Loading...
Item #07 Approval of Awarding RFQ #1707 Continuing Contract for Transportation Planning Consulting Services ocoee florida AGENDA ITEM COVER SHEET Meeting Date: November 7, 2017 Item # / Reviewed By: Contact Name: Joyce Tolbert Acting Finance Director V4!,pd;i 64s . _ Contact Number: 1516 City Manager: f- - Subject: Award of RFQ #1707 Continuing Contract for Transportation Planning Consulting Services Background Summary: The City's continuing contracts for transportation planning consulting services have expired. In compliance with policies and procedures of the City of Ocoee Purchasing Code Chapter 21, the City solicited statements of qualifications from qualified transportation planning consulting firms or individuals that are interested in providing these services. The firms selected by the City will provide general transportation planning consulting services for various planning, design and development review projects to the City on an as needed basis, based upon task orders to be issued by the City under the continuing contracts. The City intends to award continuing contracts to the firms deemed to be the most highly qualified to perform the required services. The continuing contracts shall automatically be renewed annually, unless terminated by the City in writing, for a total of five (5) years from the date of execution, plus a one (1) year optional renewal at the City's discretion. The RFQ was advertised on September 3, 2017 and was publicly opened on September 26, 2017. There were two (2) responses submitted. The Finance Department and Development Services/Planning Department reviewed the qualification statements and both were considered responsive, see the attached RFQ Checklist. Attached are the two (2) ranked responses; original copies of all responses are available in the Finance Department for your review. The two (2) responses were evaluated by the RFQ Evaluation Committee appointed by the City Manager, which was comprised of five (5) members: Al Butler, Support Services Director; Richard Campanale, P.E., City Engineer; Steve Krug, Public Works Director; Mike Rumer, City Planner; and Charles Smith, P.E., Utilities Director. The public RFQ Evaluation Committee meeting was held on October 10, 2017, with the Evaluation Committee evaluating and short-listing the firms on specific evaluation criteria. Please see the attached shortlist/evaluation form. The evaluation committee short-listed the following firms in ranked order, and recommends contracting with both responding firms, per the attached award recommendation from Mike Rumer, City Planner. The Table below is the Evaluation Committee's rankings: Rank/Respondent 1. Kimley-Horn and Associates, Inc. 2. S&ME, Inc. Issue: Should the City Commission award the continuing contracts for transportation planning consulting services to the two (2) short-listed firms, as recommended by the Evaluation Committee? Recommendations: Staff recommends that the City Commission award RFQ #1707 Continuing Contract for Transportation Planning Consulting Services to Kimley-Horn and Associates, Inc. and S&ME, Inc., and authorize Staff to issue task orders with the selected firms on an as needed basis up to the budgeted amount, and authorize the Mayor, City Clerk, and staff to execute all necessary contract documents with these firms once the required insurance is received. Attachments: 1. RFQ #1707 2. Kimley-Horn Response 3. S&ME Response 4. Evaluation Form/Shortlist 5. RFQ Checklist 6. Award Recommendation from City Planner Financial Impact: As budgeted each fiscal year; these costs are typically a pass through to the Developer. There is approximately $20,000 budgeted this fiscal year for trip counts. Type of Item: (please mark with an x') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion&Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 401Pir City Manager Richardl .Firstner, District 3 Robert Frank Joel F. Keller, District 4 ocoee florida MEMORANDUM TO: Joyce Tolbert, Purchasing Agent FROM: Michael Rumer, Development Services DATE: October 23, 2017 RE: Selection Committee recommendations for Transportation Planning COPIES: Craig Shadrix The Selection Committee met on October 10, 2017, to compile the results of the individual rankings for the two (2) firms that responded to the RFP solicitation for Transportation Services. The two (2) firms are recommended by the Committee to be approved to provide continuing serves for Transportation Planning. 1. Kimley-Horn and Associates 2. S&ME, Inc. City of Ocoee• 150 North Lakeshore Drive•Ocoee, Florida 34761 phone: (407) 905-3100•fax: (407) 905-3167•www.ocoee.org z > 0 m m m m m C co Z ¥ e m = = m $ 0 / 2 \ \ / \ \ 0 O ) o \ 1 \ \ / Z 01 a e -' ƒ Z 2 H E y 2 r7. 0 I n G 0 \ z 7:1 D = 0 / ® 2 co ro 71 <q \ D ¥ E c a _, _, - _, _, 1/ - / / Z 0 m n m m O R. 2 D -1 CI) g d w p ® 2 z O - -i D / 2 E z w 2 0 n 0 z @ @ / e e Ni e N) / F Z p 0 2 m X < 0 m 2 m m : 3 " -i a [o0 73 a m a * * vD -2,' -0 1-no apD m CU SU N 3 C O N N a, N CD n N ° 7"9. _7 N 7ET, - Si)X c W N - o C. E E W oD -o5 a; o � m' oic0CD w7 v m = o =,� tU N R1 r °. Cr,0 a 7 -0 o C ,n. -, -0 7' 7 E.`G - `< OC_7 <, 0 O N �. 7 G D n 0.00 -6 S» o. = C. C) (n Z D Z v j 3 (D Sp 3 7 5o 5CD - -0a m m °_r (n , ° C 0 G . Z o f N 0 v -- . .7-. N O, N N co 0 3 C Z T 0 7 0 ` .D " 2 0 —I N 0 Z "O .Z" cn O. W C N 7 '7-' n N -s. M Z to a E m mo co C713 CD 0 (0 a O 9. • 0 7Z A C tO N 0 D D N ,iN r O z < � fJ E. r D C —I V O Z Z 7 r -n D OZ xiz 3z O O h,) d-N , z r- O N m 3 M U) R 1. 1 RFO#1707 CONTINUING CONTRACT FOR TRANSPORTATION PLANNING CONSULTING SERVICES INDIVIDUAL EVALUATION FORM Individual Evaluation Form Evaluation Criteria Kimley-Horn and Associates Inc. S&ME, Inc. Ability to Provide Type& Quality of Services ~� ~7 (0-30 Points) Quality&Extent of Staff Experience w/Transportation Planning Projects (0-25 Points) `~--�x��' � �)�� ~OS averifilskr Ability to Continue Project within Budget with Current/Projected / ,�� Workload \�/ (0-20 Points) � N � � /1���' ,~-����+ �_ = Emunova � Cost- effectivenessC� (0-20 Points) /' Certified Minority Business Enterprise (0-5 Points) 2 0 TOTAL POINTS (1'100) ' 2 0 MEMBER RANKING � / � // (1 -o Evaluator Name , "Th12--•u/6: Evaluator Signature CF) m m \ q \ G 9E © % } ® 7 » . 77 a = fro gc > m CD \ a � og & r \ moo / NJ -, = Gy %\ E § EE ! k \ 3 m ® r ƒ / \ -o< \ $ //® \ $ ) &f �f� E < } { � _ ° ! 7 ° E ; w ® R= = = z o & J m R } m3 ± $ 5 moo § sone - J . E / 0 9 z » _ : ® \ G5. az ° x ( & e ; CO Z e m I ) �p — / 2 ƒ k - — « s n, = 5E " m° \ ; > ¥FO 0_ 2 C 0 El) 11111E 0 / '. § o $ k 4 I / $ \ cu —I S NJ \ / \ / § \ k 0 � � _ - / / \ � £ ram } =Iz 0 0 ,-0 z 0Z mz g 0 _0 0 § CD 90 -I NI / » / \ / \ f Z \ m m < 0 M . � 63 . / < � m . § \ / / / } % 724. / / Q / \/ / go / 2 E S R E -. \ E � k 2 / / \ } / \ \ / �� \ \ ) {/ \\\ to , E } } � 3 5 ° aR7 ° E ; \ ® §co = ne g » ° E 0 2 \ mQ qy ° 0 = , ° m a = / E c 0 9 2 Jzg « a ¥ x / m , z n ) § cn � ` oCi, � CA � (D. —.1 D � 0 m - - C) cn E m ® \ \ \ / E ) ° $\ z ` z \ ƒ E / g ° = 0 0 0 X m ) 0 5' ] n < ' � - -Ti\ § \ / � \ § NJ 01 01 % / / 7 / . m \ R < i3 fat 14 \ \ § \ e z , 5T Z ) z g 0 0 0 § 2 / IN § o a a / m 0 / m 2 0 § P . < n<i , M Ci. O � cPip oom c � �. vD oma mp opD m N 3 --I CT (/i_ N N N O O fJ N C c O" < m N v covor -o „,5 a 0,0 - o xn � ,�' cn � d m °—'• p �, • d Q m o - a v < 7 v O C -0 a 6'•< -0,< • c <. 0 o A 7 N �. 7 O. a *_ O O co 43 O (?0 0 0 0 0: CA Z D i - ? 5 m 20 = 7- o s --00 .0m cn m p C 0 co v z y m o � N 0 � 5' c 0 a. m m V m o 7 CO Z E L7 Nal co N ° N p < Z 0 ii I, 3' Z Po )C:s X 3o D o z 0 t , \ ° 73 \ N V \ fes, Q Q CZ D Dcn \1J ai r � A E C -I-4 N —I— O O O Z Z 1- 71 O Z X1 _Z Z E O oO Z cn i� cn c t Q © N �, In P m n m 7 NJ 2 0 3 ; a j' m .• .-,C.) s I g % _ _ / m > -0 -v §. k = a n ( z 2 /® -1 2 C 2 n C) 2 0 n Cl) » 2 0 ° k / k D > Ili\ \ 2 =a % t 0. 3 / m 3 71 cu o = ° m m 0 cn \ m IV 2 -1 a § 71 / d 0 " m w - § - 2 q ƒ q n q 0 m xi � J nq D / \ ƒ / r �_ / / ■ 7 q 0- (D = / -0 2 D z 2 / CO 2 \ \ \ O \ / _ - 0 _ Cl) az' E • 400 t t / = J ƒ / / $• c ocoee florida Continuing Contract for Transportation Planning Consulting Services RFQ # 1707 TRTP33023.17 Continuing Contract for Transportation Planning RFQ#1707 0(0(,)(,) Consulting Services September 26, 2017 Ki til l ey>>>H o r n Joyce Tolbert, Purchasing Agent City of Ocoee Finance Department/Purchasing 150 N. Lakeshore Drive Ocoee, Florida 34761 RE: Continuing Contract for Transportation Planning Consulting Services;RFQ #1707 Kimley-Horn is excited about the opportunity to serve the City of Ocoee under the Continuing Contract for Transportation Planning Consulting Services. We are strongly positioned to represent your best interests in a variety of transportation-related services. Among the City's highest priorities is to provide your residents and businesses an effective and safe transportation system, across all travel modes, while preserving the City's unique character. Our expertise in transportation planning, traffic engineering, land planning, and roadway design can provide you the complete extension of resources to meet this challenge head-on. Our team can best serve you for the following reasons: We Understand your Scope of Work. Kimley- � Horn has extensive experience with and excels in local municipal continuing services contracts. The Kimley-Horn team has held similar contracts withy:. Osceola County, Longwood, Lakeland, Winter � Park, Maitland, Altamonte Springs, Casselberry, w Orlando, and others. Additionally, we have provided ost continuing services for the Florida Department of Transportation and assisted MetroPlan Orlando with several Long Range Transportation Plans. We understand the processes and procedures through z� _. -- our work on previous general services contracts where Kimley-Horn staff on multiple levels have worked and interacted with various municipality staff. We are Available and Responsive. We recognize that these types of contracts require quick action, flexibility, experience, creativity and • innovation—and our company culture aligns very a _ well with this approach. As a full-service consulting - - - � ` engineering firm, we have the resources that you will need over the life of this contract. Within our Orlando office alone, we provide the following = ` services: transportation planning, traffic operations, roadway design, land planning and development, utilities, structures, and landscape architecture. The foundation of our service to you is our strong -- commitment to delivering not only high quality technical excellence, but timely service and practical money-saving solutions. Our flexibility to adapt to your changing needs, is unsurpassed. kimley-horn.com 3660 Maguire Boulevard, Suite 200. Orlando, FL 32803 407.898.1511 1 Kimley>>>Horn Page We are Local, Trusted Advisors. Kimley-Horn has maintained a fully staffed local office in Orlando for more than 37 years and has successfully completed countless projects during that time. We work to contribute to the success of our local community and region. We are dedicated to further developing and improving our relationship to meet the needs of the City of Ocoee. We will actively identify and solve critical issues, find reliable and innovative solutions, and ensure responsive and cost-effective service that meets the local needs of the City and your Vision. We are Passionate About Our Work. We are recognized experts through our work on transportation and traffic planning, design, and development review projects. The Kimley-Horn team understands the types of challenges facing the City as they support the region's needs for growth and the desire to fulfill a "healthy community design" that withstands the test of time. We are aware of the area's rich history and unique character the City wants to preserve while welcoming new growth and opportunities. Our local presence and experience enables us to serve as a partner to the community and share in the civic pride that flourishes in this great location. Summary. The Kimley-Horn team possesses the resources and availability to provide the City of Ocoee with rapid response to project ,A. issues. You can be confident that our team has proven successful experience conducting similar services. We will ensure that our tremendous " pool of resources will be available to work T alongside your staff, and we look forward to this opportunity. We genuinely appreciate the opportunity to present our qualifications, and look -- .110011"1"."1"""---- forward forward to serving as the City's consultant. Sincerely, KIMLEY-HORN C/ifAt James Taylor, P.E. Clif Tate, P.E. Project Manager Principal-in-Charge kimiey-horn.com 3660 Maguire Boulevard, Suite 200, Orlando, FL 32803 407 898 1511 2 401 Prepared for: i``411pP Continuing Contract for ocoee florida Transportation Planning Consulting Services RFQ # 1707 Table of Contents Section Tab Cover Letter Table of Contents Firm Overview 1 Hourly Rates 2 Professional Qualifications 3 Approach to Scope of Services 4 Similar Projects 5 Workload 6 Location of Firm 7 Insurance 8 Additional Information 9 Conflict of Interest Disclosure 10 Company Information/Signature Sheet 11 Acknowledgement of Addenda 12 MBE Certification 13 Add 3 Kimley>>>Horn 0,/ Continuing Contract for Transportation Planning RFQ#1707 0(ot,-' Consulting Services 1 . Firm Overview Kimley-Horn and Associates, Inc. is Legal Name: Kimley-Horn and Associates, Inc. a full-service multidisciplinary consulting Federal Taxpayer ID: 56-0885615 firm offering a broad range of engineering, Address:3660 Maguire Boulevard, Suite 200, Orlando, FL 32803 planning, landscape architecture, and Phone: 407.898.1511 environmental services to clients in both the public and private sectors. Founded in 1967 by transportation engineers in �. .,,. a ` cksonvdle Raleigh, North Carolina, Kimley-Horn first became "> Taga ee well-known for its expertise in transportation planning and traffic engineering. In the early 1970s, the firm built an impressive Ocea�a track record in regional and urban area transportation planning, traffic ©endo impact analysis, parking planning and design, traffic control system design, and statewide and local traffic operations and safety studies. During this period, the Tampa Lakeland firm also added practices in site civil engineering, structural, highway, and bridge •.1 eVero Beach design, as well as airport planning and design. Today, Kimley-Horn has more than Sarasota 2,500 employees in 80 offices across the United States, offering a full range of consultingservices to local, regional, national, and international clients. In Florida FeetMyee est Palm Beach g Boca-Delray alone, there are more than 500 employees in 15 offices. a Fort Lauderdale ...y t The firm's in-house services include: *'Miami • Transportation planning and traffic engineering • Site civil engineering • Traffic impact analysis • Environmental services/permitting • Bicycle/pedestrian planning • Surveying/platting • Safety studies • Pavement management/maintenance studies • Roadway and bridge design • Access and circulation studies • Paving and drainage • Parking planning and design • Signal system study/design • Utilities • Data collection, evaluation, and analysis • Stormwater management • Landscape architecture/streetscape design • Public involvement programs • Parks and recreational facility design • Construction administration/coordination Kimley-Horn's stability and growth over the last 30 years are reflected in its steady rise on Engineering News- Record's (ENR) list of the top 500 design firms in the nation. The firm first appeared on the list in 1981 when it ranked 421st. In 2017, the most recent year for which data is available, Kimley Horn ranked 21st among the top 500 design firms and 6th among the top 100 "pure design firms." This continued growth illustrates our steadfast commitment to providing responsive client service, pursuing continuous quality improvement, and operating as a business-based practice. In addition, the firm has received positive recognition from the business community. Kimley-Horn is one of the few remaining employee-owned consulting firms in the country and has been recognized by Fortune magazine as one of the "Top 100 Best Companies Work For." In 2017, the firm appeared on the list for the 10th time since 2005. Authorized Representatives The following individual is authorized to make representations for the Proposer. Clif Tate, P.E. Senior Vice President 3660 Maguire Boulevard, Suite 200 Orlando, FL 32803 407.898.1511 TRTP33023.17 Transportation Planning Services DRAFT rod 4 Ki m I ey>>>H o r n Continuing Contract for Transportation Planning RFQ#1707 0(()(,� Consulting Services 2. Hourly Rates While Kimley-Horn's clients benefit from the resources of a nationally recognized organization, clients receive the personal attention and response of a small dedicated professional team. The Kimley-Horn team identified for the City of Ocoee Transportation Planning Consulting Services Contract has been selected from the best available staff in our Orlando office and beyond to provide services on multiple levels offering flexibility and cost effectiveness. We will examine ways to reduce costs as we work with the City to define specific needs and implement sound engineering solutions. Hourly Rate Schedule Classification Base Loaded Principal-In-Charge $78.38 $267.02 Senior Professional I/Resource Principal $75.25 $256.35 Senior Professional II/Project Manager $53.61 $182.64 Professional $41.00 $139.67 Senior Technical/GIS Support $37.63 $128.19 Analyst $31.54 $107.43 Admin $22.97 $78.25 Effective through June 30, 2018 Subject to annual adjustment thereafter TRTP33023.17 Transportation Planning Services DRAFT.indd 5 Ki m I ey>>>H orn �,a %I Continuing Contract for Transportation Planning RH'Q#1707 x 0x>� Consulting Services 3. Professional Qualifications Professional Services Kimley-Horn provides an integrated spectrum of services designed to best meet clients' immediate needs, but also clients' big picture priorities. Our experience is unsurpassed as one of the largest and most diverse traffic and transportation specialty firms in the country. Listed below are outlines of just a few of the specialty service areas we can provide as creative solutions for the City of Ocoee's transportation planning and engineering needs. Transportation Planning Kimley-Horn offers complete transportation planning in-house. Our transportation planning services include traffic impact assessment, development of master plans, long-range planning; development of circulation and parking plans, multimodal planning and design, and comprehensive planning. Our transportation planning staff has extensive 1 i y i experience with serving both public (federal, state, MPO, and local) and private clients (large and small) in every aspect of transportation planning. In the Orlando office alone, we have experts in the following areas of transportation planning: , A_ _ • General transportation planning consultation , r i� • Growth management - • Comprehensive planning/Transportation element updates • Project development &environment PD&E analysis • Mobility plans • Bike & ped plans/Complete streets '''..-":1:1 � • Pedestrian safety programs , ° • Innovative parking, access, and circulation studies • Impact fee/Mobility fee studies • Long-range transportation plans • Concurrency analysis • Trail feasibility studies • Wayfinding plans We have assisted numerous municipalities in their development review and approval process. Our experience with performing and reviewing traffic analyses in Florida is unmatched, from museums and master planned mixed-use communities to gas stations and downtown office buildings. We are experienced in the review of on-site and off-site circulation plans, access management planning and evaluation, and traffic impact analysis review. Traffic Engineering Our team has conducted traffic analysis for every study type listed below. Kimley-Horn has the expertise to address any traffic need that may arise during the course of your project. Our team has the personnel to help address both specialized and routine traffic needs with the right mix of staff for each assignment. We can also apply additional resources whenever there is a need for quick turnaround. We have completed thousands of traffic engineering projects, ranging from major area-wide systems involving hundreds of intersections to single intersection designs and analysis. Our traffic engineering staff includes experts in these areas: TRTP33023.17 Transportation Planning Services DRAFT.indd 6 Ki m l ey>>>H o r n Continuing Contract for Transportation Planning RFQ#1707 of Consulting Services • Traffic engineering general consultation • Operational analysis • Traffic impact analysis • Roundabout feasibility and design • Corridor studies • Median modification studies • Roadway design and pavement markings ■ Signal optimization and timing development ■ Signal warrant analysis and signal design a Signal system coordination and design • Four-way stop warrant analysis • Intersection design ■ Access management ■ Signing and marking studies and plans • Traffic calming solutions • Speed zone studies a Accident and safety studies • Pavement management/maintenance Our approach to traffic engineering is a combination of technical expertise, professional practices, and common sense: , Meet with Your Staff. This is an essential first step • �. to clearly define the study background, scope, and purpose. "' Qualitative Assessment. Our engineer in charge of the study visits the site and assesses operating -b ,,. - , conditions such as saturation, conflicts, queues, delays - _ � rai bicycle and pedestrian operations, signal phasing and timings, and interruptions to traffic. " Data Collection. We take care to obtain accurate data because this is basis for the remainder of the study. Often some data (such as accident reports or recent traffic counts) can be obtained from County or FDOT files. However, if new data is needed, Kimley-Horn knows the criteria for data collection, documentation, and compilation. Analyses and Evaluations. For warrant studies, we will use the Manual on Uniform Traffic Control Devices criteria. For capacity and planning level studies, we will use Highway Capacity Software. For development of signal timing plans and traffic operations analysis, we will use Synchro software for arterial and grid systems and VISSIM (if necessary) for Diverging Diamond Interchanges. However, our analysis will go beyond the running of software and focus on the real-world implementation of solutions. For all types of studies, the technical analyses must consider the accident patterns, nearby intersections, laneage and storage lengths, driver expectations, and adjacent land uses. Development of Alternatives and Costs. We will develop viable alternatives to address existing problems and achieve a solution in line with your study objective. This will include probable construction costs and the advantages and disadvantages of each alternative. We will then meet with your staff to present our alternatives and findings. This will enable you to have a voice in the selection of alternatives and verify that the newly developed materials meet the study objectives. Recommendations. Based on the comparison of alternatives, we will prepare a written report and make recommendations for improvements. The report will use text, tables, and illustrations to clearly set forth the findings, evaluations, and recommendations of the study. The raw data and analysis printouts will be included in appendices, and a one- or two-page executive summary will be included at the beginning of each report. PD&E/Corridor Studies Project development and environment studies and corridor and design studies are a specialty at Kimley-Horn. We have performed planning studies ranging from rural highway projects to complex urban arterials for city, TRTP33023.17 Transpertation Planning Services DRAFT trial Ki m I ey>>>H or n Continuing Contract for Transportation Planning 10 (2# 1707 0( ot,p Consulting Services county, and state government agencies throughout Florida and the Southeast. Our experience includes studies involving multijurisdictional agencies, existing roads, and road alignment. Kimley-Horn has the capacity to develop a master plan, examine alternatives, present those alternatives to the public, and prepare preliminary and right-of-way plans. We also can assess the socioeconomic and environmental consequences of making or not making transportation improvements. Our track record of achieving necessary agency approvals and gaining public support for major roadway location projects is impressive. Traffic Impact Analyses Kimley-Horn has been involved in the development and application of traffic impact analyses (TIAs)for more than 30 years. The firm has conducted thousands of TIAs for projects of virtually all magnitudes and types, including mixed use, commercial, institutional, recreation, residential, industrial, and research developments. Our engineers and planners have also reviewed TIAs for local and regional agencies, developed impact analysis and impact fee systems, trained public agency staffs in TIA review and computer modeling techniques, and conducted transportation financing research for the federal government. Typical goals and responsibilities during these studies include: • Maximizing the efficiency and use of existing roadways to promote use of alternative modes of transportation ■ Determining mitigation measures for adverse project impacts • Assuring a workable project Concurrency Management Studies Kimley-Horn personnel are experts in the state-mandated growth management control system of concurrency. We have monitored the development of the legislation and local ordinances and are thoroughly familiar with state-of-the-art computerized and GIS-based concurrency management systems available for use by municipalities. We have conducted seminars and symposia on concurrency issues for our clients, performed preliminary concurrency analyses for our clients, and developed capital improvement elements of local government comprehensive plans. We also have in-house all infrastructure engineering and planning disciplines and can apply them to concurrency issues for you. Complete Streets Kimley-Horn makes the most of its vast array of services, knowledge, and experience to better serve our clients with their roadway design Browcard— projects and, in particular, complete street projects. Our firm is uniquely Covv‘ Lete. S1 ret/- qualified to undertake complete street projects. We know that providing -Guidelines complete street design services involves the integration of all aspects of mobility, including vehicular, bicycle, pedestrian, and transit modes. �1J Our multidisciplinary approach goes well beyond simply providing plans, specifications, and estimates, but also includes an appreciation for how the project fits within the functionality of the mobility network. This • understanding allows Kimley-Horn to provide our clients with reasonable and practical design solutions that will not detract from the functionality of 7 ■ the roadway network. Kimley-Horn has successfully represented the interests of all modes of travel by designing several compete streets projects across the state and IC►QCH —MPO LTH? BokiN nationally. We understand the benefits derived from the complete street approach and the increased safety it provides for all modes of travel. Because of this aspect, our proposed project organizational structure uses an integrated team approach of TRTP33023.17 Transportation Planning Services DRAFT.indd 8 Ki m I ey>>>H or n Transportation Planning \ 1 Continuing Contract for 11Ha#1707 OCO( � Consulting Services engineers, planners, and landscape architects who work together with our clients to understand local issues and prepare a feasible design concept that addresses multimodal connectivity and safety. Traffic Calming Kimley-Horn's team of roadway designers, traffic engineers, " Wool " 'hCity aft Calming Plan and planners knows how to design roadways that ,,✓ 0i accommodate a defined volume of through traffic and ' iT�� ' �i j pedestrian/bicycle usage while serving as corridors for i—, business and residential development. All reasonable efforts are made to restore a balance between automobiles and I, .' : • 11 d � pedestrians. When addressing the functional and aesthetic , needs of municipal road corridors, Kimley-Horn's team t '' V'r RIMemphasizes a wide variety of traffic calming principles -, including narrowed lane widths that serve to slow traffic 'E_=-- and reduce the overall street width while providing safer f ` _____ ' pedestrian crossings; heavily landscaped medians that reduce the appearance of expansive paving, help slow traffic, lower the number of accidents, and promote pedestrian safety through the provision of median refuges at crosswalk locations; raised intersections (or speed tables) equal to the elevation of the sidewalk; paving designs created to announce intersections or neighborhood gateways; and traffic circles or roundabouts that permit the development of major gateway features, calm through traffic, and in some instances, even improve the flow of traffic. Traffic Control Warrant Analysis Vs `14,' Understanding your traffic control options is critical in defining ,--\ ., �� and creating safer, more efficient and politically acceptable traffic control improvements in your downtown area. From way-finding . signage to pedestrian features to intersection stop controls to roundabouts or traffic signalization, Kimley-Horn provides , = you with a comprehensive understanding of your options. Our AI diverse skills and experts in the traffic engineering profession . provide you with unparalleled experience to determine the t appropriate use of traffic control devices. Kimley-Horn also has .. a superior understanding of the manuals and references that are the basis for the use of traffic control devices. Parking Studies, Planning and Strategies Kimley-Horn has considerable experience performing major parking studies for developments and downtown districts, - • wa I II II ; surface and deck designs, and access, circulation, and ': ,:r ,,, , parking studies for planned communities, transit centers, "' ."",. ilia *too rrr.r .111'4 .. shopping centers, universities, and other high activity : multimodal centers. Kimley-Horn develops integrated parking -_ __ strategies for mixed-use and transit oriented downtowns and development projects and is often asked to research parking trends and innovations ranging from policies to parking management implementation plans. Kimley-Horn has designed surface lots that blend into historic surroundings and award-winning parking decks integrated with transit stops, retail businesses, and municipal offices. We have helped clients save money by better utilizing TRTP33023.17 Transportation Planning Services DRAFT.indd 9 Ki ni l ey>>>H or n Transportation Planning S 1 Continuing Contract for 11FQ# 1707 ()(-()�� Consulting Services existing facilities. We have developed leading-edge technical solutions for revenue collection and control. And where parking issues have become community concerns, we have successfully brought competing interests to agreement. Public agencies from coast to coast—governments, airport authorities, hospitals, and downtown development districts—rely on us for realistic parking projections for specific facilities, special events, or entire cities. Park+ Recognizing that most solutions are never "one size fits all", Kimley-Horn developed Park+®, a unique parking modeling software that allows users to manage parking demand, monitor parking supply, and develop unique scenarios tailored to development and phasing, event management, transportation demand management, and sustainability. Park+® has been developed as an add-on extension to ArcGIS (Arclnfo/Advanced)to allow for more dynamic data management and robust evaluations. The current version of the model includes temporal, multimodal, allocation, parking occupancy, and land use characteristics as primary inputs and user functions. The output features include overall parking demand, surplus/deficit, and latent (or unmet) demand. The model allows the user to define smaller areas to perform spot or zonal analyses, as well as define parking allocation patterns. Kimley-Horn builds the Park+® model for each client, ensuring that demand projections and data calibrations are unique for each downtown, campus, or development. The integration and calibration process allows for accurate and timely projects of peak parking demand, and allows the end user to evaluate, manipulate, and control an endless array of scenarios. Whether your goal is to identify the appropriate location of your next parking facility or identify transportation management techniques to mitigate existing issues, Park+® is comprehensive parking software that will meet your needs. Civil Engineering Our team's experience with civil engineering projects for municipalities and cities gives us a thorough understanding of the process. This understanding reduces delay and will help expedite all phases of whatever projects may be assigned. At Kimley-Horn, we focus on delivering successful projects by developing accurate bid documents, securing regulatory agency permits, and managing project risk elements. Projects must be designed with the community in mind. Our ability to focus on providing and maintaining access to City sites by City residents during construction is an important consideration. Permitting, Agency Coordination, and Client Representative Kimley-Horn has an outstanding track record of dealing with permitting agencies and obtaining challenging permits. From land developments encompassing thousands of acres to major municipal water treatment plants, Kimley-Horn has been responsible for permitting on development projects of all sizes and types. Kimley-Horn's engineers, scientists, and planners maintain regular contact with virtually all key regulatory agencies and their decision makers. Our reputation among the professional staff of these agencies is among the best. This rich network of interpersonal relationships enables us to provide expeditious services relative to agency reviews and approvals. Our staff understands agency procedures and expectations. We have successfully represented clients before numerous federal, state, and local agencies and have an excellent working relationship with all the water management districts. We are experienced in preparing permit applications, know what is required to gain approval, and excel in providing the high level of coordination that facilitates the permitting process. Oftentimes, our reliable, established contacts enable us to obtain early, candid assessments of a project's permitability or compliance issues. Construction Engineering and Inspection (CEI) Kimley-Horn has provided CEI services on hundreds of miles of urban and rural roadways for projects ranging from limited-access arterials to collector facilities for counties, cities, and state departments of transportation throughout the United States. Our full-service consulting includes comprehensive construction administration services with experienced inspection staff in all types of construction. In addition to receiving the benefit TRTP33023.17 Transportation Planning Services DRAFT.indd 0 Ki m I ey>>>H o r n t\r/J Continuing Contract for Transportation Planning #1707 0((WE-, Consulting Services of our inspectors' experience, our construction phase personnel can attend pre-construction conferences and regular project meetings, and provide review and approval of pay estimates, and i., I �. P all other activities required to achieve well-coordinated construction ®_° �� 1. of proposed improvements. Our construction phase services -� include providing a full-time or part-time construction observation representative, evaluating equipment delivered as compared to shop drawings, and coordinating punch list observations and materials testing. Public Involvement Kimley-Horn is sensitive to the pivotal role of meaningful public involvement programs that enable area residents to establish their priorities. Community involvement determines the overall design program, funding strategies, and implementation priorities. Our expertise in providing a broad range of services helps to ensure the