PTOE 1•ansn and bag.Operator's Task Lead.Traffic Send,., -NTB 00 • • • • • • ....... ITS Operon.ons Task load.Adaptive Signal'ming CO MEI ,AMIE ''411111_ _ James Ford,PE Conceptual Des-gn Tose Lend -NIB 70 • fE• • • • •. :. CM MEN • 177•71111•1111111• 11___ Robert 1-o sack,AICP long Rorg•Modekng -NTB 50 • • • • • Dan()Antonio.PE,PTCE 1-a‘Fc St,des -NTB 15 • • • • • • • • • • • EIIIEEIIIIIIIIIIIIIIN 1321=111=11111111•11111M=I MEM.. • • • • 711MIII__ Girish Kumar.PE,PTOE Adaptive Slonal Timing,Technology -NIB 30 0 • Drone Gormely-Fames,RA.MCP,TEED•AP Transit Oriented Development Cial 20 f • • • • • • Ja—_ Saro Hoge,AICD ASIA .ti'con Design.Transportation Plonning -NB 50 • • • • • • • • :. .. .. . ... CIO EMI • • • ___ Greg Krueger,PE Advanced Tec^rolagy Task teed,Soon Cites-AV/CV -NTB 25 0 • transit OperationsCM IEMIL • • 11111111111r- —111111111111 Taiwo Jagaobo,AICP Con:dor Planning -NIB 25 • • • • Feasibiky Srd-yes 111213 NEI • • • • • • • _res • '_ Chas Kopp,MCP CTP Pnenciol Planning and Anolysis Task lead.Financial Feas:cday Studies -NIB 25 • • • • • • • • • Brian Bolos,OISP land.,se -NTB 30 • • • • • • • • CIMm • • • • • • • • •7_ Lorry Prescott,PE,TEED®AP F,nancel Plan,ng -NTB 30 • CE:=IIIIIIIIIII=rC=tMaIMIIOEMW' • 1: 7_ Matthew Poled.PE,PMP P-ocece..ad.r/Adnsor-Tromp/Roil ',NTT 25 • • • - • . . : ., .. IMECIECIW. • • •1111161. 111111•11M Ian Bryant,AICP Tens,'Operonons -NTB 25 • • • Brod Loporre PF 12=12221112103MEM1,' • ...i mow. ___ Stephen Noosed Soar Cities-Av/CV -NIB 15 • • • • ®a- • • • • • • —_— Fent;wry Sour Cams-AV/CV -NIB 30 • • • 1123MCNI • • • • .4iillg___ lonothan Stan..CENG,MICE Fee.of Plonneg NIB 10 • • • Stew Schantzen,PMP Scheduling HNTB 20 4 • • • • _ • �_ ....tamvw. I78 • • • • • • • • • • NAM/BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING • • • • M ID H P oz O �d . . �� • r. ,........ • • AaEi.j::..C;,1,-;:.:,t11=11 W m,ton lucky,El ,.bon Design-Transportation Engineaing,Signing and Marking 4NTB 60 • • • • • • • • tlaisrooher TBS.PE en5M11111111MIMEMEMINECII .01111___ Kyle Cheerangi•.PE 5 going and Marking 4NIB 50 • . • 1MIIMIIIMM® • • • • __® Anthony Garcia Peae,trion Bicycle Foclili•s,Public Involvement Street Mons Collaborative 30 • • • • • • • ® • • • • • •2___ Shnrryl Mur entn Complete Street, ineei Pians CoUnhornrn,c 30 • • • • • • • IMEIMINIMIIIIMIIIIIIMIMIIIIIMM Street Faro Collaborative ® • • • • • • 1___ Sam Ganser,PE Bicycle and Pedestrian Planning Sneer Plans Collaborative 25 • • • • • • • Dana WoE 1111.11.011Mil Street Plcne Colloborotiv. m' • • • • • •1111.11111.1111611.1 . Fronco Soroceno Corridor Florin ng iienaissanne Planning 70 • • • • 1220111.111111 .. m • •• •• •• •• •;1 Vlod Gavnlovic,AICP ..rban Deeign.Transportation Planning Renoissonce Planning 50 • • • • • • • Transit Onenred Devdc,me^ Renairronce Plannin. m • • • • ♦ME • Caleb Von Nosnand,PR .cng Range Modeling Renoissonse Planning /0 • • • ler Goldstein,AICP Renaissance Plannin �' • • • • • • •,":'t • Alex Bea,AICP Mubim000l Smdie,-Transportation Planning ImoMante Planning 50 • • • • • • • • s. Renaissance Morning m • • • • • • • •Illi • • • Nicole E,t«ez Livable Cities Renaissance Hanning 60 • • • • 130521 =11113=114==.111.11neonce Honnrng Ea • • 111E • Clan Sinclair Srriatt GrowthRenaissance Planning_ 60 • • • • • • • •• • • • ."'be't Advisory m' • • • AUL • Eric LII Economic and Market AnalysisoncbanAdv spry 30 • • • • ,00 Susono Suarez Vilin � ol on m • • • • • Albert Gan &akin Studies 95 30 • • • • • • • • • • Multiracial Studies•Tian•• .tinnEnginennn• IMINIMMIm •7 • :.®t • Mohammed Bodi.PE Advanced Technology 9U 30 • • • • • • • X.Ian,A5C% Smolt C.nes-AV/CV IU 40 • • • • • • • •• • • Yon Rio* ... .. . .. �m • -'� • L• en T.' • ® • Cobs Perez,PE Dora Collection =citron Eng,neer-g 40 • • • • 1•ann.lia Lien PE Dao Caaecrion Coltron Engineering 40 • • • • Jun-Colaeron PE.RICE,PTP Traffic Studies CoLran Engineerng 30 • • • • • • • icon Romero,El Traffic Studies EIMETI m • • • • • Charlene Sobro Visual:or on Sabra Meda„roup 65 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 2.2.2 EVIDENCE OF PRIOR WORKING EXPERIENCE SUBCONSULTANTS iL I NT RNATIONAI STREETPLANS _ UNIVERSITY ��► V lCALTRAN ENGINEERING GROUP Veteran Owned Business r`� RENAISSANCE ADVISORY PLANNING ■ www.HNTB.com 180 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 2.2.2 EVIDENCE OF PRIOR WORKING EXPERIENCE SABRA MEDIA GROUP (SMG) For over two decades, LAMBERT Sit T J is a creative technology agency 4.,,,,- --- ADVISORY has dedicated itself to with over 16 years in the industry. ADVISORY helping communities thrive. Over the years, SMG has worked Founded in 1995, Lambert is an with over 100 companies across every industry to internationally recognized real estate and economic help elevate their product through, web, print, and advisory firm. Established on a foundation of video. SMG continually provides the best product knowledge, data, and experience, Lambert works with innovative thought and practical solutions with collaboratively with clients and partners to transform the goal of developing creative ideas with the latest places and build stronger communities. Lambert is technology in the simplest form across multiple vested in positively impacting people's lives and platforms. SMG is a Broward County approved contributing to the communities such as the City of veteran owned business per the North American Miami Beach. Lambert is aware of the clients and Industry Classification System Code for Graphic communities needs and are steadfast in their Design Services (541430). dedication to each individual project. Their history of Since its inception in 2011 proven success and long-lasting relationships with _' clients and colleagues has yielded the trust and CALTRAN CCALTRAN has provided professional engineering loyalty of both their partners and HNTB Corporation. ENGINEERING services that are cost effective RENAISSANCE PLANNING and responsive to a wide range of clients in both theis a planning, design and private and public sectors. CALTRAN's highly ` policy analysis consulting qualified team members have extensive experience in RENAISSANCE firm that specializes in the projects within the City of Miramar, City of Fort PLANNING integration of transportation, Lauderdale, City of Miami Beach, City of Sunny Isles land use, urban design, technology, economic and Beach, City of Miami Gardens, the Florida environmental considerations to create thoughtful, Department of Transportation, Miami-Dade County, lasting plans. Renaissance believes in the power of Broward County, the Miami Dade Expressway integrated planning to help enhance connections Authority and in assisting multiple private clients between people, place and opportunity. They apply throughout the State of Florida. Moreover, CALTRAN's the technical rigor required to plan for multimodal primary focus is to provide a comprehensive and transportation networks, conduct market analysis and practical approach to solving current and future design elements of city form to create more livable transportation and planning challenges. CALTRAN is communities. Strategic communications and outreach proud of its ability to develop safe and effective are applied to each project to build consensus and transportation and planning systems and strives to empower communities such as the City of Miami foster economic growth and success, while providing Beach. From regions to streetscapes, from rural towns safe, efficient and environmentally sound to big cities — their mantra is making cities that work. transportation solutions. CALTRAN is readily available to work on any work the City of Miami Beach needs STREETP L A N SFounded locally in Miami and requests. Beach, THE STREET PLANS COLLABORATIVE FIU The Lehman Center for is an award-winning urban planning, design firm Transportation Research (LCTR) has with offices nationwide. Street Plans is known FLORIDA conducted numerous research for advancing innovative practices to test and NTERNATIONAI projects in most transportation implement projects for a range of public, private UNIVERSITY engineering areas. LCTR has over and non-profit clients. With a strong track record 10,000 square feet of office and laboratory space, of working collaboratively to integrate tactical including space for two research laboratories. The urbanism demonstration and pilot projects with Center currently staffs over 20 full-time researchers, active transportation, land use, urban design and an estimated 25 graduate and undergraduate comprehensive planning efforts we are confident this research assistants and more than a dozen affiliated teaming venture will result in success on behalf of the faculty members from across the FLORIDA City of Miami Beach. INTERNATIONAL UNIVERSITY campus, one of the largest transportation programs in the nation. 1 g 1 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 2.2.2 EVIDENCE OF PRIOR WORKING EXPERIENCE The following projects are examples of HNTB's working history with our proposed subconsultants CITY OF MIAMI BICYCLE MASTER PLAN PROJECT DESCRIPTION S1 'REE'T'P L A N S Building from previous advocacy and planning MIAMI SAN FRANCISCO Ne.. Y_ efforts with the City of Miami, Street Plans • Collaborative completed the City's first comprehensive Miami Bicycle Master Plan in PROJECT INFORMATION September of 2009 with HNTB Corporation. The ROLE ON PROJECT ambitious 20 year master plan seeks to expand Prime Miami's 15 miles of existing bicycle facilities to more than 280 miles of interconnected bikeways. DATE OF COMPLETION The plan introduces five new bikeway types and 2009-2009 includes the addition of 3,000 new bicycle parking OWNER'S CONTRACT INFORMATION spaces, an extensive education, evaluation and Collin Worth encouragement program. As planned, 95 percent (305) 562-1 124 of the City's residents will live within 1/4 mile of a cworth@miamigov.com bikeway by 2030. LOCATION Miami, FL CITY OF MIAMI HEALTH DISTRICT BICYCLE AND PEDESTRIAN PLAN PROJECT DESCRIPTION S TRE ET P L A N S As a subconsultant to HNTB, Street Plans MIAMI SAN FRANCISC N=w YORK Collaborative completed a detailed bicycle and pedestrian study for Miami's Health District. This approximately one-square mile area is home PROJECT INFORMATION to many of the region's hospitals and medical ROLE ON PROJECT research facilities, as well as the University of Subconsultant Miami's Miller School of Medicine. As a large regional employment center, pedestrian and DATE OF COMPLETION bicycle mobility is an essential component to the 201 1 -201 1 area's continued development and transportation OWNER'S CONTACT INFORMATION demand management strategy. Street Plans Collin Worth conducted bicycle and pedestrian counts in nine (305) 562-1124 locations and analyzed the district's existing cworth@miamigov.com physical conditions as they