Loading...
Agreement with Alta Planning + Design Inc. ao17- 3o° -? AGREEMENT BETWEEN CITY OF MIAMI BEACH AND ALTA PLANNING + DESIGN INC. 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 18 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 (ADDITIONAL SERVICES) 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 ALTA PLANNING + DESIGN INC. 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 ALTA PLANNING + DESIGN INC., a California corporation having its principal office 711 SE Grand Avenue, Portland, OR. 97214 (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 Alta Planning + Design Inc., 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. 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 Scope of Services set forth in Schedule A hereto. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred 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 Schedule D. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project, The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. 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 any 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 Additional Services which may be required of Consultant that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. The provisions in this Agreement relating to Contract Documents, 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), 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. 6 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 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, 7 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 Scope of Services set forth in Schedule A hereto. 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 Schedule A hereto. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (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 8 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. 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 more particularly described in Schedule A. 2.2 The Services will be commenced by the Consultant upon receipt of a written notice to proceed with any of the specific tasks identified in Schedule A ("Task") signed by the City Manager or the Project Administrator ("Notice to Proceed"). Consultant shall countersign the Notice to Proceed upon receipt and return the signed copy to the City. A separate Notice to Proceed issued by the Project Administrator shall be required prior to commencement of each task (as same are set forth in Schedule "A" hereto). Consultant shall have no entitlement to perform (or be compensated for) the Services corresponding with any task under this Agreement, unless such task is authorized by a Notice to Proceed. 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 9 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 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 Consultants 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 Consultants 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 1 hereof, and shall be in effect until all Services are completed or all Services authorized under Notices to Proceed are completed and accepted, whichever is later. Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Scope of Services, including the time for completion of the work and/or services for the Project. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with 10 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 all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Scope of Services. The Consultant may submit requests for an adjustment to the completion time for the Scope of Services, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the 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 in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement any Consultant Service Orders (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient 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. 11 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 signed Notice to Proceed, 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 12 performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and any Consultant Service Orders, do 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 Schedule A and any Consultant Service Orders issued to Consultant by the City. If, during the course of performing work, services and/or tasks, Consultant determines that work and/or services should be performed which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated, then Consultant shall 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 Schedule A (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 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 CONSULTANTS 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. 13 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, 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, 14 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 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 15 (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. 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 16 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 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 this Agreement (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 & 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 Work, Design Documents or Construction Documents, if any, shall be part of Consultant's Basic Services. 17 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 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 Consultant's "Lump Sum" fee for provision of the Services, including reimbursable expenses, for the Project shall be $638.161, as more fully delineated in Schedule B hereto. 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 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 19 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 wrongful actions, errors or omissions of the Consultant in which the City participated either 22 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 CONSULTANT'S 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: Alta Planning + Design, Inc. 313 Datura Street. Suite 100 West Palm Beach, FL. 33401 Attn: Brad Davis Phone: 404-304-1940 Email: braddavid(aaltaplanninq.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, disability, marital or familial status, or age, and will take affirmative steps to ensure that 24 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 Project 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 that will be involved in the Project being required to sign an 25 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, 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 /�j�\ r`,1n Y OF 1 CH: �P CITY LE l" • KdAYOF! i ) .`. - Attest I �� ALTA PLANNING + DESIGN INC �'1C /� `+Itklic Signa re/Secretary S ature/President- 't:c PITsialintiG M�rL�d N kvt-LL6 tozei-Ni o clk1L Manse, Jv�i Print Name Print Name •'Pel �;; ph t Q OPpc.; Pl:t �. C. - _ 1- _ i 4 APPROVED AS TO FORM & LANGUAGE Q 8 FOR EXECUTION u/N/l C City Attorney 1 A., Dale 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 Consultants 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 CONSULTANT SERVICE ORDER FOR ADDITIONAL SERVICES Service Order No. for Additional Services. TO: PROJECT NAME: Project Name DATE: SCOPE OF ADDITIONAL 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 '" $XXXXXXXX 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 $185.00 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 GEHL CITYFI Gehl is an urban design and research Gehl CityFi is in the business of urbanmom consultancy offering expertise in change management, with an eye • ••• the fields of architecture, urban towards facilitating empowering CITYFI design. landscape architecture, and city planning. positive, sustainable impacts and They address global trends with a people-focused economic returns. At their core approach. utilizing empirical analysis to understand is dispelling the myth that a necessary evil of good how the built environment can promote well-being. business is often a suboptimal outcome for people They apply this analysis to strategic planning and and the environment. They believe that true public- human-centered design to empower citizens,decision- private partnerships are built upon clear lines of makers,company leaders,and organizations. communication, common goals, aligned incentives Gehl Services and outcomes.CityFi helps towns,cities,governments, start-ups, and companies understand and navigate » Public Space, Public Life Strategies(PSPL) the increasingly complex urban landscape, and work » Public Space&Street Design together to make positive change, fast. They focus a » Master Planning Frameworks great deal on technology, but in the context of what is good for cities,citizens, and the long-term health of » Process Facilitation the environment. They leverage a network of subject • Pilot Projects matter experts to provide holistic strategies, action Integrated Mobility Strategies plans, and practical solutions to meet community FLORIDA priorities. TRANSPORTATION TE CityFi are global thought leaders in the transportation. ENGINEERING technology and finance sectors. Working by inspiring community action, advising organizational leadership, Florida Transportation Engineering, Inc. (FTE) is a developing strategic roadmaps. and facilitating Florida corporation founded in 1989 and has a staff of professionals, technicians, and support personnel. public-private partnerships, CityFi integrates public With six offices in Florida the firm provides services policy,urban design,economic development,capacity building, and civic innovation to achieve measurable in highway design, traffic engineering, transportation outcomes to create more livable, sustainable and planning. GIS, land & sports development, landscape efficient communities. architecture, survey & mapping, and construction Connetics inspection. FTE is certified with Miami-Dade County's CONNECTICS Transportation Group Community Business Enterprise and a participant TRANSPORTATION in the Miami Dade Equitable Distribution Program. GROUP They are also a certified DBE firm with the Florida Connetics Transportation Group, Inc. (CTG) is a Department of Transportation (FDOT) and a certified small sized consulting firm specializing in public MBE firm with the Florida Department of Management transportation operations and implementation Services. planning, travel demand modeling, transit and traffic forecasting, travel market analysis, data-driven modeling techniques, FTA New Starts/Small Starts Corridor Studies and Analysis,long-range systems plan and multimodal corridor projects. Their service and operations planning assignments have encompassed bus (local, express, and paratransit), bus rapid transit, light rail transit, streetcar.automated guideway. heavy rail.commuter rail,diesel railcars (DMUs), intercity rail, and typically the interfacing of modes. The majority of CTG staff bring over 20 years of expertise with corridor projects(such as FTA New Starts/Small Starts projects), long-range systems plans and short-range transit service plans. 24 Detail by Entity Name Page 1 of 3 !orida Department of State DIVISION OF CORPORATIONS 44116 DWI.3191 I Of .0s4kx. rg C u-I.,-P u rd ;-_,Tirlt U'' Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Foreign Profit Corporation MANITOU AMERICAS. INC. Cross Reference Name GEHL COMPANY Filing Information Document Number F05000004159 FEI/EIN Number 39-0300430 Date Filed 07/15/2005 State WI Status ACTIVE Last Event CHANGING ALTERNATE NAME Event Date Filed 03/31/2014 Event Effective Date NONE Principal Address ONE GEHL WAY WEST BEND,WI 53095 Changed: 04/14/2010 Mailing Address P. O. BOX 179 WEST BEND.WI 53095 Changed: 01/11/2011 Registered Agent Name&Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Officer/Director Detail Name&Address Title PRESIDENT MILLER. DANIEL L ONE GEHL WAY WEST BEND. WI 53095 Title VICE PRESIDENT http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai l?inqui... 4/2/20 1 8 Detail by Entity Name Page 2 of 3 GREEN, JAMES C ONE GEHL WAY WEST BEND.WI 53095 Title Treasurer ZIMBAL. DAVID A ONE GEHL WAY WEST BEND. WI 53095 Title VICE PRESIDENT BURKHAMMER. ERIC ONE GEHL WAY WEST BEND, WI 53095 Title DIRECTOR MILLER. DANIEL L ONE GEHL WAY WEST BEND. WI 53095 Title DIRECTOR DENIS, MICHEL P ONE GEHL WAY WEST BEND, WI 53095 Title DIRECTOR ROCHET. HERVE ONE GEHL WAY WEST BEND,WI 53095 Annual Reports Report Year Filed Date 2015 06/15/2015 2016 04/22/2016 2017 03/28/2017 Document Images 03/28/2017--ANNUAL REPORT View image in PDF format 04/22/2016--ANNUAL REPORT View image in PDF format 06/15/2015--ANNUAL REPORT View image in PDF format 03/31/2014--Change Alternate Name View image in PDF format 03/14/2014--ANNUAL REPORT View image in PDF format 01/25/2013--ANNUAL REPORT View image in PDF format 01/09/2012--ANNUAL REPORT View image in PDF format 01/11/2011--ANNUAL REPORT View image in PDF format 04/14/2010--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 4/2/2018 Detail by Entity Name Page 3 of 3 03/12/2009--ANNUAL REPORT View image in PDF format 05/01/2008--ANNUAL REPORT View image in PDF format 04/27/2007--ANNUAL REPORT View image in PDF format 02/27/2006--ANNUAL REPORT View image in PDF format 07/15/2005--Foreign Profit View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 4/2/2018 • .411 Detail by Entity Name Page 1 of 3 Flonda Department of State DIVISION OF CORPORATIONS 44/ Dr/0101r of .I%t49.Z•org t�,�_� .�� -�rfc (J mr a/final Sdtur ri/Flarickr sre'filae Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation FLORIDA TRANSPORTATION ENGINEERING. INC. Filing Information Document Number L61935 FEI/EIN Number 65-0183924 Date Filed 04/03/1990 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 04/06/2010 Event Effective Date NONE Principal Address 8250 PASCAL DRIVE PUNTA GORDA, FL 33950 Changed: 01/16/2007 Mailing Address 8250 PASCAL DRIVE PUNTA GORDA. FL 33950 Changed: 01/16/2007 Registered Agent Name &Address WILSON. MICHAEL MESQ OLMSTED&WILSON. P.A. 17801 MURDOCK CIRCLE. STE A PORT CHARLOTTE, FL 33948 Name Changed: 03/07/2005 Address Changed: 03/07/2005 Officer/Director Detail Name&Address Title Chairman, President. Treasurer DEVAGUPTAPU, RAVI http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 4/2/2018 Detail by Entity Name Page 2 of 3 8250 PASCAL DRIVE PUNTA GORDA, FL 33950 Title VP, Surveying Rieth, Bernard G 8250 PASCAL DRIVE PUNTA GORDA, FL 33950 Title VP. Engineering RODRIGUES. OLIVER 8750 NW 36th Street Suite 670 Miami, FL 33178 Title VP, Landscape Architecture Crist, Kurt R. 8250 PASCAL DRIVE PUNTA GORDA, FL 33950 Title VP. Sports/Land Development McBride. William J, Sr. 8250 PASCAL DRIVE PUNTA GORDA, FL 33950 Title VP. Data Collection Sloan, Charles M. 8250 PASCAL DRIVE PUNTA GORDA, FL 33950 Title VP, Landscape Architecture Kanak,Jason 508-B W. 75th Street Kansas City, MO 64114-1500 Title VP,Transportation Ng, Gary 11458 N 53rd Street Tampa. FL 33617 Title VP, Operations Kurth, Phillip L. 1369 S. Roalroad Ave Suite C Chipley, FL 32428 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 4/2/2018 Detail by Entity Name Page 3 of 3 Annual Reports Report Year Filed Date 2016 01/25/2016 2017 02/21/2017 2017 10/16/2017 Document Images 10/16/2017—AMENDED ANNUAL REPORT View image in PDF format 02/21/2017—ANNUAL REPORT View image in PDF format 01/25/2016--ANNUAL REPORT View image in PDF format 07/20/2015--AMENDED ANNUAL REPORT View image in PDF format 02/23/2015--ANNUAL REPORT View image in PDF format 06/19/2014--AMENDED ANNUAL REPORT View image in PDF format 05/02/2014--AMENDED ANNUAL REPORT View image in PDF format 03/24/2014--AMENDED ANNUAL REPORT View image in PDF format 01/08/2014--ANNUAL REPORT View image in PDF format 02/01/2013--ANNUAL REPORT View image in PDF format 01/06/2012--ANNUAL REPORT View image in PDF format 12/16/2011--ANNUAL REPORT View image in PDF format 11/02/2011--ANNUAL REPORT View image in PDF format 01/26/2011--ANNUAL REPORT View image in PDF format 04/06/2010--Amendment View image in PDF format 01/13/2010--ANNUAL REPORT View image in PDF format 01/26/2009--ANNUAL REPORT View image in PDF format 01/14/2008--ANNUAL REPORT View image in PDF format 01/16/2007--ANNUAL REPORT View image in PDF format 02/09/2006--ANNUAL REPORT View image in PDF format 03/07/2005--ANNUAL REPORT View image in PDF format 02/25/2005--ANNUAL REPORT View image in PDF format 05/03/2004--ANNUAL REPORT View image in PDF format 04/28/2003--ANNUAL REPORT View image in PDF format 02/18/2002--ANNUAL REPORT View image in PDF format 02/27/2001--ANNUAL REPORT View image in PDF format 04/06/2000--ANNUAL REPORT View image in PDF format 04/22/1999--ANNUAL REPORT View image in PDF format 03/23/1998--ANNUAL REPORT View image in PDF format 03/24/1997--ANNUAL REPORT View image in PDF format 02/09/1996--ANNUAL REPORT View image in PDF format 02/24/1995--ANNUAL REPORT View image in PDF format Flonda Department of State,Divrs,on of Corporations • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 4/2/2018 Detail by Entity Name Page 1 of 2 Flonda Department of State DIVISION OF CORPORATIONS JHYL"Lii J i! P J p T r ijI an u1J)rial Stru!of Flop,' Department of State / Division of Corporations / Search Records / Detail By Document Number / http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 4/2/2018 Detail by Entity Name Page 2 of 2 Detail by Entity Name Florida Limited Liability Company CTG LLC Filing Information Document Number L17000195948 FEI/EIN Number NONE Date Filed 09/20/2017 Effective Date 09/19/2017 State FL Status ACTIVE Principal Address 1717 COUNTY RD 220 1501 FLEMING ISLAND. FL 32003 Mailing Address 1717 COUNTY RD 220 1501 FLEMING ISLAND. FL 32003 Registered Agent Name &Address LOPES. SHAMARONNE S 1717 COUNTY RD 220 1501 FLEMING ISLAND. FL 32003 Authorized Person(s) Detail Name&Address Title MGR LOPES. SHAMARONNE S, SR 1717 COUNTY RD 220 FLEMING ISLAND. FL 32003 Annual Reports No Annual Reports Filed Document Images 09/20/2017—Florida Limited Liability View image in PDF format Flonda Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai l?inqui... 4/2/2018 SCHEDULE F APPROVED SUBCONSULTANTS 1) GEHL 2) FLORIDA TRANSPORTATION ENGINEERING , INC. (FTE) 3) CITYFI 4) CONNECTICS TRANSPORTATION GROUP (CTG) 38 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 39 RESOLUTION NO. 201740029 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 & 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 City's 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, 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, 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-Horn 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. /I� / PASSED AND ADOPTED this /1 day of uCit?' 2r . Philip Lev' yyfr ...... FC^ :*„ APPROVED AS TO FORM&LANGUAGE Rafael E. Granado, Fiferk\o k;';-� .. C- *e1 &FOR EXECUTION +rte, t� EipuRC1sALL\soliUationsaainzio lcrtmtf♦(ta` CcC}�X,3,ineralLiPlann ng Consultant for Tran ' 1 � Commission Documents\02 �I�ardlBVIO ..ir GP ,ae lugon 9.22.17.doc A,/ � 1 ryL1 City Ne Date Resolutions- C7 C MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission 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 & 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 ADMIN IST RATION. 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 extended for an additional two (2) years through October 10, 2018. At this time, the Transportation Department is seeking to replace the misting contracts to pursue proposals from firms 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 pronation of transit, pedestrian, bicycle and auto accessibility. Given that the scope of future assignments is unknown at this time, 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, complete 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 fin: •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. • Kimley-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 Committee convened on August 7. 2017, to consider proposals received. The Committee was comprised of Josiel Ferrer, Transportation Manager, Transportation Department, City of Miani Beach; Rogelio Madan, Chief of Community Planning & Sustainability, Planning and Zoning Department, City of Miami Beach; Lynda Westin, Transportation Manager, Transportation Department, City of Miami Beach; and Collin Worth, Bicycle Coordinator/Transportation Analyst, Office of Transportation Management, City of Miami. The Committee was provided an overview of the project, information relative to the City's 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 Fleming, 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, P.A. 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. Kirriey-Hom and Associates, Inc. 16. Zyscovich, Inc. 17.Atkins North America, Inc. A summary of each top-ranked firm is available upon request. CONCLUSION The Miami Beach Transportation Master Plan, adopted in April of 2016, identified 102 potential projects in the next few years. The City Commission 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) finis. More than four GPC finis are needed to move projects forward quickly into project implementation, as the ewdsting firms 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) finis as ranked by the selection committee. After considering staffs recommendation and the results of the Evaluation Committee process, I recommend the selection of the top eight(8)firms as ranked by the selection committee. Doubling the number of firms will enable the Transportation Department to address project needs more expeditiously and begin project implementation 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) firms 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 firms are currently available either through the Miami Beach Architectural and Engineering (A&E) 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 authorizing 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 firms 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, Alta Planning + Design, Inc., as the eighth ranked proposer. Further, I recomrend that the Mayor and City Clerk be authorized to execute agreements, upon conclusion of successful negotiations by the Administration,with the pre-qualified finis. KEY INTENDED OUTCOMES SUPPORTED Page 202 of 1633 Ensure Comprehensive Mobility Addressing All 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. L tgislative Tracking Transportation/Procurement ATTACHMENTS Description o Attachement A-- Evaluation Committe Scoring and Ranking o Resolution Page 203 of 1633 111111111111 111111111 11011111011111 gu°1"1111111111 IIINIEE LaAfP111111111 IMMIEN ucPuL''01111MEN IMMEM g 0. '3"ai 19111MEN ai • 11( 2 ; ? - ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 40 MIAMI BEACH Procurement Department, 1755 Meridian Avenue,3"Floor. Miami Beach,Florida 33139, www.mlamlbachFl.gov, 305-673.7490 ADDENDUM NO. 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, 3rd Floor i 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 (Engineering--Firm) shall be a Planning, Architectural, or • Engineering firm "Certificate of Authorization' by tho S ato of Florida, Division of Bosiness—and-Profossional Regulations, as applicable 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 he 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? I ADDENDUM FOR REQUEST QUALIFICATIONS NO.NAND TR BASIS" GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS" 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`d 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 {I 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 NO.3 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS" 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 for 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 I 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 Rafael Grenado(q.miamlbeaChag Dv, Procurement Contact: Telephone: Email: i Natalia Delgado 305-673-7000, ext. 6263 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 tector ha. I 4 ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN"AS NEEDED BASIS' MIAMI BEACH Procurement Department, 1755 Meridian Avenue,3111 F eon Miami Beach,Florida 33139,www.mlomibeachfl.gov, 305-673-7490 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 Ra f a e I G ra n a d o ft m i a m i bea c hf I.D o v. • • Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 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.:•sai. ' i :rely, • rr fvL , -x D+ is • " oc'ment Director 1IADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS" EXHIBIT A Pre-Proposal Meeting Sign-In Sheet ] '/ AIAMIBEACH 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" 4irnk. r ‘ : AS:. %...*`''1. - ro Aan,m- A - ,,. ,. 41. liniop, { Cs. 1" ° i t7,ct`7.: 4'''f. - Vreff.riRR:-=. 1.744-M,----.74 ' a - f,.t: 4" '6 '4t-6'.xs-.. i'.r a- :":"--- -;$11;.: - .. ,, V6.2.-.ys 1,....; ,,,Thi ' IV.r--< , ' .,;, 'SI Km _.- -' .ct ' "- Natalia Delgado Procurement-CMB 305-673-7000 nataliadelgado@nliamtheachfl.gov Ext. 6263 (3)A-in VaAning and UW ‘ ci\Hs 7.)(;szoN 1 Om . 1 \2aQ,ViS JotYc Li , rper\‘1 Icall Tv.3(Lig aka- .../ \ \M ?C(10-11149 r ,..Sta Ale act oez., V__61-h ond .5V1IN 0,32...—C , \\I-651111 iNliticino2A91 , 7ob0_, n--- , ardiet kayo ki-4-1104115s-00)611-e22 1 1 'hillAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: May 9, 2017 TITLE: REQ-2017-126-KB GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" a f�t citt 1' ;. P a , <• _ ' * *mom ? ,- - '''„%k t..7ii: /yner< cols/y., 63 q /774-,-.'-7 4 c4 moi!'^'• ulisA..P.,.,,:....GrnhFiy. Josie( Tiger-This Ci '7 41,64, IJ�'AGk ... .Iranct€"Gkc•Fk-A,• eo1-t CA ovP .101.4-4CLtM Li w :1U w a. , 14,7„r-n -tem -no 0 Lt'4O '` S' P/iv;v..ha CDM? 305 776-3L., LCSA e L` I Go (12Alea Is RM k jOnta le) (nt('40-S4 • eDM 1 „`S'l. AW 44 'sM . A-4 p KI.rLEI-+ioPa•tnwo 1 E(E'1iYLON3 535-5i z-g Et-sm. enThot Js@ WM LE'Y-HOW✓. ei• C.67ap cne' +rd inti.coo, L.) e_SP vel ked %v.()Iv . ,v./ 5A+y7 fC1 yo(-).Y7/ dol". aetoti-(JQ fi--ens Into 1.1 . Cs-- /2 s -i— /2 2 IMIAMIBEACH CITY OF MIAMI 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" . elm, -r;• t`.,„, 4. lie IA‘rni e • = 'IV klaf"i N , CA! tris T ' , t tirh ,rmr-'.5rE tkk jc C <-", C\C 1-qht CD F-YE 3 05 1/6 3 74/4/ Ciaryw..s F-1-6 Heic• naci- cif 107 ouvaz- VEZ7g4U16:, rzs s - oeg nme.4,4=7 713S-272M frit CeeliiiedbeA)bti NW/ 6tor /44P rcf‘pe4/14‘- &15-1513 gcct,(1•QA. \-A0,01mor‘5 t\a Coivadt Gifoup sos 67,s- \ftp, ovt Cdcoev-Aok-o aka t6unt.L, lioRP/ P 3o6Li6Icaf Qume.7e9)95oci 1d ar.r) 3 `, AIAMIBEACH 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" N+ . A 401144 ' irs =v3 # �' 1 Accla _Suc�nolsv Ro\\a 4549433. 2Abl- n bc:cly @ `G& a ekt .a3w KQ/vwn `(u-E' H'th, a S- -2-6 GhoIoc2S8?3 -,561+" j Y l,,n T t(VICAVv wl 30C 341 JIM -nkSev. — JIM.enkScH e 4yt,n. CoM 1 ZI � • /.Lk, . Loci,ner 34SSb31973 or6e La6,,ez Lo gem tkwwlncl,ner . town Su.M flt& ATKINS 3o5-514-331 3a ,fat n2{t(a.tklns iob al, cow 2ar1 q ittorreo H"u yolviSO4rvTgcop„ 345 ZZ2 )9U iefMjco SAn* 443 Z.4Av$HM4alC4 PLA/6. ' !3. 2.54. ,race aSec4 e 1,c-Iwwku,p ssal /selca, Z,/oy% y /22),-,i4 tnA ode 0l..wr -PH0 4 MIAMIBEACH Procurement Department, 1755 Meridian Avenue,3'Floor, Miami Beach,Florida 33139,www.miamibeacbflgav,305-6737490 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: li City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 I • 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 RafaelGranadcamiamibeachfl.gov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfLgov • 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 Den' 'Pr rement Director 1IADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED OASIS" 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: e MIAMIBEACH Natalia Delgado, Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 I www.miamibeachfl.gov 1 ��,� ' ' 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 23 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 25 APPENDIX SPECIAL CONDITIONS 28 APPENDIX F INSURANCE REQUIREMENTS 30 APPENDIX G SAMPLE CONTRACT 32 RFC) 2017-126-KB 2 m ;.