successful implementation of your goals while addressing the specific challenges that each project entails. Our team's experience in coordinating and conducting public meetings and information sessions will relieve City staff of a considerable burden. We are known for developing innovative approaches to projects that involve neighborhood participation. We understand that some projects require community involvement and acceptance, and we have developed effective methods of bringing the community into the process. Kimley-Horn is strongly committed to conducting public participation programs that educate, inform, and build consensus for a distinct solution. Each project is different in terms of the stakeholders and the critical issues involved; thus, each public involvement program is tailored to specifically address the project's needs. If any work assignment calls for public involvement, we can accomplish this through public meetings scheduled at critical points in the process, notifying the public of meetings, and communicating as often as needed with interested citizens. Local funding is generally easier to obtain if the public is in support of the project. Key Personnel Kimley-Horn understands that when you select a consultant, you are really choosing people who offer you technical expertise, extensive hands-on experience with similar projects, and a demonstrated record of quality and responsiveness that will make your projects a success. Our culture is structured to hire and retain highly motivated employees who exude pride and enthusiasm for Kimley-Horn and the services we provide. Kimley-Horn recognizes the importance of establishing a proven staffing plan at the onset of the project. We recognize that each project is uniquely different and as such requires a different team composition to effectively complete the project. The depth of services we offer the City of Ocoee from our local office in Orlando will likely serve every need you may have for this project. However, in the event an additional need arises we have a multitude of services and professionals to meet your every need from across the nation. As indicated by the following organization chart, Kimley-Horn understands the value of assembling a strong and diverse project team and has strategically selected a team of experts to address a variety of tasks that could be conducted for this project. Subconsultants Accurate Traffic Counts, Inc. (MBE) 798 Executive Drive Suite A Oviedo, FL 32765 Phone: (407)678-0605 TRTP33023.17 Transportation Planning Services DRAFT.indd 11 Ki m l ey>>>H o r n Continuing Contract for Transportation Planning arch#1707 ... Consulting Services Accurate Traffic Counts, Inc. (ATC) DBE/MBE was founded in 1993 and created to provide the transportation community a timely and cost-effective way to collect accurate traffic data. ApseDrawing on more than 50 years of combined experience, ATC has the experience and expertise to deliver accurate, timely and cost-effective traffic data collection services. ATC is ATCrecognized throughout the State of Florida as a leader in the traffic data collection field. The staff's commitment to excellence combined with state-of-the art data collection technologies, allow them to complete any size project with the quality and timeliness needed to exceed the expectations of the professionals they serve. With Reliability, Quality, and Precision as the cornerstone of the firm's business, they commit their resources toward the collection of accurate traffic data and to maintaining the most recent and advanced technologies in the data collection industry. Project Management Plan Kimley-Horn recognizes a teamwork-based approach is critical to successfully serve the City and exceed expectations for each assignment. Our project management plan is centered on the combined efforts of the project manager, James Taylor, P.E., and the principal-in-charge, Clif Tate, P.E. Each assignment from the City will be evaluated by the management team to determine the specific skill set needed for the task, the City's timeframe, and the availability of staff. An action plan will be developed to assign the appropriate Kimley- Horn team or individual to the task so that the assignment results in a successful, cost-effective outcome. While the project manager will provide a consistent and responsive contact for the City of Ocoee, a variety of task managers and support staff are anticipated to be utilized to fulfill the specific expertise and labor needs. When other task managers are involved, James and Clif will monitor performance, coordinate with the City as needed, and track quality control. Our approach to project management includes budget and schedule control but begins with clear communication. We hold weekly production meetings to enable staff, task managers, and project managers to stay up-to-date regarding current and projected workloads. We know the importance of meeting our clients' deadlines—our depth of staff and ability to activate resources from other offices will ensure we complete your projects on time. Organizational Chart 4 0.10P- ()COPP florid° Principal-in-Charge Project Manager QA/QC Clif Tate,P.E. James Taylor, P.E. Jonathan Thigpen,RE. 1 Transportation Planning Traffic Operations&Design Roadway Design { Planning/Landscape Mike Woodward,P.E. Ken Siu,P.E. Fred Burkett,P.E. i Scott Mingonet,PLA,AICP Michael Garau,P.E. Nicole Heck,E.I. Hao Chau,P.E. Kelley Klepper,AICP Ramon Breton,P.E. - . . Structures Traffic Counts Joseph Roberts,P.E. Accurate Traffic Counts,Inc. TRTP33023.17 Transportation Planning Services DRAFT.indd 12 Ki m I ey )>H or n James Taylor, P.E. Project Manager Relevant Experience Traffic Impact Analysis,Various Locations, FL—Project engineer for more than 100 studies Special Qualifications of varying scope to evaluate trip generation,project distribution,mode split,traffic operations,and • Has 13 years of consulting project impact for proposed developments and re-developments.TIA experience includes methodology experience in transportation planning negotiations,concurrency evaluation,comprehensive plan amendments,operational assessments, and traffic engineering with public access management,parking evaluations,proportionate fair share calculations,mitigation strategies, and private sector clients and public meeting presentations. • Has 17 years of engineering project MetroPlan Orlando 2040 Long Range Transportation Plan Update,Orlando,FL—Project coordination,staff development, engineer for multiple tasks associated with the development of the Orlando Urban Area Transportation performance monitoring,team Study(OUATS)regional planning model.Tasks included coordination with municipalities for future year building,training,and mentoring socioeconomic dataset development,travel demand model validation and calibration,and analysis of • Experienced in all aspects of model output to determine future year cost feasible and needs improvements.Designated as quality consulting management including assurance team manager. operations,bid proposals,public presentation,marketing,recruiting, Lake Tohopekaliga Developments of Regional Impact(DRIs),Osceola County, FL—Project and business planning/development manager,technical support,and/or quality review associated with transportation analysis and other • Specialized in transportation planning submittals for several DRI,Substantial Deviation,and/or NOPC applications near Lake Tohopekaliga analysis,traffic operation,travel including Green Island DRI,Edgewater DRI,Bella Tara DRI/DCI,Bellalago DRI,Tranquility DCI,and demand modeling,microsimulation, Mariners Cove DRI.Advised and represented applicants by providing preliminary analyses to influence long range planning,and land DRI site plan and land use schedules,drafting methodology statements and attending agency review entitlement/development process meetings,responding to RAls and negotiated development order language,and presenting traffic • Awarded by employers and co- analysis at municipal board meetings. workers for workplace habits, Downtown Kissimmee Area Microscopic Model and County Complex Expansion Evaluation, leadership,and profitability Osceola County, FL—Project Manager for the development of a microsimulation tool using Professional Credentials Quadstone Paramics dynamic assignment software to assess future traffic conditions for multiple • Master,Civil Engineering,University scenarios associated with expansion of the Osceola County Public Complex.Performed subarea of Central Florida,2008 calibration of the Osceola County regional demand model for extraction into the microscopic model. • Professional Engineer in Florida, The final model consisted of 41 major intersections,two time periods,and four travel modes.The #69979,August 1,2009 model was used to evaluate and develop a multi-phase parking and traffic assessment of the Osceola County Complex Expansion for Board presentation. Merritt Island Commercial Core Land Use Analysis—Project engineer for an analysis of land use and major infrastructure including transportation,utilities,and stormwater for the Merritt Island Redevelopment Agency(MIRA).The goal was to identify the study area's carrying capacity with a primary focus on the commercial and business core of Merritt Island.The planning approach relied upon the adopted Comprehensive Plan—Future Land Use,Zoning districts with respect to the maximum allowable residential density and non-residential square feet,market data,analysis of traffic patterns,and an evaluation of existing and needed infrastructure to support the potential future market. American Dream Miami CDMP, Miami-Dade County, FL—Project manager for transportation analysis associated with Comprehensive Development Master Plan(CDMP)application for the largest single-structure retail/entertainment project proposed in the country.Coordinated methodology and CDMP review with FDOT Districts Four and Six,Miami-Dade County,Broward County,adjacent property owner(Graham Company),and several other municipalities.Challenges included negotiation for unique trip generation characteristics,access planning during an ongoing 1-95 and HEFT System Interchange Modification Report(SIMR),and large scope of intersection analysis(50+intersections using Synchro software). 13 Kimley>>>Horn Clif Tate, P.E. Principal-in-Charge Relevant Experience Special Qualifications Continuing Planning and Design Consultant Services,Osceola County, FL—Project manager. • Has 33 years of diverse Kimley-Horn is providing a variety of transportation planning services to the County under this transportation planning experience continuing contract.Assistance has included conducting the countywide data collection and analysis . Served multiple FDOT Districts and program,support for participation with MetroPlan Orlando,travel demand modeling and toll feasibility the Central Office for over 20 years analysis for the Southport Connector,analysis and coordination with review agencies to support the • Expert in Florida's growth approval of the County's Master Plan Districts,coordination with the Florida Turnpike,and the Orlando management requirements ts Orange County Expressway Authority relating to potential Osceola Expressway Authority projects. • Served on the Technical Working Continuing Professional Engineering Services, Maitland,FL—Project manager.Kimley-Horn Group for the CUTR/FDOT Mobility has been serving the City of Maitland for various tasks for several years.Efforts have included Fee Study providing technical assistance as the City evaluated proposed redevelopment of the prime two blocks • Expert in federal,state,and of their downtown,preparing a Transportation Concurrency Exception Area(TCEA)comprehensive metropolitan transportation plan amendment for their downtown CRA,conducting the transportation and infrastructure analysis planning requirements and to support their Westside Redevelopment Plan,preparing their"Mobility Plan"to support a citywide funding for improvements, TCEA(which was also modified to be consistent with 2011 HB 7207),and providing strategies to interchange approvals,congestion implement context sensitive solutions for roadway designs in downtown Maitland.Our sensitivity to management,financial analysis, and understanding of local issues has allowed us to provide assistance customized to the unique and the development of long-range situations the City of Maitland has faced.Continuing Services for Community Planning,FDOT District transportation plans Five—Project manager of the Kimley-Horn team that was selected in 2012 to provide professional Professional Credentials services for conducting and reviewing a variety of transportation planning and land use planning • Bachelor of Science,Civil studies and documents.This is a task order oriented contract with various types of work;our services Engineering,Clemson University will include preparation of developments of regional impacts(DRIs),comprehensive plans,corridor . professional Engineer in Florida, plans and sub-area analysis,and MPO assistance. #43148,June 14,1990 MetroPlan Orlando 2040 Long Range Transportation Plan Updates,Orlando, FL—As a key subconsultant to another firm,Kimley-Horn prepared several elements of the update for the 2040 LRTP.These included the Financial Resources,the Congestion Management Process(CMP)and the Bicycle and Pedestrian Plan.The development of the CMP included identification of performance measures,coordination with MPO committees,data collection and evaluation,identification of potentially congested corridors and crash locations,and documentation of the different types of improvement strategies to better manage congestion.Methods for prioritizing projects for implementation were also developed.The development of the Bicycle and Pedestrian Plan included data analysis of bicycle and pedestrian facilities,public involvement,identifying improvement opportunities,improvements prioritization,and cost estimating.This effort resulted in a prioritization list for bike lanes,sidewalks,and trails. Transportation Element Update,Winter Park, FL—Kimley-Horn prepared a comprehensive Data,Inventory and Analysis to support the changes in the Transportation Element and identified existing,short term and long term conditions for roadways,sidewalks,bikeways and transit.This effort included a review of historic trends and travel demand modeling.Kimley-Horn's analysis relied on their thorough understanding of traffic volume forecasting and capacity analyses to ensure the highest possible level of accurate.Kimley-Horn worked with City staff to develop the Goals,Objectives and Policies for the Transportation Element. MetroPlan Orlando 2030 Long-Range Transportation Plan(LRTP)Update,Orlando, FL— Project manager on this project for which Kimley-Horn(as a subconsultant to another firm)performed the congestion management process.The process development included identification of performance measures,coordination with MPO committees,data collection and evaluation,identification of potentially congested corridors and crash locations,and documentation of the different types of improvement strategies to better manage congestion. 14 Kimley>>>Horn Jonathan Thigpen, P.E. Quality Assurance/Quality Control AMIN Relevant Experience Civil Engineering,Traffic Engineering,and Transportation Planning Services,The Villages, Special Qualifications FL—Traffic engineer for The Villages,a retirement community consisting of approximately 26,000 • Transportation engineer with acres of land in Lake,Sumter,and Marion counties.Kimley-Horn is providing traffic engineering and 20 years of experience who transportation planning services on an ongoing basis.In addition to DRI analyses,we have performed has managed a wide range of a variety of consulting services for The Villages:transportation modeling,origin-destination studies, transportation planning and design access management studies,signal warrant studies,signal design,monitoring and modeling studies, projects interchange justification studies,traffic counts,miscellaneous conceptual planning,construction traffic • Expert in traffic analysis,traffic studies,bridge design/inspection,PD&E studies,and roadway design. forecasting,and design traffic General Transportation Services,Ocala,FL—Project engineer and project manager for analysis miscellaneous transportation projects for the City of Ocala engineering department.Project • Experienced in multimodal corridor assignments included public involvement,traffic calming,signal design,roadway design,traffic studies,FDOT safety and operational analysis,and school access/circulation. studies,cost/benefit analyses,signal design,signal retiming projects, Long-Range Transportation Plan,Marion County,FL—Served on the team for this project that access management,and roadway involved the development of a validated base year model(1985),an Existing-Plus-Committed(E+C) design network,an interim year needs plan(year 2002),and long-range needs and cost feasible plans for • Qualified Expert Witness for Eminent year 2015.In addition,a mass transit model also developed for testing of transit alternatives within Domain the County.This project included in-depth analysis of land use data,transportation modeling using Professional Credentials the Florida Standard Urban Transportation Model Structure(FSUTMS)highway-only and single-path • Bachelor of Science,Civil and transit process,identification of alternative roadway improvements,and financial analysis to determine Environmental Engineering,Georgia funding opportunities and costs of improvements.The project culminated with an MPO-adopted cost Institute of Technology feasible plan. • Professional Engineer,FL,#57611, Traffic Impact Analyses, Marion County, FL—Project manager.Kimley-Horn performed traffic July 19,2001 analyses for numerous local land development projects that involved extensive spreadsheet use to • Qualified Expert Witness for Eminent catalog link and intersection information.Performed detailed analysis of existing conditions at the Domain peak hour,including link analysis and intersection operational analysis.Used FSUTMS to determine • Florida Engineering Society project trip distribution.Tested for significant impact on roadways from project traffic to determine • Urban Land Institute study area.Examined future conditions based on historical growth and committed traffic and provided • Consulting Engineers'Legislative necessary improvements to meet adopted level of service standards at project buildout. Counsel Ocala-Marion County Bicycle and Pedestrian Master Plan 2015 Update,Ocala, FL—Project • Association of Florida Community engineer on the Kimley-Horn team that completed the most recent bicycle and pedestrian master Developers(AFCD) plan for the Ocala/Marion County TPO.The emphasis of this plan was to identify policies,programs, and facilities that provide a comprehensive network that enables Marion County citizens to coexist no matter what their mode choice is and to provide the mechanism to acquire funding so that the findings of the plan can be implemented.The project included a comprehensive existing conditions inventory that was collected using state-of-the-art GPS data collection equipment.Kimley-Horn also developed an innovative community outreach program that included a series of community interest forums where groups,such as homeowner associations,special interest groups,agencies,elder care groups,disability groups,and school board officials could interact and provide meaningful input.In addition,the team developed a comprehensive financial resources document that not only investigated typical funding sources,but also looked at leveraging other existing funding sources,such as FDOT safety funds,enhancement grants,community service programs to maintain facilities,and public/ private partnerships.This project was completed under our General Planning Consultant Services contract for the Ocala/Marion County TPO. 15 Kimley>>)Horn Mike Woodward, P.E. . Transportation Planning Wit Relevant Experience General Transportation Consultant(including Mobility Plan),Altamonte Springs,FL—Project Special Qualifications engineer.Kimley-Horn has served the City of Altamonte Springs for more than 10 years on a variety of • Transportation engineer with 13 transportation planning and engineering activities.We have provided prompt turnaround,sensitivity to years of experience local issues,familiarity with in-house procedures,and creativity in solving unique problems.Over the • Specific expertise in traffic impact years,our services have included data collection,level of service analyses,traffic monitoring of the studies,corridor and arterial downtown development of regional impact corridor studies,traffic impact studies, intermodal studies, investment studies,signal system pedestrian studies,and development of guidelines for conducting transportation impact analyses,and retiming,signal design,transit highway capacity analysis.Recent work has included the Transportation Concurrency Exception Area facility analysis,growth management Justification Report, Capital Improvements Element, Evaluation and Appraisal Report,and Mobility Plan planning,evaluation of non-typical intersection configurations,and Continuing Traffic/Transportation Services,Osceola County, FL—Project engineer.Kimley-Horn roundabout analyses provided a variety of transportation engineering services to the County under this continuing contract. Assistance included two assignments conducting the countywide data collection and analysis program, ' Solid knowledge of Highway Capacity on-call multimodal transportation planning,on-call development of regional impact reviews,and the Software(HCS),Synchro,SIDRA Southport connector feasibility study. software,MicroStation,AutoCAD, and GIS Continuing Services for Community Planning,FDOT District Five—Project engineer for the Professional Credentials Kimley-Horn team that was selected in 2012 to provide professional services for conducting and • Bachelor of Science,Civil reviewing a variety of transportation planning and land use planning studies and documents.This Engineering,Michigan State is a task order oriented contract with various types of work;our services will include preparation of University developments of regional impacts(DRIs),comprehensive plans,corridor plans and sub-area analysis, • Professional Engineer in Florida, and MPO assistance.Work to-date includes the following: #70009,June 30,2009 Districtwide Planning and GIS Support,FDOT District Five—Project analyst on the Kimley-Horn • Institute of Transportation Engineers team for this on-call transportation planning contract.The comprehensive scope included geographic (ITE) information system support,level-of-service studies,work program mapping,assistance and review of metropolitan planning products,assistance and review of comprehensive planning products,corridor studies,interchange justification reports,access management,functional classification,and intelligent transportation systems. MetroPlan Orlando 2040 Long Range Transportation Plan Updates,Orlando, FL—As a key subconsultant to another firm, Kimley-Horn prepared several elements of the update for the 2040 LRTP.These included the Financial Resources,the Congestion Management Process(CMP)and the Bicycle and Pedestrian Plan.The development of the CMP included identification of performance measures,coordination with MPO committees,data collection and evaluation,identification of potentially congested corridors and crash locations,and documentation of the different types of improvement strategies to better manage congestion.Methods for prioritizing projects for implementation were also developed.The development of the Bicycle and Pedestrian Plan included data analysis of bicycle and pedestrian facilities,public involvement,identifying improvement opportunities,improvements prioritization,and cost estimating.This effort resulted in a prioritization list for bike lanes,sidewalks,and trails. Continuing Professional Services(includes Areawide Traffic Study and Park Avenue Improvements),Windermere, FL—Assistant project manager on the Kimley-Horn team that was selected to perform professional engineering services to include design,planning,permitting and review for the Town of Windermere.Specific projects include the Areawide Traffic Study.In 2013,the Town of Windermere selected Kimley-Horn to perform an areawide traffic study.Tasks included road classifications,traffic counts,access roadway conditions and recommendations for improvements, comprehensive traffic operations and safety analysis,obtain and evaluate crash data for three years to determine the need for safety improvements,inventory the Town's current bicycle and pedestrian paths,and public involvement,among others. 16 Kimley>>>Horn Ken Siu, P.E., IMSA II Traffic Operations & Design Relevant Experience ITS Master Plan,MetroPlan Orlando,Orlando, FL—Project engineer.Kimley-Horn is developing Special Qualifications the ITS Master Plan for the MetroPlan Orlando.This master plan will 1)determine ITS vision,goals, • Experienced in a wide range of and objectives and establish a business case for the improvements; 2)coordinate with stakeholders transportation planning and traffic and document existing conditions/infrastructure;3 identify ITS needs;4 identify applicable ITS operations projects strategies; 5)develop a system architecture that complies with federal state requirements and meets • Proficient in traffic concurrency local agency needs;6)develop a Concept of Operations'and 7)develop a prioritized ITS Master guidelines and requirements for Plan with an implementation strategy for the near-term and future deployment,maintenance,and Pasco,Sarasota,Hillsborough,Polk, operations of the ITS.The plan will account for emerging technologies in vehicles and devices used in Hernando,and Citrus counties transportation infrastructure and communication systems. • Experience working with a national Professional Engineering Services(including pier replacement),Punta Gorda, FL—As part of client to provide traffic engineering our on-call professional engineering services contract,performed a Downtown Circulation and Parking services for developments in the Study in support of the development of a comprehensive downtown parking and circulation plan to greater Tampa Bay and southwest assist in redevelopment plans.Analyzed existing traffic and parking patterns within the study area,and Florida areas • projected future traffic and parking needs based upon redevelopment plans and future needs. Proficient in trip generation,traffic distribution,and planning(with CUBE Downtown St. Petersburg Traffic Signal Upgrade,St.Petersburg,FL—Project manager. and FSUTMS modeling software), Kimley-Horn designed intersection improvements and mast arm traffic signals at 12 intersections in signal warrant analysis,access Downtown St.Petersburg to replace existing concrete strain pole/span wire traffic signals.The existing management studies,and traffic signals were interconnected by existing phone lines to the City Traffic Control Complex and ran pre- impact studies timed in the downtown network.As a part of the project,the existing yellow and all red timings were • Proficient in Synchro/Simtraffic, upgraded to meet current standards.We also upgraded existing pedestrian ramps and sidewalks to ArcGIS,AutoCAD,HCS,ArcView GIS, comply with current ADA standards and added patterned crosswalk treatments.Our team provided and CORSIM software programs structural calculations to support the use of FDOT standard mast arm assemblies.We also performed Professional Credentials additional structural design when the proposed mast arm mounted signal equipment exceeded the • design loading of standard assemblies for the FDOT wind speed in Pinellas County.Additional services Master of Civil Engineering,Civil Engineering,Florida International included analyzing geotechnical data and performing drilled shaft design calculations for locations University with soil conditions having less strength than the FDOT standard soil criteria.Kimley-Horn was able to meet the City's aggressive project schedule by making review submittals of the 30%,90%and final ' Bachelor of Science,Industrial design plans. Engineering,University of Florida • Professional Engineer in Florida, Naples Central Avenue Improvements, Naples, FL—Project engineer responsible for traffic #74527,June 8,2012 modeling assessment to determine lane requirements and existing and future level of service based • IMSA II certification of possible lane modifications.Also responsible for signalization improvements.The project consisted • Institute of Transportation Engineers of streetscape,intersection and multimodal improvements to Central Avenue.The purpose of the (ITE),Member improvements was to create a more balanced approach improving all modes of travel through the corridor.Modifications in support of the project included lane reduction,roundabouts and other intersection improvements,signalization and signal timing. Tampa Bay Area Development Planning,Tampa, FL—Traffic planning for developments within and surrounding the Tampa Bay Area(Hillsborough,Pasco,Pinellas,Hernando,Citrus,and Polk counties Performed traffic modeling using CUBE and FSUTMS software in support of site development traffic studies, DRIs,and planning studies. US 17/92 Corridor Study, FDOT District Five—Serves as project engineer on this Corridor Master Planning Study to evaluate US 17/92 within the City of Sanford.Responsible for traffic engineering studies.Our team is building upon work already conducted by Seminole County and is now developing an implementation plan for specific short-term and long-term improvements.While the previous work identified design criteria and land use policy recommendations,there is a need to develop specific improvement concepts at specific locations. 17 Kimley>>)Horn Fred Burkett, P.E. Roadway Design t1( Relevant Experience Professional Consulting Services(Transportation), Longwood,FL—Kimley-Horn was selected Special Qualifications to perform professional engineering services(Transportation)to include design,planning,permitting • Has 30 years of experience and review in accordance with the City of Longwood's 5-Year Transportation Capital Improvement in transportation engineering, Plan.This project includes multimodal improvements,a bicycle and pedestrian master plan,public managing complex projects and involvement(meetings,workshops,newsletters),sidewalk,re-construction of curb ramps and multidisciplinary design teams installing crosswalks to meet ADA standards,safe routes to schools,connections to the regional Sun • Proficient in roadway design, Rail station,on-street parking plans,bicycle lanes and all related signing,signaling,path,milling and drainage system design,traffic widening associated with each project. engineering,and transportation planning Continuing Traffic/Transportation Services,Osceola County, FL—Project engineer.Kimley- • Has performed or managed all Horn provided a variety of transportation engineering services to the County under this continuing of the planning and engineering contract.Assistance included two assignments conducting the countywide data collection and analysis activities inherent in the successful program,on-call multimodal transportation planning,on-call development of regional impact reviews, design of roadway and highway and the Southport connector feasibility study. infrastructure and understands all Continuing Transportation Engineering Services,Orange County, FL—Project engineer on this issues associated with public sector three-year continuing transportation engineering contract.We have provided numerous studies and roadway improvement programs and designs for Orange County,including intersection capacity studies,safety studies,access studies, serves the best interests of these structural studies and reviews,signal retiming studies,signal warrant studies,four-way stop studies, programs drainage studies,structural evaluations,intersection designs,sidewalk designs,signing and pavement Professional Credentials marking designs,signal designs,interconnect designs,ITS designs,roundabout designs,roadway • Bachelor of Science,Civil designs,drainage designs,utility design,culvert replacement,and bridge design. Engineering,University of Central Continuing Transportation Engineering Services,Orlando, FL—Project engineer.Kimley-Horn Florida provided transportation engineering services to the City of Orlando under a three-year continuing • Professional Engineer in Florida, services contract.Kimley-Horn has provided numerous studies and designs for the City,including a #45825,August 12,1992 signal retiming study,two roadway resurfacing designs,a signal design,fiber optic communication • Florida Engineering Society designs,and streetscape design. Continuing Planning and Design Consultant Services,Osceola County, FL—Project engineer. Kimley-Horn is providing a variety of transportation planning services to the County under this continuing contract.Assistance has included conducting the countywide data collection and analysis program,support for participation with MetroPlan Orlando,travel demand modeling and toll feasibility analysis for the Southport Connector,analysis and coordination with review agencies to support the approval of the County's Master Plan Districts,coordination with the Florida Turnpike,and the Orlando- Orange County Expressway Authority relating to potential Osceola Expressway Authority projects.,and assisted the County with the update of the Transportation Element of the County's Comprehensive Plan. International Drive Congestion Management and BRT Design,Orlando, FL—Project manager for multimodal transportation improvements for the 1.5-mile segment between Oak Ridge Road and Universal Boulevard.The main improvement to the corridor consists of connecting existing discontinuous right turn lanes to provide an additional lane in each direction where no right turn lanes are present to create a six-lane facility.The two additional lanes will be used as auxiliary • lanes for exclusive transit and turning vehicles.The improvements will address vehicular safety and capacity needs for all modes,including ITS devices,fiber optic communications,access management improvements,turn lane improvements,signal upgrades,improved bicycle and pedestrian facilities, and transit enhancements to improve stops. 