relate to bicycle and LOCATION pedestrian movement, bicycle parking and the Miami, FL quality of public space. www.HNTB.com 182 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING LAKELAND AREA ALTERNATIVES ANALYSIS PROJECT DESCRIPTION emir, As a subconsultant to HNTB on the Lakeland Area RENAISSANCE Analysis feasibility and PD&E study, Renaissance PLANNING assessed various performance measures and completed road safetyaudits to determine a PROJECT INFORMATION multimodal approach for improved transportation ROLE ON PROJECT planning throughout the northern portion of Subconsultant Lakeland. The study area is bounded by Kathleen Road to the west, US 92 to the south, 1-4 to the DATE OF COMPLETION north and Lakeland Hills Boulevard to the east. 2015-Ongoing Innovative data collection and project approaches OWNER'S CONTACT INFORMATION are being utilized throughout this subarea planning Deborah Chesna study. (863) 519-2562 deborah.chesna@dot.state.fl.us LOCATION Lakeland, FL OLD DIXIE TRAIL PD&E STUDY / 4 PROJECT DESCRIPTION Renaissance Planning performed services on RENAISSANCE this contract as a subconsultant to HNTB. This PLANNING project consists of a PD&E multi-purpose trail for approximately 12 miles along Old Haines City PROJECT INFORMATION Lake Alfred Road, a rural two lane roadway. If ROLE ON PROJECT additional right of way is need, this project will Subconsultant require wetland impacts and potential prime farmland impacts, including orange groves. DATE OF COMPLETION Additional work will include utilities along the 2017-Ongoing roadway, improving access to schools, parks, OWNER'S CONTACT INFORMATION workplaces and other points of interest. Steven Andrews (863) 519-2270 steven.andrews@dot.state.fl.us LOCATION Tampa, FL 183 www.HNTB corn MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING BROWARD METROPOLITAN PLANNING ORGANIZATION COUNTYWIDE MOBILITY HUB PROJECT DESCRIPTION • Lambert Advisory, as a subconsultant to HNTB, ► currently serves as the economic, market and ADVISORY strategic advisor in this effort. Lambert provides in-depth market assessment coverage to revisit and PROJECT INFORMATION update the mobility hub locations to reflect practical ROLE ON PROJECT and achievable timelines for implementation. Subconsultant Lambert will also provide strategic advisory services, as needed, for potential transit-oriented DATE OF COMPLETION public/private partnership efforts, including 2017-Ongoing assisting in the preparation of solicitation material, OWNER'S CONTACT INFORMATION evaluation of responses and partnership/funding James Cromar to allow the hubs to come into fruition. 954-876-0038 cromarj@browardmpo.org LOCATION Broward County, FL SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY CYPRESS CREEK MOBILITY HUB MASTER PLAN PROJECT DESCRIPTION • As a subconsultant to HNTB, Lambert Advisory ► provided the economic and market analysis ADVISORY associated with the Cypress Creek Joint Development Initiative (JDI) Mobility Hub. A key PROJECT INFORMATION objective of the JDI Mobility Hub planning process is to identify the opportunity for a transit oriented ROLE ON PROJECT joint development which emphasizes connections Subconsultant to multiple modes of transportation key among DATE OF COMPLETION which include The Wave Streetcar and Florida East 2014-2015 Coast commuter rail. The primary uses proposed OWNER'S CONTACT INFORMATION include residential, hotel, office and retail. The Brandy Creed residential analysis in particular is a key component (954) 298-7927 to the Hub's initiative given the existing demand for creedb@sfrta.fl.gov rental housing in the Downtown area. As part of LOCATION subsequent phases of the JDI Mobility Hub plan, Fort Lauderdale, FL Lambert assisted in preparing and evaluating request for qualifications for private developers interested in the joint public/private initiative. www.HNTB.com 184 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 6 TRANSPORTATION SYSTEMS MANAGEMENT AND OPERATIONS PROJECT DESCRIPTION Flu FLORIDA INTERNATIONAL The Florida Department of Transportation UNIVERSITY District 6 Transportation Systems Management and Operations program represents a broad range of operations and management activities PROJECT INFORMATION that are deployed to improve transportation ROLE ON PROJECT system performance, particularly to achieve the Subconsultant highest level of utility from available infrastructure and resources. As a subconsultant to HNTB, DATE OF COMPLETION Florida International University completed scope 2010-2016 activities under the supervision of HNTB including OWNER'S CONTACT INFORMATION providing technical support in areas of strategic Omar Meitin and business planning, studies, conceptual plans, omar.meitin@dot.state.fl.us deployment and operations and maintenance. (305) 470-5312 LOCATION Miami, FL FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 6 DISTRICTWIDE INTELLIGENT TRANSPORTATION SYSTEMS PROJECT DESCRIPTION FIU FLORIDA INTERNATIONAL This project focused on intelligent transportation UNIVERSITY systems (ITS) technical services related to ITS infrastructure research, evaluation, analysis, procurement, design, post-design construction PROJECT INFORMATION support, operations and maintenance. As a teaming partner to HNTB, Florida International ROLE ON PROJECT Subconsultant University worked on this project under the supervision of HNTB to develop a project DATE OF COMPLETION management plan including quick reference guide, 2016-Ongoing checklists and training modules. Additional tasks OWNER'S CONTACT INFORMATION also included multiple dynamic messaging sign Sergio Bravo replacements and ITS device installation projects, (305) 470-5197 design support, including plans review, test plans sergio.bravo@dot.state.fl.us review, requests for information response and LOCATION shop drawings review. Miami-Dade and Monroe Counties, FL 185 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 4 SR-9/I-95 FROM SOUTH OF SR-708/HIGH MEADOWS AVENUE PROJECT DESCRIPTION CALTRAN The study included adding lanes along SR 9 (1-95) ENGINEERINGGROUP from South of CR-708/Bridge Road to South West High Meadows Avenue. As a subconsultant to HNTB, Caltran coordinated all tasks related to PROJECT INFORMATION the project development and environment study ROLE ON PROJECT under the supervision of HNTB for this limited Subconsultant access facility. This Category Exclusion Type II project has an aggressive 18-month schedule to DATE OF COMPLETION obtain location and design concept acceptance 2012-2013 and is in an environmentally sensitive area of OWNER'S CONTACT INFORMATION Martin County inundated with farm and park John Olson lands. Extensive coordination is anticipated with (954) 777-4452 all environmental regulatory agencies. John.olson@DOT.STATE.FLUS LOCATION Martin County, FL MIAMI-DADE TRANSPORTATION PLANNING ORGANIZATION GENERAL PLANNING CONSULTANT _' PROJECT DESCRIPTION CALTRAN HNTB was selected to mancge this task work ENGINEERING GROUP order-based general planning services contract, with the support of Caltran Engineering Group. Specific work orders included completing PROJECT INFORMATION aesthetics design guidelines document for county transportation projects, origin-destination surveys ROLE ON PROJECT of the 95 Express bus routes, an evaluation process Subconsultant for school crossingguards, a bike to transit system Y DATE OF COMPLETION improvements study, complete streets study and tot 3 -2014 bus rapid transit implementation plans for various OWNER'S CONTACT INFORMATION corridors. Jesus Guerra (305) 375-4507 jesus.guerra@mdtpo.org LOCATION Miami, FL • www.HNTB.com 186 FINANCIAL CAPACITY MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 2.3 FINANCIAL CAPACITY At the request of the City, HNTB Corporation shall arrange for Dun and Bradstreet to submit a Supplier Qualification Report directly to the Procurement Contact, Natalia Delgado, and accepts responsibility for the preparation cost. www.HNTB.com 187 • • _ . , ,.....1,Vs&vii- e-- f. : ,..t•;.,.: • ' - ,,.... :,•-• ..............-•••••• Air 1,":4"- '‘...l'••• :3 METHODOLOGY . ........_ . , of:,, ._ .. ., :41' •k - 1 APPROACH & _ it I L) ' . ;''• ' el . N . . __„.. AN, __I ; , _, _....J.• --- ''-, "-:-„,.., —L 1• - -,I,kr ..27.---,...----.Z.-- • A -__ . _Awe- • mii...— ......... Ask ‘• .. --- ...,•—• --.„----- rt . ,. ! . ....._ --..4 .. 1, , \,. \. . • ,, . ........ .___ _ . , . __ -- .- --I,------- -----------7 __„......,-N•;•_. '— • --—...--.••• ----in-iv T- "... ., . lel+ '",-,,,. *r're ...r. I.> •11141411%);k'-- II. ",' __,._•,.r......±,...,r5 ..- ,„,....., '. 1--. ire_ .--,.,'t• —It. . -,„saw-,.". -.....-.7-4r------ ;.:--,-- : -.-? "?.' - ....A. • . - ,..."1". .c,j r.ars - '•- ' 01,4..1"iiet 1.t.'.1.411;t4r4it' ,- .... n 2 Z CI m -4 I 0 CP 0 I- 0 0 • MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 3. APPROACH AND METHODOLOGY CITIES ARE COMPLICATED—THE BEST SOLUTIONS Our approach is outlined and consistent with the ARE SIMPLE. Our planners, designers, engineers and statement of work presented in the Request for communicators are among the best in the business at Qualifications, but first we would like to set the stage setting priorities, evaluating projects, taking stock of with a few key areas that deserve a special focus input from citizens and stakeholders and turning those above and beyond the nuts and bolts of specific dreams into a reality that delivers solutions that work. potential work assignments. Our team is adept at developing both near and long term performance-based plans that leverage public THE NEXT BIG THING. In the immediate future, it and private funds while maximizing returns for key will be the smaller things, not the big project that objectives. We will work with the City to implement gets Miami Beach moving. It is critically important and fine tune recommendations of the master plan with that we get it right as we work the master plan from implementation from the capital plan to simultaneously concept to reality. True enough this is a transportation advance multiple geographically co-located projects planning and engineering contract, however, the root quickly. Near-term success will help rally support for of continued success begins in this project phase. With future projects that may be more involved and require implementation as the end goal, our team is ready to additional funding. prioritize workable solutions identified in your master plan to garner a larger dynamic for improvements that are evident to everyone who lives, works, plays, and b� travels to Miami Beach. ICA PUTTING PEOPLE FIRST MATTERS TO ALL OF US. w.UT/ 41. snn. s Miami Beach is world renowned for its beaches and tourists and a better place because of the scrutiny and care taken by stakeholders to actively engage with City leaders and