• I -;.' 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"contractor[sj") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFO. 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 RFQ, 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 the 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 (hltp://www.miamibeachfl.gov/transportation/). 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 MIAMI 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 1;;) a?. 2 CITY MIAMI-DADE COUNTY 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 for 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 Department's 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 2FQ 2017-126-KB z. Q 'fl =•:'i' BEACH 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. Telephone. Email: NATALIA DELGADO 305-673-7490 NATALIADELGADO. MIAMIBEACHFL.GOV Additionally. the City Clerk is t. •• ••I-• on .11 •mm mi .tion vi. -m.11 A: RafaelGranado(nlmiamibeachf..ov: or via facsimile: 786-394-4188. The Bid title/number 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 VISITIS). 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, 3RD 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 RFQ 20'7-126-KB 5 m `.' I '-`.' BEACH 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. PRE-PROPOSAL 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 REQ by any means other than through 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 complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. 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@miamibeachfl.gov 8. 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: http://web.miamibeachfi.gov/procuremenffscroll.aspx?id=23510 CONE OF SILENCE CITY CODE SECTION 2-486 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 2-481 THROUGH 2-406 CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487 CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2488 REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES . CITY CODE SECTION 2-374 . FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS 8 SERVICES CITY CODE SECTION 2-449 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 12- BEACH 10. 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. kFQ 2017-126-KB 7 A.; ,.' A. 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 Managers 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 Managers 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/AcceptancelReiection. 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 full 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 RFQ 2017-72&KB 8 substance listed in Section 38F-41.03 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 proposer's history of citations and/or violations of environmental regulations in investigating a proposer's 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 and/or 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 RFO. Failure to do so will be at the Proposer's 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, or on 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 City 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 work. 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 KI-CQ 20I/-126-KB q BEACH 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 or national origin. In accordance with the City's Human Rights Ordinance, codified 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 for a 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 his/her 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. kra 201/-126-KB 10 M BEACH 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be 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 attorney's 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 indemnify, 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 RFQ (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. Lr MI7-126-KB 1I '.' i ` r;1 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 and/or condition of the RFQ to which Proposer took exception to (as said term and/or 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. 2-449 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 RFC)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 items 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 . FQ 20 26-KB 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: RFQ 2017-126-KB 13 • BEACH 1. Transportation Planning 2. Smart growth 3. Livable cities 4. Complete streets 5. Integration of transportation and land use 6. 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, owners representative, and owner's 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 (SQR) directly to the Procurement Contact named herein. Once requested by the City, no proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:llsu ppl ierportal.dn b.comlweba pplwcslstores/servlet/Su pplierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. 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). 2FQ 20 /-I2&KB 14 m "iJ;.lv', 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 1 Qualitative Criteria Maximum Points Proposer Experience and Qualifications,including Financial Capability 70 Approach and Methodology 30 TOTAL AVAILABLE STEP 1 POINTS 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 Section 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 RF0 2017-126-KB 15 BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Procurement Department. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Step 1 Paints 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 Member 1 Rank 1 3 2 Step I Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 84 Member2 Rank 1 2 3 Step 1 Points B0 74 66 Step 2 Points 22 15 __12 Committee Total 102 89 7B Member2 Rank 1 2 3 Low Aggregate Score 3 7 8 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. RFQ 20 7-1 26-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- 26-KB 17 Solidtatica No. Solicitation Title. RFQ2017-126-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. No of Years in Business. No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS. FIRM PRIMARY ADDRESS(HEADQUARTERS) CITY STATE. ZIP CODE. TELEPHONE NO.- TOLL O:TOLL FREE NOr. FAX NO FIRM LOCAL ADDRESS'. CITY STATE ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT. ACCOUNT REP TELEPHONE NO ACCOUNT REP TOLL FREE NO.. ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.'. 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. RFQ 20 /-126-KB 18 1. Veteran Owned Business.Is Proposer 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 8 Title.3)Address,4)Telephone, 5)Contact's 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 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 ("Cade") 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, 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 at www.miamibeachfl.govfprocurement/. RFC) 2017-1 26-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 511.28/hr 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/Ft. 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.miamibeachf.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$100000 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 Contractor's employees 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 any benefits to employees with spouses or to spouses of employees? 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? 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 Employees with Provide Benefit 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 Managers decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 12FQ 20'/-1 26-KB 20 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted oras 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 publid 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 endty when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity.sexual orientation,marital or familial status,age or disability. SUBMRTAL 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 that 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. Initial to Confirm Initial to Caifim, Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 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. .FQ 20'7-126-KB 21 DISCLOSURE AND DISCLAIMER SECTION 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 pad of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or 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 applicants 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 Disdaimer,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 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 Govemment-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 govem.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. RFQ 20'7-126-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 Represenlatve: Tine of Proposer Authorized Representative: Signature of Proposers Authorized Representative Dale: 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: REQ 2017-126-KB 23 APPENDIX B m M AM 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 Note: It is important for those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid.' The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City. RFQ 20'7-126-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 RFQ 2017-' 26-KB 25 APPENDIX C CI MIAMI 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 RFQ 2017-126-KB 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 Prime 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 ffittp://www.miamibeachfigovitransportationit 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 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. RFC 201/-126-KE 27 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 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: RFQ 20'7-126-KB 28 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 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 Consultants project management team will bring the following experience and skills in the following areas of project control and management: RI-0 20 I/-' 26-KB 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 regulady scheduled project meetings with City of Miami Beach and relevant study committees and prepare and distribute project-meeting minutes to all participating stakeholders; RFC 2017-126-KB 30 APPENDIX D 0. MIAMI 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 2017-126-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 Consultant's 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. RFQ 2017-126-KB 32 APPENDIX E m► M AMI 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 RFQ 2017-126-KB 33 m MIAMI BEACH 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 Employers 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. �FC,) 201/-126-KB 34 APPENDIX F m► MAMI 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, 3rd Floor Miami Beach, Florida 33139 1K�1 201/-126-Kb 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- <FQ 201/-1 26-KB 36 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. CONSULTANT'S 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 SCHEDULE B 62 SCHEDULE C 64 ATTACHMENTS: ATTACHMENT 65 ATTACHMENT B 66 ATTACHMENT C 67 RF 2017-126-KB 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, Cay 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. RFQ 2017-126-KB 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 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. 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 RFC 20 /-126-Kb 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 287.055 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 .FQ 20 7-126-KR 40 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. Proiect 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 kFQ 2017-126-KB 4' 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. tFO 20I/-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 oras 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 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 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: RFQ 2017-126-KB 43 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect 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 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 RF6 20 /-126-KB 44 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 Consultant's 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 RFQ 2017-126-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 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 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 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 CONSULTANTS 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 CONSULTANT'S 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. *0 201/-126-KB 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 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, kFC 201/-126-Kb 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 responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the 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 RFQ 2017-126-KB 48 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. 12FQ 2017-126-KB 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 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 & 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 RFQ 2017-126-KB 50 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 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 Consultant's 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 :FQ 2017-126-KB 51 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. 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 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 RFC 2017-126-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. REQ 2017-126-KB 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 RFC 2017-126-<B 54 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 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. 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 RFQ 20'Al 26-KB 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 RFQ 20 7-126-KB 66 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 Project 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 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. RFQ 2017-126-KB 57 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. 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. FQ 201/-126-KB 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 RFQ 2017-126-KB 59 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND RFQ 201/-126-KB 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 TRANSPORTATION 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: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date RFQ 201/126-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*** $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*n: 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. 2FQ 2017-126-KB 62 HOURLY BILLING RATE SCHEDULE RF0 20 7-126-KB 63 SCHEDULE C APPROVED SUBCONSULTANTS RFQ 201/-126-KB 64 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM *Q 201/-126-KB 65 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) RFC) 2011126-KB 66 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ RFQ 201/126-KB 67 ATTACHMENT C CONSULTANTS RESPONSE TO THE RFQ 41 Detail by FEI/EIN Number Page 1 of 4 Flonda Department of State DIVISION OF CORPORATIONS Dr/moll moll of . 4 . rg C� P :AriCir.0 ,,lr'rtql ;to'?o/FL,61r Department of State I Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Foreign Profit Corporation ALTA PLANNING+ DESIGN. INC Filing Information Document Number F09000003824 FEI/EIN Number 68-0465555 Date Filed 09/25/2009 State CA Status ACTIVE Principal Address 711 SE Grand Avenue Portland, OR 97214 Changed 04/15/2017 Mailing Address 711 SE Grand Avenue Portland. OR 97214 Changed: 04/15/2017 Registered Agent Name& Address C T CORPORATION SYSTEM C/O C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 03/21/2016 Address Changed, 03/21/2016 Officer/Director Detail Name&Address Title Director, VP, Treasurer Mangle, Kathryn 711 SE Grand Avenue Portland, OR 97214 Title Director. VP http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 4/2/2018 Detail by FEI/EIN Number Page 2 of 4 Walker,G.Wade 108 S Main Street Suite B Davidson, NC 28036 Title Director,VP Cock,John 108 S Main Street Suite B Davidson, NC 28036 Title Director,VP Durrant,Steven 1402 Third Avenue Suite 206 Seattle,WA 98101 Title Director,VP Gilpin,Joseph 125 West Main Street Bozeman, MT 59715 Title President, Director Hondorp, Brett 100 Webster Street Suite 300 Oakland,CA 94607 Title CEO, Director Hudson,George 711 SE Grand Avenue Portland,OR 97214 Title Director,VP, Founder Jones, Michael 1410 Third Street San Rafael,CA 94901 Title Corporate Secretary,VP, Director Lozano, Natalie 711 SE Grand Avenue Portland, OR 97214 Title Director,VP http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 4/2/2018 Detail by FEI/EIN Number Page 3 of 4 Hayes. Matthew 111 E. Chapel Hill Street Ste. 100 Durham. NC 27701 Title Director,VP Rose. Michael 711 SE Grand Avenue Portland, OR 97214 Title Vice President and Chief Financial and Administrative Officer. Director Sullivan, Carolyn 711 SE Grand Avenue Portland, OR 97214 Title VP, Director Maher, Greg 617 W. 7th St., Suite 505 Los Angeles. CA 90017 Title VP. Director Louch, Hugh 100 Webster St., Suite 300 Oakland, CA 94607 Title Vice President-Chief Landscape Architect. Florida Ashworth, Daniel 524 Datura St#216 West Palm Beach, FL 33401 Annual Reports Report Year Filed Date 2016 07/14/2016 2017 04/15/2017 2018 02/20/2018 Document Images 02/20/2018--ANNUAL REPORT View image in PDF format 04/15/2017--ANNUAL REPORT View image in PDF format 07/14/2016--ANNUAL REPORT View image in PDF format 03/21/2016--Reg.Agent Change View image in PDF format 02/28/2015--AMENDED ANNUAL REPORT View image in PDF format 02/10/2015--ANNUAL REPORT View image in PDF format 06/11/2014--AMENDED ANNUAL REPORT View image in PDF format 1 02/07/2014--ANNUAL REPORT View image in PDF formal http://search.sunb iz.org/I nquiry/CorporationSearch/SearchResultDetai 1?inqu i... 4/2/2018 Detail by FEI/EIN Number Page 4 of 4 01/28/2013--ANNUAL REPORT View image in PDF format 02/06/2012--ANNUAL REPORT View image in PDF format 01/14/2011--ANNUAL REPORT View image in PDF format 03/30/2010--ANNUAL REPORT View image in PDF format 09/25/2009--Foreign Profit View image in PDF format Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 4/2/2018 alta PAM PLANNING+DESIGN THE CITY OF MIAMI BEACH: GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" 2017-126-KB July 14,2017 miliir ,, I,I /. ~ \• \ , .J; ii, 1' 0 . \1\ . \, \ , . (10k V ‘S A n almiliplione ,, , .. ,,'' '' 4‘, , \\ ii,,,,,t.r. .' .. ,, , ,ii.,. ‘ mi„, ,, -`•I -. a �' r.d IIf` f ' L ( moi.':-- .; :Vow .. - -> • ( 1 ;� Y 1' �,d.�� r '!-7-11/rin %LA • ,,,1 -. if a , ,:hi, , j ii 1111. I `'7. + `. • -AWN 111— -tea R11 ' / 1110 ' , 111 IP PREPARED BY: i ii►► Alta Planning + Design •• ,. )i .,:::1 r► - _ _ ,: IN ASSOCIATION WITH: •� i �::� Gehl _f ogr:Asi.- 10 FTE 11100 oirr Cityfi w;- CTG -tet�. .1' � _-. .. This page intentionally blank I I transportation I recreation I innovation grilir 4.1,f,., x . • I TAB 1 . COVER LETTER & MINIMUM QUALIFICATIONS REQUIREMENTS J - • tV rj ". f, AI S 1s • -fix' g t o 4 • ,i_t_ - - .•�1 Alt, / �_ • \ -ti \ Mf .ie.,* lir fN�• 1 / .•>,4t:'..: +, 'S �•r • -- "`'-'- 1. ," Ot i-li 1,-:i/,<:,_/::14 I- .,,,, - '( .4 P), . ,‘ t .-- i , • rt �s .,, / / 7 1 -, t, - .. __ r101.,, . \ \, • „.: 1 aIta 313 Datura St.#100 West Palm Beach,FL 33401 (404)304-1940 PLANNING+DESIGN www.altaplanning.com July 14,2017 Natalia Delgado,Contracting Officer I Procurement Department 1755 Meridian Avenue,3rd Floor Miami Beach, FL 33139 RE: Request for Qualifications (RFQ) General Transportation Planning and Traffic Engineering Consultant • Services on an "As Needed Basis" Dear Ms. Delgado and Members of the Selection Committee: The City of Miami Beach has made a commitment to create a community that is economically vibrant and competitive, environmentally sustainable, and socially just and accessible.The City is also uniquely positioned to grow by leveraging public and private investments in tourism and entertainment destinations, cultural events. and new office and residential developments as well as expanding transportation options and connections including the Metrobus and Metrorail, Miami Beach Trolleys, DecoBike, and ZipCar among others. Residents. workers,and visitors will continue to be attracted to opportunities to live,work,and vacation in a vibrant,tropical, urban, and international city like Miami Beach. Our team for this contract is structured to take advantage of this convergence of bold vision and unique opportunity. It is also structured to provide a collaborative and innovative approach to transportation planning, design, and implementation to meet the City's 21st century mobility needs. Our team can deliver more of what you want from your transportation system - more walking, more biking, more transit, more shared mobility and new mobility options,and less driving personal motor vehicles. Alta Planning+Design(Alta)is the nation's leading multimodal transportation firm for creating active communities and our staff are at the forefront of the sustainable transportation movement.The project will be managed locally in South Florida with the resources of regionally and nationally recognized partner firms in Complete Streets, municipal innovation and project delivery, transit, parking and transportation demand management, shared mobility,and funding.Alta,in partnership with Gehl Architects,CityFi led by Gabe Klein,Connetics Transportation Group(CTG).and Florida Transportation Engineering(FTE)will provide a fresh perspective on mobility for Miami Beach that is forward-looking, economically sustainable, and locally relevant. The team can meet the City's immediate needs to develop more detailed concept plans and engineering for high priority projects as well as provide ongoing services to support the City's mobility initiatives. Please contact proposed Alta Project Manager Brad Davis with any questions at braddavis@altaplanning.com or (561)408-8234.We thank you for your consideration and look forward to working with you as you continue your vision for Miami Beach. Sincerely, jet fir G. Wade Walker,PE, Hon.ASLA,Vice President, Alta Planning + Design wadewalker@altaplanning.com 1 (704)802-4392 transportation I recreation I innovation Table of Contents Tab 1.Cover Letter&Minimum Qualifications 3 1.1 Cover Letter and Table of Contents 5 1.2 Appendix A 9 1.3 Minimum Qualifications Requirements 16 Tab 2. Experience and Qualifications 21 2.1 Qualifications of Proposing Firm 23 2.2 Qualifications of Proposer Team 38 2.2.1 Comprehensive Summary 39 2.2.2 Team Experience 58 2.2.3 Evidence of Prior Working Experience 59 2.3 Financial Capacity 59 Tab 3.Approach and Methodology 61 Code of Business Ethics Demonstration of Competency i Conflict of Interest Statement Exceptions to the RFQ ii • i ,d ,t,, • ZIT 4:?6,0 i Alta Planning + Design combines the skills of engineering, landscape architecture, and planning to make bicycling. walking, and recreation an integral part of daily life.We are committed to transforming communities one trip, one step, one street, park, trail, transit stop, and intersection at a time. 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 9 solgtation No SaKNOs QM , RFQ 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS' Prociremem Coo= Is Email. NATALIA DELGADO 305-673-7490 NATALIADELGADO@MIAMIBEACHFLGOV 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 Am Nanning*NW.ins Nod Years n Busman 21 years NoorYeva m gumless Locally.I year OTHER TI METS)PROPOSER HAS OPERATED UNDER IN THE LAST ID YEARS FIRM PRIMARY ADDRESS(HEADQUARTERS)711 SE GraneAnnue CI13 Portland STATE Oregon ZIP CODE.97214 TELEPHONE NO 503-230-98/32 TOLL FREE NO-1877347-5417 FAX NO:503-90.94364 FIRM LOCAL ADDRESS]Is Datura SSW 4100 CITY West Petro eaatl, STATE Fonda ZIP CCCE 33401 PRIMARY ACCOLNT REPRESENTATrVE FOR THIS ENGAGEMENT.erd COWS ACCOUNT REP TELEPHONE NO-404304-1940 ACCOUNT REP TOL.FREE NO 1/773475417 ACCOUNT REP EMAIL oM]ans(dafaolanmre Wm FEDERAL TAX IDENTIFICATION NO-68W65555 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 informafion tie City deems necessary to evaluate the capacity of the proposer to perform in accordance wan contract requirements. RFQ 2017-126-KB 18 10 1. Veteran Owned Business Is Pro oser claiming a veteran owned business status? YES N NO SUBMITTAL REQUIREMENT:Proposers claiming veteran owned business status shall submit a documentation proving tat 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(M of any officer,director,agent,or immediate family member(spouse, parent, dbling.and dlild)who Is also an employee of the City of Miami Beach. Further.all Proposers must disclose the name of any City employee who ownseither 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 (spouseparent,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 soliotatian. SUBMITTAL REQUIREMENT: For each reference submitted the following information is required- 1) Firm Name. 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4 Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarredsuspended or atter legal violation,or had a contact cancelled due to non-performance by an ublic sectoragency? I 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 enwnng 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 presmbed therein,including disqualification of their Proposals,in the event of such noncompliance. SUBMITTAL REQUIREMENT:Submit the names of all individuals or entities(including your sub-consultants)with a controlling finandal interest as defined in soltatatidn.For each individual or entity with a controlling finandal loterest Indicate whether or not each individual or entry has contributed to the campaign either directly or indirectly,of a candidate*to 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 proposalresponse 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 elhres provision of the CM of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer snail submit firms Code of Business Ethics. In lieu of submitting Code of Business Ethics.Proposer may submit a statement indicating that it will adoptas required in the ordinance,the City of Miami Beach Code of Ethicavailable alwww miamibeachg.govlprocurementi RFQ 2017-126-KB 19 11 ] Living Wage.Pursuant to Section 2.408 of the Miami Beach City Code,as same may be amended from time to lime 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 hourly living rate will be SI 1.2B/or with health benefits,and S12 92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of he City Commission be indexed annually for(neaten using the Consumer Price Index for all Urban Consumers(CPI-U)MiamiIFL 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 w the Living Wage requirement Is available atwww.miamibeachfi gov/procurement/. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this athdavil document,Proposer agrees to the living wage requirement. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding mmpetlively solicited contracts valued at over 5100,000 whose contra urs maintain 51 or more full time employees on their payrolls dung 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 we awarded a contract pursuant to competitive proposals.to provide'Equal Benefts'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 Contractor's employees 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 any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or otter access to any benefits to employees with(same or opposite sex)domestic pavers'or la domesti partners of employees? X 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 Finn does not I Employees with Employees with Provide Benefit Spouses Domestic Partners Health x Sick Leave . Family Medical Leave a N Bereavement Leave s 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)whh 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 decision is final. Further information on he Equal Benefits requirement is available at www.miamlbeachfl govlprocuremenu RFQ 2017-126-K8 20 12 9 Public Entity Crimes.Section 287.133(2)(a).Ronda Statutesas currently enacted or as amended from time Co time,states that a person or affiliate who has been placed on the convicted vendor list fdlowing 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 pudic 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,subcontractoror 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 Mt 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 ousiness 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 to blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race.color.national ongin.religion,sex,intersexuality,gender identity,sexual orientation.mental or familial status.age or disability SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing tis affidavit document.Proposer agrees IS and shall remain in full compliance wit Section 2-375 of be 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 Beat. 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 to City to North Carolina or Mississippinor 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 wit Resolution2016-29375. 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,wit a business unless the business certfies in writing tat the business has adopted and employs written policiespractices,and standards that awe consistent wit the cal/5 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 wit Resolution2016-29375 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 soliatation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system. PubliPurchase corn. However. Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to soliatation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by to City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addendum may result in proposaldisqualification. Inivaib cOnfimi Imial to confirm IMO b C ikim Recagt RCEni Rept ori -f Addendum 1 Addendum 6 Addendum t� N4j igk Addendum 2 Addendum 7 Addendum 12 1 Addendum 3 Addendum 8 Addendum 13 Addendum 0 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is requiredsubmit under separate cover RFQ 2017-126-KB 21 13 The sdicitapon referenced herein is being furnished to the recipient by the City of Miami Beach(the'City')for the reapients convenience. My action taken by the City in response to Statement of Quahficabons 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 ar 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 accept or retool Statement of Qualifications.and may accept Statement of Dualificatians whets 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 applicants affiliates,officers,directors,shaehoders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals.II 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 Me accuracy of any Information in this solicitation. My reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's 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.My 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 be City pursuant to this solicitation are submitted at the sole nsk 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 wibout 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 paties,and then only pursuant to the terms of the definitive agreements executed among the parties.My response to this solicitation may be accepted or rejected by the City for any reason,or or 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 tme selected for opening the responses. At that lime, all documents received by the City shall become publlcrecords. Proposals we expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges aid agrees that the City has the right to make any inquiry or investigation it deems appropriate In 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 ceNfies that the information contained in the Statement of Qualifications is trueaccurate and complete,to the best of its knowledge,information,andbelief. 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 510,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure aid 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 RIO 2017-126-KB 22 • 14 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. Nana of Rowse s Aultmzen ReprRenlabve Tule 01 Proposer s wmw!x Repraenunve. Mas KyM.NCP Vice Rmpml.as duly auMmzed Sgnata��of Pa9psser's AUNT Represenbhre Dale )76�/ 77 111 7 State of NORTH CAROLINA ) On this I( day of 3 t jog personally t appeared before me/II jog who , Co of /___ stated that(s)he is the 11c-�7e5^)/g{f of I • 1 ►.,:corporation,and that the instrument was signed in behalf of the said corpor,ion h Y authority of its board of directors�eand acknowledged said instrument to be its voluntary act and deed.Bef0// me'(�_��� /�J �/ e9S MARY K 5 PUFFY yVyl ,47---)// L-� ofN Notary Publ C North Carolina Notary FFU for the Stale of Nod a IS ommes.onty My Colt sion Expires.4i W My Co rill Sron E.Oues `/ April 1),2018 RFC! 2017-126-KB 23 15 IlliiiMMEMIL 1 .3 Minimum Qualifications Requirements C1.1 PRIME PROPOSER CERTIFICATE OF AUTHORIZATION f Honda Board of Professional Engineers �••• 2639 North Monroe Street,Suite B-112 Tallahassee, FL 32303-5268 Alta Planning+Design,Inc. 711 SE GRAND AVENUE PORTLAND, OR 97214 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 e-mail: board@fbpe.org. Our website address is http://www.fbpe.org. State '•44- p IN ii ,140 rida Boar `-iorsi s;' . eers }W by l J:, ..,...::„:7.,,,.....7,.tr • �) 91,l�:<Mp . A it y�Il, x 1, EBPE nr' Y *l Nom+ +t.b �:•�J..•� ... 'r •' nairl tsr I:47r Is authorized under the provtsr. . rg �4k t%s,to offer engineering services to the public through a Professio `' 'V- Chapter 471,Florida Statutes. Expiration: 2/28/2019 ''S.4414 y k CA LX.No: Audit No: 228201904651 K :" G �•-., 31108 1 C1.2 PRIME PROPOSER PAST PROJECT EXPERIENCE INFORMATION This is abbreviated information on Alta's past project DOWNTOWN DETROIT INFRASTRUCTURE experience. For full project information and graphics, IMPROVEMENT PROJECT, MI please see Tab 2.1 Qualifications of Proposing Firm. The Downtown Detroit Partnership hired Alta to lead the efforts in planning, design, and implementation WEST PALM MOBILITY STUDY, FL of over one mile of raised two-way separated bike Alta was selected by the City of West Palm Beach to lanes in a loop through the core of the Detroit Central provide a collaborative and innovative approach to Business District, along with various pedestrian transportation planning, design, and implementation improvements. Alta staff led a design charrette to to meet the City's 21st century mobility needs. Our determine the scope of the proposed bicycle and approach will help the City of West Palm Beach pedestrian improvements within the project area. plan, prioritize, and ultimately implement a high- A comprehensive 26-intersection traffic study was quality transportation network of on-street bikeways, conducted to support the necessary road diets and walkways, trails, transit service, and vehicular routes. signal timing revisions for the proposed project. The It will help the City establish supporting policy and project consist of constructing asphalt raised two-way funding strategies, including a new mobility fee, to separated bike lanes,new and reconstructed sidewalks, achieve the vision for a safe,healthy,and economically accessibility upgrades, drainage improvements, competitive city. Alta is conducting three studies signing and pavement marking upgrades,and 12 traffic as part of this plan. The first will focus on mobility signal modifications. The project also consisted of the downtown: the second will study the city's busiest design of three separated bike lane crossings over the gateway, the Okeechobee corridor, using detailed recently completed 0-Line streetcar tracks. computer modeling: the third will be a parking study. Dates:August 2016-ongoing Dates:2017-ongoing • Contact:James Fidler, Senior Planner.(313)314-2726, Contact: Uyen Dang,(561)494-1040, KUDang@wpb. james.fidler@downtowndetroit.org org Volume: $265,750(through 80%design) Volume: $580,000 Role:Prime Role: Prime FOLLY ROAD COMPLETE STREETS CORRIDOR LEE COUNTY TIGER GRANT ASSISTANCE, FL STUDY, CHARLESTON, SC As a follow-up to the successful TIGER grant written by The performance of urban transportation corridors Alta in 2013,the Lee County MPO hired Alta to provide is often judged by a singular metric: how well they technical assistance related the implementation of accommodate the efficient movement of people and the Complete Streets vision contained in the grant goods in cars and trucks. Through the Rethink Folly application. Alta worked with multiple stakeholder Road study. a team of transportation engineers. groups, including Florida Gulf Coast University. Lee planners. and landscape architects at Alta and County MPO, FHWA, and the MPO's design-build partner firms explored the potential for Folly Road to contractor to develop a revised engineering concept become a more Complete Street by adding continuous design that satisfies the technical requirements, walkways, bikeways, convenient transit service, and environmental regulations, and desired project goals safety improvements for all roadway users. Alta for a key link in the proposed University Loop. Alta worked with the larger design team to develop a series was also retained to screen and prioritize additional of practical concept designs that would remake Folly bicycle and pedestrian projects that may receive Road as multimodal corridor by providing residents TIGER construction funds due to lower than expected and visitors with healthy transportation options construction costs. between downtown Charleston and Folly Beach. Dates:July 2015-July 2016 Dates:April 2015-February 2016 Contact: Don Scott, Director, Lee County MPO, Contact: Dan Frazier. Senior Planner. BCDCOG. (843) dscott@leempo.com.(239)244-2220 529-0305, danf@bcdcog.com Volume: $19,900 Volume: $98,000 Role: Subconsultant to Jacobs Engineering Role:Subconsultant to Dover Kohl& Partners 17 EAST COOPER TRAIL HEALTH AND incentive items, including postcards, newsletters, ECONOMIC IMPACT STUDY, MOUNT event calendars, and t-shirts. Alta further developed PLEASANT, SC and implemented an easy-to-use website and a The East Cooper Trail will connect communities from custom order form database that enabled quick Go Kit downtown Charleston and Mt. Pleasant to Sullivan's fulfillment. Island, Isle of Palms, Awendaw, and McClellanville, Dates:2013-2016 providing residents and tourists a fun and healthy Contact:Sean Wiedel.Assistant Commissioner. (312) way to experience the culture and nature of East 744-8182, sean.wiedel@cityofchicago.org Cooper.Planned for active transportation and outdoor Volume:$420,199 recreation, the trail will extend a total of 82 miles, Role: Prime linking shopping, restaurants, and historic sites to beaches, parks, and forests. With a team of partners already hard at work implementing sections of the C1.3 PROJECT MANAGER trail, residents of the East Cooper area are already This is abbreviated information on Alta's Project experiencing improvements in their quality of life.This Manager. For full g project information and graphics, project quantifies the quality of life benefits in terms please see Tab 2.2 Qualifications of Proposer Team. of estimated increases in trips per year by walking and bicycling, increases in physical exercise, increases in tourism,transportation access,and one-time property Brad Davis value benefits.This study revealed a potential economic Project impact of over $87 million in total benefits per year Manager for constructing the East Cooper Trail. The study is ; published as a well-designed, user-friendly report, ` Brad's leadership as a and has been presented to regional stakeholders to project manager has promote both political and financial support for the benefited from his plan- trail. Hing experience in the Dates:June 2015-October 2015 public and private sectors, Contact:Catherine Main, Executive Director, ECLT, having worked at the regional level for the Atlanta (843) 224-1849,catherine@eastcooperland.org Regional Commission and at the local level with the Volume: $35,000 City of Atlanta Department of Planning. Now one of Role: Prime Alta's experts in navigating the challenges of multi- modal policy and planning, Brad has worked with a GO BRONZEVILLE, CHICAGO variety of municipal clients to address community TRANSPORTATION DEMAND MANAGEMENT, needs related to project prioritization and funding. IL network design, mode choice, economic benefits of Go Bronzeville is a individualized marketing program active transportation investments, health and safety aimed at helping Chicago residents walk,bike,ride,and analysis, infrastructure design, and stakeholder coor- share cars more often. Bronzeville was selected as the dination. Brad has focused on synthesizing diverse first neighborhood of a larger Transportation Demand opinions and interests. along with complex informa- Management (TDM) program. 7.500 households were tion, into collective visions and action plans for imple- invited to receive Go Kits(customized travel information mentation. With all of this work, Brad is committed to packets) and join guided walks and bike rides that building healthier communities through better policy, build community connections and showcase the best design,and implementation. Bronzeville has to offer. Creative outreach strategies ranged from pastor-led church walks to e-bike trials WEST PALM MOBILITY STUDY, FL for seniors, and everything in between - pop-up bike As a project manager. Brad is leading a multi disci shops, an African-American Women's Health Walk, a plinary team to develop a strategic vision for mobility "Divvy and Dogs"event to try bikesharing and eat free in the city.The project's focus is on moving people,not hot dogs, and working with the Promise Keepers (a cars,and aligning the City's transportation investments local youth group) to engage their parents and peers. with its larger goals related to economic develop As part of the project. Alta managed a full branding ment, quality of life, safety, and public health. Specific process and developed nearly 20 individual print and elements of the project will include the creation of a comprehensive transportation plan and parking study 18 for Downtown West Palm Beach, a corridor study for for improving the local funding processes to better Okeechobee Boulevard. a robust public engagement access those funds and for updating the criteria used initiative, and development of a Mobility Fee to fund in prioritizing bicycle and pedestrian projects. identified projects. Dates: 2013 Dates: 2017-ongoing Contact: Don Scott, MPO Director,(239) 330-2241, Contact: Uyen Deng.(561)494-1040, KUDang@wpb. dscott@leempo.com org Volume: $17,410(Grant): $64,640(Map) Volume: $580,000 Role: Subconsultant to Jacobs Role: Prime CYCLE ATLANTA: PHASE 1.0 & 2.0, GA ATLANTA REGIONAL COMMISSION WALK. The Cycle Atlanta: Phase 1.0 Study, on which Brad BIKE.THRIVE., GA served as Project Manager, represents a strategy to As project manager, Brad guided the development of create a complete and connected network of high- a regional vision for walking and biking for the Atlanta quality bicycle facilities in the core of the city.The focus metro area. Topics of focus included safety. mobility of the study is on five cycling corridors that extend and economic competitiveness. The outcome of the from the Atlanta BeltLine into the center of the city. planning effort was a policy document that guided Completing the bikeway network along each of these regional decision making about federal funding for corridors will improve cycling conditions and expand pedestrian, bicycle,trail and transit access projects as route options that are desirable for a wide range well as local guidance for project delivery and deci- of cyclists. When implemented, the improved and sion-making for infrastructure improvements and expanded bikeway network will enhance connections programs that can make walking and biking a regular, between neighborhoods, job centers, transit stations, safe,convenient,and fun part of daily life in the region. tourist attractions, shops, and restaurants, as well as Dates: 2015-2016 other daily destinations. To develop facility concepts Contact: Byron Rushing,Atlanta Regional and route alignments, Alta worked with City staff, Commission,(404)463-3345, key local stakeholders, and the community. The route BRushing@atlantaregional.com alignments were also developed using data from Volume: $145,000 the Cycle Atlanta app, which is a smartphone app developed by the Georgia Institute of Technology Role: Prime that tracks bicycle trip information for app users. To LEE COUNTY MPO TIGER V GRANT connect policy and concepts to implementation, the APPLICATION & MAP-21 PROJECT study provides a five-year implementation strategy for PRIORITIZATION STUDY, FL each of the five corridors that include cross-section Alta, with Brad as Project Manager, was technical treatments and planning-level cost estimates. Cycle task lead for a 2013 TIGER grant application for Lee Atlanta Phase 2.0 is an implementation strategy for County, FL MPO. Working closely with the MPO and building a safe,connected,high-quality bicycle network local advocates, the team submitted an•application around six selected MARTA rail stations.Cycle Atlanta: for the Lee County Complete Streets Initiative aimed Phase 2.0 Study builds on the work of the Atlanta at closing the gaps in a network of priority on- and Transportation Plan and Cycle Atlanta: Phase 1.0. The off-street walking, bicycling, and transit connections. study is a deep exploration of 1-3 roadways within 1.5-2 The application requested$10.5 million and included 55 miles from the selected MARTA rail stations, and will letters of support.As part of the grant application,Alta include detailed bicycle facility recommendations.This prepared a Benefit-Cost Analysis that quantified the effort includes a robust public engagement program value of transportation,health.and air quality benefits designed to ensure the study is inclusive, equitable. that will result from the TIGER investment. Following and reflects the vibrancy of our communities. the development of the TIGER V grant application. the Lee County MPO contracted with the Alta team Dates:2012-ongoing to develop a study of current funding mechanisms for Contact: Becky Katz, Chief Bicycle Officer, (404) bicycle and pedestrian projects within the Lee County 330-6722,bkatz@atlantaga.gov MPO jurisdiction. Based on the new guidelines and Volume: $85,000 funding avenues provided through the MAP-21 federal Role: Prime legislation,the Alta team developed recommendations 19 C2. STATEMENT OF WORK REQUIRED To see Alta's full qualifications in the technical expertise required for the work, please reference Section 2.2 Qualifications of Proposer Team on page 37. 20 /r •4'.... .;',.",,,, 4k... . •. ° —.1.: (-. ... ,, ,,, .----- ...i.'..i,..,,,?...‘.' „..........,,-....;„: -,,...„1.-- TAB 2 . EXPERIENCE & ,.... .i'.... -_-',--- .-. \• N"--, ...' . _ -. _......._. - ''' s'N'\\\ ;--- . •144,, . QUALIFICATIONS , . •,...„.... , ..wi.„ .... . ... .,..„ ---, 4 ...... _.... i I , . - . •-,,..,_ t '4 , ,..„:„....,...,, .. ..! .t, ? , - -” \••'.,,A' \ • w \ ..• •.,.,. '.. ••‘, .-Pi . iv`.•`.• \')''' l''''.4 rt.,'t --Skt' \ ,‘,..• - ,. ."-, . _: _ , ., A\ • -----.... , . - ---. .. - •.: ' - ._ 13 ; • , . . .,--, -",-.. • : ari,,11'4'1'1 • ••' • '•. '\.' . ,i 111 . 11 /411111 ,114, 1,1,1%,......,.. , . . i•#4 ' '4°' . 1.4......" "."---- i .'' ...0. ---- ..' . _ . ''' • '‘*, i• . • . - -.. - :4111,... \ sni1/4 ....,•• .....„ 0 k . 01-1-14 -I • 1p --- ...."- ,w -,-'" -- __.", lw t. ,,, 1 - ', ' t 1--- = - - I • .11414" farm sis II., i Atilt itof :-" 11 1 1 : • • .„„e - \ . ' - j ,lre_iiii :, , 1 . _ jog .t-'.4 -...1,1-•-1 ., ,,,, _ .-_-, 'v. " ..., ,,i•IN'rl - S`i . ,:: '-' ''' l'. 4:* ...-1:.:111t. 1. 7 AI "' ,,',le:. ''1.----21• 1. ' 4 `. ••••• 1,,j ,:'g .° -1 2. ....f'z's: _' - . . . -.. ; Py -------t-- TL. . --____-,---__------, - ..1 \ -- •••••!• t- -,--.,,, • 1,.--- ----4-A,-• .. - .---7-..,1 ' . .• - _.• ------ __ ... "v. • . .—, Ird• •-.. 'ik. A 7', i „ , • ' 1 , •• ii N.. ..... )1iiil-• ..., _... ..------ . _. i . ••-.....v--4..ar•- ___ ' . • _. :<,.. ..- ..,,,, - -." - --,..,..,i't.'N'• .1 ' .' - •- --- ,. ;•••,.... i i 4. =-- "AilaP 7,....,..;-i---•,,•:- •-• - ; 4'' '. , --‘:-,. . t; , . ---:;--\ ' • , .11111W • - - J ::'.:. '‘20 ' ...... .... -,- . - ' .... •'[..: •N.,..e. , ' . ... ..... P N.. - — '' 1 ., '..-- :-7.__.. i - . , .• .... • \ :,-...N.,,:t f'i • .111t 11 . • • ' r,' \ ''' ' .. t .00. ..,,, ... . " '.0 i'r'" :,:. . ,0 .. . . .... - „ ./.-. - - moor,PIP ---_,,,,,,.. - --:,:.'-.,:."--4--;.--.`-'-'`.1--,' di ' .-:- . — Jo-tr -- • r - ,i-'-•---:----,:,---- ...... - ,i - -.---''--"-:...,...414 :-.--.'!';;!----!..',..)74'.,•:• •- ;;• 7 - ' -ir•-.. --.;.-t--1:ft*,„. . -'---1';'',J+4-='.".'..:...'...'., ":' •-.." ' - .:- 1 - 1. .. '-'41 .:.'...;,, , `„i..,... '-:......:,...':-..;;.--,..„. -1-:, .• -,.:':-•'-,-.L.;r: . , _ --•• '.---i,". -*: -- \--.!: ' : ..--•:"-,-. - :--.-2.,,i,,,05'. .,`-_,-7-.,-------._,:- ----. ..: - •'-': .' ' - ' - - - . .. ...... ..,, ._ •... ,-- , •-• - . . ... , . . ,-• , -. .• , ..., _ . . • • „ .. . • - • 14- ,-,' • ". . - .- • - . . - . --- . • • , . , , .•••• . • . . .. • • •. . - • - , ' . , • • - - • • • • - - ' • . . , ,•,. 2.1 Qualifications of Proposing Firm I rro - I i I_____ . - - [---- WM !' ) ,I ( .Mb- . ......,1,-1 li `414. _ , .R 1 Nr -+S . °3 It 71y ALTA PLANNING + DESIGN eheitgra1111111111111MAMINWM/Naltatiik-afritiLc-. rim:-Ammommoi Alta's mission is to create active Transportation Research Board, the Complete Streets communities. Coalition,and have conducted national studies for the US Department of Transportation. Alta is proud to Alta Planning + Design is North America's leading be a co-author of the NACTO Urban Bikeway Design multimodal transportation firm that specializes in Guide, and a founder of the Initiative for Bicycle and the planning, design, and implementation of bicycle, Pedestrian Innovation at Portland State University. pedestrian. Complete Streets, and trail corridors and Alta provides a full range of services including: systems.Founded in 1996.Alta has more than 200 staff » Complete Streets in 34 offices across North America and an international » Master plans (bicycle, pedestrian, trail. open space, workload. Our Florida practice is managed from West and park) Palm Beach.On any given day,most staff walk,bike,or take transit to work.We are committed to transforming " Traffic engineering communities,one trip at a time,one step at a time,and " Greenway and corridor plans one street. intersection, and park at a time. » Landscape architecture and project design » Bicycle parking design EXPERIENCE we have experience working in all size communities, " Construction documentation and administration from a few thousand to millions,from rural to mountain >' Bicycle and pedestrian integration with transit and desert to suburban and urbanized areas. We » Bicycle and pedestrian facility design guidelines strive to tailor each project to the community's unique » Counts, surveys, and demand analysis setting, history, and culture through an active public ' ,> Trail safety and sustainability audit participation process. Alta staff are proud to have » Signage and wayfinding plans planned,designed,and implemented over 8,000 miles » GIS and mapping services of bikeways. walkways,and trails. » Safe Routes to School studies and plans DEDICATION » Public involvement Alta staff are at the forefront of the sustainable transportation movement. We are active in the " Technical assistance and training Association of Pedestrian and Bicycle Professional " Education,encouragement,and marketing services (APBP). the Institute of Transportation Engineers, the » Bike share feasibility studies 23 GEHL CITYFI Gehl is an urban design and research Gehl CityFi is in the business of urban m u sli n consultancy offering expertise in change management, with an eye ••••• the fields of architecture, urban towards facilitating empowering CITYFI design. landscape architecture, and city planning. positive, sustainable impacts and They address global trends with a people-focused economic returns. At their core approach, utilizing empirical analysis to understand is dispelling the myth that a necessary evil of good how the built environment can promote well-being. business is often a suboptimal outcome for people They apply this analysis to strategic planning and and the environment. They believe that true public- human-centered design to empower citizens,decision- private partnerships are built upon clear lines of makers.company leaders,and organizations. communication, common goals, aligned incentives Gehl Services and outcomes.CityFi helps towns,cities,governments, start-ups, and companies understand and navigate » Public Space, Public Life Strategies(PSPL) the increasingly complex urban landscape, and work » Public Space&Street Design together to make positive change, fast. They focus a » Master Planning Frameworks great deal on technology, but in the context of what is good for cities,citizens, and the long-term health of • Process Facilitation the environment. They leverage a network of subject » Pilot Projects matter experts to provide holistic strategies, action » Integrated Mobility Strategies plans, and practical solutions to meet community FLORIDA priorities. TRANSPORTATION TE CityFi are global thought leaders in the transportation, ENGINEERING technology and finance sectors. Working by inspiring community action, advising organizational leadership, Florida Transportation Engineering, Inc. (FTE) is a developing strategic roadmaps, and facilitating Florida corporation founded in 1989 and has a staff of professionals, technicians, and support personnel. public-private partnerships, CityFi integrates public With six offices in Florida the firm provides services policy,urban design,economic development,capacity building, and civic innovation to achieve measurable in highway design, traffic engineering. transportation planning, GIS. land & sports development, landscape outcomes to create more livable, sustainable and efficient communities. architecture, survey & mapping, and construction Connetics inspection. FTE is certified with Miami-Dade County's CONNECTICS GTransportation roup Community Business Enterprise and a participant TRANSPORTATION in the Miami Dade Equitable Distribution Program. GROUP They are also a certified DBE firm with the Florida Connetics Transportation Group, Inc. (CTG) is a Department of Transportation (FDOT) and a certified small sized consulting firm specializing in public MBE firm with the Florida Department of Management transportation operations and implementation Services. planning, travel demand modeling, transit and traffic forecasting, travel market analysis, data-driven modeling techniques, FTA New Starts/Small Starts Corridor Studies and Analysis,long-range systems plan and multimodal corridor projects. Their service and operations planning assignments have encompassed bus (local, express, and paratransit), bus rapid transit. light rail transit, streetcar,automated guideway. heavy rail.commuter rail, diesel railcars(DM Us). intercity rail, and typically the interfacing of modes. The majority of CTG staff bring over 20 years of expertise with corridor projects(such as FTA New Starts/Small Starts projects), long-range systems plans and short-range transit service plans. 