18 Kimley>>Horn Scott Mingonet, PLA, AICP Planning Relevant Experience On-Call for Multimodal Transportation Planning,Engineering,and Project Management Special Qualifications Services,Arlington,VA—Under a five year contract,Kimley-Horn is assisting with task associated • Has 27 years of experience in with multimodal transportation planning,design,and construction in urban settings.Tasks include landscape architecture,urban design, preliminary project planning; inventory,analysis,and surveys,data collections for all modes,and and land planning studies of individual transportation modes and multimodal solutions;project design,engineering, • Has been involved in every aspect and cost estimation,including modeling and simulating alternatives;designing the street space of multidiscipline urban revitalization to accommodate all modes and developing accurate cost estimates;and project and construction projects and master planning, management,including assisting the county in implementing multimodal transportation projects from from initial visioning to final construction contract award through project close-out. implementation Downtown Redevelopment Planning and Design,Michigan City,IN—Kimley-Horn developed • Assists municipalities in developing an implementation plan for the city to use as a tool for attracting developers to the downtown area for urban streetscape programs that eventual redevelopment.The plan used a number of previously completed studies and concepts that serve as catalysts for revitalization exist today in the city to various degrees and combine them,synthesize them,and improve upon them • Works with multiple municipalities with the intent of providing one accepted and implementable plan for the long-term vitality of the city's and state agencies to develop downtown area. enhancement,preservation,and restoration programs Dixie Highway/Olive Avenue Street Master Planning,West Palm Beach,FL—This award- • Experienced in preparing forest stand winning project involved developing a master plan for the downtown street system in West Palm delineation and forest conservation Beach.The FDOT allocated funds to resurface the City's streets and contracted with design plans consultants to do the work.Kimley-Horn acted as the City's program manager,assisting them in • Works with local arborists and formulating a wish list of design elements that would help to implement their long-term community environmental specialists to vision for the downtown area.This list included such things as wider sidewalks to encourage develop a holistic approach to land pedestrian activity,on-street parking,traffic calming features,and landscape enhancements.The development and impacts to the built project also involved the redesignation of US 1 to bypass downtown,and the transfer of downtown environment streets from FDOT control to City control.Kimley-Horn coordinated all utility relocation and upgrades • Overall experience ranges from the to take advantage of the street reconstruction.Partnering with FDOT was critical to this project to development of active and passive ensure that minimum design criteria are met and that the City's goals and objectives were also recreation opportunities to master upheld.We also assisted the City to identify multiple funding sources for the improvements. planning for major residential/golf communities Hollywood Beach CRA Street Planning and Transportation Vision and Broadwalk Design, Hollywood,FL—Project landscape architect was the consultant project manager for the preparation Professional Credentials of the master plan and design development drawings for the Broadwalk improvements.During this • Bachelor of Landscape Architecture, effort,the project landscape architect collaborated closely with City of Hollywood staff on all aspects Landscape Architecture,University of design.During the implementation phase of the project,the City staff prepared those working of Florida drawings necessary to implement the enhancements consistent with the Master Plan,and Design • Professional Landscape Architect in Development Documents.In addition,the City worked closely with their selected construction manager Florida,#01428,October 1,1991 at risk to implement the enhancements. • American Institute of Certified Tennessee DOT,On-Call Planning Services,Statewide,TN—Kimley-Horn provided on-call Planners(AICP) planning services for the Tennessee DOT.Types of projects included interchange modification studies, ` American Planning Association(APA) interchange justification studies,advance planning reports,and feasibility studies in accordance with • American Society of Landscape Tennessee DOT and FHWA guidelines and requirements.Projects also included conducting inventory Architects(ASIA),Full Member and assessment of rail/highway grade crossings,railroad diagnostic team investigations,and • Congress for New Urbanism(CNU) evaluation and design of improvements to signalized rail/highway grade crossings in accordance with • Urban Land Institute,Member Tennessee DOT and Federal Railroad Association guidelines and requirements. • Council of Landscape Architecture Review Board Certified 19 Kimley>>>Horn Kelley Klepper, AICP Senior Planner/AICP Planning Relevant Experience Manatee County Airport Land Use and Zoning Code Update, Manatee County, FL— Special Qualifications Project manager,Kimley-Horn is current assisting Manatee County to update and amend their • Has 25 years of planning experience Comprehensive Plan and corresponding(implementing)Zoning Code standards specific to airport in Florida,Kentucky,North Carolina, zoning and land use controls specific to Florida Statutes,Chapter 333.Kimley-Horn is assisting and Tennessee County staff to prepare the necessary analysis,GIS Mapping,and plan and code language updating • Extensive experience working the County's development standards. with local government agencies, Manatee County Parks,Recreation and Open Space Master Plan, Manatee County, FL— community redevelopment agencies, Project manager,Kimley-Horn is working with Manatee County staff to prepare an update to the development and redevelopment County's Parks and Recreation Master Plan.Kimley-Horn is leading the team that is reviewing the projects,master planning and plan implementation County's current master plans,growth and demographic projections,capital improvements plan(s), as well as operations and maintenance programs.Our team prepared a robust community outreach ' Extensive knowledge of land and and public involvement plan that included community-wide and neighborhood workshops,but also entitlements planning,parks and open space planning,development- prepared an online survey for residents input.The Master Plan is anticipated to be completed in related issues,public policy, August 2017 culminating in a priority listing of projects,both in the short and long term. comprehensive planning,budgeting, City of Belle Glade Comprehensive Plan, Belle Glade, FL—Project manager working with funding coordination,urban growth the City of Belle Glade on the review and update of the City's Comprehensive Plan based on the boundaries and management, evaluation and appraisal report.Kimley-Horn completed the community review,preliminary land use urban/rural design,transportation and population analysis and a review of the current Goals,Objectives,and Policies as they relate to demographics,and population growth management changes,consistency across the various elements,and clarification of terms/ projects;form based codes strategies. • Experienced in coordinating and conducting public meetings and Bowling Green CRA,Bowling Green, FL—Project manager.Kimley-Horn is providing professional presentations,including public planning services to the City in their efforts to analyze and create a community redevelopment area involvement plans,and visioning (CRA).Specifically,Kimley-Horn has prepared a land use assessment of properties within the City • Extensive knowledge of and an accompanying Finding of Necessity.The Finding of Necessity identified those properties and developments of regional impact conditions within the City that qualify under the Florida Statutes.The proposed CRA encompasses (DRIs),land development codes, properties along the core commercial corridors on US 17 and supporting residential neighborhoods zoning ordinances,and small area within the City. plans DeBary Brownfield Assessment Program Consulting, DeBary, FL—Project manager,the Professional Credentials Kimley-Horn team is working with the City to identify areas for designation as a Brownfield consistent • Master of Arts,Geography and Urban with state and federal requirements.Kimley-Horn has prepared the initial study area maps,resolution Planning,East Tennessee State designating the area as a Brownfield and assisted the City in its public outreach and public University involvement plan. • Bachelor of Science,Psychology,East Multiple Transportation Reviews, FOOT District Six—Project planner assisting FDOT District Six Tennessee State University on the review and compliance of proposed comprehensive plan amendments with adopted Florida • Form Based Code(FBC)Training, Statutes and potential impacts to the Strategic Intermodal System(SIS). Form Based Codes Institute 2013 • American Institute of Certified Island Professional Master Plan,Venice, FL—Project planner.Kimley-Horn prepared a Planners,#014572,03/18/1999 special area study(Island Professional Planning Area)to define design overlay standards for a • American Planning Association(APA) critical healthcare employment center and major core of the City.The study also identified specific • Florida Planning and Zoning design and development related components,including bulk development standards,transit/ Association(FPZA) transportation,infrastructure,design standards,and redevelopment strategies.The City selected the Island Professional Planning Area to serve as a test case for the development of the required plan documentation and to serve as a model for preparing subsequent planning area analyses. 20 Kimley>>>Horn t\`/1I Continuing Contract for Transportation Planning RF,a#1707 t O�- Consulting Services 4. Approach to Scope of Services The Kimley-Horn team has the expertise to tackle any transportation planning or engineering need that may arise throughout this contract. While it is anticipated the results of many tasks will be documented in a Technical Report or in Design/Construction Plans, some deliverables will consist of tables, GIS shapefiles, or stand-alone graphics. Other times, our deliverables may be a simple public presentation or minutes from a stakeholder meeting. Our focus is to provide excellent client service by being responsive, flexible, and cost effective on all tasks—big or small. We are committed to serving the City as a seamless extension of your staff. Our approach to transportation assignments is defined by our ability to facilitate a strong collaborative and creative effort between staff and in-house professionals to ensure projects merge with the short-term needs and long-term Vision of the City of Ocoee. Our ability to provide a wide variety of professionals within a single management structure translates into a team that has varying perspectives, diverse experiences, broad capabilities, and unmatched cohesiveness. We understand the importance of effective communication throughout a project, including the need to establish clear and concise schedules with regular updates. Upon receiving an assignment, we will begin with an on-site kick-off meeting (as needed) with the City project manager to develop scope, discuss constraints and opportunities, determine what information is available and what data needs to be collected, and begin formulating the schedule with select milestones. We will coordinate early and often with staff and provide frequent updates on any work efforts. We understand the importance of effective communication throughout a project, including the need to establish clear and concise schedules with regular updates. Kimley-Horn has an extensive quality control program, so you can trust our staff to get it right the first time. We understand the City's time should be spent wisely, and our commitment to quality ensures you will not need to spend your time back checking our calculations. Our approach to each assignment includes a focus on quality to inspire confidence in our deliverables and soundness of our recommendations. Our goal is to provide you with the tools you need to be successful and to anticipate your needs so you never need to follow up with us to check in on a project. We have the experience and the availability to serve the City with excellence in every task listed in the Scope of Service of this continuing transportation planning contract. A, Assisting City staff in updating a financially feasible Vaster Transportation Plan Key personnel on the Kimley-Horn team have been developing cost feasible, long-range transportation plans and mobility plans in Central Florida for decades. We have broad experience with introducing innovative and unique concepts into these plans to help municipalities meet their goals within budget. The following is a sample of the concepts that may prove to be beneficial to the City of Ocoee to do more with less. Integration of Livable Communities Concepts into the Plan Framework reflects the increasing realization that urban mobility needs to refocus on the smaller scale improvements that make our community safer for pedestrians and bicyclists, thus allowing those modes of travel and transit to be more successful. Often a greater number of small projects can be undertaken to provide better systemwide performance compared to a traditional capacity expansion project. Incorporation of Visualization Techniques is critical for successfully communicating the issues and recommendations of transportation plans in a credible fashion to the public and policy makers. This is especially vital when trying to communicate the interconnected nature of our transportation and land use decisions. 21 TRTP33023.17 Transportation Planning Services DRAFT.indd Ki m l ey>>>H o r n �\I!J Continuing Contract for Transportation Planning 11rQ# 1707 oco�P Consulting Services Integration of Economic Competitiveness into the Planning Process. While transportation investments were historically viewed as a critical component to economic development, our society generally lost sight of economic considerations until the recent recession. Now our policy makers and public stakeholders demand that economic considerations are prominently featured when identifying, selecting, and designing the projects that will be implemented with today's scarce resources. Kimley-Horn has taken a proactive approach to including economic impact considerations into the transportation planning process. Focused Public Involvement is more impactful than casting a broad net. Key stakeholders need to be actively engaged early and on a continuous basis in the development of our plans. They need to be directly involved in the decision-making process so that consensus is reached to support the plan recommendations and to ensure that there are no surprises. Integration with the Congestion Management Process allows the plan to prioritize improvements on a budget, resulting in a broader range of mobility improvements that are often less costly and more effective. This also allows for the long-range plan to become an active plan that benefits from frequent improvement and refinement; otherwise, the long-range plan becomes a plan with a 40,000-foot focus when the best decisions are made at the ground level. B. Assisting City staff in periodic updates to Comprehensive Plan, Land Development Code, and Capital Improvements Plan Kimley-Horn understands that the City may require assistance with comprehensive plan updates, land development code revisions, and regular development of capital improvement plans. We know the Comprehensive Plan lays the groundwork for how a community grows and develops, and sets the framework for subsequent implementation through the various codes and plans. Our planners and engineers have worked with municipalities and developers throughout the state to review and update plans and land development code to comply with the latest best practices and state growth management laws. Updates to the City's Comprehensive Plan or land development code involves a thorough understanding of the history and reason for the proposed changes, along with an analysis of the impact of the changes proposed and compatibility with other elements of the Plan. Our approach would propose to include a project review and kick-off meeting reviewing broad-based concerns of the planning staff as well as other departments. This initial assessment is critical to understanding and identifying the success of a community in addressing planning issues. Working with the City, this initial step would evaluate and assess the effectiveness of the Comprehensive Plan in accomplishing its goals. We would also use this process to review the Plan against recently adopted Statutes. We would use this opportunity to review the existing Comprehensive Plan and its requirements (planning areas) which may conflict with other components of the Plan, or are more regulatory in nature and suitable for inclusion in the City's Land Development Code. A recommendation would then be presented to City staff, or another preferred group, to explain key concepts regarding the recommended Plan and/or code revisions. The draft set of standards will be developed and subsequently refined through reviews with City staff and targeted stakeholders. Based on the outcome of this review, our team would work with staff to prepare and finalize revisions of the amendment. These amendments would then be presented for review and approval, including subsequent adoption by the Planning Commission and City Council. The recommendations will be provided to staff in both strikethrough and underline format to identify proposed modifications (additions and/or deletions) and then a finalized copy (without strikethrough and underline). With any project, our team would provide the City with regular reviews and updates including progress reviews. We are also experienced with updating Capital Improvement Plans for agencies at local and state levels. Kimley-Horn will work with the City Planner and others to review regional and local long-range plans, budgets, and priorities of the City to assist with annual CIP updates. As needed, we have the expertise to extrapolate from regional plan analysis to provide updates for local conditions annually through subarea analysis using transportation modeling and traffic forecasting. TRTP33023.17 Transportation Planning Services DRAFT.indd 22 Ki m I ey>>>H o r n 06i Continuing Contract for Transportation Planning 11i,Q# 1707 ()(�,� �, Consulting Services C. Performing and/or reviewing individual traffic analyses of private development projects for concurrency management and operational issues Transportation impact and traffic operational analysis is at the core of practice for key personnel on the Kimley-Horn team. Kimley-Horn has extensive experience assisting municipalities with the development of transportation impact analysis guidelines, methodology, study reviews, negotiations, and public meetings. Our staff are experts in corridor studies, complete streets designs, concurrency evaluations, speed studies, safety studies, access management constraints, signal warrant and design, signal retiming, traffic calming, roundabout feasibility and design, and school circulation plans and school zone design. Our engineers work extensively with industry standard data sources used to make accurate trip generation assumptions and parking forecasts for future developments, including Institute of Transportation Engineers (ITE) and Urban Land Institute (ULI). We have extensive experience with FDOT District Five and MetroPlan Orlando contracts developing the Florida Standard Urban Transportation Model Structure (FSUTMS) regional planning models that are often used to develop trip distribution forecasts for new growth. Our Orlando office maintains the latest industry-standard traffic operation analysis and microsimulation software packages to quickly analyze potential level of service (LOS) constraints or operational issues from a proposed development. Our approach to reviewing traffic analyses from private developments is to work with applicants to understand the proposal, establish a methodology for the transportation analysis, thoroughly review the application against adopted City standards and concurrency management systems, identify any concerns the City should be aware of during application review, and be available to share these concerns with the Planning Board and City Council. Kimley-Horn transportation engineers are well-versed on the issues that arise from poor site planning and design that could have been avoided with a thorough vetting process and creative thinking. We want the City's residents and businesses to be proud of how well new growth is integrated into the City while remaining an attractive place to develop. D. Assisting City staff in updating and maintaining a socio-economic database It is important that the City maintain accuracy in its socioeconomic existing and future datasets to ensure decisions are made with the best available land use assumptions. Kimley-Horn partners with municipalities, MPOs, and other jurisdictions to help them develop and maintain their existing socioeconomic datasets for use in local and regional planning exercises. We will help the City navigate the complex relationship between land planning and regional transportation plans. We provide transportation decision makers with expert research and analysis to ensure effective use of public resources. We use scenario planning software to help understand how land use decisions, in a spatial context, can affect a number of future outcomes including travel patterns, quality of life, and environmental impact. Together with scenario planning tools to look at differing land use potentials, we use travel demand modeling software such as Cube and TransCAD to help examine the impact of future growth on the roadway network and transit facilities. The Kimley-Horn team is thoroughly experienced in the development and use of the latest adopted FDOT District Five regional planning model (CFRPMv6). We anticipate that CFRPM will be the only model to be used in the region after MetroPlan Orlando discontinues updates to the MPO's OUATS model. E. Performing traffic modeling in conjunction with road impact fee updates and Comprehensive Plan Amendments Kimley-Horn's experience with impact fee studies dates back to our involvement in the state of Florida's first impact fee ordinance in Palm Beach County in 1980. Kimley-Horn was responsible for the transportation analysis that provided the strong technical base for the ordinance that was initially challenged before being upheld at the Florida Supreme Court. Since then, Kimley-Horn has performed impact fee studies throughout TRTP33023.17 Transportation Planning Services DRAFT.indd 23 Ki m I ey»>H or n Transportation Planning tl Continuing Contract for #1707 0(0(--� Consulting Services Florida, including Downtown Orlando, to assist municipalities in developing local impact fee schedules to fund roadway and multimodal capacity improvements. Project Manager James Taylor, P.E. recently served on the City of Orlando's Technical Advisory Committee to review the City of Orlando's updated impact fee study and adopt an updated fee schedule for the Board of Commissioners to adopt in 2017. Kimley-Horn is experienced in the travel demand modeling effort and technical variables that go into developing an impact fee methodology. The team is very familiar with the use of the latest adopted FDOT District Five regional planning model (CFRPMv6) and MetroPlan's OUATS model, which is anticipated to phase out. We are experienced in using these regional models to assess long-range capacity needs based on future land use datasets and constrained facilities. Roadway impact fees developed in an "improvements- driven" methodology calculate the amount of funding from new development will be necessary to address future capacity constraints. These assumptions must be revisited has growth plans and projections change to ensure the City continues to provide new roadway capacity per its Comprehensive Plan. The adoption of mobility fees is becoming common to fund new multimodal projects in similar manner, in addition to or as an alternative to roadway impact fees. We are also experienced with the use of the regional model for comprehensive plan amendment applications, including future land use amendments and proposed updates to the future thoroughfare map. In the Orlando office alone, we pursue dozens of amendments per year for our local clients. The modeling effort involves conducting runs for no-build and build scenarios to determine the impact of the proposed amendment. Kimley-Horn is skilled with the development of these models and their datasets and interpreting the results of these versatile planning tools. F Providing annual traffic counts and other counts for special studies and traffic operations analyses Kimley-Horn understands that the consultant may be required to coordinate the collection of transportation data for annual reporting or for specific analysis. For this task, Kimley-Horn will engage our subconsultant and Minority Business Enterprise (MBE), Accurate Traffic Counts, Inc. (ATC). Kimley-Horn has worked with the ATC team locally for years. The team can quickly mobilize to provide any data collection activities required for the City, including but not limited to: • Collection of data on or off the State Highway ■ Intersection delay a System and/or automated traffic counts ■ Transit data ■ Vehicle classification counts ■ Analysis of traffic growth rates • Vehicle crash record • Review of pavement condition ratings • Transportation origin-destination (O-D) surveys/ • Evaluation of crash patterns and crash rates questionnaires ■ Evaluation of roadway capacity and level of • Roadway characteristics service ■ Travel time delay studies • Parking utilization a Vehicle speed studies Our approach to data collection will be to use the latest technology to perform data collection activities in a cost-effective manner while maintaining quality control procedures to ensure the highest level of accuracy. Analysis techniques will be based on the specific work assignment. Kimley-Horn owns and operates drones locally to collect data and video from a bird's-eye perspective as the need arises. TRTP33023.1 i Transportation Planning Services DRAFT rad 24 Ki m I ey>>>H o r n t� �� Transportation Planning Continuing Contract for rd,Q#,707 oco�� Consulting Services G. Assistinc City staff with roadway conceptual analysis and concept design Roadway planning and design is one of the mainstays of our firm's professional practice, and we have provided these services for urban, rural, primary, secondary, and interstate roadways for clients ranging from municipalities to state departments of transportation to private developers. The firm is known for developing successful, innovative approaches to many projects within diverse environments. Our approach is a community-inclusive process that documents the master plan based on artful images, visionary concept plans, and tested economics transformed into a tangible reality. Parks, community streets, open spaces, and the corresponding linkages are the places that support neighborhood life, as well as the creation of community pride. Conceptual items that may be considered are plant palette, site furnishings, lighting, decorative paving, signage, and wayfinding. Kimley-Horn's experience with redevelopment and planning projects is deep and varied. We have been involved in numerous such projects across Florida over the past two decades. We believe that creating a healthy community takes a great understanding of the big picture and an appreciation of the details. Redevelopment requires an extraordinary ability to solve problems creatively, envisioning and designing projects that are critical to the life of a community, and the skill to stimulate community involvement to achieve overall transformation. Evaluation of the different design alternatives will include comparison of the degree to which each meets the objective, cost analysis, permitability, and constructability. We know that providing design services to our clients goes beyond simply providing plans, specifications, and estimates, but includes an appreciation for how the project fits within the functionality of the roadway network. This understanding allows Kimley-Horn to provide our clients with reasonable and practical design solutions that will not detract from the functionality of the roadway network. With Kimley-Horn, the City will also enjoy the convenience of a multi-disciplined consultant that can provide roadway design services from planning concept to full design plans. H. Assisting City staff in the identification and qualification for various federal and state grants We understand that obtaining successful funding and the identification of potential public and private sources is critical to the City of Ocoee, and we will work to identify alternative funding and financing strategies within multiple categories. Kimley-Horn has enjoyed a high level of success with grants procurement, alternative public revenue strategies, and practical design implementation. The Kimley-Horn team often deals with the complex regulations tied to the local use of federal funding, and has been successful in obtaining grants for several municipalities. The team will provide insight into the opportunities available and the procedures required to obtain funding. Kimley-Horn has a proven track record of winning grants for similar types of projects. A key role Kimley-Horn has filled on numerous projects is to research and find project funding through state and federal grant programs. Our planning studies are geared toward practical, community-based solutions that meet the objectives of many grant programs. Our grant writing expertise has helped our clients secure more than $33 million over the past four years for the implementation of a wide array of projects through programs such as Active Transportation grants and Smart Growth programs. We understand the deadlines, application processes, and scoring criteria associated with Active Transportation grant programs, and can harness this experience to assist the City with funding applications. Our ultimate mission is to bring the ideas of a community involvement process to real projects that shape the livability of our cities and neighborhoods. 25 TRTP33023.17 Transportation Planning Servicos DRAFT.indd Kim ley>>>H orn Transportation Planning 0_4 Continuing Contract for 11FQ# 1707 Consulting Services I. Providing assistance with other governmental agencies on transportation related issues The firm's engineers, scientists, and planners maintain regular contact with virtually all key regulatory agencies and their decision makers. This rich network of interpersonal relationships enables us to provide expeditious services relative to agency reviews and approvals. Our staff not only understands agency procedures, but also their expectations, enabling us to minimize delays and reworks of our clients' submittals. Our staff has successfully represented clients before numerous federal, state, and local agencies including regional planning councils, the Florida Department of Transportation, the U.S. Army Corps of Engineers, the Florida Department of Environmental Protection, and water management districts. We are experienced in preparing permit applications for these agencies, know what is required to gain approval, and excel in providing the high level of coordination that facilitates the permitting process. J. Performing intersection analyses and other studies involving traffic operations Kimley-Horn has completed thousands of traffic engineering and operations projects, ranging from major area-wide system retiming to localized traffic calming projects or single intersection evaluation. Our experience is unsurpassed as one of the largest and most diverse traffic and transportation specialty firms in the country. Some specific services that we anticipate as part of intersection analysis and other traffic operational assessments are listed below: • Data collection and field observation ■ Roundabout feasibility • Traffic volume forecasting • Safety analysis ■ Intersection delay, level of service, back-of-queue, ■ Crash data analysis and available gap assessments ■ Speed limit studies ■ Corridor travel time studies • Signal phasing/timing evaluation and retiming ■ Speed studies ■ Access management analysis ■ Origin-Destination (O-D) studies • Traffic calming studies • Signal warrant analysis ■ Sight distance evaluation ■ Multi-way stop control warrant analysis ■ Roadway lighting justification analysis and design ■ Intersection design Tasks will be performed in coordination with an understanding of goals and perceived concerns of the City. Analysis will use the corresponding reference material and adopted standards. Kimley-Horn will use the latest versions of industry standard software programs for operational analysis including Synchro and Highway Capacity Software (HCS). Our roadway designers will evaluate and assess the feasibility and constructability of any recommended alternatives. We like to provide solutions that can be implemented. In addition, our vast experience in roadway design for FDOT allows our team to provide accurate opinions of probable costs. 'K. Reviewing traffic studies submitted throuch the concurrency process or for alternative road impact fees Kimley-Horn practices in many jurisdictions in Florida which manages growth challenges with concurrency systems to ensure capacity and services are available to its residents and businesses. Our approach to roadway concurrency management review will be to ensure accuracy of traffic studies submitted with applications, provide fair and consistent accounting of new project trips, and assist City staff with tracking the concurrency status of area roadways. As roadway capacity becomes scarcer in urban areas with constrained roadways, we will provide sound guidance as the City transitions to a multimodal approach in these areas consistent with its Comprehensive Plan goals. 26 TRTP33023.17 Transportation Planning Services DRAFT mud Ki m I ey>>>H o r n tJ Continuing Contract for Transportation Planning {i ci# 1707 0( 0(-E, Consulting Services The City of Ocoee updated their impact fee schedule in 2017 in coordination with an updated fee calculation study. Similar to other jurisdictions, the City allows for alternative road impact fee calculation for developments which may have trip generation characteristics dissimilar to land use types adopted in the City's impact fee schedule. Kimley-Horn has experience with performing impact fee studies and alternative impact fee studies. Our approach to reviewing alternative impact fee studies would be to ensure the calculations presented are accurate, have adequate support, results are reasonable, and the methodology is consistent with the requirements of the land development code. In addition, the study would be reviewed for trip generation assumptions and data sources. Data collection at similar sites, if they exist, may be recommended. L. Developinc access management plans for roads in the City Kimley-Horn is leading the industry in providing access management services to municipalities nationwide. We have served FDOT District Four on two access management contracts, one in Traffic Operations and one in the Planning office. And several of our current staff members are former FDOT access management and traffic operations engineers who possess firsthand knowledge of Administrative Rule 14-96 and 14-97. Managing access management contracts in both traffic operations and planning requires knowledge of both theoretical applications and actual implementation. At Kimley-Horn we have a thorough knowledge of the transportation engineering concepts and justification needs for access management standards, and most importantly, we also understand the flexibility that is an inherent part of these standards. V. Developing plans for bicycle, pedestrian, and transit ways in conjunction with transportation planning Kimley-Horn has successfully represented the interests of pedestrians and bicyclists on many planning level studies and design projects throughout Florida. Drawing on expertise from around the state working for FDOT, we have developed a comprehensive statewide bicycle plan and program for Florida and helped the Tallahassee-Leon County MPO, Ocala-Marion County TPO, City of St. Petersburg, Miami-Dade County MPO, and many others complete their bicycle and pedestrian master plans and trail and facility improvements. We have designed hundreds of miles of pedestrian and bicycle pathways and supporting amenities through our innovative multidisciplinary approach to project development. We apply current FDOT, AASHTO, and MUTCD standards as well as local standards to each design project. Our team uses information generated during inventory and analysis to prepare a design for the entire study area. This includes a plan for typical cross-section treatments and connections to on-street facilities and adjacent destinations. Kimley-Horn can provide design themes, landscape palettes, and overall recommendations for the treatment of the bicycle and pedestrian facilities. At the client's discretion, the plan can be augmented by development scenarios at various locations and typical treatments for assets such as staging areas, connections to existing parks, and rest areas. In addition, our professionals can address infrastructure issues including the preparation of conceptual design solutions for bridges, cantilevers from existing bridges, at-grade crossings, railings, guardrails, refuge crossing islands, and options for limiting vehicular access. Beyond the systems planning phase, we continue to partner with local officials to implement those improvements targeted during the visioning process. Our team of planners, landscape architects, engineers, and environmental scientists work together with agency staff to understand the local issues and prepare feasible design concept plans, typical cross sections, and construction cost estimates that reinforce the presence of bicycles and pedestrians along the travel corridor. Kimley-Horn has developed plans for projects that involve substantial pedestrian elements, using innovative, peer reviewed travel demand modeling that relies on zonal-based population projections to forecast zone-to-zone bicycle trips. This tool, along with extensive use of GIS data and mapping, will aid greatly in the decision-making process. 