staff in all aspects of services and projects. Our team understands that Miami Beach ft/0 residents and leaders place a high value on public North Florida Smart Region Plan trust. As such, the public's role in the review of public projects is something we all take very seriously, and rightly so. Our team recognizes the fundamental SMART CITIES ARE ABOUT MORE THAN JUST role public involvement plays in the success of any TECHNOLOGIES. HNTB is the go-to firm for automated initiative. Everyone on our team fully understands that and connected vehicle technologies. HNTB currently engagement design and style of interaction matters in supports the City of Columbus Smart City Initiative and Miami Beach and is as much a part of the City as the the Tampa Connected Vehicle Pilot program. But it's beaches and tourists. about more than technology; it's about how cities get people to opportunities that enrich their lives and those •� .' of others. A perfect example is the Columbus Smart •`s =. , Cities project where a quick review of socio-economic grow ,t• "' data revealed that premature deaths of infants is �! :' ' related to the ability of young mothers to travel to � healthcare facilities for prenatal care. Yes, there are t • . Y technologies involved to provide equitable means of payment platforms, mobility services, communicating the connection opportunities and testing the ability r„ i to make these all function in a seamless exchange of information and the movement of people and goods. Our team has the technical know-how and top-notch engineers, but just as importantly, we have the planning Ccr,;:l `e Streets Rer 'e rig professionals that can make it work to the advantage of the people that need and use technologies. www.HNTB.com 189 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING it w 7.n��ip 1. 1'��a i,, . i, M/,'-`j. •._k.a•'j,i7.j".1� I�.. '�I 4t':4 i" i;1i i �.1. '�1 r t` + � � � �� I� J�, �~ -'�T'rI/� •r ' •ham �:1�� �7�,�N�S+I�, • / � �S • ! sa• %I 1 0. 1 ...„ Aviiiiiikt. to t.. ,.;. ea: -,,,, . _ . ..v. ., 1. ,pro,,.-;v,__ _ A ------ — , j . --, _ . ‘, I, %. °s';c` : :cad_ .' ,...... ! - I) , ..N,o- ... -''•. ., .!.,_'s,f'--7. (. AY'. ► N. • , (4„ . ./. j! ��,1• �. _ . ..r. .`.?t... . Y .t. < Urban Design Rendering WE KNOW THE PLAYERS. Miami Beach is a implications regarding a wide range of technologies regional activity center. Our team has a long from how we communicate ranging from the Internet history and deep working relationships with the of Things to the vehicles and infrastructure of the key partners in this region. Connecting with Miami future. Capitalizing on the success of the 95-Express Beach as part of SMART Plan, the 2045 Long transit services by adding services that help people Range Transportation Plan (LRTP) and improvements cross Biscayne Bay without a car could be a great to 1-195 and the MacArthur Causeway are all start critical to the mobility health of Miami Beach and to building transit solutions that can move into its transportation solutions. HNTB and Renaissance higher capacity in the future while addressing are working with Miami-Dade County and the today's critical need. Florida Department of Transportation (FDOT) on improvements to I-195 in different assignments Our team has the professionals and expertise to as we develop solutions that will be important to review the existing trolley operations plans in place, Miami Beach as well as our respective clients. as well as coordinate with the local and express Transportation plans and investments for projects bus plans to maximize efficiencies and connections on a regional scale are now in flux and decisions to leverage our available resources. Our leadership made today will affect many generations to come. and staff will put the City first as we support your transportation planning needs while serving as a The 2045 LRTP Planning cycle has begun. communications bridge with coordination partners, Renaissance Planning is working with the Miami- as needed. Dade Transportation Planning Organization (TPO) to develop an innovative needs assessment MIAMI BEACH IS THE BIGGEST SMALL CITY methodology. This cycle will address FDOT policies AROUND. A city of less than one hundred for emerging technologies, which HNTB has been thousand residents can swell overnight into a dense working on with the FDOT Central Office. Our team metropolis with ten million tourists coming and has the inside track for the national, state and local going each year. 190 www HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING Our team has the experience working with cities 1. SHORT AND LONG RANGE of all sizes and complexity. In addition, HNTB has TRANSPORTATION PLANNING project program management experience supporting HNTB's innovation is a combination of technical of a variety of regional, state and national agencies. Our team includes an array of specialized firms that skill with equal parts experience and creativity. complement our skill-sets with project experience HNTB recognizes that transportation plays a vital and professionals that fit the needs of Miami Beach role in today's economy and provides access to for transportation planning and traffic engineering jobs, education, shopping and recreation. It is an projects. To give you a sense of our team, we offer a integral part of our mobile society and influences few highlights: urban development, economic vitality, quality of life and national security. Our transportation system — HNTB has the local and national consists of many parts that work together moving professionals that can bring fresh ideas people and goods within metropolitan areas, to the table for emerging technologies for statewide and throughout the country. Miami-Dade Smart City solutions and address the real TPO has begun the 2045 LRTP cycle. Renaissance challenges of sea level rise. Planning is leading the LRTP needs assessment — Renaissance's urban planning professionals using a prioritization tool to evaluate and rank offer a tested prioritization tool that can projects by performance. This tool can be utilized help place priorities into motion and address for any program large or small to ensure fast returns land use issues such as housing and transit and provide a performance monitoring system to oriented development. report progress and return on investments made. — The Street Plans Collaborative has assisted We foresee the benefit of this tool to help establish Miami Beach reach a key decision for modal priorities for the most critical projects to increase hierarchy that puts people first. The energy early wins with a fast start implementation plan for and excitement this group of tactical urbanists Miami Beach. offers is a new way of looking at how we integrate transportation and land use with the From policy studies to long range transportation fabric of our cities. plans, the HNTB team envisions how transportation — Florida International University is a leader modes can effectively interact, how technology can provide better traveler information and how non- in the academic field of traffic engineering, modeling and signalization that will help motorized modes like bicycling and walking can ensure the best solutions are brought forth. be both convenient and safe. The HNTB Team has — Caltran offers quality and efficiency in data worked with various local governments, planning collection using new technologies to maximize organizations and tolling authorities to provide services on short and long range transportation accuracy and relevance of data collection and analysis. services, corridor and feasibility studies, congestion management, transit operations and policy — Lambert Advisory has local knowledge to planning. HNTB has been a part of teams with the clarify retail and housing market health and Miami-Dade TPO, Broward Metropolitan Planning readiness for phased approaches that mesh Organization (MPO) and several modeling efforts with the priorities and time-lines established for for the FDOT Districts 5, 3, Florida's Turnpike implementation. Enterprise and FDOT Central Office. We have — And finally, HNTB is committed to providing completed multiple LRTP's in Florida for the North opportunities for our veteran owned Florida TPO, the Capital Region Transportation business, Sabra Media Group to give Planning Agency, the Bay County TPO, the Florida- national heroes a chance to excel as a valued Alabama TPO and the Okaloosa-Walton TPO. team member, as we support the City of Miami Beach to be all it can and needs to be. www.HNTB.com 191 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING Our team integrates strong planning principles with HNTB is ready to coordinate with transit entities travel demand forecasting and modeling to yield and trolley operators to determine the multimodal comprehensive plans that incorporate multimodal accommodations to be studied and evaluated as solutions. In addition, we use interactive technology part of the projects improvement. While the focus is and visualization to effectively communicate plans primarily on identification of existing and planned and engage stakeholders, regulating agencies and multimodal facilities, provisions for additional impacted communities across the country. We are transit service and/or facilities identified through a also at the forefront of developing transportation visioning process may also be considered. policy with the FDOT Central Office to develop a recommend practice for integrating autonomous HNTB will also work with the City of Miami Beach vehicles (AV) and connected vehicles (CV) into the to understand expectations and gain better insight LRTP process. as to what the City envisions throughout the entire process. A solid understanding of project needs, In the last three years, we have had substantial goals and objectives will facilitate the process success applying Federal Transit Administration's of identifying a range of potential improvement (FTA) Simplified Trips on Project Software (STOPS) alternatives for future evaluation. model, which streamlines the process of developing federally acceptable ridership forecasts for urban The first step in this process is to interview/involve passenger rail and rapid transit projects. HNTB stakeholders and identify the purpose or need is currently using STOPS in more than ten regions for the project to gain information that will guide around the United States and as an early adopter the evaluation. These interactions become the of the model, HNTB has worked continuously with driving factors of the existing conditions assessment FTA's development team on improvements to the model and has supported several updates. For the supported by data collected within the corridor. first time, it is possible to obtain high-quality model results in a quick