24 Similar Project Experience eza ®C 2040 \ ' \ wS "µ < Vehicle \ j =� Y ,.�:� . Capacity . 1I. alanora....M.audt*ets ::=.o.,.... { t\ i . lc \ • :. . .". I_._L_mt � ..-Ie • / '—'-'—'-��... fiii''' 1 a vim.- '�1��� •`..""" Og ' .. - 24% 21 �sr', WEST PALM BEACH MOBILITY PLAN, FL The City of West Palm Beach has made a commitment to create a community Client: City of West Palm that is economically vibrant and competitive, environmentally sustainable, and Beach socially just and accessible. The City is also uniquely positioned to grow by lever- Dates:2017-ongoing aging public and private investments in entertainment destinations,the convention center,and new office and residential developments as well as expanding transpor- Reference: Uyen Deng. tation options and connections including the Seaboard Train Station, trolley and (561) 494-1040, KUDang@ Palm Tran service, a new All Aboard Florida station. SkyBike, and ZipCar among wpb.org others. Residents, workers,and visitors will continue to be attracted to opportuni- ties to live, Alta was selected by the City of West Palm Beach to provide a collaborative and innovative approach to transportation planning, design, and implementation to meet the City's 21st century mobility needs. Our approach will help the City of West Palm Beach plan,prioritize,and ultimately implement a high-quality transpor- tation network of on-street bikeways, walkways, trails, transit service, and vehic- ular routes. It will help the City establish supporting policy and funding strategies. including a new mobility fee,to see that the vision for a safe,healthy,and economi- cally competitive city can be achieved. Alta is conducting three studies as part of this plan. The first will focus on mobility alta downtown; the second will study the city's busiest gateway, the Okeechobee r_ corridor,using detailed computer modeling; the third will be a parking study. 25 The City of Miami Beach I Alta Planning+Design ' MI At-, �''�- LEE COUNTY • 9-� �— ' ey, COMPLETE STREETS ,:it 1 '>• .1 ` 8 INITIATIVE .._... .._ ko., , , „ ,..._____, ,..i. ..._.,, • 'si' .,. Fort s s. // c `�O / G -�: L.' 0 i / Pals ofW •R Gt' • :r... 3a —IN! • r+,., e1I' . �;t, � •4 w :...ewv.a...- •...c„.•Net" w1.•tirbc+C•a• -j� , LI A -. . ••••.i.,•• • Ak • OILIPS ../ - •.tti...-Itv N., a. �.. fpr/ _ - •8•..:u•...s mo f i—)Tour a parks _,® •w...n'.4.1'..' ,..v r r> •• a P.-.,rye r-tee: •. • c,�o.�..e:.[•e•- 0 UU.N•r Loop !l\ •...-..-...-c.--...,-0.-‘ Om t-�E'' .47474=..ecl \ i •'o.'raw.•+.•Corr 4.A B.-County Covmc,or .1�. ®w'<oww • E,.4'{`--rt<e e.Lea•.. •.-004:on,.r •3errr•m8:d.o.•M1 J + or •4.V•.f.rt Mlas rir ,y: 71 11117111 , 1M O •00,407,4.0 - L •cm,ae•h.,n.,.vY ,e ..,,0,,,,a •� y• fad N •- 1 74 :, , �, 10PusH `, .y. BUTTON .. '. _ - • i' • _ - Bea Hill GnS S w .l .,, ',- � -- � i r • U F. fo fi LEE COUNTY TIGER GRANT ASSISTANCE, FL As a follow-up to the successful TIGER grant written by Alta in 2013, the Lee Client: Lee County, FL County MPO hired Alta to provide technical assistance related the implementation MPO of the Complete Streets vision contained in the grant application.Alta worked with Dates:2015 multiple stakeholder groups, including Florida Gulf Coast University, Lee County MPO, FHWA, and the MPO's design-build contractor to develop a revised engi- Reference: Don Scott, neering concept design that satisfies the technical requirements, environmental Director, Lee County MPO, regulations,and desired project goals for a key link in the proposed University Loop. dscott@leempo.com, Alta was also retained to screen and prioritize additional bicycle and pedestrian (239) 244-2220 projects that may receive TIGER construction funds due to lower than expected alta construction costs. r' `/ PLANNING•DESIGN 26 Vis.;- • • . ^�fit; y i- Y'•.'{X.r i rte. V T\J , *4 I•• VD" AS ( 1*) *- - ., . BRONZEVILLE J �� • ,- , .. I • VO 4, r , ii ',7,' ' j i t i ..-'7 411; * * * * WI i t.i IL ' ( 4 t :41 - ' ..... ,.1 ""..... tk if 1 .Nk i0♦ y A\ rk% % 41, �'` • . sti ( e5cfsilk\, GOBRONZEVILLE.ORG t;. .s` a g acv ,,, °1 eI11k *. .i db� �t1 r ' GO BRONZEVILLE, CHICAGO TRANSPORTATION DEMAND MANAGEMENT, IL Go Bronzeville is a individualized marketing program aimed at helping Chicago Client:City of Chicago. IL residents walk, bike, ride. and share cars more often. Bronzeville was selected as Dates:2013-2016 the first neighborhood of a larger Transportation Demand Management (TDM) program.and will be followed by four more neighborhoods. Reference:Sean Wiedel, 7,500 households were invited to receive Go Kits (customized travel information Assistant Commissioner. packets) and join guided walks and bike rides that build community connections (312) 744-8182, sean. wiedel acityofchicago.org and showcase the best Bronzeville has to offer.Creative outreach strategies ranged from pastor-led church walks to e-bike trials for seniors,and everything in between - pop-up bike shops, an African-American Women's Health Walk, a "Divvy and Dogs"event to try bikesharing and eat free hot dogs.and working with the Promise Keepers(a local youth group)to engage their parents and peers. As part of the project.Alta managed a full branding process and developed nearly 20 individual print and incentive items, including postcards, newsletters, event ' calendars, and t-shirts. Alta further developed and implemented an easy-to-use website and a custom order form database that enabled quick Go Kit fulfillment. At the close of the first year,over 10%of households participated,and the program alta was so popular that local leaders successfully petitioned the City of Chicago to Wig transfer ownership of the program so that it could continue. "A"""°'°ESP°" 27 ,'S::' - _ � ~� TQ ,JY '" Zi � ,�*'� A e ,fir _ 1 Y�' Yf f' Ly Yom' : . JI ‘14 r will 'li.. �j I. i 11 is_414- - _ __4,. ...,,s- .., , II • i ' 4 . I *Pr ,......L.td120, , rub 4t..0 , . , - 4,...4 40 fat � �- r `• I 0,0 i - 1 � I • --4' � ' . .. K ,: ;.,. �_� — --_ __ ,i, ".,: _-. - 1 DOWNTOWN DETROIT INFRASTRUCTURE IMPROVEMENT PROJECT, MI The Downtown Detroit Partnership hired Alta to lead the efforts in planning,design. Client: Downtown Detroit and implementation of over one mile of raised two-way separated bike lanes in a Partnership loop through the core of the Detroit Central Business District, along with various Dates:2016 Ongoing pedestrian improvements. Alta staff led a design charrette to determine the scope of the proposed bicycle and pedestrian improvements within the project area. A Reference: James Fidler, comprehensive 26-intersection traffic study was conducted to support the neces- Senior Planner,(313) sary road diets and signal timing revisions for the proposed project. The project 314-2726,james.fidler@ consist of constructing asphalt raised two-way separated bike lanes, new and downtowndetroit.org reconstructed sidewalks, accessibility upgrades, drainage improvements, signing and pavement marking upgrades, and 12 traffic signal modifications. The project also consisted of the design of three separated bike lane crossings over the recently completed 0-Line streetcar tracks. alta Plej PLANNING•DESIGN 28 ' y, • ; "C ! . .:-''''..vt, r . '.' ; V/.//' ' / .i"a • .. `7'61'0 _ /i ka,. - �f ,. -ti, *74_''''"Ik*' '. - .7..-..).....'.,?,.1i.:;:;X:fa'' .t1'.:..:7:ki.- :::..: l,..7::- .. —7.- ._ .t l .i,. • '-.1-:,-.::::.'x..'.,1' .:::..........:761/4::-.)111kftftsl.:'-:_ :.,. 1,,,,r.,,,,, r•i• . ..5--I''' '''::i �„ • .4. ei:•;::',---.-.4'.:41' . r - " I • • • , •_ ....4411, • t T it � m y • t . f l r. _-w r x ; T • , e ;. •� • .� a {1 ;a- ,� 4 FOLLY ROAD COMPLETE STREETS CORRIDOR STUDY, CHARLESTON, SC The performance of urban transportation corridors is often judged by a singular Client: Berkeley- metric: how well they accommodate the efficient movement of people and goods Cha'leston-Dorchester in cars and trucks. Through the Rethink Folly Road study, a team of transportation Council of Governments engineers, planners, and landscape architects at Alta and partner firms explored (BCDCOG) the potential for Folly Road to become a more Complete Street by adding contin Dates:2015 uous walkways. bikeways, convenient transit service,and safety improvements for all roadway users. Reference: Dan Frazier, Senior Planner. BCDCOG, Alta worked with the larger design team to develop a series of practical concept (843) 529-0305, danf@ designs that would remake Folly Road as multimodal corridor by providing residents bcdcog.com and visitors with healthy transportation options between downtown Charleston alta and Folly Beach. 111111111 RAMMING•DESIGN 29 4 / ,..„.,.. . . CREATE. F.. : CONNECT. OPEN SPRCf THRIVE. EYAE°ATO., 11.•HmRk ATd hanonk livocaof(:wkLtkg - Pro{LR.Amurrukilk Eur Co,p.Trail • 1 ..`:rte ' 1. L .ft. 0111111111111k t i lm..., _ 23_ 14- n 114.ft IP ,`'„ t _ Y 11 r.. i. 41,s" . 7,43 r x - _ '-. Lc- . L,wo�sr By constructing the East Cooper Trail. the Charleston Region will gain ���„ nu • �• •wH• )( :_. J ice" w. 2,230,000 1,392,000 424,000 300 -==5 ,,,.` EE VOPC 924,0 �n00 ti ` t0 Ai&Ak * sg7 MILLION$264,000 $83M08,000+ $3,362,000 $3,393,000 N NEALiN AAD ,N E<CNOAK AND NTRANSPOO-AE,ON NONE T.ATE PROPERTY CMY,RONV(NTAL TOJR,SN DCNCTiiS ANO ACCESS VALUE OCNC RS OETTURS PER YEAR MR YEAR OCNE-OS PER YEAR EAST COOPER TRAIL HEALTH AND ECONOMIC IMPACT STUDY, MOUNT PLEASANT, SC Constructing the East Cooper Trail will connect communities from downtown Client: East Cooper Land Charleston and Mt. Pleasant to Sullivan's Island. Isle of Palms, Awendaw, and Trust McClellanville, providing residents and tourists a fun and healthy way to expe- Dates: June 2015 October rience the culture and nature of East Cooper. Planned for active transportation 2015 and outdoor recreation, the trail will extend a total of 82 miles, linking shopping, restaurants, and historic sites to beaches, parks, and forests. With a team of part- Reference:Catherine Main, ners already hard at work implementing sections of the trail, residents of the East Executive Director, ECLT, Cooper area are already experiencing improvements in their quality of life. This (843) 224-1849,cathe- project quantifies the quality of life benefits in terms of estimated increases in rine@eastcooperland.org trips per year by walking and bicycling, increases in physical exercise, increases in tourism, transportation access, and one-time property value benefits. This study revealed a potential economic impact of over $87 million in total benefits per year for constructing the East Cooper Trail. The study is published as a well-designed, alta user-friendly report, and has been presented to regional stakeholders to promote both political and financial support for the trail. NANNING•DESIGN 30 • -, • ; ` iSfik\ y� 1:000:00,101611111lowle' .,..! , • ‘•;:iimPtt-• .... • ' " c 4 - " -' ,.�1 a � � �'_ ,• :,ew-- °,, 71P i �' � ••-..vr. .7;:, .' '• iim . i 4,-1:,',77-I ig7-_-:-:_i 411.,;.1:1F.;:t.' - ‘ ' Icall .- t r, - / i •-,.., • 14) a I !- ; - 1 . . .� s>....4_15.? 3. ' -->.:5 � ' r 1- - - 3" HSS FRAME (TYP) COPPER STANDING SEAM ROOFING W/ FILL LENGTH PANELS (TYP) T/0=I RB'O-2OF L " '1h,,,,, ,, , METAL DECKING, (SEESTRUCTURAL) 12g���• ,� GLASS (TYP) .... '��.. �.,� 6" HSS COLUMN (TYP, �` SEE STRUCTURAL) ofi 08AIO' 2-0" r1-4-111 +1/ 2ASsal ZOPEN TOkidi �riI _ _ BEYOND-7_ T 0 SLAB or, C A* EL=O-0 TRIMET BIKE SPAS, PORTLAND, OR • In response to growing demand and limited on-board capacity for combined Client:Trimet, Portland, ' bicycle and transit trips,TriMet(Portland,Oregon's regional transit authority)asked OR Alta to prepare conceptual designs for secure parking areas (SPAs) for bicycles at Dates:2009 ' key transit centers. The project included selection of equipment, concept design, permitting,and fast-track construction documentation for design-build implemen- Reference:Colin Maher. tation in time for 2009 transportation stimulus funding. The Bike SPAs are a new (former Bike Access concept for TriMet.They provide high capacity.secure parking for 80-100 bicycles Planner with TriMet), at light rail and bus transit centers.The Bike SPAs are semi-enclosed covered areas Government of South that are accessed by key cards and monitored by security cameras. The increased Australia Department of security measures provide an additional transportation option for those who may Planning.Transport and not be comfortable leaving their bike in an outdoor transit station rack exposed Infrastructure. (08)8204- to weather and the threats of vandalism. They also include amenities that make 8677,colin.maher@sa.gov. the Bike SPA more attractive and inviting for users such as a bench, a bike repair au station, a bike tube and maintenance item vending machine, as well as hitching posts which allow people to leave their locks at the SPA. alta rami . PLANNING•DESIGN . 31 _ P 1 1 • ....._ . -4'4 , .. --Nalifteummiiiiiimi, JL4 A r 11 a ii. , . _ _ .,, . ..., , , b + . ,,r / _ e f'` 1 lot c .ti `"` s • _ .J I^� ' 7k'‘P.:-Cbi.Z.:?alt("4::'''':'4'‘;t.C.:?.':4'1::::\f"'71'.11 t 1 g ii-/-,...., A,-,..-, -::::: .' . - ....- i oh ----il it- IT:;,61 I : :: ; :, :: t I ' fFf • �{ 'II 1111111111•1111 IR t tl l e��ill f 1 ■�=1 til �a� 4O t iai:t _j1 ` 1 N STREET CYCLE TRACK DESIGN, LINCOLN, NE Alta designed a two-way cycle track for the City of Lincoln that connects the Client: City of Lincoln, NE up-and-coming Haymarket District to the Billy Wolf Trail through the heart of Reference: Ernesto Castillo, downtown. The City identified the N Street Protected Bikeway project in its Planner, Urban Development downtown Master Plan as a completion of the "last mile" of bike trails through Department. City of Lincoln, downtown. Angle parking and one vehicle travel lane were converted to cycle (402)441-7855. track with a planted buffer. Alta also identified an opportunity to capitalize on ECastillo@lincoln.ne.gov additional project funding from the City's Watershed division by designing stormwater infiltration planters in the buffer between the cycle track and Dates: 2013-2016 parallel parking and in pedestrian refuge islands at each intersection. Alta alta performed traffic analysis,developed construction documents,and led the city rndal through the Request to Experiment (RTE) process with FHWA for the project. 'L •� Construction was completed in 2016. 32 • .,,, r r g a� y + r Mu51: 4 r-,nr E 1.. t •11•. rj :L nut 9 ?3•'"-\i r �. i -...lc_ t _ i. 1a 1 k \\ 17--; ' 1 • iiiier 17 1 4.:21Z.7:.; _rtiL� 1 1 1; a .w \` \\q 4 t \ ,\1 .r1, q l\ a \1 1 �1. • b. \ \x 1. o. �` .. ' e-a, ' o �J • PROTECTED BIKE LANES AND NEIGHBORHOOD GREENWAY DESIGN, CHATTANOOGA, TN To realize the goals associated with Chattanooga's Bike Network plan, the City hired Alta Client: City of in 2014 to develop construction documents for Phase 1 of their protected bike lane imple- Chattanooga, TN mentation to be constructed by Tennessee DOT with a Congestion Mitigation and Air Reference: Bert • Quality Improvement(CMAQ)grant.as well as protected bike lanes on Broad Street and a Kuyrkendall, City neighborhood greenway on Virginia Avenue to be constructed with local funding. of Chattanooga • For the CMAQ section of the project. Alta led the preliminary design of over 6.5 miles of Department of • road diets, separated bike lanes, and 36 signal modifications along various corridors. In Transportation, addition to the design, a comprehensive traffic analysis was prepared to determine the (423) 425-6311. • impacts of the proposed road diets. Final design construction documents were prepared kuyrkendall_b@ for 6.1 miles of the preliminary design. The separated bike lanes will be constructed with chattanooga.gov • pavement markings and flexible delineators. Other features of the design included mid- Dates:2014-2015 block crossing improvements, separated bike lane bus islands and ramps, drainage revi- sions,signing upgrades,and signal upgrades.As the project construction is to be funded through CMAQ. the project plans, estimate, and specifications were prepared to TDOT standards. The first section of the project. a 2.6-mile section along Willow Street and Orchard Knob Avenue should start construction in Summer 2017. The Broad Street section of the project was a 4,000-foot long road diet along Broad Street, Aquarium Way, and Chestnut Street to implement a pair of one-way separated • bike lanes.The Alta team developed construction documents including the design of curb • separated bike lanes.two traffic signal modifications,a RRFB,and signage and striping for • the reconfiguration of Broad Street/Aquarium Way to accommodate the separated bike • lanes.The Broad Street section of the project was completed in November 2015. • The Virginia Avenue section of the project developed construction documents for the ' 1.4 mile long Virginia Avenue Neighborhood Greenway in the St. Elmo neighborhood in Chattanooga. Virginia Avenue was designated as a corridor suitable for a neighborhood ' greenway as it carried little vehicular traffic and connected the residential neighborhood • to the village district. The greenway will eventually connect with the next phase of the Chattanooga Riverwalk. Design elements included signing and pavement markings to • designate the greenway,about 1,100 feet of full depth reconstruction,and the reconstruc- alta tion of the St. Elmo Avenue at Ochs Highway intersection which included signal modifica- . tions and sidewalk upgrades. The project was constructed in 2015 and has seen increased 'LAPWING'OG " usage by pedestrians and cyclists since its opening. • 33 .. v of Ytn'n 342ach i Alta PI hr • city-wide Facts - . urban strategy t a ^ t•y fora people-each Prot ject West Palm Beach Public Realm + o .� West Palm B Action Plan ' ' A. yi;, Client The City of West Palm Beach k' �, �� Client contact Christopher Roog 111 •� ' • , r+1.1 11111 .$ . 14" r • ;, ,.,. - croogrdwpb.org i1;l ':'+ `. _ i 15611822-1416 • ytr� i"' - T Gehl Team Matthew Lister,Sofie Kvist. :,!a ��� 'i� . ,� • a: Julia De Martini Day.Adriana Akers,Tyler i'"4.A' - (IN' ' Jones \/"r . Year 2016-ongoing \/, Y. t1 � r F West Palm Beach is changing and fast! -. _/..iiii!if 4 III Ill Vil 1111 II 10 0 1 IrT *11 - --s With over$1 billion in development projects :.....7,-.. �..o - - s downtown and$100M imp ovemenedicated to t ublic,there is West Palm Beach Public a unique opportunity Realm Action Plan to ensure that these investments in the public realm are strategic and .Palm Beach is changing guiding principles for embracing beneficial to all of West and the public realm is seeing public life in West Palm Beach. Palm Beach. investments through new The principles include prioritizing developments,public transit comfortable connections, improvements,public art,bike and embracing and dignifying human parks masterplans and more.The scale mobility,polishing existing i, City asked Gehl to craft a Public public space gems,ensuring that all Realm Action Plan to ensure neighborhoods have access to high •. , \ `` that improvements will foster a quality public spaces,and leveraging ` = connected,comfortable and inviting the incredible opportunity of the ' public realm. West Palm Beach public waterfront. e Gehl began with Favorite Places To make these principles a reality,it s r workshops and stakeholder is important to always lean toward • - I. .. interviews to gather an action,emphasize progress and test 'i [ . understanding of what people love ideas.To this end,Gehl presented about West Palm Beach and insight several pilot project options to the e into some of the current challenges. City.Pilot designs will be selected, .2--.......... , These insights,combined with implemented and evaluated in -W - — planned developments,set the 2017/18.These pilots will be foundation for a broader Public the first steps in making people ' . ..1► Space and Public Life Survey in first design and implementation "'� Fall and Winter of 2016-2017. Our business as usual in West Palm One proposed pilot creates a strong survey illuminated both impressive Beach.Furthermore,they will help connection between the Sunset potential and significant challenges the City to prioritize and guide neighborhood to CityPlace through for West Palm Beach. the investment of$100 million in several design moves including redesigning key intersections,traffic public financing for public realm calming measures,active wayfinding and Drawing on key findings and improvements over the next ten artistic lighting,adding a trolley stop and input from the community,Gehl years. programming vacant lots. formulated a strategic vision,with GehlGehl Projects in the United States 34 ■••■■ ■•■•■ CITYFI URBAN MOBILITY IN A DIGITAL AGE PLAN + IMPLEMENT, LOS ANGELES, CA The transportation technology strategy, Urban Mobility in a Digital Age, defines a scalable roadmap for integrating shared mobility, technology-enabled transportation experiences, Urban and automated vehicles into department planning and operations to maximize the bene- MOBILITY fits to public safety, sustainability and roadway efficiency across the Los Angeles region. in a Digital Age Building on the existing innovative work of the department,the strategy defines public policy recommendations ranging from topics such as data sharing and land use:an action plan for next steps to transform the department into a 21st Century mobility manager;and,outlines a series of pilot initiatives to undertake to demonstrate and test advanced technologies- from smart city sensors to smartphones. from bikeshare to automated vehicles. CityFi has recently been engaged to support the implementation of the first phase recommendations in collabo- ration with Fehr& Peers. We will be supporting partnership development, the creation of a data sharing policy and template agreement, defining of a metric for measuring transportation happiness (user experience), and supporting overall implementation activities. Client: City of Los Angeles Department of Transportation (LADOT) I Dates: 2015- Ongoing Key Contact Details: Seleta Reynolds, General Manager, Department of Transportation, City of Los Angeles, seleta.reynolds@lacity.org;213.972.8480 GEAR UP: RAPID GOAL SETTING FOR A 21ST CENTURY NASHVILLE, TN The goal of this project was to provide a set of actionable,short-term,specific ideas to move GEAR UP Nashville forward by the year 2020, while thinking about the latest technologies, business 202© models and government innovations in formulating this goal-oriented, milestone-driven set of actions. GEAR UP 2020 is a set of actions that can help to fulfill related plans laid out in the expansive and comprehensive NashvilleNext, Middle Tennessee Connected, Moving Tennessee Forward. Nmotion2015 and other long term planning efforts already undertaken. Nashville Next is a world class multi-disciplinary plan with well thought-out implementation. Gear-Up 2020 supports the actions and in•some cases provides more detail. reinforces the importance of an action,or suggests an important interim step and responsible party to get there. Client: City of Nashville and Urban Land Institute(ULI) Nashville I Date: 2016 Key Contact Details: Rose Faeges-Easton, Director, Urban Land Institute, Nashville. 1809 Cedar Lane, Nashville, TN 37212, rose.faeges-easton@uli.org,615-497-2603 35 Connetics Transportation �.,;• Group 7�,1 ��11. ce� -- _ �a - ia ::,,,,..,:,..-7,-, -, 41 i tit: -- r, - OAKLAND PARK BOULEVARD ALTERNATIVES ANALYSIS, BROWARD COUNTY, FL The Florida Department of Transportation (FDOT) initiated the Oakland Park Client:Florida Department of Boulevard Alternatives Analysis to identify transit improvements that would Transportation District 4 continue providing high quality transit service in one of the more heavily Reference: Khalilah Ffrench, utilized corridors in Broward County.The corridor has been proposed for High- Project Manager, Florida Capacity Transit in the adopted 2035 Long Range Transportation Plan and • Department of Transportation is one of the highest transit ridership corridors in the County (approximately District 4, (954)677-7898. 9,000 riders per weekday).The corridor stretches 13.6 miles from east to west, Khalilah.Ffrench@dot.state. serving several multi-family developments and moderate density commercial flus developments, providing east-west connectivity to several north-south high use transit routes including limited stop services. Dates: March 2012-February 2014 The Alternatives Analysis followed a traditional FTA approach through the devel- opment of No Build, Baseline/TSM and Build alternatives.The study completed its Purpose and Need Statement: Travel Market Analysis: and Socioeconomic, Land Use and Redevelopment Analysis. Study alternatives included No Build, Enhanced Bus. Enhanced Bus in Business Access and Transit (BAT) Lane, and BRT and Streetcar both curb-side and median running. CTG has completed a review of the existing service and route performance in the corridor, assisted in the development of Tier 1 alternatives, and analyzed operational impacts associated with the implementation of mobility hubs along the corridor alignment. CTG assisted in detailed development and analysis on Tier 2 alternatives, including operating plans, travel time estimates and oper- ating and maintenance cost estimation methodology and results. Finally, CTG assisted in the development of Tier 3 and final screen alternatives as well as coordinate with travel demand modeling and alternatives performance evalua- tion.The study concluded with a Locally Preferred Alternative(LPA)consisting of limited stop Enhanced Bus in Business Access and Transit (BAT) Lane with transit signal priority(TSP)treatments,queue jumps and bus islands(illustrated below). The limited stop Enhanced Bus service would operate all day service at 15-minute frequencies with local bus service continuing to operate all day 15-minute service frequencies. 36 f ,• 1 ,y •, - - • ,,A FTE 4! r . „ �$ 'dO1S , ' u at.N. ,w ) 4. A4 !Pr- imuitsiam I"`Y sf INIIIIIIII S.Ai Sin[ET wp 'N „. s '®,� siGPS - • :A , ' �—,-1�. STOP t 4( — ~ II . � MOM C/MCOIATfON AMO O'If.\'/J.\TNI;l;T iiiigmi COMCEnON AIiEAMAfNES MO, • Po.AVET Y.tm xirwnr /SNI le./2./I t'!7-REI T . +.awe nArn PINE TREE DRIVE AND 42ND STREET TRAFFIC CIRCULATION STUDY, MIAMI BEACH, FL FTE provided services for this traffic circulation study for the conversion of Client: City of Miami Beach • 42nd Street from one-way traffic to two-way traffic between Prairie Avenue to Reference:Josiel Ferrer Pine Tree Drive.Conceptual design alternatives were prepared with bike lanes, Diaz, El,Transportation pedestrian crosswalks, on-street parking, and signing & markings. FTE met Manager.