27 TRTP33023.17 Transportation Planning Services DRAFT.indd Ki m I ey)>>H o r n 9 Continuing Contract for Transportation Planning # 170; Consulting Services \. Other related services requiring transportation planning Kimley-Horn is available to provide all transportation planning services the City may need over the course of this continuing service contract. We are confident that our experience and expertise in the field will provide the quality comprehensive services the City requires. In addition to the specific responses requested in the RFQ, we are available to conduct preliminary planning and alignment feasibility for the planned expansion of the West Orange Trail as well as any other project development and environment (PD&E) studies the City may manage. We have professionals locally that specialize in landscape architecture, complete streets design, and park planning concepts and implementation. Our land development and roadway practices are available to assist with those challenges in those fields as they arise while evaluating tasks in the context of transportation planning. Software our transportation staff is proficient in includes the following: ■ Synchro • SimTraffic • ArcView/GIS • SIDRA • Highway Capacity Software (HCS) ■ Cube • Signal 2000 • TransCAD • CORSIM/NETSIM • AutoCAD and MicroStation ■ VISSIM O. Providing transportation modeling in conjunction with mobility fee development, alternatives analysis, and establishment Long-range planning, traffic modeling, and traffic forecasting are critical components in planning for the future of Ocoee. Our staff has worked with numerous agencies to develop and maintain their models including FDOT District Five, Florida's Turnpike, and MetroPlan Orlando. We have assisted MetroPlan Orlando on the 2020, 2030, and 2040 Long-Range Transportation Plans. Our staff has extensive experience with the operating Florida Standard Urban Modeling Structure (FSUTMS) models throughout the state and we have trained staff in the use of Cube software. Our modeling experience will assist the City with the following planning tasks: ■ Traffic impact analyses (using select zone for • Impact fee updates new development) ■ Mobility fee development • Corridor studies and traffic projections ■ Subarea analysis ■ Growth trends related to land use alternatives • Freight corridor studies a Identifying the timing of future capacity ■ Future roadway alignment feasibility constraints The engineers and planners at Kimley-Horn make it a point to remain at the forefront of regional travel demand modeling, as well as transportation system microsimulation. We have been involved in the transportation modeling aspects of planning in Florida for more than 50 years. Additionally, planning staff at Kimley-Horn are addressing the transition from traditional impact fee to mobility fee funding structures in coordination with Community Redevelopment Agencies and municipalities across the state and the country. Our team can offer our extensive knowledge of developing mobility fees to the City of Ocoee. Our growth management expert in Orlando, Clif Tate, P.E., has worked at the state level to develop best practices in concurrency management and mobility fee development. 28 TRTP33023.17 Transportation Planning Services DRAFT.indd Ki m l ey>>>H o r n Transportation Planning Continuing Contract for fircz# 1707 0(()FY Consulting Services ondo P Assisting City staff with CRA administration relative to transportation related issues Creating a healthy community requires a complete understanding of the big picture and an appreciation for the details. Community development also requires the extraordinary ability to creatively envision and design projects critical to the life of a community and, where appropriate, to stimulate community involvement to achieve the desired results. Through the City of Ocoee CRA and the Downtown Ocoee Master Plan, the City is providing a vision aimed at generating opportunities for mixed-used development downtown by creating a welcoming, connected, multimodal planned area that will encourage activity and commerce. Kimley-Horn has developed an award-winning practice in the complex field of community redevelopment and brings that experience to the development of new communities. For more than a decade, our team of experts has consistently sought to bring new and innovative ideas to the development community. Our urban services include: ■ Traffic calming • Presentation material and graphic renderings ■ Transportation planning and traffic engineering ■ Code revisions • Parking analysis and design • Roadway, utility, and drainage design ■ Transit engineering and planning ■ Environmental engineering and permitting ■ Bicycle and pedestrian design • Funding strategies and economic development a Sidewalk and lighting design analysis ■ Public involvement and consensus building • Construction documentation, bid evaluation, and • Master planning and site design observation ■ Streetscaping and landscape architecture A successful effort extends from community support and enthusiasm, smart financial planning and leveraging, careful attention to process, and implementation-based planning. Simply put, we understand the development process from multiple perspectives. From a community standpoint, we know that it is important to clearly communicate, gather ideas, and generate excitement and involvement. In the public sector, it is necessary to know the pertinent local, state, and federal regulations and issues. The private sector wants economically viable situations that are wired for success. As urban planners and engineers, we provide the right mix of creative thinking with reality-based solutions. Q. Provide transportation analysis as it may relate to architecture, landscape architecture, urban design, and form based code Our planning staff has a wide range of experience with comprehensive plans, land development controls and design standards, and master planning for various public clients involving far-reaching municipal issues. Our knowledge of critical planning elements—such as public participation, community visioning, regulatory and policy planning, entitlements, comprehensive plans, land use scenario planning, implementation strategies, cultural and natural resources, and intergovernmental coordination—indicates that our work is truly comprehensive in scope. Kimley-Horn's staff has developed numerous comprehensive plans, zoning ordinances, subdivision regulations, overlay districts, and planned unit development agreements. Moreover, we thoroughly understand the consensus-building and approval process and can take a lead role in guiding you through the process. Central to our success are two basic assets. First, we offer any redevelopment effort a wide variety of professionals under a single management structure. Key disciplines such as transportation, urban design, urban infrastructure and utility planning, environmental permitting, and mapping are all offered in-house by a tightly coordinated team. Second, our principal team members have been working together and collaborating 29 TRTP33023.17 Transportation Planning Services DRAFT.indd 1(1m ley>>>H orn \UI Continuing Contract for Transportation Planning RFQ#1707 0(0(-Y Consulting Services successfully for years. This ensures that our collective learning curve is remarkably low, and that our team experience can be effectively and efficiently applied to any community's needs. Kimley-Horn has written codes for communities either as stand-alone documents or as part of a larger assignment and planning process. We have found that rules and regulations written in clear, non-technical terms, supplemented with easy-to-understand graphics, prove to be the most successful method for conveying information. Kimley-Horn has experience partnering with many progressive communities desiring to implement form-based codes that promote smart growth, mixed-use projects, and economic development. Our in-house, multidisciplinary approach to code development also allows planners, engineers, landscape architects, and environmental scientists an opportunity to partner with our clients to model potential build-out scenarios under proposed conditions. This results in a set of well-tested rules and regulations. R. Performing periodic reports as required by the Comprehensive Plan on the status of the Multimodal Transportation District As a trusted advisor, Kimley-Horn makes it a point to stay informed of growth management legislation, planning trends, regional economic opportunities, and unique engineering challenges in our region that may affect our clients. In recent years, the concepts of smart growth and sustainability have emerged as a framework to ensure quality of life values are provided while allowing growth to take place. Legislation has been passed in recent years to encourage dense mixed-use land use development with a focus on alternative travel modes, including the establishment of Multimodal Transportation Districts (MMTD). Kimley-Horn understands MMTD is a concept the City of Ocoee is closely following and we will provide status of MMTD as required by the Comprehensive Plan, along with status of other innovative planning initiatives the City may have an interest in. 30 TRTP33023.17 Transportation Planning Services DRAFT.indd Kimley>>>Horn X41 Continuing Contract for Transportation Planning RFQ#1707 0( 0(-Y Consulting Services 5. Similar Projects Continuing Planning and Design Consultant Services, Osceola County, FL Kimley-Horn is providing a variety of transportation planning and o s c E c: engineering services to the County under this continuing contract. Assistance has included conducting the countywide data collection and TRAFFIC/TRANSPORIAT 0(v analysis program, support for participation with MetroPlan Orlando, travel ] demand modeling and toll feasibility analysis for the Southport Connector, harming e analysis and coordination with review agencies to support the approval of the County's Master Plan Districts, coordination with Florida's Turnpike t. . ,RIC E Enterprise and the Orlando-Orange County Expressway Authority relating to potential Osceola Expressway Authority project, and assisted the t. County with the update of the Transportation Element of the County's Comprehensive Plan. Client: Osceola County Public Works, Joedel Zaballero, P.E., TPOE, 1 Courthouse Square, Administration Building, Kissimmee, FL 34741, 407.742.0623; Year completed: 2014; Total cost: $647,355 ,_►1 Continuing Services for Community Planning, FDOT District Five - Orange, V ._...__ ._...___lag ..__-Sumter County, FL Osceola, Seminole, Lake, olusia, Brevard, Fla ler, Varion-Sumter Kimley-Horn has been serving the Florida Department of Transportation through various planning contracts for almost 20 years. Our current contract to provide these services to FDOT is their Community Planning contract. A major part of this contract is conducting context sensitive corridor studies which include identifying traffic operational improvements. Recent examples include US 17/92 in Sanford and SR 518 in Indian Harbour Beach and Melbourne. For US 17/92 in Sanford, we built upon land use planning work previously conducted by Seminole County and developed an implementation plan for specific short-term and long-term improvements. While the previous work identified design criteria and land use policy recommendations, we worked to develop specific improvement concepts at specific locations. The purpose of this Corridor Planning Study will include the development of a Corridor Management Plan that outlines a series of guiding goals and objectives, and identifies a range of multi-modal solutions to address the mobility needs within a context that reflects the long-term vision for the study corridor. For SR 518 in Indian Harbour Beach and Melbourne, we began with an extensive assessment of existing conditions, including right-of-way, intersection analyses, ITS plan, transit service, pedestrian and bicycle facilities, history of crashes, and overall transportation operating conditions. We then conducted public outreach, including stakeholder interviews and public meetings, to identify local concerns and perceptions. Needs were identified, along with guiding principles and an overall study purpose to ensure the study stayed on track. Potential improvement strategies were identified and evaluated, including intersection improvements, medians, access management, sidewalks, roundabouts, lane reductions, and parallel facilities. Ultimately, a list of improvements were identified and prioritized for implementation. Client: FDOT District Five, Heather Garcia, 719 S. Woodland Blvd., MS 3-562, DeLand, FL 32720, 386.943.5000; Year completed: 2017; Total cost: $587,558 31 TRTP33023.17 Transportation Planning Services DRAFT.indtl Kimley>>>Horn Transportation Planning l Continuing Contract for # i7o Consulting Services Professional Consulting Services (Transportation), Longwood, FL Kimley-Horn was selected to perform professional engineering h` services (Transportation)to include design, planning, permitting . and review in accordance with the City of Longwood's 5-Year << ` e Transportation Capital Improvement Plan. This project includes multimodal improvements, a bicycle and pedestrian master plan, public involvement (meetings, workshops, newsletters), sidewalk, re-construction of curb ramps and installing crosswalks �- - . to meet ADA standards, safe routes to schools, connections to - the regional Sun Rail station, on-street parking plans, bicycle lanes and all related signing, signaling, path, milling and widening J associated with each project. The following is a list of recent projects performed for the City of Longwood. Multimodal Improvements — Kimley-Horn is providing design and permitting of multimodal improvements for the City of Longwood at Florida Central Parkway, Cross Seminole Trail, CR 427 and Church Avenue. Specific locations include: • Church Avenue Intersection Improvements — The purpose of this project is to provide a continuous network of pedestrian sidewalks and bicycle facilities that will provide connectivity between local residential areas, commercial areas and the SunRail Station. The improvements consisted of adding sidewalk, re-constructing curb ramps and installing crosswalks to meet ADA standards, implementing Shared Lane Markings, constructing a shared used path, milling, resurfacing and widening to accommodate bicycle lanes and on-street parking. • CR 427 (Ronald Reagan Blvd.) Design & Reconstruction — Kimley-Horn is providing civil engineering for design and post design services associated with the reallocation and reconstruction of the pedestrian crossing and roadway at CR 427 from the railroad crossing to Palmetto Avenue. • Bicycle and Pedestrian Master Plan — Kimley-Horn was involved with the development of a bicycle and pedestrian master plan for the City of Longwood. The master plan includes elements to: ■ Promote an efficient, safe, and • Provide recommendations for wayfinding interconnected system of bicycling and signage walking opportunities within the City ■ Provide connections to the regional Sunrail ■ Provide recommendations for both physical station projects and policies ■ Leverage existing resources ■ Provide three sidewalk/bicycle facility • Expand upon the existing network of feasibility studies sidewalks, bike routes, and trails ■ Address safe routes to schools • Promote the use of alternative transportation modes and opportunities within the City Client: City of Longwood, Chris Kintner, AICP, 175 West Warren Avenue, Longwood, FL 32750, 407.263.2320; Year completed: 2012 (Bike/Ped), Est. 2018 (Design); Total cost: Varies by project (Bike/Ped: $119,500, Multimodal: $593,530) MetroPlan Orlando 2040 Long Range Transportation Plan (LRTP) Updates, Orlando, FL As a key subconsultant to another firm, Kimley-Horn prepared several elements of the update for the 2040 LRTP. These included the Financial Resources, the Congestion Management Process (CMP) and the Bicycle and Pedestrian Plan. The development of the CMP included identification of performance measures, coordination with MPO committees, data collection and evaluation, identification of potentially congested 32 TRTP33023.17 Transportation Planning Services DRAFT nod Ki m I ey>>>IH o r n $OlOP Continuing Contract for Transportation Planning xrQ#1707 ��coee Consulting Services corridors and crash locations, and documentation of the different types of improvement strategies to better manage congestion. Methods for prioritizing projects for implementation were also developed. The development of the Bicycle and Pedestrian Plan included data analysis of bicycle and pedestrian facilities, public involvement, identifying improvement opportunities, improvements prioritization, and cost estimating. This effort resulted in a prioritization list for bike lanes, sidewalks, and trails. Client: MetroPlan Orlando, Eric Hill, One Landmark Center, 315 East Robinson Street, Suite 355, Orlando, FL 32801, 407.481.5672 Ext. 316; Year completed: 2014; Total cost: $45,000 (M&O Update), $30,000 (Bike/ Ped Update) Windermere Areawide Traffic Study, Windermere, FL In 2013, the Town of Windermere selected Kimley-Horn to perform an areawide traffic study. Tasks included road classifications, traffic counts, access roadway conditions and recommendations for improvements, comprehensive traffic operations and safety analysis, obtain and evaluate crash data for three years to determine the need for safety improvements, inventory the Town's current bicycle and pedestrian paths, and public involvement, among others. The purpose of the study was to promote a safe and livable environment for the Town's residents, pedestrians, bicyclists, and motorists. Client: Town of Windermere, Scott Brown, 614 Main Street, Windermere, FL 34786, 407.876.2563 x5325; Year completed: 2014; Total cost: $280,000 Downtown Corridor Study, Kissimmee, FL Kimley-Horn was recently selected to provide transportation planning and preliminary engineering services for improvements to Downtown Kissimmee along Emmett Street, Broadway, Main Street, and surrounding facilities, from John Young Parkway to Vine Street. This corridor study is unique due to the modifications in the scope of services that were implemented in order to expand the • _ _ Public Involvement process beyond what has become typical and traditional. The corridor and study area had previously experienced a lack of turnout from citizens and business owners during typical public meetings. Knowing the need to involve these stakeholders, the City and the Kimley-Horn team embarked on a much more intense and creative outreach campaign. Though the study is still underway, it is clear through the hundreds of comments we have received, that this has been a successful and meaningful shift away from tradition. Our context-sensitive approach has included (or will include) the following elements: stakeholder and public involvement, branding, planning (identification of corridor needs), purpose and needs identification, engineering (analysis and conceptual plans preparation), and documentation. The goal for "Connect Kissimmee" is to improve mobility and accessibility to downtown Kissimmee by identifying enhancements to the multimodal transportation system in the vicinity. This includes providing better and safer pedestrian connectivity between downtown, the future SunRail station, the Downtown Circulator, Lakefront Park, and several other surrounding uses and amenities. Outreach efforts include coordination with a stakeholder group known as the Project Visioning Team, conducting open interviews at local restaurants and coffee shops, door-to-door outreach, an extensive website with multiple rounds of online questionnaires, and presentations to existing groups, such as the TRTP33023.17 Transportation Planning Ser DRAFT.indd 33 rKim ley>>>H orn ii. Continuing Contract for Transportation Planning R Q#1707 Ocoee Consulting Services nose DKAC. In order to reach demographic groups that don't typically attend traditional public meetings, our outreach efforts focus on going to the people, rather than having them come to us. By setting up mini- workshops in booths at food truck events, farmer's markets, and existing festivals, we are able to reach large audiences that would otherwise be overlooked. An additional benefit is gained as we better understand the concerns and perspectives by actively participating in community events. Improvements to be evaluated will likely include wider sidewalks, additional and improved bicycle facilities, improved connections to transit, parking improvements, median applications and traffic separators, analysis of mid-block crosswalks, pedestrian scale lighting, analysis of transit routes, conceptual landscaping improvements, changes to parallel and adjacent streets, roundabouts, lane reductions, operational improvements, and technology applications. As we move into the next phases of the study (scheduled to be complete December 2016), non-traditional outreach efforts will ensure that the improvements meet the needs and concerns of the community, particularly the business owners along the corridor. Client: City of Kissimmee, Randy Schrader, Development Services Department, 101 Church Street, Kissimmee, FL 34741, 407.518.2244; Year completed: Ongoing; Total cost: $275,000 General Transportation Consultant (including Mobility Plan), Altamonte Springs, FL Kimley-Horn has served the City of Altamonte Springs for almost 20 years on a variety of transportation planning and engineering activities. We have provided prompt turnaround, sensitivity to local issues, familiarity with in-house procedures, and creativity in solving unique problems. Over the years, our services have included data collection, level of service analyses, traffic monitoring of the downtown development of regional impact corridor studies, traffic impact studies, intermodal studies, pedestrian studies, development of guidelines for conducting transportation impact analyses, FSUTMS modeling, and highway capacity analysis. Recent work has included the Transportation Concurrency Exception Area Justification Report, Capital Improvements Element, Evaluation and Appraisal Report, and Mobility Plan. Client: City of Altamonte Springs, Tim Wilson, 225 Newburyport Avenue, Altamonte Springs, FL 32701, 407.571.8143; Year completed: 2014; Total cost: $1.4 million ' MULTI-MODAL TRANSPORTATION City of Altamonte Springs Figure 1-2.3:2030 Mobility Strategy- Ouuber�ond 2010Major Transportation.91,Um *:we.= lr. � e5ry aft.ongwooa --- wZ:14t7:;P:gz::;-5., , ,,,,,:.: jiii L..1W... .:11:: 4._l'pl -, . _ : ia c3---- it"#57::174..17:::'::::4:'2.i.::' 7, I,-' --:-'1"1;li7;1•,;,,. ,1,.. - _. t ,7jr-- . .., oroo .,tit v _ TRTP33023.17 Transportation Planning Services DRAFT.indd 34 Ki m I ey 0 Horn 05 Continuing Contract for Transportation Planning # 1707 Consulting Services 6. Workload The Kimley-Horn team is currently completing several projects and will have significant availability to complete these projects. Projects that key team members are currently working on or have recently completed include: Project Name Client Percent Complete Estimated Completion Date Winter Park Mobility Plan City of Winter Park 70% Dec 2017 NE Connector Concept Central Florida Expressway 40% Mar 2018 Feasibility Authority Poinciana Parkway/I-4 Con- Central Florida Expressway 40% Mar 2018 nector Concept Feasibility Authority Bus Shelter Design(s) Lynx 45% Nov 2017 NeoCity Access Analysis Osceola County 85% Oct 2017 Coralwood Circle Traffic Osceola County 40% Dec 2017 Signal Design US 192 Business Access Osceola County 75% Feb 2018 Transit Pre-Project Devel- opment Ibis Street Comprehensive Sarasota County 30% Oct 2017 Plan Amendment Space Coast Trail PD&E FDOT D5 45% Jan 2018 Downtown Kissimmee City of Kissimmee 95% Nov 2017 Complete Streets Corridor Study TRTP33023.17 Transportation Planning Services DRAFT.indd $5 Ki m fey>>>H o r n Continuing Contract for Transportation Planning t;F Q,#1707 ()( Consulting Services 7. Location of Firm Kimley-Horn has been in Florida for more than 50 years and understands the importance of timely service, availability, and flexibility. Our philosophy for providing professional engineering services is based on a • commitment to effective management and personal service. The ultimate goal of the Kimley-Horn team is to respond to the distinct needs of each locale we serve. We are also very sensitive to the needs and opinions of local businesses and residents, and routinely work with our clients to establish cost-effective and tangible priorities that result in constructable and implementable plans and designs. Kimley-Horn's Orlando office will serve as the primary office responsible for the actual production of the work related to this project in order to provide a strong local presence and maximize our local staff. From this location, within minutes of the City, we will work diligently, encouraging open communication to keep you informed about project activity and primary schedule achievements. We are committed to working as your partner, offering you the most effective level of communication to relay project issues, progress, and results that best serve your needs in a timely manner. We will work with the City to establish the schedule and scope of work, and serve in close proximity as the direct contact with the City for the duration of the assignment. Additionally, experts throughout the state are available for technical support to ensure timely completion and fulfillment of project goals. In addition to more than 100 staff in the local Orlando office, we have the capacity to call upon our local Florida partners (15 offices staffed by more than 500 people) for assistance, offering the resources of a large, nationally-ranked firm with the personal attention and response of a dedicated professional team. The address of the primary office location of the team members is as follows: Kimley-Horn and Associates, Inc. 3660 Maguire Boulevard, Suite 200 Orlando, Florida 32803 TRTP33023.17 Transportation Planning Services DRAFT.indd 36 Ki m I ey)>>H o r n Client#: 25320 KIMLHORN ACORDT. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY)3/30/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER N,Cali EACT Jerry Noyola Greyling Ins. Brokerage/EPIC PHONE 770-552-4225 FAX 866-550-4082 (A/C,No,Ext): (A/C,No): 3780 Mansell Road,Suite 370 E-MAIL er no ola re lin com ADDRESS: 1 rY• Y @9 Y 9• Alpharetta, GA 30022INSURER(S)AFFORDING COVERAGE NAIC p INSURER A:National Union Fire Ins.Co. 19445 INSURED INSURER B:Aspen American Insurance Compan 43460 Kimley-Horn and Associates, Inc. New Hampshire Ins.Co. 23841 INSURER C: P 421 Fayetteville Street, Suite 600 Y INSURER D:Lloyds of London 085202 Raleigh, NC 27601 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 17-18 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR IADDLSUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTRINSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A . X COMMERCIAL GENERAL LIABILITY 5268169 04/01/2017 04/01/2018 EACH OCCURRENCE $1,000,000_ CLAIMS-MADE X OCCUR DAMAGETORENTED $500,000 X Contractual Liab. MED EXP(Any one person) $25,000 PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X JECT X LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY 4489663 04/01/2017 04/01/2018 (Ee aBc eotj INGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS — NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Per acodent) $ B X UMBRELLA LIAB X OCCUR CX005FT17 04/01/2017 04/01/2018 EACH OCCURRENCE _ $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$0 $ C WORKERS COMPENSATION 015893685AOS 04/01/2017 04/01/2018 X MUTE EMPLOYERS'LIABILITY 015893685(AOS) STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? l J N/A A (Mandatory in NH) 015893686(CA) 04/01/2017 04/01/2018 E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Professional Liab P070831700 04/01/2017 04/01/2018 Per Claim$2,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Sample Certificate SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE {� THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED IZ. � IREEPRESENTATIVE 37 ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD #S699621/M695961 KKRE1 ` J.. Continuing Contract for Transportation Planning RFQ#1707 ()(t>t,1, Consulting Services 9. Additional Information Graphic Renderincs/Visualization/3D Capabilities Kimley-Horn has the capabilities—in both personnel and software/technology equipment—to produce the highest quality graphics, enhanced renderings and site plans, presentations, brochures, newsletters, and reports. We have dedicated professional graphic designers with decades of experience. With expert proficiency in digital °�,£ imaging applications such as Adobe Photoshop, our designers can produce before and after imagery that , helps our clients and the public view existing conditions „slog „ . & ' r► j 4 and proposed solutions for various engineering and a .j 11 planning projects. In addition, Kimley-Horn is proficient in producing enhanced renderings and site plans for urban design projects. Our graphic designers work extensively with our urban and transportation planners to accurately and aesthetically represent the planner's visions graphically. In addition to print graphics experience, our designers also have expertise in developing multimedia presentations that integrate still images, video, and audio, as well as 2D and 3D modeling and animation. Our graphics associates routinely use PowerPoint to produce multiple presentations weekly. They also have extensive experience using illustration and web development software. We also have AutoCAD designers who are proficient in Autodesk. Kimley-Horn provides expert proficiency in preparing visual presentation materials using digital imaging applications to produce "before” and "after" imagery that helps the public and decision- makers view existing conditions and proposed solutions for various 1 transportation projects. We have expertise in developing multimedia • • MIpresentations that integrate still images, video, and audio, as well I as 2D and 3D modeling and animation using 3DS Max and Sketch- Up. We can then create renderings using Lumion or 3DS Max, as .w a well as using Infraworks to import real terrain data into models. With those models, we can create visual representations in either image or video formats. We can then incorporate photography, and drone images or videos into the models as well to give a real-time view of a proposed improvement. Our computerized techniques allow concepts and ideas to become reality in a graphical manner. Such techniques are used to display complex information in a visual form for everyone to assimilate and understand. Drone Capabilities Kimley-Horn has an in-house team of certified and insured FAA Part 107 drone pilots. Our pilots have the experience and the know how to perform missions that produce stunning - photography and engaging video from perspectives that normally could not be captured any other way. Our team also G provides survey and inspection services using state-of-the-art ,, photogrammetry techniques with high-end sensors and intelligent � autonomous drones. All data captured with our drones are - processed in the cloud and can deliver highly accurate 3D point Ut clouds, contours, and DEM information in a matter of hours. TRTP3302317 Transportation Planning Services DRAFT.indd 38 Kimley>>>Horn ocoee florida RFQ CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or capital stock, directly or indirectly, in the Proposer's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. (Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract. According to Chapter 112, Florida Statutes, the term "conflict of interest" "means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration,management, instruction, research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: X To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal. Acknowledged by: Kimley-Horn and Associates, Inc. Firm Name (k/1/1:11 Signature Clif Tate, P.E./Senior Vice President Name and Title(Print or Type) September 25, 2017 Date RFQ #1707—Continuing Contract Transportation Planning 17 39 COMPANY INFORMATION/SIGNATURE SHEET RFQ#1707 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT TIIE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. Kimley-Horn and Associates,Inc. 407.898.1511 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 561.863.8175 FAX (INCLUDE AREA CODE) c l i f.tate(a,ki m l ey-h orn.c om E-MAIL ADDRESS .)