and cost-effective manner enabling We have extensive experience with project the testing of "what if" service scenarios as part of development and environmental (PD&E) projects a planning process. in FDOT Districts 1, 3, 4, 5, 6 and 7, and with controversial projects such as Calle Ocho in A. CONDUCT PLANNING AND FEASIBILITY Miami, SW 10th Street in Broward and the highly complex 1-4 Beyond the Ultimate project in the STUDIES FOR BICYCLE, PEDESTRIAN, TRANSIT, greater Orlando area. HNTB is experienced in the TRAFFIC MANAGEMENT AND OTHER PROJECTS, integration of bicycle and pedestrian facilities per AS DIRECTED FDOT guidance in Chapter 14 of the PD&E Manual, The HNTB tec:m applies similar project experience the Transit Concept Alternatives Review adopted when approaching each new assignment with in November 2016 and Chapter 8 of the Plans fresh eyes and innovative practices to improve the Preparation Manual. planning study process. We will support the City of Miami Beach in their 11Q 7Q,.Qr4A 6P efforts to link planning, land use and development Pali for innovative project solutions and introduce emerging technologies that will move the City � � forward. Our team offers a unique blend of skills to produce an effective, high-quality complete � l AilL streets solution, from concept to implementation with specialized experts in land-use planning, traffic � r-- calming, context-sensitive design, transit corridors and access, multimodal design, urban design and many other aspects of creating livable communities. Florida Department of Transportation Districts Map 192 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING HNTB is currently performing a subarea study for — Detecting safe mobility needs that serve users the Belfort-Southside area in Jacksonville for the of all ages and abilities, including bicyclists, North Florida TPO. This project examines both pedestrians, transit riders, freight handlers and short and long term improvements of safety and motorists when applicable capacity including intersection, roadway and transit — Analyzing alternatives to provide specific recommendations regarding potential improvements. HNTB's teaming partner, The Street Plans Collaborative, has also followed suit, with engineering, environmental and socioeconomic impacts, in addition to feasibility and cost projects such as the Biscayne Green which led effectiveness to a planning study by FDOT to examine lane — Discerning the need for new or upgraded elimination, a relatively new approach to providing transportation facilities or for operational overall multimodal capacity rather than the historical improvements for a facility or corridor by focus of adding vehicle capacity. As a result, a new performing multimodal analysis openness has emerged to revising roadway policies — Developing and refining multimodal projects, and standards to address features such as lane facilities or corridor plans widths, design speeds, turning radii, placement and — Coordinating with local government entities, design of crosswalks, incorporation of countdown transportation agencies and the public, as part timers, pedestrian intervals, bike lanes/separated of the corridor development plan bicycle facilities and on-street parking. The HNTB Team has successfully completed all components of corridor and multimodal BENEFIT TO THE CITY OF MIAMI BEACH: TECHNICAL SUPPORT AND INNOVATIVE CONTRIBUTIONS FOR corridor studies including public and agency involvement, documenting existing conditions THE UPCOMING 2045 LRTP AND INCREMENTAL SUCCESS STORIES WITH NEAR-TERM RESULTS. and developing/evaluating alternatives and recommendations. We have extensive resources in travel demand modeling, roadway, transit, B. CONDUCT TRANSPORTATION CORRIDOR trails, bicycle and pedestrian planning and STUDIES ALONG ARTERIALS AND COLLECTORS design in addition to traffic, transit operations, WITH THE PURPOSE OF IDENTIFYING MOBILITY design and implementation, complete streets and safety analysis. Our team is also experienced IMPROVEMENTS AND DEVELOP A CAPITAL PLAN in all aspects of local corridor/subarea studies, Our team has a solid approach to achieve near- alternatives analysis studies, freight studies, PD&E term success through priority capital planning. We and environmental impact studies providing for a will identify existing land use and socioeconomic full ranges of services to the City. Insightful corridor characteristics, identify major traffic generators, planning and careful evaluation of multimodal evaluate sensitive environmental areas, analyze transportation alternatives is now more important future development potential and produce than ever with limited funding resources, continued summaries of information in both written and urban growth and environmental concerns. In graphic formats. A potential list of services may addition, the location and design of transportation include: facilities has a strong influence on future land use development patterns. — Evaluating existing and projected overall facility or corridor performance using agreed BENEFIT TO THE CITY OF MIAMI BEACH: HNTB upon performance measures IS STUDYING TRANSPORTATION SYSTEMS THAT — Determining corridor deficiencies and needs COMBINE TRANSPORTATION AND PLANNING. — Identifying alternatives to correct existing and A TRUE MULTIDISCIPLINED EFFORT WILL RESULT IN projected deficiencies and needs, including PLANS THAT MEET THE PURPOSE OF THE PROJECT, multimodal or intermodal alternatives MINIMIZE IMPACTS AND PRESERVE THE SOCIAL AND PHYSICAL ENVIRONMENT. www.HNTB.com 193 . , MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING ? Multimodal Accessibility 1 The City's established modal hierarchy prioritizes multimodal infrastructure in a place that has a high level of walkability and 11---- desirability for multimodal interaction. This requires analysis tools that a are sensitive to non-motorized infrastructure and movements. While -- the regional travel demand model can be used to inform portions of a more comprehensive multimodal tool, it is not designed to analyze non-motorized infrastructure or travel demand. Renaissance has i developed a tool to measure multimodal accessibility (MMA) that provides a composite measure that is sensitive to network level and quality of service, network connectivity and land use impact on travel _..,An,111. demand. MMA paints a comprehensive picture of the trade-offs people *;:: ''it,... R .-e face when deciding where to live, work, shop, visit and travel. MMA : .,,,r accounts for factors beyond transportation, including equity, economic i ` iiiii1# l• _ development, livability and sustainability. For example, MMA can r - measure the degree to which disadvantaged populations can reach ,..... , " 11 � 5. -- specific types of opportunities, the extent to which employers can . 1 _ •i'_. attract employees and the walkability of neighborhoods. MMA also provides an improved understanding of transportation system performance more than its counterpart because it puts congestion into context. While congestion is certainly a performance factor, we can't forget the proximity of the destinations. Traveling at • �.rf ;4111j a slower congested speed is not as much of an impediment to travel f..: with a preponderance of nearby destinations. In communities where +F ., �, r ! kdestinations are close enough, a slow walking speed may be a ti V desirable travel choice. I ' - : -41.---t---. = - , We measure MMA using a set of analytic procedures first developed 1 =' ;�..��'" by Renaissance under National Cooperative Highway Research ��'- ��;,, Program Report 770 and then refined into tools for Maryland _. � - Department of Transportation and Virginia Department of Transportation (VDOT) where we can relate accessibility scores to outcomes. _? ` S � aa 1 soil oNfff _ 111ii I •i , i ,,,,,,01 r it• ,_ , iii 1.tic. —., , I -a •-• ►"' l s.'Mei y_- 1 IVy i 4 T Urban Planning Rendering 194 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING As part of the recent work for VDOT, the MMA tool advanced approach of connecting vehicles with has been integrated into the Sugar Access software traffic signals and each other, while maintaining developed by Citilabs, Inc. The software uses data safety as the driving factor in many of these from the HERE network and transit agency general advanced technologies. With extensive experience transit feed specifications provides a high-resolution in both producing and reviewing various levels representation of roadway and transit networks. of traffic impact studies, we are cognizant of the potential impacts a development may have on state Accessibility analysis using MMA and Sugar Access and local street networks. can be utilized by the City to generate accessibility performance metrics and provide potential Our initial step would potentially include field feedback on other key performance measures, investigation to confirm existing traffic operations, including mode share, mode shift and vehicle such as vehicle mix, travel speeds, traffic control miles traveled. The SERPM is typically utilized for operations and existing geometric conditions such future year speeds, socioeconomic data inputs and as horizontal/vertical curves, grades, skew, median potentially other metrics to support the accessibility width, visibility, pavement conditions, etc. Analyzing analysis, but primary performance metrics can be crash data is another critical element for many generated via accessibility analysis and utilized traffic engineering studies. An analysis of crash to test and prioritize policy and/or infrastructure records, including police reports, is important for improvements. identifying abnormal/predominant crash patterns, probable causes and to develop suitable crash The movement of goods will also be taken into and suitable crash countermeasures for a study consideration as an important transportation location. HNTB also incorporates updated level element, especially for an island community such as of service (LOS) analysis to evaluate the expected Miami Beach. For corridors with high truck volumes performance of recommended improvement we propose coordination with local agencies and strategies. The service level analysis will follow private freight stakeholders to determine operational procedures specified in the Highway Capacity and/or physical improvements most compatible with Manual and will include signal timing and phasing the objectives of the Transportation Master Plan that optimization to provide for optimal signal operation puts movement of people first. within the existing constraints. BENEFIT TO THE CITY OF MIAMI BEACH: TAKE As a collective, our team understands the EXISTING PLANS INTO THE BRAVE NEW WORLD OF underlying principles and methodologies used EMERGING TECHNOLOGIES WITH COST-EFFECTIVE in