(305)673-7514, with neighborhood stakeholders. JOSIELFERRER@miami- beachfl.gov Dates: 2014 SUNSET ISLAND IV TRAFFIC CIRCULATION STUDY, MIAMI BEACH, FL FTE provided services for this traffic circulation study to evaluate the feasibility Client:City of Miami Beach ' and operation of one-way traffic circulation on Sunset Island IV.FTE prepared a Reference: Mina Samadi, one-way traffic circulation feasibility study on Sunset Island IV evaluating a stop PE, LEED AP, Senior Capital ' control vs.a roundabout intersection. Project Coordinator,(305) 673-7071, MinaSamadi@ miamibeachfl.gov Dates:2015-2016 TRAFFIC PEER REVIEW SERVICES, MIAMI BEACH, FL FTE is providing traffic peer review services on an as needed basis. FTE is Client:City of Miami Beach conducting peer reviews of traffic impact studies for various land uses and Reference: Josiel Ferrer- development applications. FTE represents the City in coordinating with the Diaz, El. Transportation applicants' project team, provides review comments and input to the City in Manager, (305)673-7514, resolving transportation issues,and attends Planning Board meetings. JOSIELFERRER@miami beachfl.gov Dates: 2014-ongoing 37 2.2 Qualifications of Proposer Team Alta has an integrated and interdisciplinary practice Collectively, our team's organization provides Miami of planners, engineers and landscape architects. Our Beach access to global leadership to provide creative staff and our teams collaborate across disciplines to and innovative solutions to complex local mobility provide holistic solutions for multimodal networks, projects. placemaking,and livability. Supporting our team are national experts that strengthen the team in the areas of traffic engineering, transit operations and planning,urban design,strategic planning, and mobility technology. Our team partners broaden the global reach of the team's knowledge base and strength depth of our team's technical capacity. ORGANIZATIONAL CHART CITY OF MIAMI BEACH 1 ALTA PLANNING + DESIGN LEADERSHIP+PROJECT MANAGEMENT Wade Walker.PE,Hon.ASLA I Principal-in-Charge Brad Davis.AICP,CNU-A I Project Manager —"� INNOVATION AND PROJECT DELIVERY TEAM FIRM KEY STAFF PRIMARY PROJECT SERVICES Alta Planning+Design George Hudson,PLA Senior Landscape Architecture Advisor John Cock Senior Planning Advisor Jessica Roberts Senior Programs Advisor Paula Flores,FITE Senior Traffic Engineering Advisor Mike Repsch,PE Senior Engineering Advisor • Rory Renfro Transit Specialist John Catoe,PE,LEED AP Project Engineer Britt Storck,ASLA,PLA,CPD Project Landscape Architect Brian Ruscher Project Planner Lisa Nisenson New Mobility Advisor Cat Cheng Graphic Designer Gehl Matthew Lister Urban Design Lead • FTE Oliver Rodrigues.PE.PTOE Traffic Engineering Lead CTG Tim Crobons Transit Operations Lead Cityfi Gabe Klein Municipal Innovation+Project Delivery Ashley Hand Municipal Innovation+Project Delivery 38 2.2.1 COMPREHENSIVE TEAM SUMMARY The Alta team has unparalled experience in active » Mike Repsch, PE, Alta - Mike's 16 years of expe- transportation and multimodal planning, design. rience include aspects of transportation plan- engineering, and programs in communities and ping and design for a variety of clients. Mike regions of all scales.Our team is at the forefront of the leads Alta's East Coast design studio based in industry when it comes to transportation innovation our Durham,NC office.He has served as the lead and implementation. Alta is at the forefront with our engineer for our most innovative greenway and clients on a daily basis, implementing the "first-of-its- Complete Streets projects. kind" bike share system, Complete Street. protected » Lisa Nisenson, Alta - Lisa's specialty is helping bikeway,or parklet.Being new to a place does not mean cities adopt design innovation in ways that we are new to the same transportation challenges deliver multiple benefits. While at the United shared by cities across the country and globally. States Environmental Protection Agency, she Our team leadership includes Wade Walker as Principal- was an early leader in transit-oriented develop- in-Charge and Brad Davis as Project Manager. Wade ment,green infrastructure and designs for neigh- began his career in Central Florida and has been at the borhood-friendly redevelopment. Currently, she cutting edge of the livable transportation movement is helping communities harness smart city and for the past 25 years. Brad Davis is a native of South civic technology to create active, sustainable Florida and returns to the area after managing Alta's community design. Atlanta office for the past four years. During his time » Jessica Roberts, Alta - Jessica is a leader in in Atlanta, Brad's leadership included management the Active Transportation and TDM fields. She of Atlanta's most innovative transportation initiatives directs award-winning programs and projects including Cycle Atlanta Phase 1.0 Study and the that help people drive less often, and use active Atlanta-Decatur Bike Share Feasibility Study. He and shared modes more often.Her work has won successfully managed Alta's Florida practice for the the respect of her peers and her clients, leading past four years and has returned home as an industry to her being named 2015 Professional of the Year leader in sustainable transport policy, design. and by the Association of Pedestrian and Bicycle implementation. Professionals. The team is supported by team members that have » Gabe Klein, CitiFi - Gabe is the former worked in the public and private sectors to deliver Commissioner of the Chicago and Washington, innovative solutions to 21st Century mobility needs. DC Departments of Transportation. In both » George Hudson, PLA, Alta - George is a cities, he revamped technology platforms and Professional Landscape Architect with 30 years processes while focusing on putting people first. of experience, and is one of the leading trail and » Matthew Lister, Gehl - Matthew is a creative bikeway designers in the United States.His expe- urban placemaker,real estate development strat- rience has ranged from major urban waterfront egist,and designer.As Team Lead at Gehl—New esplanades to earthen hiking and ski trails in York, he focuses on the intersection of real estate national forests. strategy and the design and activation of great » John Cock,Alta-John manages Alta's Southeast public spaces. planning practice, as well as Alta's national data » Tim Crobons,CTG-Tim has 31 years of transpor- analytics group and health and equity group. tation planning experience and manages CTG's For the past two decades. John has focused on Orlando office and Florida practice. the integration of planning and design to create » Oliver Rodrizues, FTE - Oliver has 26 years of active communities. experience in the area of transportation planning » Paula Flores, FITE, Alta - As the International and traffic engineering. He has been providing Immediate Past President for the Institute of services to the City of Miami Beach since 2012 Transportation Engineers (ITE). Paula has led an and is familiar with the City's roadway network, industry shift to focus on sustainable urban trans- demographics,and culture. portation and sustainable cities. Throughout her Combined, we have the ability to deliver the full range 30 year career,she has focused on the integration of services needed for this contract. The following of planning and engineering to develop creative pages highlight our project experience and our ability solutions for complex transportation projects. to deliver high quality projects on-time and on-budget. 39 7f.'v'!:)mi 3)1,;'^ . Alta Planning , Design RESUMES G. Wade Walker, PE, Hon. ASLA alta Principal-In-Charge . ENGI- Wade's focus for the past 20 years has been on livable transportation and context . / sensitive solutions, focusing on rebalancing transportation systems to support the MINIP urban or rural contexts in which they occur. He is a recognized expert in Complete Streets, walkability and Smart Growth, and often speaks at national conferences _ihr . on balanced multimodal solutions. Much of his work is done in a multi-disciplinary charrette setting, working collaboratively with architects, planners, landscape EDUCATION architects, urban designers, and stakeholders to create great communities through MS, Transportation a community-driven process. Systems, University of Central Florida, 1994 RELEVANT EXPERIENCE BS,Civil Engineering, OKEECHOBEE BOULEVARD CORRIDOR CHARRETTE, WEST PALM University of Arkansas, BEACH, FL 1991 Wade was part of a multi-disciplinary team comprised of transportation engineers, planners and landscape architects that undertook a four-day exercise to re-envi- ' sion how Okeechobee Boulevard could be improved for all transportation system PROFESSIONAL users. The study area was approximately two-miles long ranging from Interstate-95 HIGHLIGHTS to Downtown West Palm Beach. Wade was part of the bicycle and pedestrian Alta Planning + Design, network team that envisioned and tested options for two-to-one way conversions 2013- on adjoining streets, improving the corridors active transportation facilities, and Fuss&O'Neill, providing off street recreational paths. The focus of his work was to provide cross 2009-2013 sections for improvements using international best practices from around the world. Wade was also responsible for pre-planning public input activities and developing all Kubilins Transportation of the materials associated with the kickoff of the meeting. Group, 2005-2009 JACKSONVILLE TRANSPORTATION AUTHORITY COMPLETE STREETS ' Glatting Jackson STUDY, FL Kercher Anglin Lopez Alta is part of a consultant team working with the Jacksonville Transportation Rinehart.1993-2005 Authority to make walking and bicycling to transit stops safer and more convenient. During three multi-day charrettes, the Alta team is conducting fieldwork, facilitating PROFESSIONAL meetings with stakeholders and the public, and developing design concepts for REGISTRATIONS new pedestrian crossing treatments, bikeway facilities, roadway network circula- Profe55ional Engineer: tion enhancements, and redevelopment opportunities. Wade is serving as Project FL(#51535). NC Manager on this effort. (#035533). MS(#20621), ADDITIONAL RELEVANT EXPERIENCE: TN (#00115128), SC • Daytona Beach Urban Trail Design » Augusta Streetscape (#30539) Services Contract, FL Improvements. Greenville, SC » Design/CDs for Protected Bike » AlA Scenic and Historic Coastal ' Lanes, Chattanooga, TN Byway. St.Johns County. FL » Sweetheart Trail Visioning » Downtown Master Plan for Flagler Workshop, FL Beach, Flagler Beach, FL' ' » 3rd and 4th Street Improvements. » Pensacola Downtown Waterfront Chattanooga, TN Master Plan, Pensacola. FL' » Sarasota Town Center Master Plan. » SR 7/US 441 Corridor Master Plan. FL Broward County, FL* :1'orn,olei dC', COJoy)rnJ/-yR.J 40 Brad Davis, AICP, CNU-A alta_ , Project Manager �`� Brad's leadership as a project manager has benefited from his planning experience in the public and private sectors, having worked at the regional level for the Atlanta / Regional Commission and at the local level with the City of Atlanta Department of Planning. Now one of Alta's experts in navigating the challenges of bicycle and pedestrian policy and planning, Brad has worked with a variety of municipal clients to address community needs related to project prioritization and funding, network EDUCATION design,mode choice,economic benefits of active transportation investments,health and safety analysis, infrastructure design. and stakeholder coordination. Brad has MCRP, Georgia Institute focused on synthesizing diverse opinions and interests.along with complex informa- of Technology,2008 tion,into collective visions and action plans for implementation.With all of this work. BA, Sociology,University Brad is committed to building healthier communities through better policy, design, of Florida,2005 and implementation.Brad is a native South Floridian who manages Alta's West Palm Beach office. PROFESSIONAL RELEVANT EXPERIENCE HIGHLIGHTS MOBILITY PLAN, WEST PALM BEACH, FL Alta Planning + Design, As a project manager, Brad is leading a multi-disciplinary team to develop a stra- 2013- tegic vision for mobility in the city.The project's focus is on moving people,not cars, Robert and Company, and aligning the City's transportation investments with its larger goals related to Senior Planner,2011-2013 economic development, quality of life, safety, and public health. Specific elements Personal Consulting, of the project will include the creation of a comprehensive transportation plan and Owner,2011-2012 parking study for Downtown West Palm Beach, a corridor study for Okeechobee Boulevard, a robust public engagement initiative, and development of a Mobility AMEC, Project Planner, Fee to fund identified projects. 2008-2011 ATLANTA REGIONAL COMMISSION WALK.BIKE.THRIVE!, GA As project manager, Brad guided the development of a regional vision for walking and biking for the Atlanta metro area. Topics of focus included safety, mobility and economic competitiveness. The outcome of the planning effort was a policy docu- ment that guided regional decision making about federal funding for pedestrian, bicycle,trail and transit access projects as well as local guidance for project delivery and decision-making for infrastructure improvements and programs that can make walking and biking a regular,safe,convenient,and fun part of daily life in the region. CYCLE ATLANTA: PHASE 1.0, GA Alta, in partnership with the City of Atlanta and key local stakeholders, developed a network of high quality bicycle facilities along five key corridors in the heart of Atlanta. The proposed facilities were developed based on guidance from the NACTO Urban Bikeway Design Guide and then calibrated to local context and policy. The goal of the project is to provide a complete network of low-stress routes that connect important destinations and activity centers in Atlanta. ADDITIONAL RELEVANT PROJECTS: Broward MPO Complete Streets Master Plan Update, FL » Lee County MPO TIGER V Grant Application & Map-21 Project Prioritization Study, FL » Cape Coral Master Bicycle and Pedestrian Master Plan.FL » Atlanta Regional Commission Sweet Auburn Tactical Urbanism Project, GA 41 George Hudson, PLA alta rag 414, Senior Landscape Architecture Advisor ENGINEERING George is a Professional Landscape Architect with 30 years of experience, and is • one of the leading trail and bikeway designers in the United States. He has worked exclusively on alternative transportation projects for the past eighteen years.He has acquired rights-of-ways, master planned over 300 miles of alternative transporta- tion routes. secured in excess of$10 million dollars for development projects. facili- tated the public process on hundreds of projects, addressed endangered species EDUCATION issues in conjunction with development projects,successfully negotiated trail rights with railroads,and overseen$35 million dollars of construction.George has a proven MLA, University of record of successfully working on complex projects requiring a multi-disciplinary Oregon. Eugene.1985 team approach.His experience has ranged from major urban waterfront esplanades BL A, University of to earthen hiking and ski trails in national forests. California, Berkeley,1983 RELEVANT EXPERIENCE PROFESSIONAL FLORIDA SHARED USE, NON-MOTORIZED TRAIL (SUNTRAIL), COAST REGISTRATIONS TO COAST CONNECTOR URBAN-RURAL OVERLAY STUDY Alta was retained by the Tampa Bay Regional Planning Council and the East Central Professional Landscape Florida Regional Planning Council to answer this question. The work effort focused Architect: NC (#1804), on the Coast to Coast Connector (C2C), a 250-mile-long trail that spans from the OR (#280), TX(#2310), Atlantic Ocean to the Gulf of Mexico and is the top priority SUNTrail in the state. CA(#4455), ID(#16587), The need for the creation of an urban-rural design overlay stemmed from the desire NV (#624), WA(#814) to create a world class. Coast to Coast Connector that takes multiple local trails and links them together to form one statewide significant trail. George served as PROFESSIONAL Principal-in-Charge on this project. HIGHLIGHTS CRESCENT CITY HARBOR WATERFRONT DESIGN, CA Alta Planning + Design, As Principal-in-Charge, George collaborated with a project team for the Crescent 2000- City Harbor District to redesign the harbor to be a welcoming place for visitors.Alta City of Portland, OR, designed a wayfinding and interpretive sign system that will clearly direct visitors Parks& Recreation, to many attractions within the harbor. In addition, Alta completed an alignment 1990-2000 study and conceptual designs to determine where the waterfront promenade and California Coastal Trail (CCT) routes should be located within the harbor district Mayer Reed Landscape property. Architecture, Portland, Oregon,1989-1990 CV LINK, COACHELLA VALLEY, CA George is Principal-in-Charge for the development of the master plan, design, and Tsubio Mamuyac& engineering for the Coachella Valley's"CV Link"80-mile multi-use pathway.The CV Associates, Sacramento, Link will connect nine cities within the Eastern Riverside County region. The team is California,1985-1989 preparing a parkway master plan, a Neighborhood Electric Vehicles (NEV) Plan to meet legislative requirements,and construction documents for segments identified for early action, including wayfinding and signage elements. Alta is now leading design and engineering.The first segment broke ground in late 2016 with additional segments to follow until completion in late 2018. ADDITIONAL RELEVANT EXPERIENCE: » Stafford Basin Multi-Use Trail, Lake » Crescent Beach Trail Concept Plan, Oswego. OR WA » Scouter Mountain Park/Mt. Scott Trail » Eagle Cliff Trail Feasibility Study, WA Loop Master Plan, OR » Maricara Park Trail Design, Portland, » Tonquin Trail Master Plan,Tualatin.OR OR » Coachella Valley Whitewater River • Trail,CA 42 111 General Trari;t„-t,,i ,n .;rn r:;.,nri Trafic Engin:.:ring Consultant Services I Alta Planning+Design John Cock alta Senior Planning Advisor `� PUMPING•OELIGN A .x Over the last two decades, John has worked on urban trail, bicycle, pedestrian, Complete Streets, and urban redevelopment projects with national and local agen- cies. non-profit organizations, and numerous cities across the Southeast. John has I0special expertise in the areas of planning and design for walking and bicycling, land use and transportation integration. Complete Streets design, transit station area planning. bike share planning. project management, and group facilitation. He has EDUCATION participated in planning trails and bikeways in urban, suburban, and small town contexts across the Southeast. Master in City and Regional Planning, RELEVANT EXPERIENCE Rutgers University,1999 BA, Religion, Davidson LEE COUNTY MPO TIGER V COMPLETE STREETS GRANT APPLICATION College,1989 & MAP-21 PROJECT PRIORITIZATION STUDY, FL Alta led a team that developed a winning 2013 TIGER grant application for the Lee County Complete Streets Initiative aimed at closing the gaps in a network of PROFESSIONAL priority on- and off-street walking, bicycling, and transit connections. Based on HIGHLIGHTS the application and 55 letters of support, the MPO was awarded $10.5 million. As Alta Planning+ Design, part of the grant application, Alta prepared a Benefit-Cost Analysis that quantified 2009- the value of transportation, health, and air quality benefits that will result from the TIGER investment. Following the development of the application. Alta studied Associate Planner, current funding mechanisms for bicycle and pedestrian projects and developed The Lawrence Group, recommendations for improving the local funding processes to better access funds. 2005-2009 Alta also made recommendations for updating the criteria used in prioritizing bicycle Principal Planner, and pedestrian projects.John Cock served as Principal-in-Charge for both efforts. Charlotte Mecklenburg CHARLOTTE URBAN STREET DESIGN GUIDELINES' Planning Commission. John was part of the staff team that developed the City of Charlotte's nationally 1999-2005 recognized Complete Street design g g guidelines. The guidelines lay out a Staff Planner, comprehensive methodology for determining appropriate street typologies and Mecklenburg-Union street design elements based on land use and transportation context. The design MPO,1999- 2002 guidelines were the basis for updating the City's land development ordinance and Bicycle/Pedestrian for the development of the NCDOT's Complete Street Design Guidelines. Intern Planner. The RBA CHARLOTTE ARTERIALS CORRIDOR STUDY, NC Group,1998-1999 Alta designers and engineers are working as a part of a team on the City of Coordinator. Parks& Charlotte's Arterial Corridor Study, specifically focusing on the South Boulevard & People Foundations. South Tryon Street corridors. The City of Charlotte is conducting several of these Baltimore, 1995-1997 multimodal planning studies to enhance pedestrian and bicycle travel on portions of arterials (thoroughfares) in Charlotte. The studies are evaluating existing condi- tions, identifying deficiencies, and making recommendations to improve the safety and ease of walking and biking along and across busy streets. John is serving as Principal-in-Charge. ADDITIONAL RELEVANT PROJECTS: » Broward MPO Complete Streets Intiative. FL » City of Sunrise Bicycle. Pedestrian and Trails Master Plan, FL » Inverness Bicycle Master Plan. FL » Cycle Atlanta: Phase 1.0, Atlanta, GA » Jacksonville Complete Streets. FL 'Completed prior to joining Alta. 43 Jessica Roberts ar= Senior Programs Advisor „`� • ` = Jessica is a leader in the Active Transportation and TDM fields. She directs award- a winninghareprograms ore , au and shared odes moreandproften.jects Herthat workhelp has won people thedrespectivelessoftof hernpeersnd se and heractive 11IF clients, leading to her being named 2015 Professional of the Year by the Association of Pedestrian and Bicycle Professionals. Her team specializes in education, promo- tion, and marketing programs, including SmartTrips (individualized marketing) EDUCATION programs, and media campaigns. Jessica has written grant applications that have resulted in over $23 million in grant awards for clients, and is a frequent conference BA, German and speaker and trainer. Spanish. Lewis&Clark College.1999 RELEVANT EXPERIENCE GO PROGRAMS, CHICAGO, IL PROFESSIONAL The Go Programs are marketing campaigns aimed at helping Chicago residents HIGHLIGHTS walk.bike,and use transit more often.Alta is nearing the end of this behavior change APBP 2015 Professional campaign, which has reached 40,000 Chicago households in five neighborhoods. of the Year Award Residents in Bronzeville, Pilsen, Edgewater,Albany Park, and Garfield Park received direct mail,customized resources,community outreach,custom events,and ongoing Alta Planning + Design, communications.The local outreach ambassadors conduct meaningful one-on-one 2006 outreach,plan locally-appropriate events,and serve as the face of the program.The Association of guided walks, bike rides, and transit events celebrate the best of each community Pedestrian and Bicycle and its transportation options. Highlights have included women's wellness walks. Professionals (APBP) the "Loop and Purl"crafting transit ride in Chicago's Loop,a glow-in-the-dark"Star Board,2016 - Party" bike ride with a local astronomer, a community walk to play bilingual Loteria Keynote speaker, Ohio bingo,and a world-flag-themed ride. Jessica is the Principal-in-Charge. Bicycle/Pedestrian DRIVE LESS SAVE MORE INDIVIDUALIZED MARKETING PROGRAMS, OR Summit.2014 In collaboration with the Oregon Department of Transportation and local partners. Instructor, Making Alta led individualized marketing programs in five Oregon communities in two years. Cycling Irresistible:The In 2014,Alta implemented a program in SouthTown,an overlooked neighborhood in Role of Encouragement, the City of Corvallis, and a women and families program in Cedar HMIs, a suburban Initiative for Bicycle and community in the Portland metro area. Alta also led a campus-wide program at Instructor. Integrating Southern Oregon University, reaching over 6,000 students. In 2015. Alta designed Bicycles with and carried out a city-wide program in Astoria and a neighborhood-based program StreetcarWebinar, in Salem. Overall these programs have reached over 23,000 individuals, reducing Association of drive-alone trips across the state. Jessica is the Principal-in-Charge. Pedestrian and Bicycle SANTA ANA TRAVEL SAFE, SHARE THE SPACE BICYCLE SAFETY Professionals(APBP), CAMPAIGN, CA 2011 Alta was selected by the City of Santa Ana to develop a multi-faceted bicycle safety Instructor. Innovative marketing and education campaign in this largely Latino Orange County commu- Public Engagement for nity. The final marketing campaign message asked residents and visitors to "Travel Bicycle and Pedestrian Safe, Share the Space" (in both English and Spanish). The message was distributed Planning, Initiative for via bus stop shelters at 12 locations, banners on 36 street light poles, 500 printed Bicycle and Pedestrian brochures, and a new page hosted on the City's official website. The project team Innovation (IBPI) also conducted in-school traffic safety assemblies at 19 local elementary schools, at Portland State led four citywide bicycle safety rodeos,and gave away 1,000 free bicycle helmets to University, 2011 Santa Ana youth.Jessica was the Principal-in-Charge. 50 Corridor Bicycle- Friendly Communities Speaking Tour,2015 44 - - ._ . as P1-,nni,ig Design Paula Flores, FITE alta Traffic Engineering Advisor `� PLANNING•OE"" .• N* Paula has spent the last decade focusing on urban planning efforts to make for 41, stronger economically sustainable cities with over 30 years of experience in trans- portation planning.parking operations,travel demand management,pedestrian and bicycle facilities and traffic safety. Paula has extensive experience managing and directing a variety of transportation planning projects that required the prepara- tion of environmental impact statements. project scoping reports, comprehensive EDUCATION master plans, strategic plans. feasibility and traffic studies. Paula currently serves as the International Immediate Past President for the Institute of Transportation AAS,Mechanical Engineers (ITE). Engineering. Rochester Institute of Technology, RELEVANT EXPERIENCE 1984 WEST PALM BEACH MOBILITY PLAN, FL Alta was selected by the city of West Palm Beach to provide a collaborative and PROFESSIONAL innovative approach to transportation planning, design, and implementation to HIGHLIGHTS meet the City's 21st century mobility needs. Paula is serving as the Principal-in- Alta Planning + Design. Charge for this project. 