?), i �l IF REMITTANCE ADDRESS IS DIFFERENT AUTHOOR SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Clif Tate,P.E./Senior Vice President NAME/TITLE(PLEASE PRINT) 3660 Maguire Blvd.,Ste.200 STREET ADDRESS Orlando FL _ 32803 CITY STATE ZIP FEDERAL ID# 56-0885615 Individual X Corporation Partnership Other(Specify) Sworn to and subscribed before me this 25th day of September ,20 17 . Personally Known X or Produced Identification Notary Public-State of Florida (Type of Identification) County of Orange //IIi : / ; gnature of Notary Pu.lic lit Notary Public State of Florida Jeanne M Doucet �' My Commission FF 150332 �-614,1 c- �' JV cl oan Expires oen2note •rinted,typed or stamped ommissioned name of Notary Public RFQ#1707—Continuing Contract TransportationnPlanning 18 Transportation Planning 1r,, Continuing Contract for RFQ#1707 Consulting Services 12. Acknowledgement of Addenda Per the Onvia/DemandStar website, no addenda were issued for this solicitation. TRTP33023.17 Transportation Planning Services DRAFT.indd 41 Ki m l ey>>>H o r n \r1I Continuing Contract for Transportation Planning 111,I1#1707 Consulting Services 13. MBE Certification Kimley-Horn is not a minority business enterprise (MBE). However, the firm has a company policy of meeting or exceeding our clients' minority business participation goals. Through corporate policies and philosophy, our firm actively seeks to encourage and promote the use of MBE firms. We provide interested minority firms with the opportunity to serve as subconsultants on our teams and we actively seek to increase our large database of qualified MBE firms for use on future projects. Our aggressive MBE utilization policy ensures that Kimley-Horn is consistently furthering the positive economic development momentum advocated by the state of Florida through the use of minority businesses. Our commitment to retaining minority firms to assist on projects is demonstrated by the amounts Kimley-Horn has paid to such firms over the past 15 years. Kimley-Horn had a goal to contract at least $10 million in 2016 to minority-owned professional firms, consultants, or suppliers and exceeded that goal by over$6 million, continuing the firm's pattern of increased involvement. We believe this speaks highly of Kimley-Horn's efforts to involve minority business enterprises in our practice. We are committed to continue our long-standing practice of using minority business enterprises on current and future projects. For this contract, our proposed subconsultant Accurate Traffic Counts, Inc. is a certified MBE firm. 42 TRTP33023.17 Transportation Planning Services DRAFT.indd Ki m I ey>>>H or n „ City of Ocoee Continuing Contract for Transportation Planning Consulting Services RFC) No. 1707 September 26, 2017 Submitted By: S&ME, Inc. 1615 Edgewater Drive Suite 200 Orlando, FL 32804 407.975.1273 - Iry September 26, 2017 City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 Attention: Ms. Joyce Tolbert, Purchasing Agent Reference: RFQ #1707 -Continuing Contract for Transportation Planning Consulting Services Dear Ms. Tolbert: S&ME, Inc. is pleased to submit our proposal to provide Transportation Planning Services to the City of Ocoee (the City) on a Work Order basis. We fully understand that the requested services includes, but are not limited to,Traffic Data Collection, Traffic Operations Analysis, Traffic Impact Study Review, and updates to the City's planning documents (Master Transportation Plan, Comprehensive Plan, Land Development Code, Capital Improvements Plan). As a "One-Stop-Shop", S&ME provides Transportation Planning, Traffic Engineering, Urban Planning, Minor Roadway Design, Environmental Engineering, Natural and Cultural Resources Sciences, Geotechnical Engineering, Soils and Materials Testing, Landscape Architecture, Surveying, and Construction Engineering Inspection (CEI) services. Our sub-consultant, Traffic& Mobility Consultants(TMC) has been strategically selected to supplement our already wide-ranging skill set with the depth of expertise necessary to not only cover all the services included in the Scope but to also handle unforeseen type of work that may arise. The S&ME team has worked and continues to provide continuing services to numerous Counties and Cities throughout the State of Florida; hence,we are familiar with the policies,procedures,and project delivery requirements that are typically involved in this type of contract. We also understand the critical time constraints that are sometimes imposed on City staff when dealing with requests and concerns from local residents and/or elected officials.Our team was selected to not only provide the City with the expertise and experience required to successfully complete the requested services but also to offer a certain level of redundancy to complete multiple assignments simultaneously while working within tight budgets and schedules. Our Project Manager, Stephanie Shealey, PE has completed multiple Transportation Planning and Traffic Engineering contracts throughout the State of Florida and has provided services similar to those included in this contract to many local municipalities. Those contracts involved the successful completion of Intersection and Arterial analyses, Signal Warrant Analyses, Parking studies, Traffic Impact studies (analysis and review), and many other types of transportation engineering and planning studies. A contract of this nature requires a team of professionals with a proven track record and the expertise to successfully execute the variety of tasks included in this RFQ. We are that team. S&ME,Inc.11615 Edgewater Drive,Suite 200 I Orlando, FL 32804 I p 407.975.1273 I www.smeinc.com RFQ #1707 - Continuing Contract for Transportation Planning Consulting Services September 26, 2017 City of Ocoee Page 2 We understand the significance of the City's mission in providing a balanced and safe transportation network and more importantly in maintaining its operational integrity by providing a network that is not only responsive to growth and development but also accommodates to the transportation needs of all users. We are confident that our Team has the technical expertise and the experience to help the City achieve its transportation objectives. We look forward to the opportunity of working with the City on this contract. Sincerely, S&M/I, . eonard E, Arnold Jr E, LEED AP Vice President S&ME, Inc. TABLE OF CONTENTS mom. & MEW MEM Letter of Interest Page 1 Table of Contents Page 3 Qualifications of Firm Page 4 Key Team Member Resumes Page 10 Project Experience Page 19 Current & Future Workload Page 27 Wages / Expenses Page 28 Location of Firm Page 29 Insurance Certificates Page 30 Licenses/Certifications Page 32 MBE Certification Page 36 Conflict of Interest Disclosure Form Page 37 Company Information/Signature Sheet Page 38 City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 3 QUALIFICATIONS OF FIRM - & MEM FIRM PROFILE S&ME, Inc. (S&ME) delivers engineering, design, planning, environmental and construction services for the built environment. Founded in 1973, we have grown to a 1,200-person corporation operating from 37 offices in the Southeast Founded in 1973 and Midwest. In 2015, S&ME acquired Littlejohn Engineering Associates, 44 Years of Experience Inc. adding a broader range of transportation, civil and site development, urban planning, land surveying and landscape architecture services to better 28 Years in Business Providing serve our clients as a single resource. S&ME is owned by our employees who Civil Engineering Services remain faithful to our core values of safety, quality and client service. Our goal 24 Years in Business in the is to provide practical solutions to our clients' infrastructure, development and State of Florida environmental challenges. We care about our clients and devote our abundant resources and technical expertise to helping them safely and efficiently meet 37 Offices their objectives. Total Employees: 1,127 Our professionals offer a full range of transportation planning and traffic Orlando, FL:40 Employees engineering services; our key employees include certified traffic engineers and planners, registered landscape architects, a certified redevelopment Tampa, FL:29 Employees professional, licensed civil engineers, and roadway design engineers. Additionally, many of our staff members have worked in the public sector in the Services. past and have a first-hand understanding of the operational, maintenance, and Transportation public perception issues facing municipalities. Civil Engineering We partner with public agencies, community redevelopment agencies, Planning municipal jurisdictions, and transportation organizations to develop comprehensive master plans addressing a wide-range of issues. We identify Economic Development practical and cost-efficient solutions to promote and support economic growth, and Redevelopment protect natural and cultural resources, promote intergovernmental coordination, Landscape Architecture and provide for coordination of land use, transportation, parks, trails, and community facilities. The multi-disciplinary S&ME team will provide the City Land Surveying & of Ocoee with the experience necessary to identify potential obstacles and Mapping recommend successful solutions. Environmental Services Construction Materials FIRM EXPERIENCE Engineering and Testing As a "One-Stop-Shop", S&ME provides Transportation Planning, Traffic Geotechnical Services Engineering, Urban Planning, Minor Roadway Design, Environmental Engineering, Natural and Cultural Resources Sciences, Geotechnical Engineering, Landscape Architecture, Site Design, and Surveying services throughout the State of Florida. Our firm has a history of providing Transportation Planning, Urban Planning, and/or Civil Engineering services for various municipal agencies in Central Florida, and have coordinated with staff in most Central Florida cities and counties on private development projects. We have previously provided services to the City of Ocoee for the '`Park at 429" development by reviewing the submitted traffic study and comments made by another city consultant, and providing technical assistance to the City of Ocoee when coordinating with the City of Winter Garden on the project. City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 4 Mr QUALIFICATIONS OF FIRM & , IMEM In regards to our relevant experience, S&ME has worked with the City of Winter Haven to update the Winter Haven Downtown Transportation Plan, which included determining the roadway improvements needed to support projected traffic volumes, projected downtown parking demand with proposed redevelopment, and updated the roadway classifications to create a cohesive transportation and mobility plan for the City that balanced the needs of pedestrians, bicyclists, and vehicles. Our firm has also been involved with Comprehensive Plan, Land Development Code, and/or Capital Improvements Plan updates for many local jurisdictions in Florida, including but not limited to DeSoto, Manatee, Osceola, Putnam, and Volusia Counties and the Cities of Apopka, Clermont, Edgewater, Leesburg, Mascotte, Ormond Beach, and Quincy.As part of our work with Comprehensive Plan updates and transportation modeling, we have experience managing and updating the socio-economic data for communities. We have also worked with the City of Melbourne to assess the performance of the Mobility Districts per their Comprehensive Plan and identified additional strategies to improve multi-modal mobility. We currently provide traffic study review services to the City of Daytona Beach, which includes coordinating with other governmental agencies to ensure that all stakeholders have input into the process. We have also completed traffic impact analysis for numerous private developments in and around Central Florida, ranging in size from a single retail parcel to large Planned Developments/ - = N Developments of Regional Impact. As part of a continuing Transportation Planning services contract with the City of St Augustine, S&ME is completing a Mobility Master Plan, in order to develop the infrastructure for bicycle, pedestrian, and transit 1-1.; modes, as well as improve traffic operations around the Bridge of • ` Lions during and after bridge openings. Within the Town of Oakland, our firm has updated the transportation element of the comprehensive plan, provided traffic study review services (and representation at town meetings)for the Oakland Park development, provided traffic operation analysis for the queues at the Oakland Avenue Charter School along with conceptual design and analysis for ways to improve the queuing. Our firm worked with the Maitland CRA to estimate the redevelopment potential of the parcels between Maitland Boulevard and US 17-92. We evaluated the impacts of redevelopment on the roadways and intersections within the CRA, identified the deficiencies which would occur with additional development, and identified potential solutions. We have experience assisting in administration of many CRAs in Florida, including but not limited to the Downtown Riverfront CRA(Sanford), St. Cloud CRA, Babcock Street CRA(Melbourne), North Ridge CRA(Polk County), and Spring Hill CRA(DeLand). We have experience in identifying applicable Federal and State grants, and successfully applied, won, and administered an FDOT grant for streetscape improvements for the Gulf Breeze CRA. We are confident that the depth and range of our team's experience makes us an ideal candidate to deliver the services required for this type of contract. City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 5 QUALIFICATIONS OF FIRM & 1111111111/ 111111111111 TEAM EXPERIENCE Our proposed Project Manager, Ms. Stephanie Shealey, PE is an accomplished professional in the fields of Transportation Planning and Traffic Engineering. Stephanie has extensive experience working with cities and counties in Central Florida, on both the private side (assisting developers with traffic impact analysis and coordination with the local jurisdictions) and on the public side (assisting the cities and counties with transportation planning tasks). It is our understanding that this contract will consist of providing Transportation Planning Services to the City of Ocoee on an as-needed •. ,, -• > basis. The proposed scope of services will include but is not be limited ', to, creating, updating, and/or maintaining the City's planning documents in relation to transportation (Master Transportation Plan, Comprehensive ex'j Plan. Land Development Code, and Capital Improvements Plan), s,. performing and/or reviewing traffic impact studies for development, performing and/or reviewing transportation operational analysis for the City, developing multi-modal transportation plans, coordinating with other ; governmental agencies on transportation issues on behalf of the City, and supporting the City with any other transportation-related issues. PROJECT APPROACH We attribute our success on previous contracts to our methodical approach to each work assignment.Although there is no all-encompassing methodology to successfully completing a project, there are certain key components that we believe are crucial in safeguarding the effectiveness of the process. Our approach to a successful project includes the following key steps: 1) Identify the Problem and Expectations 2) Develop a Feasible Solution 3) Gain Project Acceptance and Build Public Consensus Identify the Problem and Expectations Our approach involves open discussions with City staff to identify the issues, define the objectives and develop a clear plan of resolution. A crucial part of this process is to establish a vision of what the City and the community want and determine how the transportation system fits into this vision. Once the goals and objectives of the project have been established, a detailed scope and schedule will be developed for each of the work assignments.At this stage, it is also good practice to identify the agencies, governmental bodies or any other organizations that might have a stake in the project to ensure that any concerns from potential stakeholders are recognized as early as possible in the process. Develop a Feasible Solution Project feasibility is determined by analyzing the various parameters specific to each project. The analysis will allow our technical professionals to predict the impacts of different alternatives. The results are then compared to the previously established priorities and objectives to determine which solution will be most effective in addressing the problem while minimizing cost. City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 6 IBM QUALIFICATIONS OF FIRM & amp imer As alternatives are developed, we are well aware of potential concerns relating to the constructability and feasibility of proposed recommendations. Consequently, we propose in our approach to projects (when appropriate) a review of the recommendations by a team member from our various departments (i.e. Survey, Roadway, Drainage, Environmental, etc.) to ensure constructability and to identify any potential impacts resulting from these recommendations (i.e., right-of-way constraints, utility conflicts, and impacts on project cost). Gain Project Acceptance and Build Public Consensus The last stage of the process is to ensure that all concerns from stakeholders are addressed and to gain acceptance of the project not only from the City officials but also from any other pertinent agencies. On similar contracts, S&ME has made presentations to municipal committees, Planning and Zoning (P&Z) Boards, the FDOT and City Commissions; our staff has experience in facilitating the approval of municipal projects at the City, County and State level, as well as, providing coordination between different agencies. Based on our experience, we recognize that preserving a safe and efficient roadway network can sometimes lead to projects that are controversial with regards to public acceptance. Our experience has shown that in these instances, one of the most critical tasks is effective coordination and communication with all the major stakeholders (i.e. elected officials, other governmental agencies and the general public). We are also aware of the importance of public perception in the success of a project; therefore, we anticipate that our extensive experience in building consensus will be a valuable asset to the County during the public involvement phase of any project. QUALITY ASSURANCE/QUALITY CONTROL Much of our success over the years is directly related to our consistent delivery of high quality and timely service. We take great pride in the fact that approximately 85 percent of our services are for repeat clients which is a testament to our commitment to quality. In order to preserve the integrity of the Quality Control process, we will provide an independent quality control review on all deliverables developed under this contract. Our quality control reviewers will be independent from the Team members that worked on the projects thus ensuring "a fresh set of eyes" on all the deliverables before submission to the City's Project Manager. In addition, the team for this contract has been specifically selected to include a certain level of redundancy in regards to experience and knowledge to allow for a thorough QA/QC process and the execution of multiple concurrent tasks with a Task Manager in the lead role for each discipline. The structure of our team allows the Project Manager to have oversight of each of the ongoing work assignments being prepared by the individually assigned task leaders and teams of resources. This approach also provides an important feedback loop for both the Project Manager and Task Leaders to offer input that ensures consistency in the application of design and study methodologies. WILLINGESS TO MEET BOTH SCHEDULE AND BUDGET REQUIREMENTS The S&ME team is committed to meeting both time and budget requirements for the project. The organizational chart included in Tab 2 depicts the team available and assigned to this project, and illustrates that all assignments will be completed under the direction of the Project Manager Stephanie Shealey, PE. Ms. Shealey will have primary responsibility for the coordination of the separate work tasks, ensure the allocation of company resources to facilitate project delivery, as well as hold ultimate responsibility for the City's satisfaction with our services. City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 7 QUALIFICATIONS OF FIRM mom & MEIUMWThe foundation of the S&ME Team project management plan is based on experienced senior level involvement and continuous communication between the Project Manager and the City for each assignment. S&ME has scheduling and project planning mechanisms in place to ensure timely provision of high-quality professional services to the City that meet the agreed upon budget specifications. S&ME believes in organizing project tasks into a logical sequence and providing continuous project direction and utilizing standardized quality control procedures. A thorough approach is a critical factor in the ability to meet a schedule and to ensure cost control, Project teams, schedules, and budgets are established and managed by the Project Manager, who is responsible for ensuring that all team members are performing their tasks on time and within budget. Upon the receipt of a new task assignment, the following process will be followed: 1— Coordination on New Assignments:The S&ME Project Manager will directly coordinate with the City Project Manage to identify the scope details, project schedule and desired deliverables. 2—Preparation of Draft Work Orders:The S&ME Project Manager will identify the key staff members to support the work effort and develop a draft scope and staff-hour estimate to be emailed to the City Project Manager for review. Upon receiving any comments from the City, the S&ME Project Manager will revise and resubmit to the County Project Manager within 48-hours. 3—Authorization or Notice to Proceed: The S&ME Project Manager will start work immediately upon receiving a written notice to proceed. An internal kick-off meeting will be scheduled in which the Project Manager will review the overall schedule and assign the work accordingly. 4— Conduct Technical Analysis:The S&ME Project Manager and Team Leaders will verify that the appropriate methodologies are followed, prepare the technical analysis and clearly document the findings of the studies. 5— Submit Task Deliverables: Upon completion of a satisfactory QA/QC process, the S&ME Project Manager will submit the draft deliverables to the City Project Manager. If comments are provided, the S&ME Project Manager will address accordingly, process through the quality control process and resubmit the task deliverables. 6—Project Close Out: Upon the successful delivery of the task assignment(s), the S&ME Project Manager will submit all supporting documents (as necessary), and coordinate with the City Project Manager to ensure client satisfaction. S&ME places a high priority on incorporating realistic timeframes into the schedule, especially when working with local, regional, and state agencies on whose timely responses the project may depend, as well t , as when soliciting stakeholder or community feedback. These established timelines are upheld through weekly project team meetings where every project is reviewed to identify the current status of the project. This enables the Project Manager to identify where additional professional resources may be needed, and enable the S&ME team to accommodate potential unforeseen delays that may be encountered. City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 8 aim QUALIFICATIONS OF FIRM & NMI : aNAL CHART CITY OF OCOEE Stephanie Shealey, PE Project Manager Transportation Community Roadway Landscape Planning Planning Engineering Architecture Stephanie Shealey, PE Patricia Tyjeski,AICP Benjamin Ellis, PE, Bruce Hall, PLA,ASLA Transportation Engineer Principal Planner LEED AP Bicycle & Pedestrian Civil Engineering Trails Kristof Devastey, PE, PTOE, John Jones,AICP, FRA-RP PTP Redevelopment Planner QA/QC Review Grants Mohammed Abdullah, PE, PTOE Chris Dougherty,AICP Data Collection/Modeling Planner/GIS Specialist (TMC) City of Ocoee, RFQ No. 1707— Transportation Planning Consulting Services 9 mar IMP Stephanie L. Shealey, PE Transportation Engineer Ms. Shealey has over 7 years of experience in providing transportation :. engineering services for both the public and private sector markets. She f1/4has a strong background in traffic impacts, parking studies, and ADA site assessment and compliance review. While working for the Georgia Department of Transportation and the Hampton Roads Transportation Planning Organization in Chesapeake, VA, Stephanie contributed to the development of short and long term plans and programs and administered multiple corridor study projects. Key Projects and Assignments City of Daytona Beach Traffic Impact Study Reviews PROJECT ROLE Daytona Beach, Florida Project Manager Provide traffic impact study reviews for the City of Daytona Beach.As Project Engineer, reviewed the methodologies and/or traffic impact studies for various LOCATION developments within the City of Daytona Beach, including the Sam's Club, Orlando, Florida Daytona Beach Wawa, and NADG Town Center.As a representative of the City, EDUCATION coordinated comments between the City, County and applicant. Master of Science in Civil Oakland Transportation Planning Engineering, Georgia Oakland, Florida Institute of Technology, General planning consulting on an as-requested basis for the Town of Oakland. 2010 As Project Engineer, reviewed the traffic study prepared for the Oakland Park PUD for reasonable assumptions and accuracy in analysis.Also, provided Bachelor of Science in analysis of the impact of a daycare on the existing queues for the Oakland Civil Engineering, Georgia Avenue Charter School. Represented the Town at Planning &Zoning and Town Institute of Technology, Council meetings to answer questions about the projects reviewed. 2007 Winter Haven Downtown Transportation Master Plan REGISTRATIONS Winter Haven, Florida PE, FL#77034, 2014 Prepared Transportation master plan to review the existing conditions of the roadway, bicycle, and pedestrian network in downtown Winter Haven, as well as the availability of parking, and project the future conditions within Winter Haven to determine any additional improvements which should be considered for the Downtown Area.As Project Engineer, evaluated existing and future parking demand based for the existing and proposed land uses for each parcel and reviewed roadway classification network to determine modifications which should be made to the roadway classifications. Oakland Comprehensive Plan Oakland, Florida Transportation Element Update of the Town of Oakland's Comprehensive Plan.As Project Engineer, updated the existing conditions to reflect completed projects in the Town, as well as current volumes, and update the future conditions based off of the planned and programmed roadway improvements within the Town. The Update was submitted to the Department of Economic Development for review in February 2015. City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 10 MOM & 111 111111 Mascotte Comprehensive Plan Stephanie L. Shenley, PE Mascotte, Florida Transportation Engineer Transportation Element Update of the City of Mascotte's Comprehensive Plan. Page 2 As Project Engineer, updated the existing conditions to reflect completed projects in the Town, as well as current volumes, updated the future conditions based off of the planned and programmed roadway improvements within the Town, and updated the text of the comprehensive plan element. Maitland CRA Continuing Planning Services Maitland, Florida Analysis of the downtown transportation network with proposed major redevelopment projects for the Maitland CRA.As Project Engineer, estimated trip generation for the redevelopment within the CRA and analyzed the impact on the roadways and intersections. SunRail Station Area Barriers to Access Study Orlando, Florida Audit of the available non-vehicular transportation infrastructure connecting the Parramore area with the Church Street and LYNX Central Station SunRail stations in Downtown Orlando, Florida to identify the physical and psychological barriers that would prevent individuals from walking, cycling, and using public transit through Parramore and Downtown Orlando.As Project Engineer, completed a walking audit of the sidewalk network, identifying gaps in the sidewalk network, maintenance needs, as well as locations which violate the Americans with Disability Act(ADA) standards. The noted deficiencies in the network were compiled into a report with proposed improvements, with information on the existing and proposed bicycle network, lighting along the sidewalk network, and cost estimates for all improvements added by other members of the project team. The study was completed and accepted by the City in February 2015. Oviedo Medical Center Oviedo, Florida Traffic impact study and site design for a 250 bed hospital and 200,000 square feet of medical office building, which is proposed to be developed in three phases.As Project Engineer, coordinated the traffic impact study methodology with the City of Oviedo, and the impacts of each phase on the roadway network were analyzed. For Phase I (90 bed hospital, 80,000 square feet medical office building), the 17 surrounding intersections and access points were analyzed with two access scenarios, and improvements which would be required to mitigate the deficiencies within each phase were identified. US 192/CR 545 Development Orange County, Florida Traffic impact study for a 16,000 sf commercial development consisting of a pharmacy with drive-through and a fast food restaurant.As Project Engineer, analyzed the roadway and intersection impacts associated with the new development on the roadways and intersections surrounding the development. Due to an existing intersection spacing, which does not meet standards, analyzed multiple access scenarios and coordinated with FDOT and Orange County to provide safe and efficient travel for both the project trips and existing background trips. City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 11 /111111. mom IIlMOW A,-4e, Jankristof Devastey, PE, PTOE, PTP Director of Transportation Mr. Devastey has over 10 years of experience in traffic/transportation engineering and transportation planning including congestion management plans, high crash list investigations and safety studies, traffic impact studies and ITS. In addition to his extensive experience performing both operational and safety-related studies, Jankristof has an established reputation with the State, County, and local agencies in South Florida as a front-runner in the field of Transportation Planning and Traffic Engineering. Jankristof is skilled in the use of traffic engineering related software such as SYNCHRO, HCS, CADD, SIDRA, and CORSIM. PROJECT ROLE Key Projects and Assignments QA/QC Review Traffic Engineering Continuing Services LOCATION Greenacres, Florida Orlando, Florida As a traffic engineering consultant for the City of Greenacres, was responsible for attendance of land development and committee meetings; review of EDUCATION development petitions such as: site plans, special exceptions, temporary uses Master of Science in and traffic impact studies. Served as the coordinator between the City and Civil Engineering, Florida the petitioner's consultants to resolve issues related to the interpretation and International University, implementation of the Palm Beach County's Traffic Performance Standards; 2010 investigation of existing facilities and review of impacts of the development on surrounding areas and the review of proposed roadway improvement Bachelor of Science in recommendations based on established design criteria. Civil Engineering, Florida City Traffic Engineer International University, Weston, Florida 2007 As the City's Traffic Engineer, guaranteed the maintenance of traffic operations REGISTRATIONS for all intersections and roadways throughout the City. Provided comprehensive FL, PE #78230 traffic engineering services including intersection analysis, signalization analysis and design, roundabout analysis and design, roadway Level of Service (LOS) CERTIFICATIONS analysis, public school traffic operational analysis, city-wide traffic modeling, Professional Traffic city-wide traffic count database maintenance, corridor signal timing progression Operations Engineer analysis, traffic calming and neighborhood traffic mitigation. Reviewed site plan #3849 applications with respect to traffic engineering impacts on behalf of the City, Professional responded to citizen inquiries regarding traffic engineering, and coordinated the Transportati onal Planner interests of the City with Broward County Traffic Engineering and FDOT District 4' #540 St.Augustine Transportation and Parking Master Plan St.Augustine, Florida Transportation Planner for the comprehensive city-wide mobility plan for the oldest municipality in the United States, which serves as a destination to more than 5 million visitors annually. The project includes extensive data collection, crash analysis and operational analysis to improve safety and mobility throughout the City's roadway network. The final plan will include six sections addressing Safety, Traffic Operations, Land Use/Urban Design, Parking and Transportation Demand Management. City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 12 KEY TEAM MEIVIRFRS &INV MEW Benjamin B. Ellis, PE, LEED AP Senior Civil Engineer Mr. Ellis has over 12 years of experience in the management, design and construction of infrastructure and site development projects.Areas of expertise • include stormwater management, water and wastewater utility transmission jr design, geometric roadway and site design, and pavement design. Ben facilitates project permitting through city and county agencies, as well as local water management district. Key Projects and Assignments West Livingston Street Extension PROJECT ROLE j Orlando, Florida Roadway Design Project Engineer for the roadway and streetscape design for the West Livingston LOCATION Street extension between New Terry Avenue and Parramore Avenue. Designed as a complete street, the street includes bike lanes, landscape, lighting, parallel Orlando, Florida parking, and pedestrian amenities to create a unique sense of place for the area. EDUCATION The design called for a generous pedestrian zone delineated separately from Bachelor of Science the vehicular use areas by a furnishing zone which includes street trees, light in Civil Engineering, standards, and other furnishings. University of Florida, 2005 Zephyr Street Inverness, Florida REGISTRATIONS Project Manager working hand in hand with the City of Inverness on the road, PE, FL#72469, 2011 stormwater, and utility improvements associated with Zephyr Street in their CERTIFICATIONS downtown area. The overall project was envisioned as the gateway to the LEED Accredited 4 Garden District. The 0.70 mile long project is being funded through a grant Professional -1; with FDOT and Sumter County. The project scope included the re-alignment of roadway sections, upgrades to existing intersections, and pavement analysis 10 HR OSHA 'I and repairs. Sidewalk repairs and new pedestrian connections were established Construction Safety while re-aligning and widening the existing roadway. Traffic calming measures were installed throughout the corridor to create a safer environment. In addition Florida Water StarSM, to the infrastructure improvements. S&ME assisted the City with aesthetic 2012 enhancements and theming of the adjoining Garden District and maintained a PROFESSIONAL priority list to track and manage which tasks could fit within the designated grant MEMBERSHIPS budget. City of Winter Park„ FL Ocoee-Apopka Road Small Area Plan Sustainability Advocacy Apopka, Florida Committee Chair, 2015- Project Engineer providing engineering support to the Planning Team at S&ME 2018 for the proposed Small Area Plan. Reviewed proposed land uses and offered recommendations for roadway and utility improvements associated with the U.S. Green Building proposed concepts. Summarized existing stormwater conditions and future Council, Central Florida design criteria for permitting through the St. Johns River Water Management Chapter Board Member, District around Lake Apopka. The study included an evaluation of vehicular 2012-2015 and pedestrian networks in relation to the future location of a hospital and town Town of Oakland, FL center. Development Review Committee. 2014 City of Ocoee, RFQ No. 1707-Transportation Planning Consulting Services I 13 KEY TEAM MEMBERS ' & ININIP Patricia A. Tyjeski, AICP Principal Planner Ms. Tyjeski has over 27 years of experience with long range comprehensive planning, land development regulations, zoning, and site plan review. She possesses training in design and specializes in areas of urban design and historic preservation. 