traffic models to generate results and believe SOLUTIONS TO MEET THE CITY'S TRAVEL AND selecting the correct simulation tool for the job is FREIGHT NEEDS. critical. As intersections become more congested, it is crucial to evaluate both cost-effective and innovative solutions to increase both safety C. REVIEW TECHNICAL TRAFFIC IMPACT STUDIES and capacity. Consideration would be given to Our team understands safety, capacity and design, roundabouts, access management, signal retiming all of which allow us to ensure that traffic studies and the innovative intersection treatments to represent the optimal solution within practical address the needs of all users. means. The HNTB Team understands the importance of a BENEFIT TO THE CITY OF MIAMI BEACH: comprehensive and accurate traffic study to provide BASE SOLUTIONS ON SOLID AND VERIFIABLE a base of information upon which to develop cost- INFORMATION THAT INFORMS SELECTION OF effective means to improve safety and operational PROJECT ELEMENTS TO KEEP MIAMI BEACH efficiency. Technology is playing a bigger role in MOVING AND THE ECONOMY GROWING. how these solutions are deployed in a progressively www.HNTB.com 195 MIAMI BEACH GENERAL.TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING D. DEVELOP DEMAND AND MARKET FORECASTS, E. PREPARE PROJECT LAYOUTS INCLUDING UTILIZING TRANSPORTATION AND CAPITAL COST ESTIMATES FORECASTING MODELS The best way to predict the suture is to invent it HNTB understands how to use the right tool through thought leadership. for the right job. The HNTB Team will review and prioritize master The HNTB Team has extensive experience with plan transportation improvements and recommend travel demand and operational model tools. We cost-feasible funding plans and associated anticipate the following tasks may be used in the implementation strategies. Funding sources will course of this assignment including: consider state and/or federal funds, competitive — Network and trip table development grant applications, private contributions partnerships and local government impact fees including — Operation of travel demand and/or multimodal transportation impact fees, with special microscopic models assessment for infrastructure as part of a community — Model calibration redevelopment area, tax increment financing, — Model validation ad valorem assessments, special sales tax and — Coordination with base models public-private partnerships. Our practice leaders — Interpretation and analysis of results and advisors such as, CHRIS KOPP, AICP, CTP, — Review and outline of the current state of the have extensive experience with federal and state practice concerning traffic forecasting and financial planning. We can support the City in their operational analysis models agency consultation because of our relationships — Performing large area traffic flow analysis with the funding authorities and successful history. to evaluate various alternatives utilizing HNTB can assist the City of Miami Beach plan for appropriate and agreed to transportation travel and conduct a visioning process for alternative time- demand models sensitive scenarios related to vehicle automation — Providing technical assistance in the over the next 5-30 years. development of clarifications of analysis requirements and guidelines for the use of micro simulation techniques As autonomous vehicle (AV) and connected vehicle — Signal optimization analysis (CV) infrastructure becomes a more feasible mode of transportation, it is important to understand Utilizing existing conditions data, forecast data the overall effect of vehicle miles traveled and collected, results from the future conditions associated person miles traveled on the supply of assessment and input from the project team, we parking, transit circulation and travel to/from the can evaluate a series of improvement needs. This mainland and staging areas for vehicles to load/ includes the assessment of development patterns, unload. This is an opportunity to transition how we redevelopment opportunities and regulations to think about projects and how to make the most of determine the type of multimodal alternatives that near-term improvements that withstand the evolution will maximize opportunities for non-vehicular modes of mobility into the future. such as bicycle, pedestrian and transit for the City. Multimodal accessibility implementation tools available to our team can complement conventional BENEFIT TO THE CITY OF MIAMI BEACH: TAKE travel demand models that may not be sensitive to EXISTING PLANS INTO THE BRAVE NEW WORLD OF EMERGING TECHNOLOGIES WITH SOLUTIONS TO multimodal issues. OUR TRAVEL AND FREIGHT NEEDS. BENEFIT TO THE CITY OF MIAMI BEACH: OUR TEAM IS A LEADER IN CUTTING EDGE TECHNOLOGIES AND CURRENT APPLICATIONS IN NATIONAL PILOT PROJECTS INCLUDING COLUMBUS AND TAMPA. 196 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING F. EVALUATE TRANSIT OPERATING SCENARIOS USING OPERATIONAL MODELS _. Our plan is to weave pre_ =al solutions into the urban fabric of this truly — unique island metropolis --.. • Our team recognizes the unique challenges and opportunities the City of r , '''�' ' '' �`ws -' Miami Beach faces related to public transit services. Transit and multimodal planning and design involve an integrated approach that incorporates initial – _ studies and review of alternatives, selection and approval of an alternative .° and funding from governmental and other sources. The development of - ...'4. ..4A11%- transit and multimodal projects involves the interaction of the public-at-large, v t " as well as local, state and sometimes federal agencies. We have worked Aid closely with FTA and FDOT and know how to access and utilize the resources available to the Florida transit industry. Our team has experience conducting "•. ' comprehensive operational analyses for major transit providers in South Florida - to improve efficiency and achieving the objectives of the transit development plans (TDP). We have developed service guidelines and provided systemwide t the results of the performance evaluation to ,' , .. recommendations based on examine potential cost, ridership and Title VI impacts. , 4_! . - - r .,. +4 BENEFIT TO THE CITY OF MIAMI BEACH: OUR TEAM BRINGS A UNIQUE HISTORY y � (,.;1.‘a, , 4' - OF CONTRIBUTIONS TO PROJECTS IN MIAMI BEACH AND THE REGION. G. DEVELOP COST ESTIMATES FOR IMPLEMENTATION, OPERATIONS AND MAINTENANCE _ ':_- h. p HNTB is currently working with Limousines of South Florida in the City of Miami. „i� 1 #- . The HNTB team offers experience in developing cost estimates for multi-year `,,_ t�, , capital programs and various types of operations, as well as understanding `�'ry cost estimation is an important planning tool to help define level of funding Lowy ' requirements with levels of certainty increasing as information is developed. To 4 C ./ ' •.°"? ensure accuracy, project contingency and the degree to which information ishiit •' not known will be reflected in our cost estimates to ensure project financing is �.� sufficient. Our team also brings practical experience and knowledge in value- `ri , _�.. engineering and life cycle cost estimating. We believe the operating componentil*— _ nil of projects is as important as the upfront construction since these are long-term commitments that must be considered by project sponsors each year. Once _Li a project is sufficiently defined through engineering and conceptual design, - we recommend a bottoms-up cost estimate to ensure trade-offs are clearly considered between initial cost and life cycle cost at the most appropriate level of the project's development. The City of Miami Beach will benefit from a broad .i1 national practice group and Florida-specific knowledge of the latest information , and trends in the context of local markets. BENEFIT TO THE CITY OF MIAMI BEACH: OUR TEAM BRINGS DEPTH OF ` _ j UNDERSTANDING IN COSTING METHODOLOGIES AND ECONOMIES FOR DEVELOPING COST ESTIMATES FOR CAPITAL PROGRAMS, OPERATIONS AND MAINTENANCE AND FINANCIAL PLANNING IMPLICATIONS. www.HNTB.com 197 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING H. CONDUCT DAILY AND PEAK HOUR TURNING MOVEMENT TRAFFIC COUNTS Our team can bring "big data" to life. - ,� In addition to basic data collection services, our ,` , team has the capability to perform simultaneous '>F. traffic video monitoring, travel time and delay .Y , studies with state of the art Wi-Fi, Bluetooth devices, , �. ,4 real time data collection and on-site evaluations. Caltran specializes in the use of video count sic technology, in order to efficiently process turning ; counts and collectpedestrian and bicycle / '�r movement cou s y � _-, data to deploy, collect, and organize inventory \ �/ ,�' `i w data with the goal of providing traffic and safety j / / , . recommendations. They add a well rounded wealth of knowledge regarding the use of video for Facilities Plan Rendering multimodal data collection and it is because of our existing trolley system's operations, provide recent experience working together with Caltran that we know this teaming partner will provide recommendations and develop potential new trolley quality, accurate data to enable our professionals to routes based on the travel demand needs of the City. Many of these routes have been implemented provide workable solutions to Miami Beach. and the City continues to rely on HNTB on an BENEFIT TO THE CITY OF MIAMI BEACH: ongoing basis for operations assistance including INCORPORATE NEW STREAMLINED METHODS contractor support, review and analysis of existing OF DATA COLLECTION THAT INCREASE system, public involvement, coordination with UNDERSTANDING OF THE PROBLEM WITH BETTER Miami-Dade County and additional municipalities INFORMATION AND BETTER SOLUTIONS FOR with trolley systems and in-house support. HNTB is MIAMI BEACH. also leading efforts around the country to review future alternatives to fixed-rail trolley services using 2. TRANSIT OPERATIONS AV technologies. PLANNING Our history with the City of Miami planning for HNTB brings an experienced project delivery streetcar feasibility studies not only provided team in planning and operations. guidance in the development of the trolley system Discussions of rail transit and streetcars have to provide connections and frequency of service, evolved, but trolleys have provided immediate relief but also leading to the demand for extensions. for a growing population and visitor flow in Miami Our experience with a phased implementation, and Miami Beach. HNTB is equipped with local ongoing operations support, ridership analysis, experience from our work with the City of Miami's branding, marketing and website development for Trolley System from feasibility to implementation. all phases of implementation uniquely positions us to hit the ground running