2017- TAMPA WATERFRONT DISTRICT MASTER PLAN, FL' International Paula led the mobility/accessibility portion of the master plan for a 40 acre water • - President.Institute front district in the heart of downtown Tampa. Working with national urban plan- of Transportation ners, the plan calls for transforming a vacant district (surface parking lots) to an Engineers, 2011-2017 intense urban neighborhood that is walkable and livable. Significant efforts priori- Stantec Consulting,1991- tized pedestrian, bicycle and transit users through the district by providing facili- 2005,2008-2016 ties and amenities including reconstructing the street grid system, narrowing wide streets, reducing the speed with traffic calming elements such as adding on-street Associate Director parking, parks, trail and bike facilities between the various land uses. of Parking and Transportation Services, ERIE CANALWAY TRAIL, FAIRPORT, NY' Rochester Institute of Paula was involved in preliminary design for 8 miles of the existing Canalway Trail Technology,2005-2008 between the Villages of Pittsford and Fairport. This is one of the most heavily trav- eled segments of the Canalway Trail which is the focal point of many festivals, Traffic Engineering concerts and community events. The importance of this segment is enhanced Specialist, Bergmann by the interconnection of several trails and parks as well as continued public and Associates,1985-1991 private development. The project included rehabilitation of the trail through safety enhancements, a new surface and upgrading the trail to current design standards including a minimum 10 foot wide trail, realignment to meet minimum lateral clear- ances. safety rail upgrades, and establishment of an on-street segment within the Village of Fairport. VILLAGE OF ARCADE MAIN STREET STUDY, NY' Paula lead the development of main street study to develop feasible sustainable transportation planning and design concepts that will improve circulation, access and parking in the Village of Arcade.This study evaluated options to provide compre- hensive multimodal circulation such as improving pedestrian access, linking bicycle routes to destinations such as schools, parks, community civic centers and tourist attractions. New trails, wider sidewalks, visible pedestrian crossings. streetscape improvements,wayfinding and safety enhancements were recommended. `Completed prior to joining Alta 45 Mike Repsch, PE alta • • Senior Engineering Advisor `/ MANNING•DESIGN • Mike has served as project engineer on a variety of challenging transportation proj- ects throughout the East Coast. Mike's 16 years of experience include aspects of • transportation planning and design for a variety of private, local municipality, and State Department of Transportation clients. He spearheaded multi-disciplinary transportation projects from inception through design and development.He focuses on projects that include roadway and streetscape designs, bikeway and pedestrian EDUCATION facility and site design, highway and multimodal corridor studies, area-wide traffic circulation studies, roadway feasibility analyses, access planning for pedestrians. ME, Environmental bicyclists, and people with disabilities,and transportation system improvements. Engineering, University of Hartford, 2001 RELEVANT EXPERIENCE BS,Civil Engineering, University of Hartford, MOBILITY PLAN, WEST PALM BEACH, FL 2000 Alta is leading a multi-disciplinary team to develop a strategic vision for mobility in the city. The project's focus is on moving people, not cars, and aligning the City's PROFESSIONAL transportation investments with its larger goals related to economic development. HIGHLIGHTS quality of life, safety, and public health. Specific elements of the project will Alta Planning + Design, include the creation of a comprehensive transportation plan and parking study for 2013- Downtown West Palm Beach, a corridor study for Okeechobee Boulevard,a robust Fuss&O'Neill, Inc., public engagement initiative, and development of a Mobility Fee to fund identified 2008-2013 projects. BSC Group, Inc., DESIGN AND CONSTRUCTION DOCUMENTS FOR PROTECTED BIKE 2001-2008 LANES, CHATTANOOGA, TN Both Project Manager and Project Engineer, Mike is designing over eight miles of Fuss& O'Neill, protected bike lanes in Chattanooga, including a traffic study of 37 signalized inter- 2000-2001 sections,as well as the redesign of those traffic signals to provide bicycle signals and required modifications due to the proposed separated bike lanes. Alta also devel- PROFESSIONAL oping construction documents for the Virginia Avenue Neighborhood Greenway, REGISTRATIONS and concepts for shared streets on both St.Elmo Avenue and Broad Street.Alta has Professional Engineer: been responsible for facilitating community meetings and stakeholder sessions as GA (#039011); part of the project. FL(#79870); NC (#33609); CT (#25098); 3RD &4TH STREET CORRIDOR STUDY, CHATTANOOGA, TN DE (#20331); IL Mike servied as Project Engineer for bicycle and pedestrian recommendations along (#062066470); MD the 3rd and 4th Street corridor. The study provided recommendations for improve- (#47150); MA(#51298); ments along 3rd and 4th Street from Lindsay Street to Hampton Street. The study PA(#PE084236); also included evaluating interchange modifications at the 3rd Street/4thStreet/ SC(#31691);VA Mabel Street/Riverfront Parkway, conversion of Houston and Lindsay Streets from (#0402053544) one-way to two-way. improved transit stops and connections, multimodal connec- tions between UTC. the Riverfront, Riverwalk. CSAS,and Erlanger Hospital,and the extension of Palmetto Street.approximately 350 feet north of 3rd Street. ADDITIONAL RELEVANT PROJECTS: » Peachtree Street and Falls Road Buffered Bike Lanes. Rocky Mount, NC » Gorman Street Separated Bike Lane, Raleigh, NC » Raleigh Bicycle Pavement Marking, NC » Acquoni Road Separated Bike Lane, Cherokee, NC » Protected Intersection Design, Salt Lake City, UT » Lindale Road Bike Lanes,Anderson, SC 46 Rory Renfro alta Transit Specialist „`� + f'M 410 ►-- Rory brings over 17 years of project management experience leading bicycle and i pedestrian planning, design, implementation, and operations efforts. His portfolio includes a wide range of projects from small-community active transportation plans to region-wide mobility and accessibility plans. Having worked in both the public and private realms, Rory has an ability to proactively address issues long before they arise, while balancing attention to details and the bigger picture. Rory's recent and EDUCATION current assignments include citywide pedestrian and bicycle plans, trail feasibility studies and master plans,corridor studies,and transit operations plans. MURP, Portland State University,2007 RELEVANT EXPERIENCE BS, Urban and Regional ATLANTA REGIONAL BIKE-TO-RIDE INFRASTRUCTURE: IMPROVING Planning,Arizona State ACTIVE TRANSPORTATION CONNECTIONS TO TRANSIT, GA University,2001 Alta is leading this project, which is focused on developing infrastructure concepts that makes bicycling to regional transit stops safer and more convenient. Alta PROFESSIONAL used a transit stop typology approach based on land use and roadway context, REGISTRATIONS transit service type, and demographics to select case a group of case study sites American Planning representing a broad range of conditions. This team then developed bicycle access Association and parking recommendations for each case study site based on geospatial analysis and field audits.Bikeway corridor projects and bike parking recommendations will be American Institute of compiled into a Bike to Transit Idea Book that will provide inspiration and technical Certified Planners information for local implementing agencies throughout the Atlanta Region. A American Trails second part of the project documents best practices and recommendations for the funding,operations,and marketing of long term secure bike parking at transit stops. Rory is Senior Planning Associate. PROFESSIONAL HIGHLIGHTS TRIMET LINE 4 SUMMARY REPORT, PORTLAND, OR As part its endeavor to provide safe and dependable transit service to the Portland Alta Planning + Design, region.TriMet embarked on an effort to enhance service reliability on Line 4 Division/ 2005-2013: 2015 present Fessenden. one of the agency's most heavily used bus lines. Rory led the analysis Senior Operations and production of a report summarizing the process leading up to several opera- Specialist, TriMet. tional and infrastructure enhancements implemented in 2015, and a "before/after" 2013-2015 on-time performance comparison. Transportation Planner. PORTLAND TACOMA STATION AREA PLAN, OR Parametrix,2001-2005 In preparation for the Portland-to-Milwaukie Light Rail Project,Alta(as part of a larger Transportation Planner, team)developed a land use and transportation plan for the Tacoma Street/Johnson Arizona Department Creek Station.Situated on a state highway(OR 99E), the planning and design effort of Transportation, required extensive coordination with ODOT, Clackamas and Multnomah Counties, 2000-2001 the Cities of Milwaukie and Portland,and TriMet.Much of the project included estab- lishing seamless transit links with existing and future on-street bikeways and side- walks,the Springwater Corridor Trail,and new/re-located bus stops. Rory served as Project Manager on this effort. ADDITIONAL RELEVANT PROJECTS: » TriMet Bus and Rail Schedule Reliability Projects, Portland,OR' » TriMet Transit Operations Policies and Procedures, Portland, OR' » TriMet Operations Division Communication Plan, Portland,OR' 'Completed prior to joining Alta. 47 John Catoe, PE, LEED AP alta Project Engineer `a John has over 12 years of experience working in engineering. His roles have included designer, professional engineer, and project manager. Past projects include green- ways, streetscapes, park and recreation capital projects, campus work, and site/ �1111 : *, facility engineering.John brings an emphasis to construction cost,field implementa- tion,and interdisciplinary coordination to his design work. r. RELEVANT EXPERIENCE EDUCATION PROJECT INDEPENDENCE, MARTINSBURG, WV' BS. Civil Engineering, Project Independence is a 450-acre facility for Procter and Gamble that will house Georgia Institute of Technology.2005 their largest manufacturing plant. Intense coordination of roadway alignment. elevation, storm water conveyance. and easement agreements with West Virginia BS, Mathematics, Department of Highways help to ensure that the plant and roadway system work in Presbyterian College, concert. A Traffic Impact Study performed as part of this project advocates the use 2002 of roundabouts for future highway/roadway design around the site to account for the j anticipated growth. John acted as the lead civil engineer for this project, managing PROFESSIONAL the engineering aspects of the due diligence required for the land acquisition, the HIGHLIGHTS civil design,and agency coordination for the site work.John also managed other civil, geotechnical,and transportation sub-consultants on this effort. Alta Planning + Design, 2017- RHETT STREET STREETSCAPE, GREENVILLE, SC' Working with the City of Greenville. John provided the engineering for the redevel- ' Design Engineer, Fluor opment of+/-1,700 linear feet along the Rhett Street roadway. Rhett Street Parallels Corporation, 2011-2017 Main Street on the south end and acts as a gateway to the city for traffic traveling Seamon.Whiteside. south. The project called for significant pedestrian improvements and innovative and Associates, Inc., approaches to stormwater through the use of bioswales. John provided project 2008-2011 management and engineering for the project including preliminary design, permit- Kimley-Horn and ting,agency coordination with the City,and construction document production. Associates, Inc., SWAMP RABBIT TRAIL GREENWAY, GREENVILLE, SC* 2005-2008 The Greenville Health System Swamp Rabbit Trail is a 19.5 mile regional rail-to-trail. traversing from Travelers Rest through Falls Park in Downtown Greenville to Lake Conestee. With over 400.000 users per year, the Swamp Rabbit Trail has revitalized PROFESSIONAL downtown development,resulting in a 40%increase in economic development activi- REGISTRATIONS ties.John provided engineering for the project from construction document produc- LEED Accredited tion, permitting,and construction support. Professional DOWNTOWN BUSINESS STREETSCAPE MASTER PLAN, CLEMSON, SC' Professional Engineer: The Downtown Business Streetscape is a continuation of the original streetscape SC(#27755); WVdesigned and implemented during the 1970's. With a budget of $1.14 million gener- (#020976); IA(#21187): ated through tax increment financing districts. the Downtown Streetscape Project AL(#33675); UT is intended to expand the economic boundaries of Downtown Clemson. generating (#8956098-2202); GA a linkage of charms (side streets) along the bracelet (College Avenue). The project. (#PE042019) broken into three zones(Zone 1:North Clemson Ave/Keith Street:Zone 2:Keith Street/ National Council Hwy 123);Zone 3:Calhoun District),will be completed over three years with construc- of Examiners for tion occurring during summer months to decrease impacts to students at neigh- Engineering and boring Clemson University. Project improvements include pedestrian scale lighting, Surveying (#48334) recycling refuge stations. wayfinding signage. utility coordination, landscape and hardscape. John provided support during conceptual engineering, provided engi- neering for the production of the construction documents,and provide construction administration. 'Completed prior to joining Alta , 48 Britt Storck, ASLA, PLA, CPD alta Project Landscape Architect LIMING♦DESIGN ° f -a Britt is a professional landscape architect with a background in natural resource- . `�* . based recreation projects. greenway and trail design, and active community design ' r ,7 and planning. Britt is Alta's Atlanta office leader.greenway and trail expert,and NICP fi '' CPTED professional. With 12 years in practice, she has managed projects across the 1 nation and cultivated an instinctual understanding of the complexities associated with design of open spaces and public trails in all landscapes. She approaches her EDUCATION work with the belief that each project provides the opportunity for community to activate,transforming its health,stimulating its economy,and boosting overall quality Bachelor of Landscape of life of its people. Architecture.Cum Laude, University of RELEVANT EXPERIENCE Georgia,2005 CEDARTOWN TO CAVE SPRING TRAIL FEASIBILITY STUDY, GA The Northwest GA Regional Planning Commission(NWGRC),Cave Spring Downtown PROFESSIONAL Development, and BikeWalk! Northwest GA, identified a potential trail spur corridor HIGHLIGHTS that would extend from the Silver Comet Trail in Cedartown to Cave Springs,GA.The Alta Planning + Design, corridor is approximately 12 miles in length and will traverse a variety of landscapes 2010- and land use areas. Cave Spring is known for its small town charm and access to Project Manager/ natural resources,and has been mentioned by some trail enthusiasts in the region as Designer.Greenways Georgia's next"trail town"attracting visitors and outdoor enthusiasts alike.Part of the Inc..2007-2010 scope of the study examined ways to optimize economic development and increase visitation should the trail connection be developed. The study examined technical Lappas + Havener, P.A., components of trail development for the trail corridor. Land use, traffic patterns, 2007 safety issues. necessary structures, roadway intersections, access areas, riparian The Office of KOR Inc.. constraints, utilities,permitting limitations,development costs,and public lands were 2006-2007 identified and analyzed for trail feasibility. Britt is serving as Project Manager. Van Atta Associates, SILVER COMET TRAIL ECONOMIC IMPACT ANALYSIS AND PLANNING 2005-2006 STUDY, GA The Northwest Regional Planning Commission worked with neighboring jurisdictions PROFESSIONAL and project stakeholders to objectively recognize the value of the nation's longest REGISTRATIONS and oldest paved rail trail. Britt worked closely with Econsult Solutions to develop a technical study that evaluates the current and potential demand and use of the Professional Silver Comet Trail and its associated economic impacts on a local and regional level. Landscape Architect. Future trail expansion opportunities were identified and include cost-benefit and use Georgia #001754, analysis. The report provided a framework for future trail expansion that builds on North Carolina #1761 the function of the existing facility, attracts tourism and business development. and CLARB Certified, stimulates the local economy. #40871 ALPHARETTA PARK AND TRAIL WAYFINDING SIGNAGE AND TRAIL NICP Crime BRANDING DEVELOPMENT, GA Prevention Through Alta is working with the City of Alpharetta Recreation and Parks Department to develop Environmental Design and update wayfinding sigage for their park and trail system. Britt led the placement (CPTED) Professional planning and concept development for the wayfinding signage family with the help Designation (CPD) of her design team. In addition to the wayfinding plan, Alta also prepared a naming GSWCC Level II system, logo, and branding concept for the city's future and rapidly developing trail Certified Design system,called the Alpha Loop. Professional. #0000079339 49 Brian Ruscher aal Project Planner `NG if. 'Al� , - ENGINEERING T fit Brian has been a steward of trails in Florida as a regional land trails coordinator at the E• i ' OA e4 Office of Greenways and Trails. During his tenure,he has helped manage and imple- ment the Florida Greenways and Trails System Plan and Priority Trails Map, assist • with the development of the SUNTrail program, and lead the leadership council for the Florida Coast to Coast Trail. Brian brings an extensive knowledge of statewide trail policy, particularly in Florida, as well as project management and agency coor- EDUCATION dination leadership to projects. Master of Science in RELEVANT EXPERIENCE Planning, Florida State MOBILITY PLAN, WEST PALM BEACH, FL University, 2013 As a project planner, Brian is a part of a multi-disciplinary team to develop a stra- Bachelor of Science in tegic vision for mobility in the city. The project's focus is on moving people,not cars. International Affairs, and aligning the City's transportation investments with its larger goals related to Florida State University. economic development, quality of life, safety, and public health. Specific elements 2011 of the project will include the creation of a comprehensive transportation plan and parking study for Downtown West Palm Beach, a corridor study for Okeechobee Boulevard,a robust public engagement initiative,and development of a Mobility Fee PROFESSIONAL to fund identified projects. HIGHLIGHTS Alta Planning + Design, FDOT PEDESTRIAN AND BICYCLE STRATEGIC SAFETY PLAN UPDATE, 2016 TALLAHASSEE, FL Working with FDOT Central Office and CUTR,Brian is helping with the development Regional Land Trails of the update to this important safety document. The PBSSP has served as the policy Coordinator, Florida and program guide for bicycle and pedestrian safety initiatives led and supported Office of Greenways and by FDOT over the past five years. The update will guide safety initiatives over the Trails, 2013-2016 next five years, including ongoing policy support, program initiatives such as Alert Research Assistant, Today Alive Tomorrow, and a work program for the FDOT Pedestrian and Bicycle Florida Department of Safety Coalition, District Champions. District Safety Coordinators,State Bicycle and Health Office of Healthy Pedestrian Program Manager, and the Pedestrian and Bicycle Leadership Team. Community Design, SWEETHEART TRAIL VISIONING WORKSHOP, DAYTONA BEACH, FL 2012-2013 In collaboration with local planning partners, Brian managed the Sweetheart Trail Visioning Workshop in early 2016. As Project Manager and lead planner for the PROFESSIONAL workshop, Brian identified clear needs for the City of Daytona Beach to address REGISTRATIONS through policy,design and implementation steps for their trail vision.The workshop included two high intensity collaborative sessions with the public and the Daytona American Planning Beach city staff.The City of Daytona Beach will use the final report of this workshop Association (#304504) to guide future trail developments,assure quality design standards are used against existing trail plans and concepts,and envision next steps for a more active transpor- tation plan in the City. ADDITIONAL RELEVANT EXPERIENCE: » Okeechobee Boulevard Corridor Charrette, West Palm Beach,FL » Tampa Pedestrian and Bicycle Strategic Safety Plan, FL » Bicycle and Pedestrian Master Plan, Plant City, FL » Bicycle Suitability Analysis Map. Broward County MPO, FL » Florida Greenways and Trails System Opportunity Maps Update, FL' » Florida Coast to Coast Trail Managers Survey: Blue Ribbon Committee. FL' 'Completed prior to joining Alta 50 .. . . ,•,,y 1 Design Lisa Nisenson ate= • New Mobility Advisor l`/ SI till Lisa has 20 years of experience in urban design in a variety of roles: civic advocate. v4oilh, 'Ilk policy leader, local planner, and founder of an award-winning tech startup devoted to city design.Her specialty is helping cities adopt design innovation in ways that deliver multiple benefits. While at the United States Environmental Protection Agency, she was an early leader in transit-oriented development, green infrastruc- ture and designs for neighborhood-friendly redevelopment. Currently, she is helping EDUCATION communities harness smart city and civic technology to create active, sustainable community design. Her passion is connecting people seeking ideas and innovation EdM. Education for their city or town with civic innovators and best practices worldwide. Lisa leads Administration, Harvard . Alta's New Mobility Group. Alta's New Mobility Group (NMG) consists of experts University,1988 in transportation, technology, marketing/promotion, urban design, city planning. BS. Biology, Meredith economic analysis,car/bike share systems,transit.public input,roadway design,and College,1984 bicycle/pedestrian planning and design. RELEVANT EXPERIENCE PROFESSIONAL ORGANIZATIONS WHITE PAPER: PREPARING FOR NEW MOBILITY American Planning Communities can harness the benefits of disruptive transportation technology while Association, Smart City limiting risks. Alta's new resource, Preparing for New Mobility: Writing Effective Task Force Resolutions, helps communities prepare for technology such as shared-use mobility, smart city devices, and autonomous technology. Lisa developed and authored this American Planning important resource. Association,Social Media Lead, Sustainable FAST ACTION PLANNING FOR AUTONOMOUS VEHICLES, DC Communities Division Working with the Eno Center for Transportation, Lisa is developing new planning approaches to help communities get ahead of and manage fast-changing,disruptive Congress for the technology in transportation. Her focus is convening strategic stakeholders to create New Urbanism, actionable roadmaps for policy updates. She is co-author of a forthcoming joint Rainwater-in-Context report describing action cities can take now related to policy, planning, safety and funding for emerging driverless technology. GREATERPLACES` GreaterPlaces is a tech startup devoted to city and community design.Like Houzz for interior design, GreaterPlaces aggregates all aspects of urban planning in one online, visual, interactive format. Planetizen named GreaterPlaces a 2016 Top 10 resource. Lisa's team also created a popular Kickstarter card game used by cities to teach urban planning.Lisa is building a mobile app with an augmented reality feature slated for a 2017 release. GAME DESIGN, ARLINGTON COUNTY ECONOMIC DEVELOPMENT* Working with Arlington Arts and Arlington Economic Development, Lisa led game development sessions with the community and held several game nights in conjunction with public outreach events. She also has also led sessions on how to create simple board games to teach the public about transportation planning. ENERGY ECONOMIC ZONE LAND USE PLANNING, SARASOTA COUNTY, FLORIDA` Lisa led innovative land use planning for one of the last remaining large parcels inside Sarasota County's urban growth boundary. The plan incorporated three main areas of innovation to address climate change and resilience: green infrastructure, economic development strategies and multimodal transportation.She worked with a local low-speed vehicle manufacturer to build street and trail infrastructure offering alternatives to auto travel. 'Completed prior to joining Alta 51 Cat Cheng alta ANLGraphic Designer �`� Cat is a graphic designer with fifteen years of experience in print and brand identity. -�- She brings fresh concepts and thoughtful typography to print and web for Alta's 1111100111 marketing programs, and has worked on numerous projects involving strategy, concept development, branding,design, layout,and print production/management. Cat has developed several campaigns and materials for Safe Routes to School programs, map design and production, print and signage for transit agencies, and EDUCATION print and web design for advocacy organizations. Cat has a degree in Architecture MBA. Washington and Visual Communications from Washington University in St. Louis, and her work University, St.Louis. has been featured in Communication Arts Magazine. MO,2003 RELEVANT EXPERIENCE EAST COOPER LAND TRUST TRAIL EIA STUDY, MOUNT PLEASANT, SC PROFESSIONAL Alta completed an economic impact assessment of the planned 82-mile East Cooper HIGHLIGHTS Trail in Charleston County, South Carolina. Commissioned by the East Cooper Land Alta Planning + Design, Trust, the study includes a technical report summarizing the findings of a literature 2013- review on the economic and health impacts of trail networks,analysis of data collected Independent on existing and potential use of trails in Charleston County,and the potential economic Contractor, 2007-2012 and health benefits that could result from the completion of the East Cooper Trail. Cat designed the 32-page promotional summary report describing the estimated Grapheon Design. benefits of the trail to help raise interest, increase awareness,and recruit support for 2007-2012 the construction of the trail network. Just Out LEE COUNTY MPO TIGER V GRANT APPLICATION, FL Newsmagazine. Working with the Lee County metropolitan planning organization. Alta submitted 2005-2007 a grant application for the Lee County Complete Streets Initiative aimed at closing Arts In Transit/Metro, the gaps in a network of priority on- and off-street walking, bicycling, and transit 2003-2005 connections.For this grant application.Cat was responsible for design and conceptual development to completion of the grant layout, and maps and infographics. ATLANTA REGIONAL COMMISSION WALK.BIKE.THRIVE!, GA This effort will develop a regional policy framework capable of delivering high-quality walking and bicycling projects that improve transportation options and enhance quality of life in metro Atlanta. The plan will include an analysis of current travel patterns organized around safety, mobility, and economic competitiveness, and will include a regional trail vision and context-appropriate design strategies. Cat is designing the final three-part report, full of maps and infographics. ADDITIONAL RELEVANT PROJECTS: » Go Programs, Chicago, IL » Drive Less Save More: Milwaukie, Milwaukie,OR » Heads Up Pedestrian Safety Education and Outreach Campaign. Eureka,CA » Smart Trips: Central Austin,TX 'Completed prior to joining Alta 52 0 Matthew J. Lister Director ri Team Lead . Y MS. RED, M. Arch. . 0.• - C V • Qualifications Washington,DC-Kaboom Play Everywhere. Provided technical assistance,coaching and 2007 resources to 50 Play Everywhere Design M.S.Real Estate Development from Challenge winners. Massachusetts Institute of Technology Nashville,Tennessee-Public Realm Action Matthew is a creative urban place 2000 Plan and pilot projects informed by a Public maker, real estate development M.Arcn.I Arcn tecture from University of Space Public Life Survey strategist, and designer. As Miami School of Architecture Akron,Ohio-Downtown Public Realm Team Lead at Gehl — New York, 2000 Action Plan,led by iterative urban he focuses on the intersection M.Arch.II Suburb&Town Design from prototyping projects and a Public Space of real estate strategy and the University of Miami School of Architecture Public Life Survey design and activation of great 1997 Columbia,South Carolina-Public Space public spaces. Often working B.A.Humanities from University of Public Life Action Plan and pilot project Colorado,Boulder concept design for Downtown Columbia at multiple scales with both Somerville,MA-Public Space Public Life private and public clients, he Strategy and pilot projects in Davis Square to works to develop aspirational inform a Public Space Plan for Davis Square yet economically sustainable • Work and implementable solutions. 