1,0 Key Projects and Assignments .; .. Assessment of Mobility Districts r Melbourne, Florida ro _,,.s Managed the preparation of an assessment of the City's five (5) Mobility Districts. Specific tasks included examining the existing and projected levels of PROJECT ROLE service; examining mobility improvements implemented since the districts were Principal Planner established; determining the necessary mobility improvements to accommodate projected growth; and examining the capital improvement plans of the City, LOCATION and the TIP and LRTP of the Space Coast TPO.Also managed the evaluation Orlando, Florida of potential areas to expand the Mobility Districts based on population growth, development trends, district suitability, and existing mobility deficiencies, EDUCATION Master oRegional and recommended changes to the goals, objectives and policies of the Planning. Cornell comprehensive plan. University, Ithaca, New Comprehensive Plan York, 1988 Ormond Beach, Florida Prepared the Planning Areas Inventory and Analysis Report, Future Land Bachelor of Architecture, Use Element and Capital Improvements Element of the City's Year 2010 Universidad Javeriana, Comprehensive Plan. Processed amendments to the City's Comprehensive Plan Bogota, Colombia, 1985 in accordance with Florida Statutes. REGISTRATIONS Comprehensive Plan Mascotte, Florida Certified Planner Managed the preparation of a total rewrite of the City's Comprehensive Plan to #069120, 1992 address changes in growth and development trends. PROFESSIONAL Impact Fees MEMBERSHIPS Ormond Beach, Florida American American Co-authored the City's Comprehensive Impact Fee Report. The Report received Planning Association the Florida Planning and Zoning Association Outstanding Innovation Award. (APA) Manatee County Complete Streets Manatee County, Florida American Institute of Project Manager for the implementation of the Complete Streets objective and Certified Planners (AICP) policies adopted in Manatee County's comprehensive plan by incorporating Florida Planning and Complete Street standards in the County's Public Works Manual. Developed Zoning Association (FPZA) cross-sections for various types of streets, and criteria for determining which combination of street elements and dimensions to use based on the land use context of each area, the existing right-of-way dimensions and features, community desires, types of users, transit service, available budget, parking needs, and the location of current and future utilities. The scope included educating the various County departments on the benefits of complete streets. City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 14 MOW s I II MINI 111111111111/ John M. Jones, AICP, FRA-RP Senior Redevelopment Planner Mr. Jones has over 20 years of experience in economic development, community redevelopment, land planning, impact fees and community visioning. He has authored numerous community redevelopment plans and economic development master plans. Key Projects and Assignments Sanford Waterfront Redevelopment & Riverfront Master Plan Sanford, Florida i N Facilitated a community design workshop to develop a Conceptual Master Plan for 5+ acres of City-owned property in the heart of the Downtown PROJECT ROLE Sanford Riverfront CRA. Engaged workshop participants with a visual Senior Redevelopment preference exercise, an evaluation of previous planning studies and the City's Planner/ Grants redevelopment objectives, and a contextually sensitive examination of several potential development alternatives for the subject area. Developed a preferred LOCATION development scenario, developed a Conceptual Master Plan, and an alternate Orlando. Florida development scenario for the City-owned parcels in the Downtown Riverfront EDUCATION redevelopment area. Master of Public Community Redevelopment Plan Administration, University Oviedo, Florida of Central Florida, 1991 Managed the preparation of the City's first Community Redevelopment Plan. Responsibilities included the review and quality control of all work products, Bachelor of Science in i identification of potential redevelopment projects, refinement of future TIF Economics, University of ; . revenue projections based on several participation alternatives, participation in Central Florida, 1989 the facilitation of a community preference workshop, and the presentation of the REGISTRATIONS final plan to City Council and CRA Board. :; US 98 Design Certified Planner Port St. Joe, Florida #023074, 2008 Coordinated the development of streetscape plans that were designed by 1 S&ME, including sidewalk improvements, enhanced pedestrian crosswalks(with Certified Redevelopment thermal print logos at two intersections), underground utilities, and installation of Professional (FRA-RP), decorative street lighting and street furniture. The plans were developed to be 2011 used as backup documentation for submittal with two FDOT grant programs— PROFESSIONAL the Transportation Enhancement Program (June 2008) and the Senate Bill 1446 MEMBERSHIPS Landscape Program (July 2008). American American US 98 Streetscape Concept Plan Planning Association Gulf Breeze, Florida (APA) Senior Redevelopment Planner for the City's Community Redevelopment a Agency. Drafted a grant application for streetscape improvements. The City American Institute of was awarded $350,000 for landscape and irrigation improvements. The newly Certified Planners (AICP) installed streetscape was completed within the timeframe specified by the FDOT Florida Planning & Zoning I grant and under budget. The money saved from the installation of Phase I was Association (FPZA) applied to Phase II of the US 98 streetscape. City of Ocoee, RFQ No. 1707-Transportation Planning Consulting Services 1 15 KEY TEAM MEMBERS MINIM & IMP OINII Christopher R. Dougherty, AICP Senior Planner/ GIS Specialist Mr. Dougherty has over 11 years of experience providing public and private sector planning services.Areas of expertise include transportation, planning, land development codes, form-based codes, mobility planning, sector '" planning, community visioning, meeting facilitation, growth management, and development review. He has a strong background in GIS and manages the GIS operations in the Orlando office. Key Projects and Assignments Comprehensive Plan Amendments Review Hawthorne, Florida PROJECT ROLE Assisted the City with the review of comprehensive plan amendments proposed Planner I GIS Specialist by the Plum Creek Timber Company to accommodate a 1,300-acre proposed mixed use development. Managed the review of the applicant's traffic impact LOCATION analysis; proposed modifications to the amendments presented by the applicant; Orlando, Florida prepared staff reports; prepared ordinances and notices; facilitated a public EDUCATION workshop; and presented the annexation and comprehensive plan amendments Master of Arts in Urban at 5 public hearings. Guided the City through a rather contentious set of and Regional Planning, approvals that included the state expedited review process, county opposition, University of Florida, 2006 and significant media attention. Families, Parks and Recreation Impact Fee Study Bachelor of Arts in Orlando, Florida Criminology, University of Project Planner and GIS Specialist for the evaluation of two alternative impact Florida, 2001 fee methods for funding future park facility development. Responsibilities REGISTRATIONS included the development of an extensive inventory of existing parks and facilities, analysis of a traditional level-of-service-based impact fee, evaluation Certified Planner#026356, of service area deficiencies of each facility type and service area, analysis of 2013 TAZ socio-economic data, preparation of parks/facilities replacement costs, CERTIFICATIONS and the development of an improvements-based fee. Project responsibilities American Trimble GPS also included an analysis of the City of Orlando in five separate districts based on geographic, physical, and population features. Responsibilities included NASSCO's Pipeline preparation of all GIS data, parcel shape-files and database preparation, and Assessment Certification associated cartographic mapping and GIS analysis for the entire project. Program (PACP) Mobility Plan PROFESSIONAL Melbourne, Florida MEMBERSHIPS Prepared a mobility plan to establish five Transportation Concurrency Exception American Institute of Areas(TCEA) within the City. The mobility plan identified strategies, standards, Certified Planners (AICP) improvements, and the necessary amendments for the Comprehensive Plan relating to establishing mobility districts. In addition to managing the completion of the mobility study, specifically responsible for preparing GIS baseline data layers, GIS map series, analyzing demographic/socio-economic trend data, project implementation plan, Transportation Element policy amendments, and presentations for the Planning and Zoning Board and City Council hearings. Presented the proposed plan to Planning and Zoning Board and coordinated with Space Coast Area Transit, Space Coast TPO, Florida Department of Transportation, and multiple City departments. City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 16 r Bruce C. Hall, PLA, ASLA Principal Landscape Architect Mr. Hall has over 29 years of experience with site design and landscape architecture.Areas of specialty and interest include residential and mixed-use community master planning and design, streetscape design, active and pas- '"W sive recreation, multipurpose pedestrian and bicycle facilities, and golf course routing and layout. Key Projects and Assignments Orange County Trail Master Plan Orange County, Florida Project Manager and Senior Designer on the update to the 1998 Master Plan PROJECT ROLE which entailed a field review of previously identified trail routes for suitability Principal Landscape and identifying new alternative routes and opportunities. The plan included Architect new mapping, corridor priority ranking, and an update to the cost estimate for each corridor. LOCATION West Orange Trail - Downtown Winter Garden Orlando, Florida Winter Garden, Florida EDUCATION Project Manager and Senior Designer for realignment of the West Orange 'Jolf Course and Golf Trail as it passes through downtown Winter Garden. With the removal of rail Clubhouse Design, through the center median of Plant Street, the temporary segment of trail was Harvard Graduate School realigned, widened, and integrated into the City's streetscape project where it of Design, 1991 also functions as a central promenade between opposing travel lanes, passing beneath the new clock tower and through the City's other central feature, Bachelor of Landscape Centennial Plaza. Architecture. University of Pilaklakaha (PK)Avenue Streetscape Florida, 1988 Auburndale, Florida Associate of Arts, Indian Senior Landscape Architect and Project Manager for a 5-block section of River State College, 1985 Pilaklakaha Avenue in Auburndale, Florida. The streetscape project included a reduction of travel lanes from 4-lanes to 2-lanes which enabled the addition REGISTRATIONS of a linear bioswale/rain garden along the length of the project as well as a L,A, FL#LA0001367, 1990 multipurpose trail and on-street parking in the commercial area near the City's PROFESSIONAL historic downtown area. MEMBERSHIPS Scenic & Historic AIA Master Plan American Society of St. Johns County, Florida Landscape Architects Senior Designer for the 52-mile"American Byway"through St. Johns County. (ASLA) The project linked beachfront parks, national monuments, state parks, and the towns of Vilano Beach, St.Augustine, St.Augustine Beach, and Crescent PRESENTATIONS Beach. The project included the conceptual design of recreational pathways, Florida Recreation & the renovation of beach front parks, streetscapes, parks, roundabouts/squares, Park Association State and traffic calming measures. Conference, "Multi-Use AIA Streetscape Trails- Context Sensitive Ft. Lauderdale, Florida Design and Construction, Project Manager for the AIA Streetscape encompassing over one mile of 2010 FDOT right-of-way which included the elimination of two of the six travel lanes, narrowing the travel lanes, the addition of on-street parking, and the widening of sidewalks to create a pedestrian and bicycle promenade. City of Ocoee, RFQ No. 1707-Transportation Planning Consulting Services I 17 KEY TEAM ME, REE � & IMF NNW WM. Mohammed Abdallah, PE, PTOE Principal - TMC Mr.Abdallah has 22 years of experience in the fields of traffic engineering and transportation planning. He has served in the public and private sectors with increasing levels of responsibility. Mr.Abdallah has been involved in the pro- duction and management of a wide range of transportation studies, varying in scope, size and purpose. In his tenure at Orange County, he oversaw the con- currency management system and he managed the County's transportation impact fee program.As chairman of the Alternative Road Impact Fee Commit- ' tee, he was involved in updating and administering the County's Impact Fee Ordinance. Since joining the private sector, Mr.Abdallah has proven himself an PROJECT ROLE innovator in the field of traffic operations and transportation management strat- Data Collection/Modeling egies. He has administered several transportation management and mitigation plans that balance the demand for growth with the integrity and efficiency of LOCATION the transportation network. Mr.Abdallah has managed the implementation of Orlando, Florida transportation planning and engineering projects internationally and is currently focused on the practical application of Transportation Systems and Mobility EDUCATION Strategies to deliver a robust, balanced, user-centric, transportation network M.S.C.E., Transportation, for the future. University of Central Florida, 1997 Key Projects and Assignments B.S.C.E., University of Horizon West Village I Global Study Central Florida, 1995 Orange County, Florida The Village I is a mix of land uses typical of a comprehensive village plan with REGISTRATIONS a total of 5,609 residential units and 425,000 SF of commercial space on more Registered Professional than 2,200 acres.As Project Manager and EOR, prepared a transportation Engineer, FL#56169 analysis to determine the system wide transportation impacts resulting from the buildout and establish the infrastructure needs and transportation Professional Traffic plan required to support the development in 2040. Existing transportation Operations Engineer facilities and planned and programmed improvements, along with multiple #2415 transportation alternatives, were analyzed and evaluated to support the Advanced AMOT#5345 buildout, utilizing the OUATS model, and a transportation implementation plan was developed.Additionally, proportionate allocation of funding and scheduling Highway Capacity Analysis were established. Workshop, McTrans 2015 Sumter County Annual Traffic Counts Evaluation Tools Sumter County, Florida ITS ITS ModelingWorkshop, Conducted annual traffic counts at approximately 230 preset locations, which FDOT included typical roadway counts, golf cart traffic counts, and freight/truck counts.As Project Manager, provided management and quality control of the traffic data collection. Hillcrest Elementary School Orange County, Florida Access & Pedestrian Study to evaluate the design replacement of the existing iliiAtkc school from 451 student capacity to 500.As Project Manager/Engineer, analyzed the existing pedestrian facilities, intersections, parking facilities and Traffic 8 Mobility Consultants internal circulation. Recommendations were made to the pedestrian network, parking facilities and internal circulation to optimize traffic operations. City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 18 PROJECT EXPERIENCE MOM AEI LI 1111111111.11 St. Augustine Mobility Plan St. Augustine, Florida ., CLIENT: � ` City of St. Augustine Xavier Pellicer . Mobility Coordinator 75 King Street .: _ ''"ti - St. Augustine, FL - M-. U 32804 - Tel: (904) 209-4211 xpellicer©citystaug.com YEAR COMPLETED: U. Phase I: 2016III i* :LA ',"*,r \"-:': i i Phase II: Ongoing N _l TOTAL FEE: W-- Phase I: $119,696 Phase II: $164,000 For Phase I of the Mobility Plan, S&ME prepared a mobility framework plan for the City of St. Augustine to address substantial tourism, business and automobile growth in recent years. S&ME facilitated a walking tour of downtown with local stakeholders followed by a series of citizen workshops including an all-day charrette to discuss the strengths and weaknesses of St. Augustine's urban fabric as perceived by residents and business owners using maps produced in GIS and Adobe Illustrator. Met with a Mobility Advisory Task Force three times to discuss data and findings and a fourth time to review and vote to adopt the Mobility Framework Plan. Also provided face-to-face coordination with the Florida Department of Transportation, the metropolitan transportation planning organization, the Chamber of Commerce and each of the City Commission members. Phase II builds off the framework plan by collecting data on the existing conditions and completing a bicycle/pedestrian safety analysis, an origin- destination analysis, queue length and disipation analysis, parking analysis and existing traffic operational analysis. Based on the data and analysis. improvements to the roadway network and multimodal transportation options were identified and analyzed. Conceptual improvements are being shared with the City and the Florida Department of Transportation for refinement and a final report is expected in November 2017. City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 19 PROJECT EXPERIENCE III - Daytona MIMIimmirlimm Beach Continuing Services Agreement Daytona Beach, Florida CLIENT: City of Daytona Beach 144 t ' Richard Walton � � Planning Director ' � ° r 301 S. Ridgewood Avenue a w: { { ' ,_ ` Daytona Beach, FL 32114 r , Tel: (863) 671 8126 •i' P3 ,�_��i►�1 ( 1 - _ - —`�. waltonrichard@codb.us " `' `' '' � YEAR COMPLETED: Continuing Services ---' Agreement through .` November 2017 TOTAL FEE: t -;:,/,--7 $14,100 to date .; w . , rf-'41:-, a '''''' .4‘.e "4'"1, • 1 c '' i'at'ill'i: , .,, 1R S&ME provides traffic impact analysis review on a continuing services basis to the City of Daytona Beach.As part of the services, S&ME reviews the study methodologies, interim analysis performed for zoning changes, reviews the traffic impact study, and coordinates comments with Volusia County Traffic -, Engineering staff. Under this contract, S&ME has provided review of traffic impact analysis for the Sam's Club and Tomoka Town Center developments at the intersection of I-95/LPGA Boulevard; the Bayberry Cove residential development on LPGA Boulevard, and the Wawa on International Speedway Blvd/S. Ridgewood Avenue. City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 20 afirm, RA PROJECT EXPERIENCE KJ Ph Now Town of Oakland Transportation Planning Services Oakland, Florida CLIENT: r �.Oakland 01JcJND-criN r., (- Dennis Foltz L...., ......n..,..:. Town Manager u.:+ , w 220 N. Tubb Street ' Oakland, FL 34760 .:..:` k,1 '. ., ; r Tel: (407) 656-1117 t.L..... ` ' rev -wt- r a townmanager@oak .t i u • townusa.com 1 ;� R., t-- ._,..—� YEAR COMPLETED:2015 (Transportation A"'� `' Element) , �„ :-` L -_ '` ___ _..`"✓ 8 ak - r L's M. ---7,1- R.:.t f Y a �lvwn l.'r,ih I�R-NC, 2015-2016 (Development q .,...,.5,..,..,0; ' 1�{`��.--.. ;.s ppb � MIs' Review/Adjunct Services) _ 1 t .. '• =`s a i e :.- 1 i R J J� i R.I -PIA Johna LekC g In ME t4..'_ TOTAL FEE: $19,400 (Transportation Element) In 2015, S&ME prepared the Town of Oakland's Comprehensive Plan Transportation Element and also completed the transportation analysis for the $23,700 (Development update on the Transportation Impact Fee Schedule. As a small municipality in Review/Adjunct Services) western Orange County, Oakland has relied on an outdated comprehensive plan, generally accepted professional practice, County codes and incremental adjustments to regulations over time. S&ME's first task was to update the transportation model with revised socio-economic data, refine the network files, and evaluate the necessary improvements to address future system needs. The zoning, administration and subdivision design chapters are under study by the Town as well. Additional chapters will be completed in future phases. Subsequently, S&ME provided the Town of Oakland Development Review/ Adjunct Services. S&ME's tasks included review of the development plan for compliance with Town of Oakland regulations, review of the Traffic Impact Study prepared for the PUD, and representation by both planning and transportation staff at relevant Town meetings. S&ME has also provided supplemental analysis of the queues at Oakland Avenue Charter to determine how a proposed preschool would impact the queuing, and provide conceptual improvements to the Charter School to reduce queuing. City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 21 PROJECT EXPERIENCE = r Winter Haven Downtown Transportation Master Plan Winter Haven, Florida CLIENT: ,,—-= City of Winter Haven �` T. Michael Stavres _c �eye�a ' f "� """ r i� Interim City Manager o ,i.. '; Vii- 451 Third Street NW g 1 ii` ' ` Winter Haven, FL 33881 f M ;',� ,. , $ + 'fi.•- Tel: (863) 291-5600 , , :� ° ' mstavres@mywinter haven '-'� i , � .�t � q Com ,, a 1 Mr YEAR COMPLETED: �' 7 ''' „ 4�� ' (4, '(: ---- ' -- _ TOTAL FEE: - $47,000 �. � t 20 1 "Mu i , As part of the project team, S&ME helped develop a Downtown Master Plan for the City of Winter Haven, Florida. Services S&ME provided for the study included an update to the regional transportation model to refine the network and rectify the land uses (population and employment projections), incorporate the planned and approved redevelopment within the city core area, and prepare recommendations for future transportation improvement needs including roadway, transit, complete street features, and trail system extensions. The downtown parking supply and future demand was evaluated to determine what the 20-year need will be and identify the locations most appropriate for the construction ofi parking facilities. Generalized cost estimates were prepared to assist the City in planning and budgeting for the improvements. In addition to the long range planning studies, the downtown roadway network street classifications were evaluated to develop recommendations for revisions and updates to reflect current conditions as many of the roadways had classifications dating back for decades. The study findings were presented to the Winter Haven City Commission in August 2015 and the final study document was submitted in September 2015. City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 22 PROJECT EXPER1FNCF = & IIIIIIIIPIOIIMIIIIIIIIIIIIIIIII SunRail Station Area Barriers to Access Study Orlando, Florida CLIENT: ,.E , i;...... __ i 1 City of Orlando, FL '—Frank A. Consoli, PE �° ' e tiM aa� t . I_ 3 & I~ Traffic Operations Engineer r. t ., _ a_ 400 South Orange Avenue -' � Orlando, FL 32801-3302 ' ' 1� , �, Vi» Tel: (407) 246-2703 ..1✓ ''' .� L Fax: (407) 246-2892 i am" .. y �t 'f "frank.consoli@ ` 1 1 � cityoforlando.net . _ w n YEAR COMPLETED: s f- -.= "„ `- = 2015 ... ;i1+.....(7_41-,. — TOTAL FEE: j -' ' .y ' , --\./.1 ._.;,l-;41:„" _,„„„ 1 , - ?-, t '--' 2:-_---Y- ..rit --- -...-\;-' ' - .L...... ,. ElF - IR . r„ „ar sr S&ME was selected by the City of Orlando to conduct a Barriers to Access Study around the downtown SunRail Stations at Lynx Main and Church Street Stations. The study was to review physical barriers such as ADA issues, shade, lighting and bicycle access to the Station, The study also reviewed perceived psychological barriers such as long stretches of blank walls adjacent to the path of travel, nightime lighting, large transportation facilities that must be crossed, etc.A complete audit of the sidewalk network was completed and the final report contained recommendations to improve the bicycle and pedestrian network through the City. The project was completed utilizing a Federal HUD Grant to the City of Orlando. City of Ocoee, RFQ No. 1707-Transportation Planning Consulting Services I 23 PROJECT EXPERIENCE ' & City of Mascotte Comprehensive Plan Mascotte, Florida CLIENT: 1 City of Mascotte, FL _ Jim Gleason City Manager ' t 100 E. Myers Boulevard _f- Mascotte, FL 34753 Tel: (352) 429-3341 i Fax: (352) 429-3345 1.30 jim.gleason@cityof i \ L- • mascotte.com ,4 ` nzik, d I r.. YEAR COMPLETED: fat 2016 r TOTAL FEE: w _ $103,000 -- �. - _ :4.44444..� S&ME was selected by the City of Mascotte to update the City's Comprehensive Plan to address several key items affecting development in the City. The purpose of the update was to prepare a plan that reflected a more realistic growth projection that did not include a proposed citywide sewer system. Additionally, in its previous state, the plan prevented conventional development within the community redevelopment area (CRA) to a point that no projects were completed in the CRA in over 10 years. S&ME revised the onerous requirements within the CRA to allow for more flexibility of development types, densities and intensities, and to remove the requirement for a planned unit development. A workshop was conducted, prior to drafting the plan, with the public and City Council to alert the City to existing and future deficiencies, and to identify local conditions that have changed since the last update. The plan update consisted of updating data and analysis and goals, objectives, and policies, for all elements, including Future Land Use, Transportation, Housing, Public Facilities, Conservation, Open Space and Recreation, Capital Improvements, Public School Facilities, and Intergovernmental Coordination.As part of the update to the Transportation Element, socio-economic projections were updated for each area within the City, which provided a more realistic future growth than was anticipated in the previous plan and allowed appropriate roadway network improvements to be identified. GIS mapping and analysis was conducted for all elements of the plan. S&ME presented the proposed plan at all required public hearings and assisted with transmittal. City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 24 PROJECT EXPERIENG m & III III Winter Springs Impact Fee Update Winter Springs, Florida CLIENT: City of Winter Springs, FL I _ Brian Fields • City Engineer sti 1126 East SR 434 417i Winter Springs, FL 32708 2 . 419 - Tel: (407) 327-7597 B .'4_- bfields@winterspringsfl.org 1 44 g 401 e39 � ."---3 D 1' 7 YEAR COMPLETED: m s t l V- ••43, • 2015 Am aq 4 L 11 E 1 - I Wint- mI TOTAL FEE: illf QM 419 $9,110 µO` i ( >d ( i _______J "t; tt Legend Ar __Impact Fee Project \ Projects Funded by Others 0.ed Bug lake 1 / Q 417 TAZ 81 .-419 TAZ TAZ98 TAZ �_ 96i 99 «9 ; "L31 .'7 � Iii it, % TAZ . 434 TA 234 `s to TAZ ., 109VI TAZ 111 3 .A 7 �N(Sk r 232 4sg. Int �m ," „ 110 TAZ T111 , a115 11 TAZ c 117 'VI! TAZ nto.SPm,9s& " 4..1,- t b 140 TAZ TAZ o` 141 1423, i' i•c ,s" 3 o *{�A^ Legend '7 • Roadways In OUATS Model lit • Roadways Added to OUATS Red B I I S&ME provided traffic engineering services for update of the transportation impact fee ordinance for the City of Winter Springs. The transportation impact fees were established with the purpose of defraying costs of local road Iinfrastructure costs necessary to meet the demands of future development, and were previously updated in 2005. S&ME was responsible for converting ' the existing and projected development within the City of Winter Springs into socio-economic data, transportation modeling to determine the future needs of the roadway network within the City of Winter Springs, and development of the traffic factors for the impact fee calculations. City of Ocoee, RFQ No. 1707-Transportation Planning Consulting Services I 25 PROJECT EXPERIENCE & MEI IMP MIN lk 111111111111111.111111.111111111 Horizon West Village I Global Study Orange County, Florida CLIENT: TMC prepared a transportation analysis to determine the system wide CH II Spring Grove LLC transportation impacts resulting from the buildout of the Village I Specific Area Sean Froelich, Manager Plan (SAP) and established the infrastructure needs and transportation plan 6442 Commerce Park required to support the development in the year 2040, and subsequent Term Drive, No. 2 Sheet and roadway agreement. The Village I property encompasses more than Fort Myers, FL 33966 2,200 acres with a complete mix of land uses typical of a comprehensive village Tel: (407) 832-4304 plan. The analysis included an inventory of existing transportation facilities to sfroelich@traylor.com determine the transportation infrastructure available to support the development and planned and programmed improvements were researched and identified YEAR COMPLETED: to determine the future state of the roadway network in the year 2040. Utilizing 2017 the Orlando Urban Area Transportation Study (OUATS) travel demand forecasting model, critical roadway connections missing from the network were TOTAL FEE: added, Socio-Economic (SE) data was verified and updated, and a total of 8 $85,000 TAZs were added to reflect the various geographic areas within the village. Multiple transportation alternatives were analyzed and evaluated to support the planned build out of Village I as well as surrounding area growth. Preferred transportation network improvements were identified and a transportation implementation plan was developed. Proportionate allocation of funding and scheduling of improvements were established to support a private/public partnership funding agreement. CLIENT: 2015 Sumter County Annual Traffic Counts Lake-Sumter MPO Sumter County, Florida Francis Franco, GISP Transportation Concurrency TMC conducted annual traffic volume counts at approximately 230 locations, & GIS Manager which included typical roadway counts, golf cart traffic counts, and freight/truck 1616 South 14th Street counts. Data was collected at preset locations, which were marked by GPS Leesburg, FL 34748 in the field, and summarized into a traffic count report that the Lake Sumter Tel: (352) 315-0170 Metropolitan Planning Organization (LSMPO) publishes for use by constituent ffranco@lakesumtermpo. agencies and the public. The data collection was completed ahead of schedule corn and within budget. YEAR COMPLETED: TOTAL FEE: $32,600 TAK, Traffic a Mobility Consultants City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 26 CURRENT & FUTURE WORKLOAD & MINI MEI S&ME provides its clients with personal attention and commitment to assure responsibility for the completion of projects in a timely and cost-effective manner. S&ME currently holds continuing services contracts with multiple municipalities throughout the Southeast. The project team specifically structured, as illustrated in the organization chart, for the City's transportation planning services contract will be available for immediate implementation of services following execution of agreement with the readiness to provide any and all of the services outlined in this RFQ upon request. TEAM MEMBER FIRM % CURRENT PROJECTS&%COMPLETE DEDICATED TO CITY Stephanie Shealey, PE S&ME 70% City of St.Augustine Mobility Master Plan-75% City of Daytona Beach Continuing Services-60% Kristof Devastey, PE S&ME 60% City of St.Augustine Transportation Master Plan -75% Benjamin Ellis, PE S&ME 30% City of Ocoee Lakefront Master Planning -50% Town of Oakland Sewer- Ongoing City of Palm Coast Community Center-95% City of Orlando West Livingston Street-90% Bruce Hall, PLA S&ME City of Ocoee Lakefront Park Conceptual Design -40% City of Ocoee Lakefront Park Schematic Design -30% City of Palm Coast Whiteview Parkway Road Diet&Trail-90% City of Orlando Complete Streets Master Plan-90% City of Orlando Division Avenue Conceptual Design- 15% City of Auburndale PK Avenue Streetscape-80% Patricia Tyjeski,AICP S&ME 25% City of Melbourne Comprehensive Plan assistance-95% Manatee County Comprehensive Plan and LDC Update-80% Manatee County Sign Ordinance Update-50% City of Kissimmee LDC Update-30% City of St.Augustine San Marco Design Standards -5% City of Orlando Downtown South -5% City of Melbourne Florida Master Site Files Survey- 1% John Jones,AICP S&ME 15% Oviedo CRA Administrator- 10% Panama City CRA Plan update-10% Orlando Marketing Study-5% Lake Wales CRA Plan update-75% Ocoee Brownfield Area Designation -80% Enterprise Florida Strategic Site Inventory-85% Chris Dougherty,AICP S&ME 15% Manatee County LDC/CP Update-85% Kissimmee LDC Update-20% Volusia Growth Management Commission Planner-Ongoing Eloise CRA Plan Update-5% Orlando Health Dr. Phillips PD Amendment-20% HCA Due Diligence Reports-60% Mohammed Abdullah, TMC 37% Rosen Shingle Creek Resort- 10% PE World Gateway- 50% Oak Ridge Road & Premium Outlets-60% US 192& St. Cloud Commons-90% Orange County Public Schools Continuing Services-Ongoing City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 27 WAGES / EXPENSES . & III IMP MIMI S&ME, INC. CURRENT LOADED HOURLY RATES-ANTICIPATED ANNUAL INCREASE (3%)AND HOURLY RATES Professional Base Year Year 2 Year 3 Year 4 Year 5 Project Manager $125 $129 $133 $137 $141 Principal Engineer $185 $191 $196 $202 $208 Project Engineer $110 $113 $117 $120 $124 Engineering Intern $95 $98 $101 $104 $107 Principal Planner $165 $170 $175 $180 $186 Planner $130 $134 $138 $142 $146 Junior Planner $85 $88 $90 $93 $96 GIS Specialist $105 $108 $111 $115 $118 CADD Technician $90 $93 $95 $98 $101 Administrative Assistant $48 $49 $51 $52 $54 I TMC CURRENT LOADED HOURLY RATES-ANTICIPATED ANNUAL INCREASE (3%)AND HOURLY RATES Professional Base Year Year 2 Year 3 Year 4 Year 5 Principal $195 $201 $207 $213 $219 Senior Engineer $150 $155 $159 $164 $169 Engineer $110 $113 $117 $120 $124 Traffic Analyst $90 $93 $95 $98 $101 Technician $70 $72 $74 $76 $79 Administrative $55 $57 $58 $60 $62 S&ME, INC. OTHER quizQz,5 i , -. ISCELLANEOUS EXPENSES Paper Size " 4- _i. , ,,, Black&White Color Legal $0.20 $1.50 Letter $0.15 $1.15 Tabloid $0.30 $2.00 24" x 36" $1.80 $9.00 36" x 48" $3.60 $18.00 City of Ocoee, RFQ No. 1707— Transportation Planning Consulting Services 1 28 MIN LOCATION OF FIRM & IBM/ III MINI S&ME's office located at 1615 Edgewater Drive, Orlando, Florida 32804 is the primary location of the Principal and key personnel for the City of Ocoee. We are located within Orange County and only 10.5 miles from the City. S&MEs nearby location will facilitate prompt, responsive service to the City. F ; ,Taradise_ _...--- -s. I .4191t Rd Heights , 8.,. Si Lockhart 3 or w� .- Eatonville GarconMr,` i 14 _ ,. Ca co i.,„, ,- ; r Hiawassee z Cal- f ,,,,' ' 4 ,t! .ei,e,°°' i .,,,,, ot,.. , , ii City of -Ocoee ' A,)°' ° S&ME , t i 4z� Office o 150 North e Center Lakeshore Drive z © a s .- 1615 Edgewater Drive° z White Rd M Z -' Balboa N BalbPine Hills V €'i '' uF �. A ems' `�� .._ w _.,..,,....e+ ,,-.„ -" op4 <.rin'exmnax. .tir"�" ---,:,:r-:: � ��\ :x� - ftnn) Cake 52� ''' b,} see Eola Parke 6 ,, ,‘,4, o ,r0.,,,A Orlando �r„.. * r yr ® Gotha`,,,,,,„„ Rettig')St ' - --', ,,i, CI 4.. r r a,e ? „, < k t ,, WAD;679 PARK �` a No;�`; awa l E Mlchipa, 406, n ,�'' �.. ORLASara NDO At is dernier ,,,, ,.on,o 4 .::,,. , iii+C°. ';j fi 5.�gat �* HBights 'p h tF � -., 4 527 ` - .4° s�2 s- /MILLENIA 5. ' a dgewood City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services ( 29 mow INSURANCE CERTIFICATES mom & P11 OMNIMOM 111011 S&ME agrees to obtain (prior to award) insurance coverage as required by the City for this contract. We have provided copies of our current Insurance Certificates. ARD® CERTIFICATE OF LIABILITY INSURANCE 5,DATE(�D""") THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sandy Krevonick BB&T Insurance Services,Inc. PHONE FAX i FAX888-751-3010 2108 W.Laburnum Ave Suite 300 (AID No Fot)• wC Not: PO Box 17370 ADDRIE55.skrevonlck@bbandt.com Richmond VA 23227 INSURER(S)AFFORDING COVERAGE NAIC INSURER A:Valley Forge Insurance Company 20508 INSURED 35SMEINC INSURER B:Continental Insurance Company 35289 S&ME Inc. INSURER C:Travelers Property Casualty Co of Amer 25674 1615 Edgewater Drive;Suite 200 INSURER D:American Casualty Co of Reading PA 20427 Orlando,FL 32804 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:509447808 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUBR POLICY EFF POLICY EXP LIMITS LTR, INSD WVD POLICY NUMBER (MMIDDIYYYY),(MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY 6042844344 7/1/2017 7/1/2018 EACH OCCURRENCE $1,000,000 I CLAIMS MADE I X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) 31,000,000 MED EXP(Any one person) $15,000 PERSONAL F.ADV INJURY $1,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE _S2,000,000 POLICY I X I JE o- I X LOC PRODUCTS-COMP/OP AGG 32,000,000 OTHER: S B AUTOMOBILE UABIUTY 6042844313 7/1/2017 7/1/201-8 COMBINED SINGLE LIMB $1,000,000(Ea accident) X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) 3 AUTOS ONLY AUTOS HIRED NON S NED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per accident) 5 C X UMBRELLALIAB X OCCUR ZUP51M6239517 7/1/2017 7/1/2018 EACH OCCURRENCE $5,000,000 EXCESS UAB CLAIMS-MADE AGGREGATE $5,000,000 _ DED X RETENTION$10,000 $ D WORKERS COMPENSATION WC642647965 7/1/2017 7/1/2018PER OTH- AND EMPLOYERS'UABIUTY X STgTUTE ER VIN ANY CER/EXCUEE/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMR/MEM BEER EXCLUDED? N N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE 51,000,000 DMZ= OO PERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES IACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Umbrella policy extends over General Liability,Automobile Liability and Employers'Liability coverages. In the event the Company cancels the General Liability,Automobile Liability and Employers'Liability policies for any statutorily permitted reason other than non-payment of premium,the Company agrees to provide ninety(90)days'notice of cancellation of the Policy to any entity with whom the NAMED INSURED agreed in a written contract or agreement would be provided with notice of cancellation of the Policy. FOR INFORMATION PURPOSES ONLY CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE SBME Inc. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1615 Edgewater Drive ACCORDANCE WITH THE POLICY PROVISIONS. Suite 200 Orlando FL 32804 AUTHORIZED REPRESENTATIVE iCili.124) %woOLSbr j4... 