to support Miami Beach's HNTB conducted an operations assistance and growth and expansion. safety planning study of the existing system to develop benchmarks, performance standards and metrics, assessment and analysis of current training BENEFIT TO THE CITY OF MIAMI BEACH: NO MATTER WHAT THE TECHNOLOGY IS, HNTB CAN program and development of a manual of standard OFFER A SOLUTION THAT WILL HELP MIAMI BEACH operating procedures. A comprehensive plan and MEET ITS MOBILITY OBJECTIVES NOW AND INTO operations assessment study was then developed THE FUTURE. by HNTB for the City of Miami to analyze the 1 98 www.HNTB.com a MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 3. FACILITIES PLANNING AND HNTB introduces the public involvement DEVELOPMENT management application (PIMA) software tool to help clients conduct and manage their stakeholder People are the first priority in Miami Beach. outreach. PIMA transforms stakeholder engagement Facilities both large and small such as shelters, into customer satisfaction, collaboration and citizen overhead canopies, benches, layover facilities, staging support. Cloud-based PIMA means stakeholders areas, garage facilities, street lighting and roadside can provide feedback via smart phones, tablets, cabinets for traffic signals all work together to create computers and browsers using different operating livable urban places that knit into the fabric of our systems. Agencies aren't saddled with expensive, streets and sidewalks to meet all users' needs. HNTB proprietary technology or equipment, but provided brings a broad range of experience from a working a program that can be tailored to match the history with Miami-Dade County departments to transportation agency's internal business processes support planning and engineering needs for major and provide the results it wants, when it wants and transit facilities and the Miami International Airport. in the format it prefers. This interactive tool provides HNTB has also served as program manager for time saving features and allows for quick response Brightline (All Aboard Florida) providing a deep and tracking of communications with the public. understanding of large-scale facilities' planning. On a • smaller scale, our proposed deputy project manager, Public engagement is second nature to our team LYNDA MIFSUD,AICP, has managed a transit because we understand the importance to project infrastructure program for Hillsborough Area Regional implementation and because we have seen the Transit in Tampa, coordinating multiple priorities contributions stakeholders can make to project ideas for utilities, drainage, pedestrian and transit vehicle and funding participation. One of the most defining requirements, all within the same right-of-way. HNTB features of the Smart Cities Columbus project was will draw from a multifaceted team with local urban the growing participation from the private sector. planning expertise, including teaming partners such as At the application stage, public private partnership Street Plan Collaboratives and Renaissance Planning contributions were close to $90 million — today it Group, to provide superior planning and development. has grown to over $300 million. BENEFIT TO THE CITY OF MIAMI BEACH: OUR TEAM Overall, our team has considerable experience on WILL BUILD ON KNOWLEDGE AND MOMENTUM a wide range of projects and programs through all FROM EARLIER PLANNING EFFORTS AND project phases. YSELA LLORT and GUS PEGO, PE, INCORPORATE NEW AND EFFICIENT WAYS TO will guide our team, serving as liaisons and COLLABORATE WITH PROACTIVE AND ACTIONABLE providing agency relationships to marshal strong INPUT. solutions and support as needed. We are adept at working with public stakeholders to garner 4. PUBLIC PARTICIPATION actionable input and advance projects that are both The HNTB team energizes public engagement technically sound and embraced by those who will with fresh ideas and streamlined tools. benefit, as well as those who would be affected. HNTB has teamed with Street Plan Collaborative's, local innovators for public involvement and BENEFIT TO THE CITY OF MIAMI BEACH: innovators behind the Miami Beach Pedestrian and STREAMLINING AND MONITORING OUTREACH Bike Master Plan and Street Design Guide. This ACTIVITIES AND RESULTS AND PROVIDING A stellar group of practitioners brings solid planning CONDUIT FOR FOLLOW-UP AND CONTINUING acumen to 'tactical urbanism' with lasting effects. COMMUNICATIONS. WE ALSO BRING DEEP One of their recent projects is the Biscayne Green RELATIONSHIPS WITH STAKEHOLDERS AND PRIVATE Pilot, a three-week long project that resulted in the SECTOR FROM PAST EXPERIENCES. transformation of over one hundred parking spaces to test design ideas with the public and stakeholders in multiple events and organized activities. www.HNTB.com 199 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 5. FINANCIAL PLANNING AND public service with the needs of the residents, ANALYSIS workers, businesses and visitors. Moreover, Our team builds "return on investment" the integration of a joint development initiative broadens the mechanisms for development funding into the equation. through utilization of both public and private Economic analysis plays an increasingly important resources. role in the evaluation of projects for discretionary federal, state and local grant programs. HNTB Lambert Advisory has dedicated professionals with routinely supports clients and project sponsors with experience in market and development analysis financial feasibility studies benefit-cost analysis, that includes TOD, public/private partnerships economic impact analysis, project expenditure and economic and community development to forecasts and return on investment analysis that large scale initiatives in Miami-Dade County such evaluate the effects of a project on economic as Airport City at Miami International Airport, activity and financial results. PortMiami World Trade Center and Plaza Coral Gables. Redevelopment programs outside of Redevelopment and growth in Miami Beach, like Florida include Brooklyn Waterfront, Post-Katrina so many coastal communities in South Florida, is rebuilding effort in New Orleans and Uptown seriously challenged by lack of readily available Columbus Riverfront Master Plan in Georgia. Paul development parcels. As a result, the pressure on Lambert recently served as the economic advisor land value rises to a level that supports only higher on the Miami Beach Blueways Master Plan and density, high cost development and, therefore, the he participated as an economic advisor on the opportunity to adequately serve the local resident Washington Avenue Zoning Incentives. This and business community is tested. Now is an experience will prove to alleviate tensions and ideal time to create transit oriented development manage challenges for the City as the project (TOD) designs and opportunities based on true develops. "community" redevelopment values by merging RIDERSHIP PERFORMANCE OPERATING MEASURES SERVICE LEVELS STATISTICS Seneca Efficiency Frequency Cost Effectiveness Spon Revenue t town Service Etlectr eneee Runnel Time Revenue Maes Ferebox Recovery SchedulesPeak Vehicles State of Good Repair Stations Subregronal Equity Peer Comparisons Cost-Benefit AnaNate ECONOMIC ASSUMPTIONS CAPITAL O&M lrtlauon COSTS COSTS Escalation Tax Base Growth HNTB DEVELOPED REVENUE SOURCES PRELIM CASH FLOW PROJECT TIMING A SCALABLE Federal Capital Revenues Constructcn Duration State Capital Expenditures Opening Vear MODEL TO Local Operating Revenues Phasing System-Generated Operating Expenditures Replacement PROJECT CAPITAL PROJECT NEEDS FINANCIAL DEBT TO MEET ASSUMPTIONS REQUIREMENTS FINAL CASH FLOW SENSITIVITY Interest Rates Lcrg.Term BondsSCENARIOS PERFORMANCE Debt Terms Short-Term Paper -- OBJECTIVES. Southeast Michigan Regional Master Transit Plan Flow Chart 200 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING t d .3 FINANCIAL PLANNING AND ANALYSIS ?n;q . Opening Year y Number of Routes by Type CD East.West Cor-,dor BRT• ED- Enhanced Service 1 6 A r VD - Gm North-South Corridor BRT- Expanded Service to Carmel Bus 3u. 3u. IUPUI Downtown CVrcularor BRT —�L--r: i_-- ---- - 10th Street Downtown Cirtuiator BRT*� © -ress Crosstown Local Circulator stone Crosstown BRT- 6 g , is Ai A .�. i _-ranted Service Q� Street 8tn Crosstown BRT r F..ranced Service ATypical Hours of Service per Day [:w;°„ ® I Northeast Corridor Rail to I I Noblesville v Number of Routes by Frequency 0,6R 44 RR� 4 ■ 2016 _— -J Rail Peak Service Frequency 0 gi 0Fti n —15 min. 2016 — j BRT Peak Service Frequency vRevenue Vehicle Hours / —15 min. 2016 2018 L--'— 17,000 328,000 709,000 // 17.5 min I — Bus Peak Service Frequency GM { , I 60 or more min • • _ • . ---r— --- '-- ---- I 30 to 60 min. —15 to 30 min. { I — less than 15 min. vRevenue Vehicle Miles I -00,000 5,940,000 8,500,000 System Vehicle Revenue Hours m013 2,000,000 'Vehicles Needed for Peak Service 1,800.000 V, 1,600.000 --t- 2035 O&M cyst ► 14 0 0 1,400,000 --- + I ■ Rail $15 1136 Mil = I 4 1,200,000 - ■ BRT $36 • • — S'-00 oI i 1,000.000 - - I Bus $77 N I , Paratransit $16 cc 800,000 --- Total: • 600.000 I $144 — s500 400.000 200.000 I 2035 per Capita ccro:, — $40C 0 -_.__ - - - ■ Rad $12 2010 2015 2020 2025 2030 2035 • BRT $25 + Bus $53 — $300 e Paratransit $11 Per Capita Spending Total: $102 .--2035 est!mate 1 — $200 It—2010 . 1 v 51]a Awe,*(20101 — SICO IuIIilllliiIIIIIIIIIIIII_1 ifi $D Z Y 232,- <l.< 2•j 2 Z << e f r x'<u Nr<> > S +r V 8g 3!1 < oo< . z�<z�>z>Ox�`v' �oo �uvv�ii���S=�g <,.+�z3,i+zioSsa ?::f•- 4 -ziiWgey51FIliagOg* aae$,� b l a laz •Yt2;ISia5=o 3 __°�<> _ i £ 8 0 -€ �~fiAAf 9 z @ � �4iiizn lag' 42g,ggi#Eg■3 gil �5 'r€goIAi ><Si 3 <9 PEo E 15'ii 4 ` g E a ail , 1; Zg, oi 8 1. z ,"neo i m 23E i b E51-??, 4Z5 haZ5 . PI s Yi=a JIN s , § N . �i3a ,n.gf A ;,, . 111; z 3 . 