2015 Matthew also brings an expertise 2013- New York,NY-A neighborhood planning in collaborative engagement Director,lead of Team,Gehl-New York and civic engagement playbook for the Office 2010- of Neighborhood Strategies within NYC's with diverse communities in the Visiting Assistant Professor,Pratt Institute, Housing Preservation and Development urban change and development New York,NY Agency process. Matthew is a Visiting 2008-13 Miami,FL -Frost Museum-Innovation Assistant Professor at Pratt Senior Project Manager.Jonathan Rose Center Visioning Workshops and Roadmap Institute in New York City. Companies.New York,NY Lexington,KY -Public Space Public Life 2003-06 Survey and pilot project concept design Project Manager/Designer,Franck Lohsen Columbus,GA-Mobility and Public Space Contact Matthew: McCrery Architects.Washington DC Plan and strategy for the urban core +1 (212)537 6318 ext.509 2000-03 Red Deer,Canada-Riverlands Masterplan. matthewta ehl eo le.com g p p Designer,Trelles Architects,Miami.FL Public realm assessment and conceptual Lecturer,University of Miami Graduate design School of Architecture Matthew on gehlpeople.com: 2014 www.gehtpeopie.com/people/ New York,NY:Next Generation World Class Streets-public plaza study with the J.Max 1, • Selected projects Bond Center on Design for the Just City Miami,FL,Macon,GA,and Charlotte,NC 2016 -Public space public life strategies with the 1 West Palm Beach,FL-=,:blit Realm Action Knight Foundation Plan for five neighborhoods,informed by a Philadelphia,PA-University City District Public Space Public Life Survey,with pilot -Public Space Public Life Survey and public ' project recommendations realm recommencations Gehl 53 ATF. Oliver Remy Rodrigues, P.E., PTOE Senior Vice President/Senior Transportation Engineer Education Oliver Rodrigues has 26 years of experience in the area of B.S., Civil Engineering, transportation planning and traffic engineering. He has been University, South Florida, providing services to the City of Miami Beach since 2012 and is 1991 familiar with the City's roadway network, demographics, and culture. Oliver has conducted various pedestrian and bicycle Registrations studies, transit studies, and corridor feasibility studies throughout Professional Engineer, FL Florida. He also prepares design plans for minor roadway and No. 50646 sidewalk improvements, signing and pavement markings. Professional Traffic decorative street lighting. and signalization. Operations Engineer No. Relevant Project Experience 1765 Traffic Peer Review Services, City of Miami Beach, Miami Beach, FL (2014—Ongoing): Institute of Transportation Project Manager/QC Reviewer- FTE is providing traffic peer review services on an as needed Engineers, Member basis for the City of Miami Beach. Oliver has conducted peer reviews of traffic impact studies Florida Engineering for various land uses and development applications. He has represented the City in Society, Member coordinating with the applicants' project team, provided review comments and input to the City in resolving transportation issues, and have attended Planning and Zoning Board meetings. Years of Experience Contact:Josiel Ferrer-Diaz, City of Miami Beach— Transportation Dept.:Phone 305-673-7514: 26 Email josielferrer@miamibeachfl.gov Pine Tree Drive and 42nd Street Traffic Circulation Study, City of Miami Beach, Miami Beach, FL (2014): Project Manager-FTE provided services for this traffic circulation study for the conversion of 42nd Street from one-way traffic to two-way traffic between Prairie Avenue to Pine Tree Drive. Additionally. conceptual design alternatives were prepared with bike lanes. pedestrian crosswalks, on-street parking, and signing & markings. Contact:Josiel Ferrer-Diaz, City of Miami Beach — Transportation Dept.: Phone 305-673-7514; Email josielferrer@miamibeachfl.gov Sunset Island IV Traffic Circulation Study, City of Miami Beach, Miami Beach, FL (2015): Project Manager - FTE provided services for this traffic circulation study to evaluate the feasibility and operation of one-way traffic circulation on Sunset Island IV. Additionally. FTE evaluated stop control vs. a roundabout intersection. Contact:Mina Samadi. P.E.. LEED®AP, City of Miami Beach — CIP Office.: Phone 305-673-7071: Email minasamadi@miamibeachfl.gov SW 144 ' Avenue Bikeway from SW 42^d Street to SW 9th Street, Miami-Dade DTPW, Miami-Dade County, FL (2015-2016): Project Manager/Engineer of Record — FTE prepared final design plans for a paved multi-use path along SW 144th Avenue. Services also included a pedestrian/bicycle crossing with RRFBs at SW 26th Street, mid-block crossings. and signing & marking to the nearby Tree Island Park. Contact: Yanek Fernandez:P.E.. PTOE. PTP. Miami- Dade DTPW:Phone 305-375-1847:Email yanek.fernandez@miamidade.gov Pompano Education Corridor Transit Study, Broward County MPO RFP NO, 14-02, Broward County, FL(2014):Project Manager- The purpose of the study was to determine the feasibility of a transit shuttle or circulator to improve access to the educational facilities among the four municipalities. Pompano Beach. Margate, Coconut Creek and Coral Springs. Oliver evaluated existing transportation and transit infrastructure and identified deficiencies on roadway. pedestrian, and bicycle facilities. He also developed evaluation criterion and performance measures to evaluate route and service alternatives for a community bus system. Participated in stakeholder meetings with the community. Contact: Paul Calvaresi. Broward MPO. (954) 876-0033. 54 Tim Crobons Professional Background Principal • Contributes to a wide variety of 41111ktransit-related projects including f 1110. Mr. Tim Crobons has 31 years of transportation service plans and O&M cost { planning experience.He has worked on studies and estimates-transit projects as ,` projects in numerous cities across the country with104 • Projects include:FTA Section 5309 extensive experience in multimodal transit New Starts Corridor Planning(AA, operations planning, 0&M cost estimation, and DEIS,FEIS,PE);Comprehensive -. short and long-range transportation planning. Operations Analysis(COA);Transit Development Plans and systems Multimodal Corridor/New Starts Projects planning Pinellas County Alternatives Analysis-Greater Tampa Area,FL Education The Pinellas County AA was one of several follow-up studies to advanced • B.S.,Business Admin Management, implementation of the TBARTA Master Plan. The project aimed to provide high- University of South Florida, capacity transit services between downtown St. Petersburg and downtown Tampa,FL,1990 Clearwater via the Gateway Business Center. The project was closely coordinated with a PD&E for the Howard Frankland Bridge (I-275) linking Pinellas and • M.B.A.,Masters of Business Admin, Hillsborough counties across Tampa Bay. This project recommended a light rail University of Central Florida, transit locally preferred alternative between downtown Tampa, the Westshore Orlando,FL,1999 Business District and Tampa International Airport Mr. Crobons completed the following tasks: preparation of alternative multimodal transit operating plans for the corridor; identification of station locations, estimation of modal run times (LRT, BRT and commuter rail); development of background transit networks; recommendations for modification/enhancement of existing transit service; sensitivity testing via alternative operating patterns and service levels to optimize system productivity; estimation of annual operating and maintenance costs for all modes;and coordination with the TBARTA travel demand modeling team for network coding and ridership analysis. Oakland Park Boulevard Alternatives Analysis(AA)-Broward County,FL FDOT District 4 initiated the Oakland Park Boulevard AA to identify transit improvements to continue to provide high quality service to one of the more heavily utilized corridors in Broward County. The AA followed a traditional Federal Transit Administration approach through the development of No Build, Baseline/TSM and Build alternatives. Study alternatives included No Build,Enhanced Bus,Enhanced Bus in Business Access and Transit(BAT)Lane,and BRT and Streetcar,both curb- side and median running. Mr. Crobons reviewed existing service and route performance in the corridor; assisted with development of Tier 1 alternatives;analyzed operational impacts associated with the implementation of mobility hubs along the corridor alignment; developed and analyzed Tier 2 alternatives including operating plans, travel time estimates, and operating and maintenance cost estimation methodology and results;developed Tier 3 and final screen alternatives,as well as coordinated with travel demand modeling and alternatives'performance evaluation;assisted with development of the Locally Preferred Alternative (LPA) which consisted of limited stop Enhanced Bus in BAT Lane with transit signal priority (TSP) treatments,queue jumps and bus islands. Participated and presented in all public and stakeholder involvement activities. Downtown Transit Circulator&Shuttle Bus Study-Boca Raton,FL Serving as lead Transit Service Planner,Mr.Crobons'work tasks elements included analysis of existing operating conditions (e.g., travel pattern data, local bus ridership, downtown land use, proposed developments); understanding previous study efforts and Authority and City staff input; developing alternative study alignments and identifying stop locations for each alignment; estimating operating run times; developing operating plans and service requirements (e.g., revenue miles and hours,peak and fleet vehicles);estimating annual operating and maintenance costs;and coordination with and presentation to the project clients.Service improvements will be phased in over the next ten years. Other Representative Projects BRT:Orlando SR 50,Ft.Lauderdale Oakland Park Boulevard,Broward Boulevard and US 1 Corridors,Lansing Michigan/Grand Avenue,Grand Rapids Division Avenue;Streetcar:Ft.Lauderdale,FL,Columbia Pike Arlington,VA,Miami,FL,Washington DC; LRT: Denver West and 1-225 corridors, Minneapolis Central Corridor, Minneapolis Hiawatha (Blue Line) Corridor, Dallas,TX Northwest and Southeast (Green Line) Corridors; Commuter Rail: Orlando Central Florida Commuter Rail; Ft. Worth, TX TexRail Connetics Transportation Group 55 Gabe Klein Muncipal Innovation + Project Delivery ""' CITYFI ;, Gabe is the former Commissioner of the Chicago and Washington. DC Departments of Transportation. In both cities, he revamped technology platforms and processes while focusing on putting people first. This included the launch of two of the first and largest U.S. bikeshare systems, protected bike lanes F. and better pedestrian infrastructure,and private services like carshare and rideshare. Gabe honed his creativity and leadership skills working in business with Zipcar as Vice EDUCATION President, Bikes USA as national Director of Stores, and his own electric powered, organic food truck chain. On The Fly. Virginia Tech University. Bachelor Post-government, and following an Urban Land Institute Fellowship, Gabe joined of Science(Marketing Fontinalis Partners as a Special Venture Partner. Gabe was a visiting fellow for the & Management), Centre For Livable Cities in Singapore, working to create a "car-lite" city-state and, Blacksburg,VA in 2015, Gabe published Start-Up City with David Vega-Barachowitz, a manifesto on revamping how(and how fast)we innovate in cities and rethinking public-private part- nerships with a triple-bottom line approach. Gabe sits on the boards of Streetsblog. Carma.and advisory boards of NACTO.Sensity Systems.Zendrive,and advises next- gen start-ups, including Phone2Action and Transit Screen. RELEVANT EXPERIENCE CITY OF SEATTLE AND KING COUNTY MOBILITY SERVICES PROJECT, WA The City of Seattle and King County Mobility Services Project was undertaken to develop a plan for shared mobility that:a)creates an atmosphere where this industry can thrive; and, b) ensures that public policy goals and principles are built into the foundation of how the industry grows and operates.Gabe was part of the subconsul- tant team to Sam Schwartz Engineering on this project. GEAR UP: RAPID GOAL SETTING FOR A 21ST CENTURY NASHVILLE, ULI NASHVILLE AND CITY OF NASHVILLE, TN The goal of this project was to provide a set of actionable, short-term,specific ideas to move Nashville forward by the year 2020,while thinking about the latest technolo- gies, business models and government innovations in formulating this goal-oriented, milestone-driven set of actions. GEAR UP 2020 is a set of actions that can help to fulfill related plans laid out in the expansive and comprehensive NashvilleNext.Middle Tennessee Connected, Moving Tennessee Forward, Nmotion2015 and other long term planning efforts already undertaken. DENVER SOUTH URBAN DEVELOPMENT - SMART CITIES RECOMMENDATIONS, DENVER, CO The goal of this project was to help the client identify specific actions to become a 21st century innovation district. This district faces the challenges of congestion, sprawl and lack of mixed use and the recommendations encompassed smart infra- structure, technology-friendly public policy, and truly symbiotic public-private part- nerships. Urban development recommendations focus on openness, interoperability, modularity,future compatibility, transparency,and readiness for experiment. ADDITIONAL RELEVANT PROJECTS: » Mobility Plan,City of Charleston, Charleston, SC » Vornado Crystal City Reinvention,Vornado,Crystal City,VA » Singapore Car-Lite Cities Project, ULI Singapore, Singapore » Chicago Forward Action Agenda,City of Chicago,Chicago, IL 56 Ashley Hand, AIA, LEED AP BD+C . .. Iv Muncipal Innovation + Project Delivery ""' CITYFI Ashley recently served as the Transportation Technology Strategist for - the City of Los Angeles Department of Transportation. As a fellow, she developed and is now implementing public policy, an action plan and pilot program 46 recommendations for transportation happiness, shared mobility, automated vehi- cles and other technologies. Prior to her role with the City of Los Angeles, Ashley served as the first Chief Innovation Officer for the City of Kansas City.Missouri where EDUCATION she created the nation's most comprehensive smart city to date through a public- private partnership that utilizes large companies and nimble start-ups to fulfill the Pratt Institute,Masterscity's goals, and initiated the development of a policy and operational framework of Architecture I, to integrate technology into transportation, water, and energy management for the Brooklyn, NY city among other civic innovation projects.Ashley is a registered architect and green McGill University, building professional and previously worked with AECOM on sustainability, plan- Bachelor of Arts, ning, and design projects across North America. She serves on the Advisory Council Political Science, for the Carnegie Mellon University Traffic2l/T-SET University Transportation Center j Montreal. OC and Open Architecture Collaborative and is an adjunct professor at the University of Southern California Price School of Public Policy. CREDENTIALS RELEVANT EXPERIENCE Licensed Architect, SMART COLUMBUS STRATEGIC PLANNING & LANDSCAPE ASSESSMENT, State of Missouri CITY OF COLUMBUS AND THE COLUMBUS PARTNERSHIP, OH LEED Accredited Ashley is the CityFi program manager for Smart Columbus.a public-private partner- Professional,Specialty ship between the City of Columbus, OH and the Columbus Partnership. focused on in Building Design& catalyzing economic development in the city and region. She led the team in a land- Construction scape assessment - evaluating the current state - and developed recommendations to help organize a joint venture to formalize the partnership, provide processes for managing the collaboration,and identified "quick wins" for the partners. This project RECOGNITION is ongoing. Rising Trendsetter VIRTUAL WARSAW, THE CITY OF WARSAW AND KERYX GROUP, Women in STEM, POLAND Central Exchange,2014 Ashley provided civic innovation advisory services for the expansion of a pilot program Vanguard Urban for visually impaired residents of Warsaw, Poland into a broader program. The pilot. Leader, Next City,2014 originally funded by Bloomberg Philanthropies, leveraged beacon technology to NextGen Class of 2013, improve wayfinding in the urban core. Ashley supported the local government in its Kansas City Business exploration of opportunities to expand the pilot audience, improve processes and Journal, 2013 civic engagement, and grow the local entrepreneurial ecosystem. Emerging Professional CITY OF LOS ANGELES DEPARTMENT OF TRANSPORTATION of the Year.American TRANSPORTATION TECHNOLOGY STRATEGY, CA Institute of Architects, During the one-year fellowship, Ashley developed policy recommendations, an Kansas City,2012 action plan, and outlined shared mobility and connected and autonomous vehicle pilot project priorities for the City of Los Angeles. She is now supporting the imple- mentation of the strategy in partnership with Fehr& Peers. ADDITIONAL RELEVANT PROJECTS: » Smart Kansas City Public-Private Partnership, City of Kansas City, Missouri, Kansas City, MO • KC Digital Roadmap,City of Kansas City, Missouri, Kansas City, MO » Permitting Lean Process Improvement, City of Kansas City, Missouri, Kansas City, MO 57 2.2.2 TEAM EXPERIENCE LL, In 0 0 Z_ Z J Z < ¢ z 0 z J 0 ¢ z 0 J z < N Z z a to < z 0 W < E O i w LL 0 o z Ww a w I7 I- N iZ 0. Z ¢ 3 FI- Z Q Q Q 0 0 < 3 _ 0 J Z ut cr Z cc 0 U W i- Iz 0 VI a Q l7 w < w a 0 w w ¢ a E - w Z 0 z u V7 I- J J IY Vl O } N J z Z 0 IL ' z cc m a 0zu < F J Lu > �- Z LL rt f > 0 z cc o z cc u a is 1 a FIRM i- w J u I- W Q i- m 0 3 I- Alta Planning+Design X X X X X X X X X X X Florida Transportation Engineering(FTE) x ---- X X X Connectics Transportation Group(CTG; X ---_ X X X Gehl X X X X --®® X CityFi X X ® X X -®---- w 3 0 0 z Z J Z < ¢ z 0 z J0 ¢ z Q 0 z Et 0 J z < i- Z z a < z 0 LU ¢ Er ' 0_ I w 0 O_ LL Z Ow a w F- N cc O F- z z a z ¢ Z F 3 I- z Q ¢ ¢ o 0 W 6 a. O _ W O k U J Z ul a z 0CC U H O _ N a Q l7 W Q Ill CL C7 w w < a 17, F- W _z O z (J V) F J J !Y Li) O > Vl J Z Z 0 z cc m a 0z z -I z U Z Q LL. < f w Q > m < KEY STAFF ~ vii 0 z r o Q r m a Cr- ti cc G.Wade Walker,PE,Hon.ASLA X X X X X X X X X Brad Davis.AICP.CNU-A X X X X X X X X X Mike Repscn,PE X x --- X X -® George Hudson. PLA X x _-- X X Jessica Roberts X X ---- x --- Paula Flores.FITE X X x _®- x --® John Cock X X X x X _ X x X X Lisa Nisenson X X ---- x X x Rory Renfro X X ---- X X X John Catoe, PE,LEED AP X x ®-- x X -® Britt Storck, PLA,ASLA,CDD X X • x X Brian Ruscher X X _-- X _-- Cat Cheng X ------ x --- Oliver Rodrigues X ----® x X _ Tim Crobons X ---_® ;< -- X Matthew Lister X X x -- Gabe Klein X X X -®---- Ashley Hand X x X < ---- 58 2.2.2 EVIDENCE OF PRIOR WORKING EXPERIENCE The Alta team we have proposed has a history of successfully collaborating to deliver projects on time and on budget.Alta and Cityfi are currently leading the West Palm Mobility Plan to provide a collaborative and innovative approach to transportation planning,design, and implementation to meet the City's 21st century mobility needs. Alta and Cityfi are also leading the West Ashley Master Plan in Charleston.SC.The master plan will set broad policies and identify specific actions that will enhance West Ashley's quality of life, support complementary economic growth and development. revitalize obsolete auto-centric commercial areas. and protect the area's historic, cultural and natural environs. Alta's specific role is to provide a framework for a comprehensive transportation system, which serves all users and provides opportunities for new modes of transportation to emerge. For our team's full similar project experience and details, please reference Section 2.1 Qualifications of Proposing Firm starting on page 23 of our submittal. 2.2.3 FINANCIAL CAPACITY Alta requested a Supplier Qualification Report (SQR) from Dun & Bradstreet to be sent to the Miami Beach Procurement Department. Alta Planning + Design is of sound financial capacity. 59 This page intentionally blank transportation I recreation I innovation ap, LINCOLN • RD 41 I I I I I.I•I I I I I III 14 I.IMI 1.MI III I I ll I I I I I.I I il II.I I I 1 • .( I ....••.'''''''. . i Of)0 I r 11 r• H II . , N.;.... 4.,._ V I' • .,c::1;'., '',,,.' I - ...„ .tijel •0 - . .....E.••• r• . ...,...._. ,,ri-- i • k\ . ...•••'.. • I ^• 1.,.t ••• ..,' .. -„4..-\-",- .... l'''.P , , '• -f.. I . .t , N. .,. •. '../IFLI -.••'' /.1 . 4 .../1.-4, . ., • .,. . • *I ...-1 II II I I _ A P• -- " ..; _ I ;* tt• i!,:.• ‘, i •• ....6.1', s l' :,...1••••il, ... . •• ..l ..i.::. .,. r 41. / ' • ••• , . .. - —......... ._,...._ ,., i :• .......to I. • N ,,„0 - ,.....,........e....... , - . . .-. -•.', r•-.. - i .. „ •• „, ..... *c, - --ft— , , Mtamilours.cai ,,.....--- .:„-- ,. , • i , . wres...-*---- , -- . .,-._ -T.t4 s I • . • t 4 I ..' .' . •• i ititigg 1... .'' • 4 i, t I , • i: . , -.... . . zZIP'' • ' 111 \ •. - 11 _- IItIl I ' , _ .• . -,- .,.. ,• , emi • .' ) i ri-i - .-- ; : 305-222-0111 . .... :, . ... ,...,......____ __ • _..___ . • 11-.1,1- • 1111L . • r• •01% ' - , , .. L . ...- ,...?i,t --.....I.•••••4 "fr• \ - .- . \ .. t - It - , . . .,.. .. , . A t.. .: ...•.- ..........----...--4abit --- ................ ...... TAB 3 . APPROACH AND METHODLOGY ...., . de , . --,, '0' - ....:.‘."*"— 7 :. „i ...., .'. 4•10..- . -• ..,„4 ..., .!' , ' . - , ,.-_ 1„?'...,*-lit...-- , ;+e," •-,7--"' ..:. ,---- . , -- . -.„; ,.., -..., This page intentionally blank transportation I recreation I innovation .•..,; r ,nsn,.;rt.\tlon Planniny and Traffic Engineering Consultant Services I Alta Planning+Design Project Approach Miami Beach is a mature city with changing needs. Our approach will address these considerations and Along major corridors,at the edges of neighborhoods, help the City of Miami Beach plan, prioritize, and and within cultural districts, more dense, urban ultimately implement a high-quality transportation development is being built. These changes will network of on-street bikeways,walkways.trails.transit influence travel choices, with many residents and and shared mobility needs, and vehicular routes. It employees increasingly choosing to walk,bike,or take will also help the City establ sh supporting policy, transit and shared mobility services to get to their daily programs and funding strategies to see that the vision destinations—expanding options beyond the personal for a safe, healthy, and economically competitive city motor vehicle as the primary travel option. can be achieved. Regardless of whether residents live within single- For your immediate project needs as well as continuing family neighborhoods or mixed use districts, quality project, communication, and policy support. we of life, including access to jobs, education, and propose a collaborative project delivery structure that recreation opportunities are what will drive economic includes: development and attract visitors too.Safe and active » Project Management streets, the ability to walk and bike to school or a Task Development nearby beach, or the ability to take the bus or new mobility options to work or other destinations are all » Focus Area Project Strategies considerations residents, visitors, and businesses new and old will continue to value. Before : fr '� _ , `'F., r w. .•,,:,,.. .?!4•011.: •,£_,, i'1.01 -, !} $" , ip t 1,,'I I � ..l - - l -� .? . a• 1 ' `. . ,' +,: i •. -- 1 wok r.`, K — -._Tx"-- — - ' _ . , - a r -: = =_ _ \ �� d �. _7' 1.b 1 diArarakiiiitssiss;voi • /.. / alICI Alta provides creative solutions for to meet 21st century mobility needs. Pictured above. Alta worked with the City of Santa Monica to repurpose an underused parking lot space into a colorful promenade entrance to the beach path. 63 Project Management .t 4 and Public/Stakeholderra r`' ------ -- Engagement We understand producing a high-quality project � . I - --'.�' that meets Miami Beach's financial and schedule . ' - .y4.5di Af`_eF r• , . requirements requires understanding of the j ' .;.'"7-4, • � '- = -T: ' community's needs. To manage the project and ' � _._ ;t contract effectively requires communication skills so - -- ao--, -......1- --that each team member has a common expectation e11.11Pr. - -N • of the task outcomes. These skills are also important to effectively engage City staff, stakeholders, and the public. Alta uses a Complete Streets approach for street and As part of ongoing contract management, our team intersection planning and design as well as for city master will provide will schedule and attend monthly check-in planning efforts.We plan. design.and construct bicycle and meetings with the contract project manager. We see pedestrian facilities along with streetscape elements and these meetings as critical to anticipate upcoming traffic signals to develop livable streets that match existing or planned land uses. projects,quickly respond with support for unexpected ��,,,,//� task requests,and stay attuned to the pulse of what is �; ,C`. going on in the Miami Beach community. In addition to the regular, ongoing contract ; management meetings. our team will provide these . ` ` project management services throughout the life of - the contract. — Project Management - Regular project manage- -- ment meetings will provide opportunities to review project schedules. discuss upcoming meetings or - :;-; deliverables, or address specific projects needs as - 4".7+7-- r_ 1.• -.+1; they arise. - -Steering Committee Meetings At the direc .-*.. tion of Miami Beach staff, our team will create a • --- steering committee for tasks as needed. A steering Alta leads engaging committee and staff meetings. committee should consist of representatives from City of Miami Beach departments,business commu- meetings will be an opportunity to review project nity representatives, neighborhood leaders, andprogress and discuss upcoming phases of specific advocates. The steering committee will meet regu- tasks. Staff meetings differ from project manage- larly during the course of a project and be used to ment meetings in that they are intended for staff provide technical feedback as projects develop. from multiple departments to provide input to — Public Meetings - Our team are master facilitators specific project efforts.The goal for these meetings who can communicate complex ideas and politi- is to provide regular updates and facilitate coordi- cally challenging discussions in a variety of formats. nation across departments within City Hall. Large public forms, small neighborhood meet- — Quality Control/Quality Assurance - Alta employs ings, or coordination meetings with stakeholders a three-tier quality control system that includes a that may have different priorities than the City are professional editor who reviews all materials, inde- all situations where our team excels in building pendent review by principals and subject matter consensus to accomplish shared goals. Our team experts, and in-house scheduling and management can work in public meetings of all sizes to facilitate tools. This system will be used throughout the life positive change in Miami Beach. of the contract with every task order that is issued. — Interdepartmental Staff Coordination Meetings The team we propose has availability to complete it - Similar to project management meetings, staff within the timeframes of the project. Alta project 64 Charrette Schedule:Okeechobee Boulevard Corridor Study Charrette _ _ June 12.15 at West Palm Beach,FL 1..,Sunday Monday I Tuesday r Wednesday mass sy nosy - - _ ' l:00 am. Team Reap ream Recap ream Recap . _ 9:00am 'earn Ansa 1000 ass Serdio Setp!Team 80.414 Wool Deur Act..., DESIGN DESIGN • f I so 11.00 sin. i,ity COmnesson Work -. `-t Session Preeengpm 1200pm. Lunch '.unch Lunch Lunch •o '� 1:00 p.m. 7echr:cal Stearns . 200 pm. m f eld WCM1tt',Rai Desgr Corvke l ' AtmtesfiNperodcn b Mc.'"'KKken'Metng DESIGN DESIGN Prep fur Fnal Presenraton , 7:00 pm. iM40 tloced) 4.02 pm. Sew.p'or'Won mseenqI 5:00 p.m. Pn.L p Pin-1;o - _. r _.4� P•esencrevn.1'Wo.Ir- 6:00 p.m. Pak Kri•o°Wang Progress _ 1 .. 