01988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD City of Ocoee, RFQ No. 1707-Transportation Planning Consulting Services I 30 INSURANCE CERTIFICATES & NMI Vilna ACCIREP CERTIFICATE OF LIABILITY INSURANCE DATE 9/21/2017 M/DDIYYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sandy Krevonick BB&T Insurance Services,Inc. PHONE FAX 2108 W.Laburnum Ave Suite 300 A r.Nn Fen.804-678-5026 We,/,,.888-751-3010 PO Box 17370 E-MAIL skrevonick@bbandt.com Richmond VA 23227 INSURER(S)AFFORDING COVERAGE NAIC i INSURER A XL Specialty Insurance Company 37885 INSURED 35S M E I N C INSURER B: S&ME Inc. INSURER C: 1615 Edgewater Drive;Suite 200 Orlando, FL 32804 INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:2019617151 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADUL SUBR POUCY EFF POUCY EXP '.. LTRINSD WVD POUCY NUMBER IMM/DD(YYYY) IMMIDD/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S ■■CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ ■ MED EXP(Any one person) S ■ PERSONAL ft ADV INJURY S _ GEN'L AGGREGATE LIMIT APPLIES PER'. GENERAL AGGREGATE S POLICY I I P0- LOC PRODUCTS-COMP/OP AGG S JERCT OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ■ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS ■HIRED '—NON-OWNED PROPER PI DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) IIUMBRELLA LIAB _OCCUR EACH OCCURRENCE S ■EXCESS UAB CLAIMS-MADE AGGREGATE 5 DED RETENTION S S WORKERS COMPENSATION I STATUTE I I W- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNERIEXECUTIVE N/A E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? I I (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S If yes.describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S A Professional Liability DPR9915178 7/1/2017 7/1/2018 5,000,000 Per Claim 5,000,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) In the event that the Companies cancel the Professional Liability policy for any statutorily permitted reason other than non-payment of premium,the Companies agree to provide thirty(30)days'notice of cancellation of the Policies to any entity with whom the NAMED INSURED agreed in a written contractor agreement would be provided with notice of cancellation of the Policies. FOR INFORMATION PURPOSES ONLY CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE S&ME Inc. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1615 Edgewater Drive ACCORDANCE WITH THE POLICY PROVISIONS. Suite 200 Orlando FL 32804 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD City of Ocoee,RFQ No. 1707—Transportation Planning Consulting Services I 31 LICENSES/CERTIFICATIONS = & MINIM State of Florida Department of State I certify from the records of this office that S&ME, INC. is a North Carolina corporation authorized to transact business in the State of Florida, qualified on March 10, 1993. The document number of this corporation is F93000000770. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report/uniform business report was filed on January 23, 2017, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Second day of March,2017 [1iE Secretary of State Tracking Number:CU2392873235 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication City of Ocoee, RFQ No. 1707—Transportation Planning Consulting Services I 32 LICENSES/CERTIFICATIONS mom & NMI Stateof Florida Board or- Profession al Engineers Attests that S&ME, Inc. AFBPE Is authorized under the provisions,of Sectiosi 471,023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,duly iiecturd undci Chapter 471,Florida Statutes. Expiration: 2/28/2019 CA Lic.No: Audit No: 228201902177 R --__ _ 6712 State of Florida Board of Professional Engineers Attests that Stephanie Lynne Shealey,P.E. F BPF Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2019 P.E.Lie.No: Audit No: 228201912442 R 77034 State of Florida Board of Professional Engineers Attests that Jankristof Robert DeVastey ,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2019 P.E.Lic.No: Audit No: 228201910396 It 78230 State of Florida Board of Professional Engineers Attests that Benjamin B. Ellis ,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2019 P.E.Lic.No: Audit No: 228201917767 it 72469 City of Ocoee, RFQ No. 1707- Transportation Planning Consulting Services 33 LICENSES/CERTIFICATIONS miii,MINI ' w-... III MIMI Mly 11111.01111111111111111.11.11. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE ,+ 4 LICENSE NUMBER 1S 1',.. . LC26000574 1 The LANDSCAPE ARCHITECT BUSINESS l� Named below HAS REGISTERED Under the provisions of Chapter 481 FS. _,y,w`' Expiration date: NOV 30.2017 �w j/J.. S&ME INC .. ' ��� 3201 SPRING FOREST;^r � .,, • - "w 4i ATTN LEGAL DEPT r• , Y RALEIGH NC 27Y .o' ISSUED 0822:2016 DISPLAY AS REQUIRED BY LAW - SEO# L1608220000714 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION i ILeze,. BOARD OF LANDSCAPE ARCHITECTURE LICENSE NUw•UCR 0:'410„; '' LA0001367 '�' The LANDSCAPE ARCHITECT ` Named below HAS REGISTERED Under the provisions of Chapter 481 FS Expiration date NOV 30,2017 HALL BRUCE CHRISTOPF-ER 7r.+1##. ■ 1615 HALL, DRIVE STE 180 ,tj+1.•i' i{ 1 ORLANDO FL 32804 . 0 .a ' r,:.`Y • ISSUED 10n&2015 DISPLAY AS REQUIRED BY LAW SEa► U510190001577 State of Florida Board of Professional Engineers Attests that Traffic & Mobility Consultants LLC FBPE Is authorized under the provisions of Section 471.023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes. Expiration: 2/28/2019 CA Lic.No: Audit No: 228201902966 R 30024 City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 34 LICEt4SES/CERTIFICATIONS III CI)A PATRICIA ACOSTA 4 HAS Q,IAL:HID AS MEMBER p^6,14. °". ,ACRICAniysnUftOfC[ariLL,r •.I •. 1LLx ncw22-nt • John M.Jones,AICP Cart ft.Vbri ler M114ntatr Christopher R.Dougherty,AICP w4�vl:M MAdinda Gk,h,,M.emr nutlet Vat,.r et W sm.1-mnmimxn:m t!r\I(:Pl:ak rd EMr+aM P-A:atiwl t.,r..r.;.. City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 35 MBE CERTIFICATION Ism & PhIMOW a S&ME, Inc. is not a Minority Business Enterprise(MBE). Our subconsultant, Traffic & Mobility Consultants LLC is not a MBE firm, however they hold the following designations: FDOT Small Buiness Enterprise (SBE) Greater Orlando Aviation Local Disadvantaged Business (LDB) Central Florida Expressway Authority Small Sustainable Business Enterprise (SSBE) City of Ocoee,RFQ No. 1707-Transportation Planning Consulting Services I 36 ..<7.2,-,,,, 4V4,61r Q( (.}(e. fIorido RFQ CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or capital stock, directly or indirectly, in the Proposer's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. (Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract. According to Chapter 112, Florida Statutes, the term "conflict of interest" "means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration, management, instruction,research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: X To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal. Acknowledged by: S&ME. Inc. Firm Name 1(0,/ — Sign ure Leonard E. Arnold Jr., Vice President Name and Title(Print or Type) September 20,2017 Date RFQ#1707—Continuing Contract Transportation Planning 17 COMPANY INFORMATION/SIGNATURE SHEET RFO#1707 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. S&ME,Inc. (407)975-1273 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) (407)975-1278 FAX (INCLUDE AREA CODE) Iarnold@smeinc.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNAT 011 (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Leonard E.Arnold Jr.,Vice President NAME/TITLE(PLEASE PRINT) _ 1615 Edgewater Drive,Suite 200 STREET ADDRESS Orlando,Florida 32804 CITY STATE ZIP FEDERAL ID# 56-0791580 Individual X Corporation Partnership Other(Specify) Sworn to and subscribed before me this 20th day of September ,20 17 . Personally Known X or Produced Identification Notary Public-State of Florida (Type of Identification) Count of Orange T Signature of Notary Public Ry Stacie E.Woods NC)T RY i-'ubLtC Printed, i Commis �,:';.'ComilP1i44d79%IRA 4 Expires 8/29/2018 RFQ #1707 —Continuing Contract Transportation Planning 18 Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary W , itit City Manager Richard Firstnerilsen, District3Dsrc2 40: 4Pr Robert Frank Joel F. Keller, District 4 ocoee florida CITY OF OCOEE REQUEST FOR QUALIFICATIONS (RFQ) #1707 CONTINUING CONTRACT FOR TRANSPORTATION PLANNING CONSULTING SERVICES City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone:(407)905-3100•fax:(407)905-3194•www.ocoee.org Request for Qualifications, Legal Advertisement The City of Ocoee, Florida, (the "City") is soliciting sealed statements of qualifications for RFQ #1707 Continuing Contract for Transportation Planning Consulting Services. Qualification Packages will be received at the office of Joyce Tolbert, CPPB, Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 P.M., local time, on September 26, 2017. Qualification Packages received after that time will not be accepted under any circumstances. Sealed Qualification Packages that have been timely received will be publicly opened and the names of the responding firms read aloud at that time. No Pre-Submittal conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a response through Onvia/Demandstar by accessing the City's website at http://www.ocoee.org under the "Living & Working" section. Partial sets of the documents required for submitting a statement of qualifications will not be issued. By using Onvia/Demandstar, prospective respondents will be provided with all information regarding this RFQ, including all addendums and changes to the project requirements. Membership with Onvia/Demandstar is not required to submit a response; fees may apply for non-members. Persons other than prospective respondents may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Dr., Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Melanie Sibbitt, City Clerk, September 3, 2017. RFQ #1707—Continuing Contract Transportation Planning 2 CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #1707 CONTINUING CONTRACT FOR TRANSPORTATION PLANNING CONSULTING SERVICES A. INTRODUCTION AND GENERAL INSTRUCTIONS 1. The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City), is soliciting statements of qualifications from experienced transportation and planning consulting firms that are interested in providing general transportation planning consulting services for various planning, design, and development review projects. 2. The City intends to award continuing contracts to one (1) or more firms deemed to be the most highly qualified to perform the required services. In determining whether a firm is qualified, the City shall consider such factors as the ability of professional personnel; whether a firm is a certified minority business enterprise; past performance; willingness to meet time and budget requirements; recent, current, and projected workload; efficiency and cost-effectiveness. In addition to identifying the best firms for the work, if multiple contracts are awarded, the City desires to create an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selecting the most highly qualified firm for a given task. Firm(s) selected by the City will provide Transportation Planning Consulting Services to the City on an as-needed basis, which will be assigned using task orders issued by the City under the continuing contract. The contract shall automatically be renewed annually unless terminated by the City in writing, for a maximum of five (5) years from the date of execution, and one (1) additional year upon City option unless otherwise terminated by either party, in writing, given 30 days notice. See the proposed agreement attached to this RFQ. 3. Prospective respondents may secure a copy of the documents required for submitting a response through Onvia/Demandstar by accessing the City's website at http://www.ocoee.org under the "Living and Working" section. Partial sets of the documents required for submitting a statement of qualifications will not be issued. By using Onvia/Demandstar, prospective respondents will be provided with all information regarding this RFQ, all addendums and changes to the project requirements; Fees may apply for non-members. Membership with Onvia/Demandstar is not required to submit a response. 4. Each qualifications package must consist minimally of a cover letter, statement of qualifications, and company information form (attached at the end of these instructions). Please also include a copy of all applicable licenses held by firms or key subconsultants proposing to perform the work. Statements of qualifications must be limited to a total of forty (40) 8.5"x 11" pages (including any resumes, 2-page cover letter, copies of licenses, certifications etc., but excluding front and back covers, dividers, company information form and conflict of interest form), single- RFQ #1707—Continuing Contract Transportation Planning 3 sided, portrait orientation, and 12-point font where possible. Additional requirements of submissions are supplied in Section D. Any qualifications package failing to conform to these specifications is subject to rejection. The person signing the signature sheet on behalf of the respondent must have the legal authority to bind the respondent to the submitted qualification package and shall be understood to do so. All expenses for providing qualification packages to the City shall be borne by the respondent and the City assumes no responsibility for any costs incurred in the preparation of the qualification package by the Respondent. 5. Firms, companies and/or individuals interested in providing the transportation planning consulting services shall submit one (1) original and one (1) electronic copy of the proposal. The electronic copy shall be a complete copy of the proposal submitted in a fully electronic form on a USB FLASH DRIVE as a single file Adobe PDF file, version 5 or later. Qualification Packages shall be submitted to the City of Ocoee in one sealed package, clearly marked on the outside with the appropriate RFQ number and closing date and time, addressed to: Joyce Tolbert, Purchasing Agent City of Ocoee Finance Department/Purchasing 150 N. Lakeshore Drive Ocoee, Florida 34761 Phone: (407) 905-3100 x 1516 FAX number: (407) 905-3194 jtolbert@,c i.ocoee.fl.us No fax or e-mailed submissions will be accepted. 6. Qualification packages must be received no later than 2:00 P.M. (local time) on September 26, 2017. Any qualification packages received after the above-noted time will not be accepted under any circumstances. Any uncertainty regarding the time a qualification package is received will be resolved against the Respondent. It shall be the sole responsibility of the Respondent to have the Qualifications Package delivered to the Ocoee City Hall by U.S. mail, hand delivery, or any other method available to them. Delay in delivery shall not be the responsibility of the City. A Qualifications Package received after the deadline shall not be considered and shall be returned unopened. Any request to withdraw a Qualification Package must be addressed in writing. Such requests must be received by the City prior to the deadline of the submission. 7. The City will receive questions regarding the RFQ only through written inquiries directed to the Purchasing Agent. Deadline for receipt of written inquiries will be September 19, 2017 at 2:00 P.M., local time. 8. Potential Respondents should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFQ before the project award date. Any contact with any other member of the City Staff, City Commission, or its Agents during the RFQ, award, and protest period may be grounds for Respondent disqualification. RFQ #1707—Continuing Contract Transportation Planning 4 9. Action on qualification packages is expected to be taken by the City Commission within ninety (90) days of the submission opening date; however, no guarantee or representation is made herein as to the time between receipt of the qualification package and subsequent City Commission action. A more detailed schedule is given below. 10. All applicable laws and regulations of the United States, the State of Florida, Orange County, and the City of Ocoee will apply to any resulting Agreement. 11. The successful Respondent shall be required to execute an Agreement, in form and content acceptable to the City, indemnifying and holding harmless the City, its officials, officers, employees, and agents from all claims. 12. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME): 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 on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals 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 award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida State Statute 287.133 (2) (a). 13. FLORIDA PUBLIC RECORDS LAW: In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Respondents should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Respondents are requested, however, to identify specifically any information contained in their proposal which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request of proposal become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. 14. PUBLIC RECORDS COMPLIANCE. The City of Ocoee (City) is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records required by the City to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law RFQ #1707—Continuing Contract Transportation Planning 5 for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City. 4. Upon completion of the contract, Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public record to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract,the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 5. A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407-905-3100, EXTENSION 1022, CCDL@ci.ocoee.fl.us, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761. 15. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. Further, the Respondent shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. 16. STATEMENT OF AFFIRMATION AND INTENT: a) Respondent declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above-named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of a contract for the described services. RFQ #1707—Continuing Contract Transportation Planning 6 b) Respondent certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit applies to any members of his or her immediate family) c) Respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Respondent agrees to immediately notify the City in writing. Respondent must submit the attached Conflict of Interest Statement. d) Respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFQ has occurred, and that the proposal is made according to the provisions of the RFQ documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFQ documents. e) Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Respondent offers and agrees that if this negotiation is accepted, the Respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Respondent. The proposal constitutes a firm and binding offer by the Respondent to perform the services as stated. 17. The City reserves the right to accept or reject any or all responses, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re-advertise for new qualification packages. The City may accept any item or group of items of any response, unless the Respondent qualifies its qualification package by specific limitations. The City may accept one or more responses if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Respondent which, in the City's sole discretion, is the most responsive and responsible Respondent. The City reserves the right, as an aid in determining which qualification package is responsible, to require a Respondent to submit such additional evidence of Respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all responses. RFQ #1707—Continuing Contract Transportation Planning 7 B. INSURANCE TERMS AND CONDITIONS Proof of Professional Liability Insurance: *Provide a current insurance certificate providing proof of Professional Liability Insurance. The successful Respondent shall be required to provide evidence of both General (Public & Property) Liability and Professional (Design Errors and Omissions) Liability Insurance in the form of a certificate of insurance issued on behalf of the City of Ocoee by companies acceptable to the City at the following minimum limits and coverage's with deductible amounts acceptable to the city: Comprehensive General Liability Insurance: $1,000,000.00 (The City of Ocoee is to be named as an additional insured) Professional Liability Insurance: $1,000,000.00 (Design Errors and Omission) Standard Insurance Requirements: The successful respondent shall be required to provide evidence of both General (Public & Property) Liability and Professional (Design Errors and Omissions) Liability Insurance in the form of a certificate of insurance issued on behalf of the City of Ocoee and naming the City as an additional insured, by companies acceptable to the City at the minimum limits and coverages listed below with deductible amounts acceptable to the City. The selected consultant shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the consultant allow any subconsultant to commence work on a subcontract until all similar insurance required of the subconsultant has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of"A" or better and a Financial Size Category of"VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. 1. Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Consultant and/or subconsultant providing such insurance. 2. Workers' Compensation Insurance: The Consultant shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Consultant's employees connected with the work of this project and, in the event any work is sublet, the Consultant shall require the subconsultant similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the RFQ #1707—Continuing Contract Transportation Planning 8 Consultant. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Consultant shall provide, and cause each subconsultant to provide adequate insurance, satisfactory to the City, for the protection of the Consultant's employees not otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee. 3. Consultant's Public Liability and Property Damage Insurance: The Consultant shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Consultant and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Consultant or by anyone directly or indirectly employed by the Consultant, and the amounts of such insurance shall be the minimum limits as follows: 4. Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non-owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 5. Comprehensive General Liability (Occurrence Form) - This policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Consultant is primary and non-contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL & ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 6. Subconsultant's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Consultant shall require each subconsultant to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subconsultants in the Consultant's policy, as specified above. 7. Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent consultants and are directly imposed because of the named insured's general supervision of the independent consultant. The Consultant shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 8. Contractual Liability: If the project is not bonded, the consultant's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. RFQ #1707—Continuing Contract Transportation Planning 9 NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability Builders Risk: • $100,000 Any (1) Location • $1,000,000 Any (1) Occurrence (Remainder of page left blank intentionally) RFQ #1707—Continuing Contract Transportation Planning 10 somort ACORO CERTIFICATE OF LIABILITY INSURANCE yawl= �iu0 a rsoouc,s TICS CERTIFICATE■ISSUED AS A MATTER OF INFORMATION ONLY AND CONIFERS NO ROOTS UPON THE CERTIFICATE HOLDER DNS CERTIFICATE 00PA NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED ST THE POLICIES BELOW. NSUtERS AFFORDING COVERAGE NAIC N NUMB" MOM. r,.n 1.y a-w 1nw Cflatractor'a Naas Mme`. s■ 1._s POUNOM COVERAGES TM FOAMS OT MNNNaNAIOE UTO NWD1.NOR MIN NOUNS TOORNONWO NANO MME PON TNS POLE,'P51O0$WTM./OTWOMON NO AMY 1140WIMT,IWMON COMMON OP ANY COMM= 0000ANMT1.m AtMOT TO 1.01011NROMMNOCATE NAY K SOUND OW 1.Y IBRM4 MNMNMMCEMNOOONTTME/OUCMS OONIOD iMiR RSACTmPAL no T1.&O4;WSONEMO W Wm0MM a RCN MUM MOMMTS IMNT"ao1.0WOWS NMNNMNCOaYFAWM"R. q,�T�T Na TSN OU TgINY1MIR Nair WON 'aN}EINNNOOIPN Tar•.su.• MOS 011111/10.SNOUT" �NAolOocuINNW+u s 1,000,000 X X Coass wsMNLLwur. .N RIN.I.I $50,000 I0..110,MM E3 00p71 1001DIT„r me.) i S,000 101010SI1.100YM MAY f 1,000,000 smarms Msawn 12,000,000 - nMq,�,RMS PROMOS N],000,000 KUM 1T MROIMS1 WO,TT ""WT ,1,000,000 j ANYAUTO - -MLOMMAOIW SORT MOO $ --SOINOLOAOWS .. =HNOMRO$ SONO rO .f =NONO1.NIOAUNR .— N.0...TrTrm.La t.f eaNANS LNOMATY AUTOORY.MAOOIen $ NW MAO p1NM MApp,,,0 MMIC�$ R` Am 0101000NSNN1Ca $1,000,000 OCOMMININIUA UMW,/ t• El MOM ...Woe AOONSMTs 12,000,000 $ —OMNOTMa METWRWe f 110.1110 00100R0104 Xbanat 1 Y' e NsTu�nssUpMMa/TY ALLMONAR ♦ COSS5OO,000 1 aNrNCtINN�'MO�NNOfOICUna uWNw.MfiNNOYM s 500,000 wmaraassos. as.moss•MWSTiaT $500,000 builders Risk Amy 1 Len 2112,000 AM 1 0cc 1,000,000 10.11011.110.1 M ON/MTIONS,LOCATIONS,MOM l 100.1.0010 AMINO iK 000NSS,MT/N,MO MOMMAS The insurance evidenced by this certificate shall name the certificate holders as an additional insured on the General Liability & O.brella Liability. MarkersCompensation, Reployera' Liability i General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The cart icate holder is added as a rimmi blind£0<R]i13rf Mac. CERTIFICATE HOLDER communal OLOix° ■.ROANY ON IIS MONK OSSCNSO TOLOIS NE C.NCRUO NNPO.l 11N.AwsTo. ORT,IMMO,MI MONS MRU.N 10a1.0110.11.00 TOMO. 10 MT$'MSTTM 110110 TO Tie CWRMICATN IMAM M1.TOM LYT,SOI TWA.TOM O S11ML City of Ocoee •IOM O ONUOATION ON LRWTT ON ANT OM UPON TNSNNOAOL ITS OMITS ON 150 A. Lakeshore Drive 110.1010TM1Na Ocoee It. 74761-225S a,0“2110 „AT,,,E 0 ACORO CORPORATION MalACORO i!(]o0(2001/040 Sfrow Ai. t 9. Certificates of Insurance: Certificate of Insurance Form (see sample, above), naming the City of Ocoee as an additional insured will be furnished by the Consultant upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: • The name of the Insured consultant, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, and its termination date. • Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, RFQ #1707—Continuing Contract Transportation Planning 11 except ten (10) days written notice of cancellation for non-payment of premium. C. SCOPE OF SERVICES The scope of work will be performed through task orders issued under the continuing contract. The City, at its sole discretion, may assign short-term or long-term tasks to each firm based on need, to ensure the best continuous service for the City of Ocoee. Interested firms must be experienced in providing Transportation Planning Consulting Services for projects of a scope and nature comparable to those described under"Submittals"below. D. SUBMITTALS Qualification Packages shall be designed to portray to the City how the respondent's services can best match the knowledge, skills, and abilities suggested by the anticipated Scope of Services. In order for the City to evaluate the qualification package, each Respondent shall provide information relative to their ability to provide services that will best meet the needs of the City. See Section A.4. of this RFQ for additional requirements. The required submission materials include the following: 1. Legal name, Federal taxpayer identification number, address, and telephone number of the respondent (firm, corporation, partnership, individual). The person signing the Qualification Packages on behalf of the Respondent shall have the authority to bind the Respondent to the submittal. All firms who submit their Qualifications to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the documents are qualified to submit a Qualification Package under Section 287.133, (2)(a) Florida Statutes. 2. Tabulation of employee's (pertinent to the project) current (base year) loaded hourly wages and anticipated annual increases and hourly rates. Tabulation of all other charges and miscellaneous expenses which may appear or would be charged to the City on the firm's invoices. 3. Professional qualifications of Firm and specific individuals to be assigned to the project (include resumes). Names of any anticipated Sub Consultants for Professional Services to be listed. Include names, addresses, and previous qualifications if you propose using Specialty Consultant Services. (Remainder of page left blank intentionally) RFQ #1707—Continuing Contract Transportation Planning 12 4. Identify how the firm's Transportation Planning expertise would be utilized to perform tasks identified in the following Scope of Services under a continuing contract. A. Assisting City staff in updating a financially feasible Master Transportation Plan; B. Assisting City staff in periodic updates to the Comprehensive Plan, land Development Code and Capital Improvements Plan; C. Performing and/or reviewing individual traffic analyses of private development projects for concurrency management and operational issues; D. Assisting City staff in updating and maintaining a socio-economic database; E. Performing traffic modeling in conjunction with road impact fee updates and Comprehensive Plan Amendments; F. Providing annual traffic counts and other counts for special studies and traffic operations analyses; G. Assisting City staff with roadway conceptual analysis and concept design; H. Assisting City staff in the identification and qualification for various Federal and state grants, etc. I. Providing assistance working with other governmental agencies on transportation related issues; J. Performing intersection analyses and other studies involving traffic operations; K. Reviewing traffic studies submitted through the concurrency process or for alternative road impact fees; L. Developing access management plans for roads in the City; M. Developing plans for bicycle, pedestrian, and transit ways in conjunction with transportation planning; and N. Other related services requiring transportation planning. O. Providing transportation modeling in conjunction with mobility fee development, alternatives analysis, and establishment; and P. Assisting City staff with CRA administration relative to transportation related issues; and Q. Provide transportation analysis as it may relate to architecture, landscape architecture, urban design, form based code; and RFQ #1707—Continuing Contract Transportation Planning 13 R. Performing periodic reports as required by the Comprehensive Plan on the status of the Multi- Modal Transportation District. 5. Past performances in similar projects for governmental clients. List all projects of similar nature within the past three (3) years. Title and brief description of each project to include: - Client(contact person, address, and telephone numbers) - Year completed - Nature of work involved in each project - Total cost 6. Current and near future workload (ability to perform in a timely fashion). Submit current list of projects and percentage of completion and expected date for completion. 7. Location of Firm within general geographical area. 8. Provide statement agreeing to obtain (prior to award) Insurance coverage as required by the City in the amounts set forth in this RFQ. 9. Any additional pertinent data regarding the Firm's capability (please limit to two (2) pages). 10. Conflict of Interest Disclosure Form. 11. Company Information/Signature Sheet included in this RFQ. 12. Receipt of Any Addenda Issued. 13. MBE Certification, if applicable. Partial points may be awarded for MBE Subconsultants. E. TIME SCHEDULE The anticipated schedule of events related to this solicitation for transportation planning consulting services is: Date of RFQ Request for qualifications published 16 days later Last day for questions 23 days later Statements of qualification are due 25 days later Qualification statements distributed to selection committee 37 days later Selection committee meeting held Next meeting Short-list of ranked firms recommended to City Commission Dates are estimated and subject to change at the City's discretion. RFQ #1707—Continuing Contract Transportation Planning 14 F. SELECTION PROCESS 1. The criteria for selection shall be based on the criteria listed below, including the firm's qualifications, location, past performance, and reference check. The City reserves the right, before awarding the contract, to require a Respondent to submit such evidence of its qualifications, as the City may deem necessary and may require oral presentations of firms. The City shall be the sole judge of the competency of Respondents. 2. A City evaluation committee appointed by the City Manager will evaluate each respondent's qualifications and will short-list and recommend to the City Commission one or more firms in ranked order of qualifications based upon the selection committee's evaluation of the responses and any client references. All Respondents shall be notified via Onvia/Demandstar or other means of staff's recommended ranking of firms to the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. 3. The City will attempt to negotiate an agreement with the top-ranked Respondent. If no agreement is reached with the top-ranked Respondent, negotiations will be terminated and initiated with the second-ranked Respondent, and so on, until an agreement is reached. 4. The successful Respondent shall be required to execute an agreement which provides, among other things, that all plans, drawings, reports, and specifications that result from Respondent's services shall become the property of the City. Upon the successful negotiation of an agreement, a formal contract will be prepared and subsequent executed by both parties. Evaluation Criterion Maximum Points 1. Ability to Provide Type & Quality of Services 30 2. Quality & Extent of Staff Experience with Transportation Planning Projects 25 3. Ability to Continue Project within Budget with Current/Projected Workload 20 4. Efficiency & Cost-Effectiveness 20 5. Certified Minority Business Enterprise • Include Copy of MBE Certification 5 100 RFQ #1707—Continuing Contract Transportation Planning 15 G. PROTESTS: All bid protests shall be submitted to the Purchasing Agent in the following manner: a) A Respondent shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the RFQ, its addenda, and other bidding documents; and/or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Respondent shall clarify all questions concerning the design documents of the project prior to submitting its bid. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than five (5) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. END OF INSTRUCTIONS RFQ #1707—Continuing Contract Transportation Planning 16 ocoee florida RFQ CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or capital stock, directly or indirectly, in the Proposer's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. (Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract. According to Chapter 112, Florida Statutes, the term "conflict of interest" "means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration,management, instruction,research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal. Acknowledged by: Firm Name Signature Name and Title(Print or Type) Date RFQ #1707—Continuing Contract Transportation Planning 17 COMPANY INFORMATION/SIGNATURE SHEET RFO#1707 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. COMPANY NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID# Individual Corporation Partnership Other(Specify) Sworn to and subscribed before me this day of ,20 . Personally Known or Produced Identification Notary Public-State of (Type of Identification) County of Signature of Notary Public Printed,typed or stamped Commissioned name of Notary Public RFQ #1707—Continuing Contract Transportation Planning 18 CONTINUING CONTRACT FOR TRANSPORTATION PLANNING CONSULTING SERVICES RFQ#1707 This contract made and entered into the day of , 2017 by and between the: City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 hereinafter referred to as the "CITY" and: hereinafter referred to as the "PLANNER" . PREMISES WHEREAS, the CITY desires to retain PLANNER to perform continuing professional transportation planning services; and WHEREAS, the PLANNER desires to perform the continuing professional transportation planning services upon the terms and conditions hereinafter set forth; NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter contained, it is agreed by and between the parties hereto as follows: SECTION I GENERAL 1.1 This Contract is for continuing professional transportation planning services for CITY projects. It is also anticipated that other supporting technical services may be required (such as mapping, drainage, utilities, survey, structural, general civil, etc.) and that separate projects in the form of Work Orders will be issued to the PLANNER during the term of this Contract. 