5 3 IndyConnect Regional Transit Vision Plan Infographic www.HNTB.com 201 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING For evaluation of economic impacts, we use a how to combine the candidate projects into one or range of input-output modeling approaches and more regional transit investment program scenarios. tools depending on project resources and specific Scenarios may also be evaluated using the SERPM requirements. HNTB also regularly supports clients to bracket the ridership and transportation system in the evaluation of value capture techniques for benefits. Together, these tools will provide a range financing transportation projects. For example, of important performance measures, including we have recently supported streetcar projects in ridership, change in vehicle miles traveled, Florida, Texas and California with evaluations of congestion reduction, emissions reduction, transit benefit assessment districts to collect revenues from mode share, transit productivity, spending per the property owners best positioned to enjoy the capita, subsidy per trip, by sub-region and costs. real estate benefits of investment in the project. HNTB frequently facilitates an interactive discussion Through our past transit system planning studies, of adjustments to scenarios, sensitivity tests and alternatives analysis and FTA New Starts project variations on assumptions using the integrated financial plans, HNTB has developed and refined service planning-financial model. Although the an approach that supports a decision process of model evaluates performance measures, the integrating service planning assumptions with transit primary function of the financial model is to estimate agency financial implications. Our financial model the funding gap between existing resources and integrates macroeconomic assumptions, agency those needed for each scenario. Our financial cash revenue projections for existing and proposed flow model links components of service, economics, funding sources identification, baseline transit LOS revenue and financial data with performance-based by route, operating and maintenance costs, capital outcomes. An example of the kinds of graphics cost estimates for the baseline system projects used to communicate an array of information is and assumptions on project timing to estimate the IndyConnect scenarios in Central Indiana as future agency cash flows. The integration of these shown in IndyConnect Regional Transit Vision Plan interdependent elements and their relationships Infographic above. in the model makes it possible to see how performance measures beyond cash flows change BENEFIT TO THE CITY OF MIAMI BEACH: MEET as cash flow capital cost estimates and other TODAY'S FUNDING CHALLENGES BY ACTIVELY assumptions change. ENGAGING STAKEHOLDERS AND EMPLOYING FINANCIAL TOOLS TO INCREASE UNDERSTANDING For each existing and potential funding source, OF IMPLEMENTABLE STRATEGIES FOR estimates of local tax base and growth rates TRANSPORTATION AND TRANSIT SYSTEMS. will be derived from available data and historic experience. HNTB typically facilitates a review 6. ENVIRONMENTAL meeting with financial staff at partner agencies, SUSTAINABILITY ANALYSIS economists from academia and other local experts Our team offers sustainable progress with to develop consensus on the reasonableness of assumptions used in the financial model. This sustainable projects. exercise was an important step in gaining the buy-in HNTB's ROBERT IVARSON, PE, brings more than of the business community and other stakeholders four decades of water resource expertise to for the financial forecasts HNTB developed to support our team and leads our national practice support the Indianapolis MPO IndyConnect for Sustainability. His expertise encompasses a Planning Support program development process, wide range of facilities including dams, spillways, which culminated in a successful transit funding pump stations, tunnels, storage reservoirs, canals, referendum in November 2016. pipelines and practical adaptations for sea level rise. Robert will lead or team with his vast After initial results are available from planning experience in studying, designing and implementing studies, HNTB typically facilitates a discussion of successful projects along the eastern seaboard 202 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING and the Gulf Coast for long term sustainability 7. TRANSIT INTERMODAL FACILITY and mitigating the impacts of sea level rise, land DEVELOPMENT subsidence and erosion. These projects include: Our team can leverage complete streets into — Planning, design, and construction of dams, complete trips. flood protection works and hydroelectric HNTB is the trusted advisor and provider of projects in coastal states for long term innovative transit and rail solutions to the nation's sustainability in efforts to mitigate the effects largest transit authorities (Bay Area Rapid Transit of extreme precipitation and flood events. in San Francisco, Sound Transit in Seattle, Denver Coastal states include Connecticut, Georgia, Regional Transportation District, Chicago Transit Massachusetts, New York, New Jersey, Virginia Authority, Washington Metropolitan Area Transit and Texas. Authority in DC, among others) and involved in — Hurricane storm surge analysis of bridges, all modes of transit across the country. Our fully coastal protection works and other coastal integrated services cover all project phases from infrastructures. States include Florida, Louisiana, concept to completion. New York, South Carolina and Virginia. — Hurricane recovery planning, design and Miami Beach offers many opportunities to connect construction projects. States include in Louisiana. pedestrians and bicyclists with pedestrian malls and arterials as reflected in the Transportation Master Robert Ivarson, our sustainable design task lead Plan and the 2025 Comprehensive Plan. Our team and advisor will bring fresh ideas and energy to brings specialized expertise that respects adjacent our team as Miami Beach continues as a leader property needs with safe and productive corridors in adaptation to sea level rise, extreme weather- for all users. related events, and challenges associated with — LYNDA MIFSUD led the HNTB Program population and tourism growth. Change in how Management Team during the early we grow is critical to our ability to get the best value over time by making the most of today's implementation of VIA's SmartPlan. The first infrastructure design. project to be completed was Centro Plaza, a multimodal transfer station. The team BENEFIT TO THE CITY OF MIAMI BEACH: HNTB oversaw the planning, environmental, historic STRIVES TO PROTECT, SUSTAIN AND IMPROVE and archeology, design, engineering and THE NATURAL AND MAN-MADE ENVIRONMENT construction management for this state-of-the-art ASSOCIATED WITH OUR CLIENTS AND PROJECTS. signature facility. HNTB IS COMMITTED TO ENSURING THAT SUSTAINABILITY IS PART OF ALL OUR DECISION PROCESSES AND OUR ORGANIZATIONAL CULTURE. IS tI/1!.N ! �SIf y T 5. ♦3 ti T • T}Sf �.b� ' .....,r_....y.......y 0�7 t • �'' ' _ 1 • , • 5 m v $ a g t s , • 1/10 Sea Level Rise Trends Intermodal Facility-Centro Plaza, San Antonio, Texas www.HNTB.com 203 -doll1111111111111111•111111111i1111111V low MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING — The Street Plans Collaborative supported the plans with significant land use constraints. Bike Miami Bicycle and Pedestrian Master Renaissance Planning has worked with small cities Plan and brought an energy to their process in (Kissimmee, Mount Dora) and not so small cities engaging the public. (Tampa, Orlando) that are physically constrained — Lambert Advisory brings a unique approach to and that welcome high volumes of tourists to their town centers. Public placemaking is about making evaluating market sectors to consider existing conditions and recent trends. communities feel like home for everyone who lives, works or plays there. — Renaissance Planning introduces a suite of multimodal accessibility tools, as the Federal Our team has the know-how to evaluate the fabric Highway Administration's lead research and networks of urban communities and translate consultant to develop performance measures those evaluations into actionable urban design for multimodal system performance using 'big plans and buildable projects that are delivered data' with a goal of better understanding both on time and on budget. Our portfolio includes real-time, moment-to-moment snapshots of our many successful projects that are directly applicable transportation systems and system reliability at to the statement of work detailed in the General any scale. Transportation Planning and Traffic Engineering Consultant Services request for qualifications, All of these firms come together to create an including streetscapes, smart growth plans, TOD excellent team ready to tackle the needs of the City. plans and bicycle/pedestrian infrastructure design plans. The implementation of a multimodal vision for BENEFIT TO THE CITY OF MIAMI BEACH: RELEVANT Miami Beach, as outlined in the Transportation and AND BROAD PARTICIPATION ON THE LOCAL Bicycle Pedestrian Master Plans, will require closely AND NATIONAL PLANNING STAGE TO PUSH THE coordinated transportation and land use planning. ENVELOPE OF MULTIMODAL PERFORMANCE-BASED PLANNING AND MEASUREMENT. This is especially true within the concurrency management areas of South Beach; Middle Beach and North Beach, where multimodal projects and 8. URBAN DESIGN streetscape enhancements will be leveraged to Our team has what it takes to make the promote infill development and redevelopment. most of the streetscapes of Miami Beach. The HNTB team has the skills and experience Design guidelines and placetypes are examples needed to support this project, including education of urban design and placemaking tools that can and stakeholder outreach campaigns, public be used to align streetscape improvements with the local Miami Beach aesthetic. They can also process and consensus building, project funding, be incorporated into TOD plans to achieve Miami implementation, and promotion. Beach's multimodal and livability goals. Likewise, the City may draw upon these tools to We have assembled a team able to provide the City with a full range of urban design and leverage underutilized spaces, such as alleys, placemaking services centered on streetscapes to create opportunities for unique places and and transportation infrastructure. Our team has a multimodal spaces for bicyclists and pedestrians. clear understanding of Miami Beach's opportunities and challenges. We bring a team with regional The HNTB team's urban design experience and national expertise to draw upon emerging demonstrates that we know how to develop trends and best practices to address all concerns design guidelines and placetypes, in addition to with feasible and practical solutions. Our team understanding the value of working with local includes firms we have worked with in the past to agency and community stakeholders to create the address urban development and redevelopment vision for community places. 