1, 7.02 pm. Dna Dnmar Deaner .;rte +e -, S0A0 Open -ShMucfaW , • • ? - h r ,. Plerpefroeeon ca , • Alta led a four-day design charrette in the City of West Palm Beach,FL as a part of their mobility plan development. managers use Deltek Vision software to balance subconsultant leads will be available to work directly resources and manage the complete lifecycle of a with the Miami Beach staff to develop task orders. project. This ensures staff is not overcommitted. Our team structure will align the best team partners Our 34 offices across the US and Canada are able to with the task. This strategy will include allowing our track and manage project progress with streamlined subconsultants to lead tasks if they are best suited ' collaboration and information sharing across a given the technical requirements of a particular task. distributed project team. FOCUS AREA PROJECT STRATEGIES Task Development Given our knowledge of upcoming projects, our previous discussion with Miami Beach staff, and our Our team sees task development as a collaborative work with cities similar in size and mobility needs, partnership. Your staff know about specific needs below is a summary of anticipated project types and proposed projects in Miami Beach. We have anand how we will typically structure our approach for intimate knowledge of how cities across the US andeach. For every task order, we will work closely with internationally are tackling complex mobility projects Miami Beach staff, Alta subject matter experts, and from the work we do every day. By combining our our subconsultant partners to develop scopes and experience with your local knowledge of the City's budgets that are unique for each task order. process and community vision, we can develop creative strategies to improve daily life in Miami Beach. Design At the beginning of the contract, we will organize a Alta approaches design projects as an integrated and team kickoff meeting. The goal of the meeting is to collaborative process across disciplines and skillsets. identify upcoming project needs in the City and also We also see design development as an iterative process give an in-depth background on our team's collective that requires technical input and community buy in. capacity and specialties. The meeting will also be an For all of our design projects, we will follow a similar opportunity to establish communication channels process described below that is tailored to the scale and protocols as well as other project management and unique needs of each project: considerations such as task order and invoicing requirements. — Data collection - Every project will begin with collection of base data. Depending on the project ' After the initial team kickoff meeting,the Alta team will type, data may include traffic counts. GIS data, use the monthly project meetings as well as meetings surveys, and previously proposed concepts. The during task order work to develop scopes and budgets. data will be used to develop and analyze concepts Lastly, the Alta project manager will work closely with for the project. our subconsultants to develop task orders. All of our 65 - A it3 PI.T vtrlq • D'.'>ig❑ — Design Charrette - Alta typically uses charrettes Planning/Feasibility to create quick feedback loops, test concepts, and For projects that require exploration of alternatives build consensus around preferred design, program, or to understand the potential impacts of a particular or policy strategies.Charrettes can be done as tech- project or policy, Alta can work with Miami Beach to nical workshops with staff and stakeholders or done study ideas and communicate benefits associated as part of larger public involvement initiatives. Our with different mobility strategies. As an example, at charrette teams typically include engineers, plan- the network level. Alta can work with Miami Beach to ners. and landscape architects working collabora- refine the bikeway network strategy of its bike master tively together. Charrettes can be a short as two plan by aligning project prioritization with funding days and as long as five days. strategies and technical considerations such as right- ' —Concept Refinement/Draft Concept - After the of-way requirements, safety, network connectivity, initial concept is developed during a charrette, the and other important mobility goals. At the corridor Alta team will refine design concepts and develop level,the Alta team can refine project options and cost a concept report. The level of detail will depend on estimates to achieve implementable Complete Street the scope for the task order and can range from and multimodal solutions. quick concept drawings to engineering drawings taken to the desired level of detail. Change Management/Strategic Planning Doing things differently can often be challenging and ' —Final Concept + Report - A draft concept will a step in to the unknown - for the community and city be presented to Miami Beach staff to review and government. Our team are change experts and often comment. After comments are collected and work with communities to implement the first of its provided to Alta, Alta will finalize the draft concept kind design or policy with communities. Additionally, and report and present a final concept and report technology is accelerating the pace and expansion to Miami Beach.Since Alta does construction docu- of mobility services. Gabe Klein, with CitiFi, has led ments in-house,we set the concepts up to be easily departments of transportation in Washington DC and moved straight into final design. Chicago. He is also an entrepreneur and understands how manage and create positive change working closely with community and business partners. Priority Corridor#5: Martin Street Improvements P2'i1,7SE';Cr:N-F,- •� 11 zall t17:8.171 11 4 I'2,..1--•..',- ..1 _ : C 1.2_11/MUTT ST £3-x .:• I G-Doer(:f DGXf on wage ' ..1.:_i. 4'.LT,c DG27 through OG3E,'u111P!a0f e # More onoysrsrsneaded re weWara die crake. (eke in pope 412 Mar r iiip i w on how to cresol cK nark I NARGETT• war of Moore Swore Museum AfdcOe Sarcos ro e!P 0 100 Des p l I fy..,"g-1.:1 n:4n sNlers!as0 toe bus ii 0059 ecto,cole aeons i �e IIr1 � Air� ,_ 1 f e ' !( iP■•' Pea .1.! was f t — II Ie1..: F1 !'tion e r glir 1111.14):,■ IlT11tlryl Me Mum n«on!stowfdeww e r e ynl torr OtrOnraIM Of a MO wgcyde track raoursn ma w w conm.is to sprit aeveaomefrt � ' •• • • • ■ wehn rhe Warehouse OrY!M! nvrMO a aserwanaely 33 merwed oak. spaces ' _ ■ .mrka pakna re0 100f.!ncro acs no to Awt7iana aeaysrsartetessay ra d0105,0e '■ • As Mt,omni expanston a nap!o rnPkenwe M my damand a PorknC on ma norm snJa : A�• ■ _ Ito swv Sm.,cycle Rack and , o plotMed Crkew'oy Ar7dy dna ww appeato the versus the sarin sde Basad 7n Aeld work '^ : N cOr1P<C.'A',ns to fl:a Ma;n lnl 0 SW fonCMnast'q'c0st •I.■ 1 1 a ■UN unst MMrr'iary aasszn.rMt warn AN kvi cycle Ilpck 1000(!atur Alr ukWn0,4.75::14..d,sk 1010!nsnd>a N oSows SAaM1 < sass dnwweys cost porWnp moons ■ e • Mdse ranrk090 000 me exiit0rp lone=Ape 500. a r_ a w.• ' Two-way Cycle Track with On-Sheol Parking Intersection Cbdenginp Tabula Markers(Posts) — Impacts O Improvement O Section ' MANN MEET --_ , West St to Chavts WayMEM Two-Way cycle hack Design - -. Moor.Square Museum •on.myelin law ear. •Con•crl at 0rerucsbrn rlard Middle School Sus Stocking 607th% be m holed using pakn9 Since es*bus service k kdrap.,ent. •Pptk1:kxn laws d several w _ boo setbacks.bicycle 000/!19) n n recur needed 'si)w bus cleoeclora akssp ccosaa. + - _ Mug"In otoeo,aM.and C7ri 1 ' lore !lore span wie>1 the •wkAn wile from Allael at • eSnokwd Meneltion!foo•nen,'. . en-Irrt -_ sepoareobAe low. _.........s:ti ••. , the western end to 3&7001 a7 �/` •Atota vehicles crossing 11.10 cyW tlweasfer 00d - - \, _ rrakshall becasskoiwdor • When ones are present, •Max a ressannd.commercial ti_ clsandt000!o make Vets at .--Z.7.- e _ ... cMs1s merge left and pass -1 argotic*space. r asap orgies to reduce Howl _. •' den boating and• xl-weer polar 1.)50010 ? We55 poor ro a.s5* . -f• - passengers. At d offer Ames, ..:as r!YOs0j10U1:dawnloAn y O o •Cyde flock may M dtihea bees cane..leouprt me bus --tnis meteredpokks9 f )haws to hw0110. sort macer stopsl*,lOe Cie vtMw-1,530 ACT to iltersecritn a<�nroaa+es to ADT. • Increase cyds!s'.mtey .4„ ,:, •a.Sod Macon e H7 ee1OMTT Mailers Mpe100 MOJICTO e•1] Graphics,maps.and diagrams will be used to summarize priority projects and guide project implementation. 66 „ . . 11 Tr.)nappr',1 'p.lnn,nc;i'd Traffic Engineering Cc. su!tant Scrnc>s i Alta Planning+Design ±�p� \ --. (��� \ I �.y -`r" < BIKE WALK SOV TRANSIT 7 1 w — _ l o i_ 'I , ''''''''.-, 1 . ` 4i: ,_. ,..:.:._ \ ..T'— -- \ , .. :../..:::::_________/ ' i` { .__ .._ . ,� TECHNOLOGY :''' If' ., f S_' dti; *'.$ ,_, I .R.r.irsR,A .• Alta is skilled in all facets of bike share program development, including feasibility assessment,demand modeling,business plan development.and station location design,planning.and permitting. O INKS uses CARPOOL CA*SN.K BBESNAR[ MIMIC BBS1NI t SNARE BIEORMATION Between CitiFi, Alta, and the rest of our team, we can r O..O..MO.. help the City strategically navigate and communicate z the positive benefits accrued by investing in moving i SINAEIR people and mobility innovation. .T. nom` PEER Operations CUSTOM OCCUPANCI Alta's team are national leaders not only in transit mon ass DING MOBILITY operations but bike share and new mobility operations TECHNOLOGY ADVANCES (e.g., shared mobility, emerging autonomous . vehicle technologies), too. For transit. Connectics New technology is quickly changing the way people make Transportation Group can provide a full range of mobility choices. Alta is at the forefront of this trend and transit operations services including comprehensive working with cities around the country to use technology to operations analysis, line-by-line analysis, as well as meet their mobility needs. park-and-ride studies.For bike share,Alta can provide bike share and car share feasibility studies. bike share The end goal with all our programs is to influence business plans(including analysis of bike share system positive and safe changes in travel behavior. expansion plans), and bike share and car share site planning and permitting support. Our team can also New Mobility advise on preparing Miami Beach on implementing Technology is quickly changing the way people make services related to parking management,new mobility travel choices. Transportation Network Companies and shared mobility, and emerging urban technology (TNCs) such as Uber and Lyft are change the way solutions such as automated urban shuttles and people travel by car. Bike share and car share is mobility hubs. expanding the option to travel by bike or shared vehicle to a wider range of people. As well, real time Programs transit apps are helping people feel more comfortable Alta's education and encouragement team gives with using transit services.Our team is at the forefront communities the tools they need to support safe, of the shift in technology as a service.CitiFi,Alta,Gehl, healthy, and sustainable travel choices and outcomes. and CTG can all work with the City of Miami Beach to Program services include Safe Routes to School understand technology options,applications,benefits. (SRTS), transportation demand management and strategies to meet the City's mobility goals. We (TDM), and campaigns and marketing for education, can also work with the community to make informed encouragement, enforcement, and evaluation of decisions about public-private partnership and policy transportation choices. Our programs combine decisions to help the City maximize technology's role research and evaluation with graphic design,marketing in moving people. and outreach specialists to deliver programs that are locally relevant with benefits that can be measured. 67 lifestyles, lively commerce, and healthy ecosystems, r, s Ka. a :;:I including tactical urban demonstration or quick-build 1,:;\ • ':: _ �BCads I projects that can provide testing for concepts and ;g�� momentum for longer-term investments r.‘ ' Special Projects 'A ` 1 -',iii F....._-_,-. In addition the Alta team's core planning.engineering. --- .. and landscape architecture services, Alta's team also woo \ has a wide range of specialty services to support urban 1( mobility and placemaking. Some of these services a �� include: - ' •• » Grant writing Healthy and equity analyses of proposed invest- �_ i - ment strategies Alta worked with the City of Eureka, California, to reduce » Economic benefit analyses pedestrian crashes through a safety campaign targeted at motorists and pedestrians. Alta designed and implemented » Wayfinding r. the campaign, which addressed four key target behaviors » Bike parking • through messaging: distracted driving/walking. making eye e contact.yielding to pedestrians.and crossing at crosswalks. » Trails and greenways f » Safety analysis and campaigns ' » Bike/Ped Count programs and evaluation and Urban Design and Public Space demand projections • A key element of our team's focus is on creating and » Website and interaction map development connecting people to great places. Creating great • places for people requires intimate knowledge of how » Technical training for staff and stakeholders • people behave, what attracts people to public spaces, » Demonstration project development • and what encourages people to linger and stay. Gehl Architects are international leaders in creating Communications and Public Outreach great public spaces and understand how to create a Our team of communication and outreach specialists high quality public life through design. Alta will work understand the challenges and complexity of working closely with Gehl to develop streetscape, plazas, and with a diverse community of residents, business other public space improvements that support active interests, elected representatives, and agency and • department partners.With all of ouroutreach strategies. • E;e of a N o i WSW o O U II :i 11111 0 ■ iti PEDESTRIAN 0 o0 DIRECTIONAL SIGN B O OPTIONS • 9 f A B A B PEDESTRIAN MAP: PEDESTRIAN MAP: POST: POST: TWO-SIDED ORIENTATION THREE.SIDEDORIENTATION LAYERED MATERIALS• SYMBOL ICON CAP STANDARD CAP Alta creates signage systems that respect the natural and built environments. provide meaningful and attractive wayfinding tools,and reflect local community identities and values. 68 • they are focused on engaging people early in the process. meeting them where they are at (physically. virtually, and by time of day), and building consensus -i' �irliillia �that balances community values with research and best practices. Our team includes bilingual staff who - 0r can provide materials in Spanish and Spanish-speaking _ I l� ,, staff for events. We also provide a range of high-tech + .1 _ -IL: S I. ' and low-tech engagement strategies to meet project - _! 1-Ji, �� .rf 1/31.4! I 1 needs. - - Data Collection _, __ FTE will be our team's data collection lead for this y contract. Vehicle counts, signal data. and origin and destination data are all primary data collection services FTE can provide. Additionally, Alta. Gehl,and 1,, ,. .N1 . !1': s CTG can supplement this task with data collection strategies that focus specifically on measuring , .`.0.0"" r walking, biking, and transit. Collectively, our team can ,,i, ,i; • _ , --� helpthe Cityof Miami Beach document, analyze and a� •, � J ultimately understand how people do and could move ____________ di, ; ;4 • - ' 7 r r throughout the City across all modes of travel and i � - __ i .. establish systems for ongoing counts and evaluation Alta staff are national experts in developing systems r_ \ • for active transportation user counts and demand Alta lead the Memphis Medical Center Streetscapes as analysis and long-term tracking. an interim phase in the tactical urbanism process. These improvements seek to take existing street space and rebalance it towards better accommodation for pedestrians and bicyclists, using more cost-effective methods than moving street curbs. fn.lifi UImui r„ . - , i • ,' a /� • 1 ;3� r , r • il, r r . r MON y ilia;lia IMIIII --- - ..—� ._ I.. Concept development includes rendered concept plans. 3D visualizations,and cross sections.These ideas are then translated into construction documents that meet the original vision.The examples above are from Alta's Chattanooga Downtown Master Plan Charrette. Soon after the workshop. Alta began design and construction documentation for the implementation of a streetscape.cycle track,and additional on street parking for Broad Street in Downtown Chattanooga,which was another initiative of the plan.The Broad Street cycle track was recently completed and is regularly used by residents and visitors to Chattanooga. 69 I This page intentionally blank transportation I recreation I innovation I. A • gin *N. • ;;. APPENDIX ,, , 440. , , 1 ....„ .___.._ . \ , __,NOW mg im., ■s law one -- j� ..... it_ _.. • _ ., ..... _fir e iiiinowiiiiv ��\ t. 11 - errs Irito' �� ; F EMS ' s war f _l ir ..1�'---J S COLLINS AVE • 71 I ��, 1111 • .-- ot �� 5 This page intentionally blank transportation I recreation I innovation Code of Business Ethics Demonstration of Competency It is Alta's policy to make every effort to comply with applicable Federal. state and local laws, rules and regulations and expects its directors, officers, and Alta Planning + Design, a privately-held corporation employees to conduct business in accordance with the founded in 1996, has an established history of letter, spirit and intent of all the United States relevant consistently successful and stable annual financial laws, rules and regulations and to refrain from illegal, performance. A copy of our most recent, externally dishonest, or unethical conduct and to adhere to the reviewed financial statement is available upon request. Foreign Corrupt Practices Act for all international activities. PROCEDURE Conflict of Interest In general, the use of good judgment, based on high Statement ethical principles,will guide the employee with respect to acceptable conduct. If a situation arises in which it Alta Planning + Design has no conflict of interest is difficult to determine the proper course of action, connected directly or indirectly to the City of Miami the matter should be discussed with the employee's Beach. manager and, if necessary, with the Human Resources Department. All employees must be aware of, and comply with, the Foreign Corrupt Practices Act which law prohibits any employee to pay, offer to pay, promise or otherwise authorize payment of any money or anything of value to any"Foreign Government Official"for the purpose of improperly inducing or rewarding favorable treatment or advantage in connection with any agreement. Any employee doing business outside of the United States of America or its territories or with any foreign national must complete and sign the Acknowledgement of Anti-Bribery Provision of the Foreign Corrupt Practices Act form below. All questions or concerns regarding this policy must be directed to the Human Resources Department. GUIDANCE "Foreign Government Official" includes any official, agent or employee or the close relative of any official agent or employee of the government of the United States or any other international jurisdiction involving Alta's services or business activities. Exceptions to the RFQ Alta has reviewed the City of Miami Beach's RFQ provided in this chapter or as otherwise provided by and respectfully requests the following exceptions. law; (c) Ensure that public records that are exempt or The reason for these exceptions is to provide greater confidential and exempt from public records disclosure clarity in responsibility for and assumption of risk.Text requirements are not disclosed except as authorized deletions are in red strike-rough and additions are in by law; (d) Meet all requirements for retaining public blue. records and transfer, at no cost, to the public agency • 40. INDEMNIFICATION. The Proposer shall indemnify all public records in possession of the contractor upon • and hold harmless the City and its officers,employees, termination of the contract and destroy any duplicate agents and instrumentalities from any-and-all liability, public records that are exempt or confidential and losses or damages, including reasonable attorney's exempt from public records disclosure requirements. fees and costs of defense, which the City or its All records stored electronically must be provided to officers, employees, agents or instrumentalities may the public agency in a format that is compatible with • incur as a result of claims, demands, suits. causes of the information technology systems of the public actions or proceedings agency. to the extent by 43.OBSERVANCE OF LAWS. Proposers are expected the negligent performance of the agreement by the to be familiar with, and endeavor to comply with, all • contractor or its employees,agents,servants,partners, Federal, State, County, and City laws, ordinances. principals or subcontractors. 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 RFQ (including, •. - - ._. :. , - .: _ . - . . _ :-, without limitation, the Americans with Disabilities Act, . -. • - , . _ . - - Title VII of the Civil Rights Act, the EEOC Uniform - - - -'- • - : - '- - - - - - . The Proposer Guidelines, and all EEO regulations and guidelines). expressly understands and agrees that any insurance Ignorance of the law(s)on the part of the Proposer will protection required by this Agreement or otherwise in no way relieve it from responsibility for compliance. provided by the contractor shall in no way limit the INSURANCE REQUIREMENTS responsibility to indemnify, and-defend the City or its officers, employees, agents This document sets forth the minimum levels of and instrumentalities as herein provided. The above insurance that the contractor is required to maintain indemnification provisions shall survive the expiration throughout the term of the contract and any renewal or termination of this Agreement. periods. 42. FLORIDA PUBLIC RECORDS LAW. Proposers 2. Comprehensive Commercial General Liability are hereby notified that all Bid including, without (occurrence form), limits of liability $ 1.000.000.00 • limitation, any and all information and documentation per occurrence for bodily injury property damage to submitted therewith, are exempt from public records include Premises/ Operations: Products. Completed requirements under Section 119.07(1), Florida Statutes, Operations and Contractual Liability. Contractual 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 5. The City must be named as and additional insured endeavor to be in full compliance with Florida Statute on the liability policies: and it must be stated on the • 119.0701 including, but not limited to. agreement to (a) certificate. Keep and maintain public records that ordinarily and necessarily would be required by the public agency in 2.7 TIME: It is understood that time is of the essence in • order to perform the services; (b) provide the public the completion of the Project and, in this respect, the with access to public records on the same terms and parties agree as follows: conditions that the public agency would provide the 2.7.4 The Services shall be performed in a manner that records and at a cost that does not exceed the cost shall conform to the Consultant Service Order. The II Consultant may submit requests for an adjustment the Consumer Price Index for All Urban Consumers; to the Consultant Service Order completion time, if U.S. City average (1982-84=100). as established by made necessary because of undue delays resulting the United States Bureau of Labor Statistics ("CPI"), from untimely review taken by the City (or authorities or material adjustments to the scope or requirements having jurisdiction over the Project) to approve the of the RFQ by the City, including (but not limited to) Consultant's submissions. or any other portion of living wage increases, will be considered. In the event the Services requiring approval by the City (or other that the City determines that the requested increase is governmental authorities having jurisdiction over unsubstantiated. the Consultant agrees to perform all the Project). Consultant shall immediately promptly duties at the current cost terms. provide the Project Administrator with written 10.5 IMPLEMENTATION OF TERMINATION:In the event notice stating the reason for the particular delay; the of termination (whether for cause or for convenience), requested adjustment (i.e. extension) to the Project the Consultant shall immediately,, promptly upon Schedule; and a revised anticipated schedule of receipt of the City's written notice of termination: completion. Upon receipt and review of Consultant's (1) stop the performance of Services; (2) place no request (and such other documentation as the Project further orders or issue any other subcontracts.except Administrator may require), the Project Administrator for those which may have already been approved, in may grant a reasonable extension of time for completion writing, by the Project Administrator; (3) terminate all of the particular work involved, and authorize that existing orders and subcontracts; and (4) promptly the appropriate adjustment be made to the Project assemble all Project documents (for delivery to the Schedule. The Project Administrator's approval (if granted) shall be in writing. Project Administrator). ARTICLE 11. INSURANCE 2.8 Consultant shall endeavor to to maintain a constructive, professional, cooperative 11.1 At all times during the Term of this Agreement, working relationship with the Project Administrator. Consultant shall maintain the following required Contractor, and any and all other individuals and/or insurance coverage in full force and effect. The firms that have been contracted,or otherwise retained, Consultant shall not commence any work until to perform work on the Project. satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: ARTICLE 7.COMPENSATION FOR SERVICES (b) Commercial General Liabilityon-a-comprehensive 7.2 Payments for Services shall be made within forty- basis in an amount not less than$1,000,000 combined five-(45) thirty (30) calendar days of receipt and approval of an acceptable invoice by the Project single limit per occurrence for bodily injury and Administrator. Payments shall be made in proportion property damage. to the Services satisfactorily performed, so that the 11.2 The City must be named as and additional payments for Services never exceed the progress insured on the liability policies, except for Workers percentage noted in the Consultant's Progress Compensation and Professional Liability; and it must Schedule (to be submitted with each invoice). No be stated on the certificate. mark-up shall be allowed on subcontracted work. In 11.3 The Consultant must give the Project Administrator addition to the invoice,the Consultant shall, for Hourly at least thirty (30) days prior written notice of Rate authorizations, submit a progress report giving cancellation or n any the percentage of completion of the Project and the required insurance coverage, except for Workers total estimated fee to completion. Compensation. All certificate and endorsements shall 7.5 ESCALATION: - .• • - - - - - - contain this requirement. ARTICLE 12. INDEMNIFICATION AND HOLD Consultant maintains the right to rate escalations. HARMLESS Ninety(90)days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding 12.1 To the fullest extent permitted by Section 725.08, year's unit costs for the subsequent year.Only request Florida Statutes, the Consultant shall indemnify and for increases based on a corresponding increase in hold harmless the City and its officers, employees. Iii 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. defend all claims, suits, or actions of any kind or • issue-thereorConsultant 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. 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 resulting from the Consultant's errors and/or omissions or any combination thereof. 16.5.2.1 In addition to the requirements in this subsection 16.5.2. the Consultant agrees to endeavor 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. iv