1.2 "PLANNER" shall be defined herein to include all principals of the firm including full time employees, professional or otherwise, and all other, agents, employees and/or subconsultants retained by the PLANNER to perform its obligations hereunder. 1.3 Prior to the start of any work under this contract, the PLANNER has submitted to the CITY detailed resumes of key professional personnel who will be involved in performing all activities described in the Scope of Services. At any time hereafter that the PLANNER desires to change the key professional personnel in an active assignment, it shall submit the qualifications of the new professional personnel to the CITY for prior approval. Key professional personnel shall include principals-in-charge and project managers. Subject to CITY approval, the PLANNER may enter into subcontracts with other professional consultants to provide technical services required by the CITY, that are otherwise outside the area of expertise of the PLANNER. 1.4 The PLANNER acknowledges that this is not an exclusive contract and that the CITY, at the CITY's option, may request proposals from other consultants to provide transportation planning services for the CITY. The CITY reserves the right to hire any such other consultants to provide such services for City Projects. 1.5 The PLANNER acknowledges that the CITY has retained other consultants, and that the PLANNER may need to coordinate the work of these consultants with the work that it is performing from time to time for the successful completion of work assignments. The PLANNER agrees to provide such coordination as necessary within the Scope of Services as provided in this Agreement. 1.6 The PLANNER will maintain an adequate and competent staff of professionally qualified persons throughout the performance of this Contract to ensure acceptable and timely completion of work authorized by this Contract and such other work as may be authorized by the issuance of a Work Order. 1.7 Requirements for signing and sealing all plans, reports and documents prepared by the PLANNER shall be performed to comply with all applicable federal, state and local laws and regulations. SECTION II SCOPE OF SERVICES The PLANNER shall diligently and in a professional and timely manner perform the services described in Paragraph 2.1 and such other services as may be authorized by issuance of a Work Order. 2.1 GENERAL PLANNING SERVICES The PLANNER agrees to perform professional transportation planning services for the CITY as directed by the City's Designated Representative in accordance with budgetary amounts approved by the Ocoee City Commission. Examples of the services include, but are not limited to: A. Assisting City staff in updating a financially feasible Master Transportation Plan; B. Assisting City staff in periodic updates to the Comprehensive Plan, land Development Code and Capital Improvements Plan; C. Performing and/or reviewing individual traffic analyses of private development projects for concurrency management and operational issues; D. Assisting City staff in updating and maintaining a socio-economic database; E. Performing traffic modeling in conjunction with road impact fee updates and Comprehensive Plan Amendments; F. Providing annual traffic counts and other counts for special studies and traffic operations analyses; G. Assisting City staff with roadway conceptual analysis and concept design; H. Assisting City staff in the identification and qualification for various Federal and state grants, etc. I. Providing assistance working with other governmental agencies on transportation related issues; J. Performing intersection analyses and other studies involving traffic operations; K. Reviewing traffic studies submitted through the concurrency process or for alternative road impact fees; L. Developing access management plans for roads in the City; M. Developing plans for bicycle, pedestrian, and transit ways in conjunction with transportation planning; and N. Other related services requiring transportation planning. O. Providing transportation modeling in conjunction with mobility fee development, alternatives analysis, and establishment; and P. Assisting City staff with CRA administration relative to transportation related issues; and Q. Provide transportation analysis as it may relate to architecture, landscape architecture, urban design, form based code; and R. Performing periodic reports as required by the Comprehensive Plan on the status of the Multi-Modal Transportation District. 2.2 SPECIAL PLANNING SERVICES In addition to the services authorized by Paragraph 2.1 the PLANNER shall perform such other professional transportation planning services as may be authorized by a written Work Order by the CITY. Such services shall be authorized in writing as Work Orders in accordance with Section II, Paragraph 2.3. The Work Orders may contain additional instructions or provisions specific upon certain aspects of this Contract pertinent to the work to be undertaken. Such supplemental instructions or provisions shall be construed as being issued pursuant to this Contract. 2.3 WORK ORDERS' "SCOPE OF SERVICES" Services to be performed by the PLANNER shall be identified in a written Work Order by the CITY. Each Work Order shall include a Detailed Project Description with an anticipated completion schedule. The PLANNER shall review each Work Order and notify the CITY in writing of any matters that require clarification or correction before submitting to the CITY a "Proposal" for the Work Order. The PLANNER Proposal shall include a Detailed "Scope of Services for the Work Order", Method(s) of Compensation, PLANNER Schedule to complete the Work Order, and a listing of special Reimbursable Expenses. 2.3.1 It shall be the responsibility of the PLANNER to provide a Detailed "Scope of Services for the Work Order" so that the CITY's expectations can be achieved. Said "Scope of Services for the Work Order" shall be all inclusive and shall incur all work required to complete the task of the Work Order. 2.3.2 The CITY shall review and provide comments concerning the PLANNER Proposal and shall then issue a final Work Order for the Work that incorporates the Proposal and all comments. 2.4 CHANGE ORDERS The CITY shall be authorized to make changes to this Agreement or any Work Order under this Agreement by written Change Order. Each Change Order shall include: a schedule of completion for the work authorized, compensation and methods of compensation. The Change Orders may contain additional instructions or provisions specific upon certain aspects of this Contract pertinent to the work to be undertaken. SECTION III CITY RIGHTS AND RESPONSIBILITIES The CITY shall: 3.1 Shall identify a CITY Designated Representative to administer, review and coordinate all work undertaken by the PLANNER in accordance with this Contract. 3.2 Furnish the PLANNER with existing data, records, maps, plans, specifications, reports, fiscal data, and other Planning information for the performance of the Work. All such documents conveyed by the CITY shall be and remain the property of the CITY and shall be returned to the CITY upon completion of the Work. 3.3 Make CITY personnel available where required and necessary to assist the PLANNER. The availability and necessity of said personnel to assist the PLANNER shall be determined solely at the discretion of the CITY. 3.4 Provide access to, and make provisions for, the PLANNER to enter upon public and private lands as required for the PLANNER, within a reasonable time, to perform work as necessary to complete the Work Order. 3.5 Examine all reports, sketches, drawings, estimates, proposals, and other documents presented by the PLANNER and render decisions, in writing, indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the work of the PLANNER. 3.6 Transmit instructions, relevant information, and provide interpretation and definition of CITY policies and decisions with respect to design materials, and other matters pertinent to the work covered by this Contract. 3.7 Give prompt written notice to the PLANNER whenever the CITY observes, or otherwise becomes aware of, any development that affects the scope of, timing of the PLANNER's services, or becomes aware of any defect or changes necessary in the work of the PLANNER. 3.8 In the event the CITY fails to comply with the terms and conditions of this Section, the PLANNER shall notify the CITY's designated representative in writing so that the CITY may take remedial action. The failure to provide such notice shall constitute a waiver of any default of the CITY under this Section. SECTION IV COMPENSATION 4.1 GENERAL Compensation to the PLANNER for services performed shall be in accordance with one of the following methods of compensation, as defined and indicated herein: a. Lump Sum or Fixed Price Method b. Closed End Hourly with a Guaranteed Maximum Price The type and amount of compensation for services requiring a Work Order shall be described on the Work Order. The type and amount of compensation for services described in paragraph 2.1 shall be Closed End Hourly with a specified not-to-exceed Guaranteed Maximum Price in cases where the CITY deems it appropriate. 4.2 LUMP SUM METHOD 4.2.1 Lump sum compensation shall be the total fixed price amount payable under the Lump Sum Method (including all payroll costs, overhead costs, other direct costs, fees, subconsultants' and specialist costs for the services to be provided in the Work Order unless there is a change in the scope of work, or other conditions stipulated in any Change Order, and the Work Order is modified by such Change Order. 4.2.2 Payment to the PLANNER for services performed for a Work Order under the Lump Sum Method shall be monthly in proportion to the percentage of work completed during the month as documented by the PLANNER on a progress report, subject to acceptance by the CITY. 4.3 CLOSED END HOURLY/GUARANTEED MAXIMUM PRICE 4.3.1 Compensation for services performed under the Closed End Hourly method shall be based on the hours worked by PLANNER directly on the Work. Attached "Exhibit A" Professional Hourly Rate Schedule for professional, technical, planning and other personnel of the PLANNER shall be used for hourly rates. Rates in Exhibit "A" shall include all Salary Costs, Benefit Costs, Benefit Costs, General and Administrative Overhead Costs and PLANNER's markup. 4.3.2 Total Compensation for any specific Work shall not exceed the approved Work Order Guaranteed Maximum Price without written approval from the CITY. 4.3.3 Reimbursable Expenses for a Work Order under the Closed End Hourly method shall be submitted for approval with the Work Order. No additional Expenses shall be accepted, unless approved in writing by the CITY. 4.3.4 Payment to the PLANNER for services performed and Reimbursable Expenses for continuing work assignments under the Closed End Hourly Guaranteed Maximum Price method shall be for actual hours worked and expenses incurred during the month as documented by PLANNER and accepted by the CITY. 4.4 INVOICE PROCESS Invoices, which are in an acceptable form and without disputable items that are received by the CITY will be processed for payment within thirty (30) days of receipt by the CITY. The PLANNER will be notified of any disputable items contained in invoices submitted by the PLANNER within fifteen (15) days of receipt by the CITY with an explanation of the deficiencies. The CITY and the PLANNER will make every effort to resolve all disputable items contained in the PLANNER's invoices. Revised invoices received by the CITY will be processed for payment within thirty (30) days of receipt by the CITY. Each invoice shall reference the appropriate Work Order and Change Order if applicable. INVOICES ARE TO BE FORWARDED DIRECTLY TO: City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 Attention: Accounts Payable 4.5 PAYMENT IN THE EVENT OF CONTRACT TERMINATION OR SUSPENSION In the event that a Work Order or this Contract is terminated or canceled, or the PLANNER's services are suspended on a Change Order issued to a Work Order prior to completion of the Work Order, then the Planner shall proceed as required in paragraph 8.4.2. 4.6 ADDITIONAL COMPENSATION FOR CHANGE IN SCOPE OF WORK If instructed to do so by the CITY, the PLANNER shall change or revise work that has been performed and if such work is not required as a result of error, omission or negligence of the PLANNER, the PLANNER may be entitled to additional compensation. The PLANNER must submit for CITY approval a revised proposal with a revised fee quotation. Additional compensation, if any, shall be agreed upon before commencement of any such additional work and shall be incorporated into the Work by Change Order to the Work Order. 4.7 NON-PAYMENT BY CITY In the event the CITY fails to provide compensation under the terms and conditions of this contract, the PLANNER shall notify the CITY's designated representative in order that the CITY may take remedial action. SECTION V WORK COMMENCEMENT/IMPLEMENTATION SCHEDULE/LENGTH OF CONTRACT 5.1 WORK COMMENCEMENT The PLANNER shall commence work order not later than ten (10) days after receipt by the PLANNER of a written notice-to-proceed from the CITY's Designated Representative. If the PLANNER fails to commence work within the ten (10) day period for a Work Order, then the CITY shall have the right to seek other firms for the services required. 5.2 IMPLEMENTATION SCHEDULE The PLANNER shall adhere to the schedule established for any general planting services assignment and for services described in each Work Order. In the event the work of the PLANNER is delayed, due to no fault of the PLANNER, which delays the completion of any Work Order, the PLANNER shall be entitled to an appropriate extension of the contract time for the specific Work Order. Additional compensation to the PLANNER will be negotiated by mutual agreement of the CITY and the PLANNER in the event such delay causes any Work Order's costs to increase for reasons beyond the PLANNER's control. 5.3 LENGTH OF CONTINUING CONTRACT This Agreement shall continue in full force for a period of five (5) separate one year terms. Each one year term shall automatically be renewable for the next succeeding one year term with the condition that the CITY'S obligation to pay under this Agreement for each year is contingent upon the CITY in its good faith judgment having sufficient funds to make an annual appropriation for the Services to be provided under this Agreement. The Agreement shall continue in full force and effect from the date first written above or until terminated in accordance with this Agreement. The CITY shall have the option of extending the term an additional one (1) year. The above time periods may be extended to complete Services being rendered under a Project that has already been identified in a Work Orders issued prior to the expiration of the Agreement. SECTION VI CITY'S DESIGNATED REPRESENTATIVE 6.1 GENERAL The City Manager may act as the Designated Representative to represent the CITY in all matters pertaining to and arising from the work and performance of this Contract. The City Manager may designate an alternate representative. The Designated Representative or the alternate Designated Representative is authorized to perform the following activities: 6.1.1 Examination of all reports, sketches, drawings, estimates, proposals and other documents presented by the PLANNER and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the work of the PLANNER; 6.1.2 Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this Contract; 6.1.3 Giving written notice to the PLANNER whenever the CITY observes, or otherwise becomes aware of, any defects or changes necessary in the project; and 6.1.4 Following the PLANNER's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. 6.2 ALTERNATE DESIGNATED REPRESENTATIVE The alternate Designated Representative for this Contract shall be: Michael Rumer City Planner City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 Phone: (407) 905-3100, extension 1018 SECTION VII CHANGES IN SCOPE OF SERVICES 7.1 The CITY may also order changes in the Scope of Services of a Work Order. Such changes, including any increase or decrease in the amount of PLANNER's compensation for any Work Order pursuant to Section IV- Compensation which are mutually agreed upon by and between the CITY and the PLANNER, shall be incorporated by Change Order to the Work Order. SECTION VIII TERMINATION/SUSPENSION OF CONTRACT 8.1 TERMINATION BY CITY FOR CAUSE The City may terminate this Contract or any Work Order issued under this Contract for Cause for any one or more of the following reasons: 8.1.1 If adequate progress on any phase of work is not being made by the PLANNER as a direct result of the PLANNER's failure to perform; or 8.1.2 The quality of the services performed by the PLANNER is not in conformance with commonly accepted design codes and standards, standards of the CITY, and the requirements of Federal and/or State regulatory agencies, and the PLANNER has not corrected such deficiencies in a timely manner following notice from the CITY, and the particular services involved are considered by the CITY to be essential to the proper completion of any work assignment; or 8.1.3 The PLANNER or any employee or agent of the PLANNER is indicted or has a direct charge issued against him for any crime arising out of or in conjunction with any work that has been performed by the PLANNER; or 8.1.4 The PLANNER becomes involved in either voluntary or involuntary bankruptcy proceedings or makes an assignment for the benefit of creditors; or 8.1.5 The PLANNER violates the Standards of Conduct provisions of Section XIII herein. 8.1.6 In the event of any of the causes described in paragraph 8.1, the Designated Representative may send a certified letter to the PLANNER requesting that the PLANNER show cause why the Contract or any Work Order should not be terminated. If adequate assurance or acceptable reasons are not given to the CITY within fifteen (15) days of the receipt by the PLANNER of said notice, the CITY may consider the PLANNER to be in default and may then immediately terminate this Contract or any Work Order in progress under this Contract. In the event of termination for cause, the CITY may adjust any payment due and owing to the PLANNER to take into account any additional costs or damages incurred by the CITY due to such default. 8.1.7 In the event that the CITY terminates this contract or any Work Order issued under this Contract for cause, then the CITY may recover any and all costs or damages expended or incurred by the CITY that were proximately caused by the causes of default. 8.2 TERMINATION BY PLANNER FOR CAUSE The PLANNER may cancel this Contract if: 8.2.1 The CITY fails to meet its obligations and responsibilities as contained in Section III - City's Rights and Responsibilities; or 8.2.2 The CITY fails to pay the PLANNER in accordance with Section IV - Compensation: 8.2.3 In the event of either of the causes described in paragraph 8.2, the PLANNER shall send a certified letter requesting that the CITY show cause why the contract should not be terminated. If adequate assurances are not given to the PLANNER within fifteen (15) days of the receipt by the CITY of said notice, then the PLANNER may consider the CITY to be in default and may immediately terminate this Contract. 8.3 TERMINATION BY CITY FOR CONVENIENCE Notwithstanding any other provision of this Contract, the CITY shall have the right at any time to terminate this Contract or any Work Order issued under this Contract for convenience and without cause, provided that thirty (30) days prior written notice is given to the PLANNER of the CITY's intent to so terminate for convenience. In the event that this contract is terminated for convenience, the CITY shall identify any specific Work Orders being terminated and the specific Work Order(s)to be continued to completion (if any) pursuant to the provisions of this Contract. In the event this Contract or any Work Order is terminated for convenience, the CITY shall pay the PLANNER for the services rendered to the date of termination and all reasonable costs necessarily incurred by the PLANNER by reason of the termination for convenience. No amount shall be paid for anticipated profit on unperformed services or other work. 8.4 ACTION FOLLOWING TERMINATION 8.4.1 Upon receipt of notice of termination given by either party, the terminated party shall promptly discontinue all services and other work unless the notice provides otherwise. 8.4.2 In the case of the CITY terminating the PLANNER, the PLANNER shall within ten (10) days, or any extensions as approved by the CITY, deliver to the CITY all reports, drawings, plans, specifications, and other data and documents that have been obtained or prepared by the PLANNER in performing the services under this Contract regardless of whether the work on such documents has been completed or is in progress. 8.5 SUSPENSION 8.5.1 The performance of the PLANNER's service for any work under this Contract may be suspended by the CITY at any time. In the event the CITY suspends the performance of the PLANNER's services hereunder, the CITY shall so notify the PLANNER in writing, such suspension becoming effective upon the date of its receipt by the PLANNER, and the CITY shall promptly pay to the PLANNER all compensation which has become due to and payable to the PLANNER to the effective date of such suspension. The CITY shall thereafter have no further obligation for payment to the PLANNER for the suspended services unless and until the CITY notifies the PLANNER that the services of the PLANNER called for hereunder are to be resumed. Upon receipt of written notice from the CITY that the PLANNER's services hereunder are to be resumed, the PLANNER shall complete the services of the PLANNER called for in the original work assignment or Work Order, and the PLANNER may, in that event, be entitled to payment of the remaining unpaid compensation subject to the terns and conditions of the Work Order and this Contract. 8.5.2 If the aggregate time of the CITY's suspension or suspensions of the PLANNER's services exceeds ninety (90) days, then the PLANNER and the CITY shall, upon written request of the PLANNER, meet to assess the services performed hereunder up to the time of such meeting, the services remaining to be performed, and the total compensation paid to the PLANNER hereunder. During such meeting, the parties shall have the option of negotiating a change in compensation to be paid to the PLANNER for the balance of the services to be performed hereunder. No increase in compensation to the PLANNER shall be allowed unless it is based upon clear and convincing evidence of an increase in the PLANNER's costs attributable to the aforesaid suspensions. SECTION IX CLAIMS AND DISPUTES/REMEDIES 9.1 CLAIMS AND DISPUTES The PLANNER shall provide the CITY within written notice of any claims, disputes, and/or matters in question including claims for extra compensation not later than forty- five (45) days of its occurrence. The failure to provide such written notice shall constitute a waiver of such claim. SECTION X INDEMNITY AND INSURANCE 10.1 GENERAL If any claims are made against the CITY, including its agents and/or employees, or if the CITY is sued or held liable in any manner whatsoever as a result of, or by reason of, negligent actions or omissions, breach of contract or negligent violations of any applicable law, rule or regulation by the PLANNER in connection with the rendering of services to the CITY under this Contract, then the PLANNER will indemnify, defend and save the CITY and its agents and/or employees harmless from and against any and all liability for damages, compensations, suits,judgments, loss, costs, charges and expenses whatsoever, including reasonable attorney's fees, expert witness' fees, and court costs, which they shall or may at any time sustain, resulting from any such negligent act, error or omission. 10.2 INSURANCE The PLANNER shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the PLANNER allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by Section 440.57, Florida Statutes. a. Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General PLANNER and/or subcontractor providing such insurance. b. Workers' Compensation Insurance: The PLANNER shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the PLANNER shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the PLANNER shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c. Contractor's Public Liability and Property Damage Insurance: The PLANNER shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the PLANNER and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the PLANNER or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non-owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the PLANNER is primary and non-contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL &ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The PLANNER shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 5) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 6) Professional Liability/Errors and Omissions Insurance: The PLANNER shall also purchase, maintain, and keep in full force, effect, and good standing, a professional liability/errors and omissions insurance policy having minimum limits of $1,000,000.00, with a maximum deductible of$100,000.00 or, the PLANNER shall provide the CITY with policy coverage wherein the insurer agrees to pay claims (up to the limits of coverage), and will thereafter recover the deductible from the insured-PLANNER. The errors and omissions policy shall be in effect and shall insure the Planner's performance on CITY projects. 7) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the PLANNER upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: a) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. b) Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. SECTION XI NEGOTIATION DATA 11.1 The PLANNER hereby certifies, covenants and warrants that wage rates and other cost data supporting the compensation provided for in this Contract are accurate, complete and current as of the date of negotiation of the Compensation terms contained in this Contract. It is further agreed that the PLANNER's compensation under this Contract may be adjusted to exclude any significant sums where the City determines the PLANNER's compensation was increased due to inaccurate or incomplete wage rates and other factual unit costs. All such price adjustments shall be made prior to the end of this Contract. Records of cost incurred under the terms of this Contract shall be maintained and made available to the CITY during the period of this Contract and for three (3) years after final payment is made. Copies of these documents and records shall be furnished upon request to the CITY at no cost. SECTION XII OWNERSHIP OF DOCUMENTS/COMPUTER FILES 12.1 It is understood and agreed that all Documents, including the detailed reports, plans, original drawings, survey field notebooks, and all other data other than working papers, prepared or obtained by the PLANNER in connection with its services hereunder, are the property of the CITY. All computer generated information shall be provided to the CITY on media that is acceptable to the CITY. The PLANNER may retain copies of all Documents for its files. All Documents, including drawings prepared by the PLANNER pursuant to this Contract, are instruments of service in respect to the services described in the Work Order. They are not intended or represented to be suitable for reuse by the CITY or others on extensions of the services performed under this Contract or on any other project. Any reuse without written verification or adoption by the PLANNER for the specific purpose intended will be at the CITY's sole risk and without liability or legal exposure to the PLANNER. Any documents given to or prepared or assembled by the PLANNER and its subcontractors under this Contract shall be kept solely as property of the CITY and shall not be made available to any individuals or organizations without the prior written approval of the CITY except to the extent required by Public Records Acts. The PLANNER may retain copies of all work performed under this Contract for the CITY. SECTION XIII STANDARDS OF CONDUCT 13.1 The PLANNER warrants that it has not employed or retained any company or person, other than a bonafide employee working solely for the PLANNER, to solicit or secure this Contract and that the PLANNER has not paid or agreed to pay any person, company, corporation, individual or firm other than a bonafide employee working solely for the PLANNER, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Contract. 13.2 The PLANNER shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Contract. 13.3 The PLANNER hereby certifies that no undisclosed conflict of interest exists with respect to the present Contract, including any conflicts that may be due to representation of other clients, other contractual relationships of the PLANNER, or any interest in property which the PLANNER may have. The PLANNER further certifies that any apparent conflict of interest that arises during the term of this contract will be immediately disclosed in writing to the CITY. The PLANNER shall immediately notify the CITY in writing, prior to entering into any contract or performing any work for Orange County or the City of Winter Garden. The CITY shall determine whether such contract or work will constitute a conflict of interest with respect to this Contract. Violation of this Section will be considered as justification for immediate termination of this Contract. 13.4 If the CITY determines that any employee or representative of the PLANNER is not satisfactorily performing his assigned duties or is demonstrating improper conduct pursuant to any assignment under this Contract, the CITY shall so notify the PLANNER in writing. The PLANNER shall immediately remove such employee or representative of the PLANNER from such assignment. 13.5 The PLANNER shall not publish any documents or release information to the media without prior approval of the CITY. SECTION XIV ACCESS TO RECORDS/AUDIT 14.1 The PLANNER shall maintain books, records, documents, time and cost accounts and other evidence directly related to its performance of services under this Contract. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. The PLANNER shall also maintain the financial information and data necessary to determine overhead rates in accordance with the requirement of Federal and State regulatory agencies and this Contract. The CITY, or any of its duly authorized representatives, shall have access within twenty-four (24) hours notice to such books, records, documents, and other evidence for inspection, audit and copying. Copying of the PLANNER's books, records, documents, time records and cost accounts and other evidence shall be at the PLANNER's expense. 14.2 The PLANNER shall maintain and allow access to the records required under this Section for a period of three (3) years after the completion of the services provided under this Contract and date of final payment for said services, or date of termination of this Contract. SECTION XV STANDARDS OF PERFORMANCE 15.1 All the services to be performed by the PLANNER shall comport with the standards of professional transportation planning ordinarily exercised by reputable members of consultant's profession. All work product shall conform to applicable building codes and standards, ordinances of the CITY, applicable federal and/or state and/or regulations. 15.2 The PLANNER shall be responsible for producing work that complies with current or changing codes or regulations which must be applied to the work assignments and Work Orders to be performed under this Contract. Any new codes or regulations becoming effective subsequent to the effective date of a Work Order shall be the subject of negotiation for an increase in scope and compensation by Change Order to the Work Order. SECTION XVI ASSIGNABILITY The PLANNER shall not sublet, assign or transfer any interest in this Contract, except for claims for the money due or to become due, which may be assigned to a bank, trust company, or other financial institution without CITY approval. Notice of such assignment or transfer shall be furnished promptly to the CITY. SECTION XVII CONTROLLING LAWS This Contract shall be interpreted and governed by the laws of the State of Florida without reference to its conflicts of laws principles. SECTION XVIII FORCE MAJEURE Neither parry shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, hurricane, explosion, or any act of God; provided that the cause is beyond the control and without the fault or negligence of the party seeking relief under this Section. SECTION XIX CONTRACT DOCUMENTS 19.1 This Contract, together with the Exhibits hereinafter identified and listed in paragraph 19.2, shall constitute the entire Agreement between the CITY and the PLANNER and supersede all prior written or oral understandings in connection therewith. This Contract may only be amended, supplemented or modified by a formal amendment. 19.2 The Exhibits made part of this Contract are as follows: Exhibit A -Professional Hourly Rate Schedule SECTION XX DISPUTE RESOLUTION 20.1 As a condition precedent to the filing of any suit or other legal proceeding, the parties shall endeavor to resolve claims, disputes or other matters in question by mediation. Mediation shall be initiated by any party by serving a written request for same on the other party. The parties shall, by mutual agreement, select a mediator within fifteen (15) days of the date of the request for mediation. If the parties cannot agree on the selection of a mediator, then the City shall select the mediator who, if selected solely by the City, shall be a mediator certified by the Supreme Court of Florida. No suit or other legal proceeding shall be filed until the mediator declares an impasse, which declaration, in any event, shall be issued by the mediator not later than sixty (60) days after the initial mediation conference. The sole and exclusive venue for any mediation shall be in Orange County, Florida. Any legal proceeding of any nature brought by either party against the other to enforce any right or obligation under this Contract, or any Work the work to be performed hereunder, shall be submitted for trial, without a jury, before the Circuit Court of the Ninth Judicial Circuit, in and for Orange County, Florida. The parties consent and submit to the jurisdiction of such court and agree to accept service of process outside the State of Florida in any matter to be submitted to any such court pursuant hereto. The City and PLANNER expressly waive all rights to trial by jury regarding any legal proceeding of any nature brought by either party against the other to enforce any right or obligation under this Agreement, or any Work Order issued under this Agreement, or arising out of any matter pertaining to this contract or the work to be performed hereunder. As noted herein, the sole and exclusive venue for any litigation or other legal proceeding between the parties shall be the Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. IN WITNESS WHEREOF, the CITY and the PLANNER have executed this Contract to become effective on the day and year first written above. ATTEST: APPROVED: BY: Witness PRINT NAME: (SEAL) TITLE: ATTEST: APPROVED: CITY OF OCOEE, FLORIDA Melanie Sibbitt, City Clerk Rusty Johnson, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND ON UNDER AGENDA LEGALITY this day of , ITEM NO. . 2017. SHUFFIELD, LOWMAN&WILSON, P.A. BY: Scott A. Cookson, City Attorney