204 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING HNTB's project approach emphasizes a In Miami-Dade, Renaissance Planning developed commitment to helping communities realize their the first 'livable communities' corridor study to goals for achieving livable communities through balance pedestrian, cyclist and automobile needs in robust multimodal transportation networks. both site and street design for FDOT District 6. In Broward, HNTB is working with the MPO to This team also generated an update and enhancement update the Mobility Hubs program typologies to the FDOT Livable Communities Roadways Design to support local development including rezoning Guidelines to include context sensitive and livable and improvements of bike, pedestrian and transit communities' roadway design elements. connections. In Charleston, South Carolina, the HNTB team built a regional plan around The Street Plans Collaborative was contracted on placetypes for local community centers and behalf of the City of Miami Beach to develop plans transportation corridors that emphasized the to retrofit its street network in favor of bicycle, unique architectural and landscape character of pedestrian and transit for the Bicycle and Pedestrian the South Carolina low country. These placetypes Master Plan. The multi-phase and multi-project effort were developed through an extensive agency and resulted in a holistic and comprehensive redesign of public involvement process that included community the Miami Beach street network with an emphasis visioning workshops and expert technical assistance on the policies that help implement the city's new committees made up of agency and developer transportation priorities. While the project builds stakeholders. In the Chicago region, HNTB has on previous mobility, bicycle, pedestrian and worked extensively with the Regional Transportation traffic safety studies. The project brief required the Authority to craft TOD plans for local communities planning team to introduce and advance a number that prioritize transit investments and support land of new street design and infrastructure types to use decisions. Our coordination and outreach better accommodate a wider variety of travelers. efforts have spanned a wide range of tools to solicit This local and national experience proves that our and organize public input, ultimately integrating team is both knowledgeable and experienced to multiple agencies around the country to reach surpass the City's expectations. sustainable design solutions. BENEFIT TO THE CITY OF MIAMI BEACH: STATE OF THE ART PRACTICE EXPERTISE FROM BOTH LOCAL AND NATIONAL PROFESSIONALS AND PROJECTS. •t •5, 4• a •4. s+�:y --7.-:',`:!::: .:ft. L d '-[ r. J "y _j - • , Ir., .A 'Jr,t; 41, ;'--1' , . . 5 T -:-.4 X.;•N� J, ti.4 % ti b S' '•t r1 ,.44.-•---M',2-;•;;; 4 \ "i}l • 54' -?;51;:.-. h .,i• 0. l r'�al baMit-0411 ___ Urban Design Visual Rendering www.HNTB.com 205 MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 9. TRANSIT ORIENTED where he was responsible for engaging developers DEVELOPMENT and local municipalities in implementing transit Our team brings expertise and specialized supportive uses around transit stations and along key corridors. Our team was also involved in one of professionals that can find the most the most complex projects for mobility hubs in the appropriate intersection of the public realm nation with the Miami Intermodal Center. and private markets. Transit oriented development's are typically compact Our approach to developing TOD plans is to first or mixed use development areas centered on examine existing regional, local and agency land use policies for transit supportive uses. We will then transit stations that encourage residents, around review existing plans if available and regulations. workers and shoppers to walk and to ride transit by design. With the need for shared mobility However, we recognize that land issues could services in the future will critically impact intermodal change along with densities and will search for alternatives to the current land use. We will identify facility design and development when preparing for growth and managing congestion, especially opportunities for TOD plans along key transit in places like Miami Beach that have very limited corridors and engage stakeholders, especially room for expansion. As such, one of the keys to the business and development communities and successful TOD plans is accessibility by pedestrians prioritizing them for development. and bicylist who also use transit services. In turn, increasing accessibility to transit stations increases RENAISSANCE PLANNING IS A LEADER IN ridership on the system and pedestrian trips. THE NATION FOR TOD EXPERTISE. HNTB brings considerable experience developing Renaissance recently created a TOD planning tool and implementing guidelines that emphasize for Southeast Florida to assess the degree of TOD pedestrian scale development, as well as transit readiness of a station area through an evaluation of and non-motorized-accessible site plans. The HNTB a spectrum of 20 measures. This tool is easily used team includes professionals who have worked for for any location and was recently used in a working public transit agencies in other parts of the US group in Southeast Florida that considered SMART managing transit within a half-mile radius of transit Plan corridor plans, station area plans in North stops. TAIWO JAIYEOBA, AICP, was the manager Miami Beach, and equitable TOD for Brightline of TOD for the Sacramento Regional Transit District, (All Aboard Florida) station areas. L E Y .moi.- _ ` . . Z r 40 i. tt - L., t_ * y� r .•x .. + .....,,,not S . V. • .,i II • Sfr .; ' ow-- ,, It ` .• . � • , � _ iV�\ q / mr—, "' �'.,r'k-~O` Transit Oriented Development Rendering 206 www.HNTB.com MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 10. PROJECT CONTROL AND HNTB from a 22-year career with the FTA and has MANAGEMENT helped many transit providers develop fundable Excellence begins with a well-crafted scope projects. MATTHEW POLLACK, PE, PMP, has unparalleled experience in rail and transit projects and is realized by bringing the right people to with a long history of successful projects with the job at the right time. the Metropolitan Atlanta Rapid Transit Authority. HNTB is the prime consultant for several similar ROBERT IVARSON, PE brings practical and sound contracts with FDOT District 6, Miami-Dade sustainability design experience, all of which are Expressway Authority, Miami-Dade County Aviation important to the future of Miami Beach and its Department, South Florida Regional Transportation infrastructure needs. Authority and various municipalities throughout south Florida. Our team is adept at managing multi- HNTB has instituted a broadly applied 4for4 disciplined professionals and multiple subconsultants commitment to all aspects of project management— to provide maximum coverage for multiple work quality work, on budget, on time and to the client's orders with overlapping schedules and assignments. satisfaction. Our team is trained and empowered with tools and training in the consistent application Our management team includes, proposed of the philosophy of excellence and highest integrity project manager, RAFIQ ALQASEM, PE, PTOE, a in providing services, advice and products to our seasoned professional in managing people and clients in ways that exceed their expectations. technical challenges and who understands the transportation challenges facing Miami Beach Our professionals take personal responsibility having successfully managed two similar projects for success and collaboratively work together previously. Rafiq will be supported by LYNDA to uncover what is critical for each assignment. MIFSUD, AICP as deputy project manager. Lynda Planning for new projects often requires a certain has managed complex management programs, level of flexibility to ensure adjustments during outreach campaigns and general planning the feasibility process in efforts to glean the consultant projects involving multiple assignments most advantageous solutions. However, HNTB is in South Florida and Texas. Our management qualified and technically suited to deliver the most team is supported by experienced project appropriate controls to each assignment while analysts and schedulers to provide prompt and monitoring progress and adjusting work flows to accurate contracting and invoicing. HNTB utilizes ensure overall compliance with task objectives. Our advanced project management tools to streamline project team will draw from similar experiences, our ability to bring creativity to the table and our our process and increase productivity of our professionals. Our internal systems and procedures project control systems and protocols. Coordination will ensure consistency across all work orders with among other stakeholders will benefit from our sophisticated and accessible project controls and individual team member's relationships with tracking systems. agencies and private sector. We will build on our existing relationships with other agencies to Our team is organized around strong task leads further the City's interests with each project and with subject matter proficiency, management implementation phase offering sound strategic experience and supported by national and ideas that enlist others in supporting the aspirations regional practice leaders and advisors such as embodied in the City's future vision. JIM BARBARESSO. Jim has truly raised the bar for emerging technologies bringing new ideas from BENEFIT TO THE CITY OF MIAMI BEACH: WE BRING A SEASONED PROJECT MANAGEMENT TEAM TO the drawing board to fruition in places like Tampa, OVERSEE AND MARSHAL OUR TEAM OF STELLAR Florida and Columbus, Ohio for the premier Smart PROFESSIONALS FOR MAXIMUM EFFECT IN City in the nation. SUSAN SCHRUTH comes to ACHIEVING THE BEST OUTCOMES FOR THE CITY. www.HNTB.com 207 MIAMI BEACH GENERAL IRANSPORTAIRIN PLANNING AND TRAFFIC ENGINEERING WHY HNTB? Our team brings the best our industry offers in all areas of the transportation planning and traffic engineering. We add value with Smart ,yam'; `'` City capabilities and firsthand . % State-of-the-art practices needed to j adapt to the future and inevitable \ '°'..-4 -",4%,,, experience with emerging -,"^"i - technologies. y forces of nature. met Downstream experience in project '' 4 a. * w Top research resources,so delivery that informs our planning, i II 111 1111. art tools and time saving met-o for public involvement,data design and engineering efforts.We E11:71 bring veteran owned businesses to collection,and integrated planning K tK tools and financial models. increase opportunities to our nation's heroes. ika ,,, Knowledge of ll markets and _ s j ^1 k trends that will pocarovide critical'1 1 — . reality checks as we look for early We bring the capability of ♦ , ' L handling multiple assignments -. . wins in implementation.We bring simultaneously. firsthand knowledge of trolley and t f 1,� - II transit operations. ' A A kA ... We bring urban design with � ,��� ,�,.,' �� s'_` We bring it all through dedication Sa tactical urbanism twist on s r • and commitment to achieve success OVIIIII practical applications. • �i for the City of Miami Beach. /. D - '^ - .0 WELCOME • A . K • 8700 WEST FLAGLER ST., 1'; [.Y.. STE. 402 :; MIAMI, FL 33174 '...ei—• YP',:::'42.--Z . '- .34` -ti..� � C= 'Y" �i^r