Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Prepared by:

in Association with:

TRTP33005.15 Complete Streets Policy & Design Standards Manual RFQ PL2015-15REQUEST FOR QUALIFICATIONS For Complete Streets Policy & Design Standards Manual

RFQ #PL2015-15

Kimley-Horn and Associates, Inc. 1221 Avenue Suite 400 , FL 33131 Phone: (305) 673-2025

Contact: Stewart Robertson, P.E. [email protected]

August 7, 2015

A–1 UZ350028.14 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Table of Contents Section Tab Title Page...... A–1 Table of Contents...... B–1 Cover Letter and Executive Summary...... C–1 Firm Overview...... D–1 Personnel and References...... E–1 •• Resumes...... E–1 •• List of Clients...... E–4 •• Professional Services...... E–7 Other Relevant Experience...... F–1 Proposed Approach for Completing the Project...... G–1 Required Proposal Forms...... H–1

B–1 UZ350028.14 August 7, 2015

City of South Miami Office of the City Clerk South Miami City Hall 6130 Sunset Drive South Miami, FL 33143

Re: Complete Streets Policy & Design Standards Manual (Pedestrian Safety & Mobility Infrastructure Improvements Plan); RFQ #PL2015-15

Dear Members of the Selection Committee:

Kimley-Horn is pleased to submit this proposal to assist the City of South Miami in the development of a Complete Streets Policy and Design Standards Manual. We offer you the professional resources of one of the premier transportation planning and engineering firms in the nation, coupled with the personal commitments and demonstrated experience of professionals who understand the City’s needs and objectives.

Kimley-Horn is in the optimum position to be your consultant partner to develop the policy framework for Complete Streets implementation in the City of South Miami. •• We are in the best position to build upon the South Miami Intermodal Transportation Plan (SMITP), having prepared this innovative transportation funding plan approved by the City Commission in early 2015. •• We have the experience and expertise gained from developing Complete Streets policies and design manuals for numerous clients at the local, state, and national level. •• We have a thorough working knowledge and database of information necessary for defining the network and creating the grading system in the Data Collection task. •• We offer you a dedicated project manager whose practice is focused on complete streets and non-motorized transportation plans. •• We have partnered with Dover, Kohl & Partners, whose work includes a national and international portfolio of projects that create truly livable communities based on the principles of great street design.

Local Knowledge and Technical Expertise. It is important that your consultant have local knowledge of issues, conditions, and unique characteristics. Kimley-Horn has served the City on multimodal transportation projects—we are very knowledgeable regarding the challenges facing the City. For example, Kimley-Horn prepared the Intermodal Transportation Plan which includes identifying an interconnected network of mobility and safety improvements based on smart growth and complete streets principles.

Complete Street Advocates. As one of only a few firms that is a Silver Member of the National Complete Streets Coalition, Kimley-Horn has successfully represented the interests of all modes of travel by designing numerous Complete Streets projects across the state and nationally. We understand the benefits derived from the Complete Street approach and the increased safety Complete Streets provide for all modes of travel. Our multidisciplinary approach goes well beyond simply providing plans, graphics, and estimates, but includes an appreciation for how the project fits within the functionality of the street network. This understanding allows Kimley-Horn to provide the City of South Miami with reasonable and practical design solutions that will not detract from the functionality of the roadway network.

Implementation Experts. Kimley-Horn brings a strong “built resume” of Complete Streets projects implemented, including the Boca Promenade Festival Street network, Dixie and Olive Avenue in downtown West Palm Beach, and the Allison Avenue Complete Street project in La Mesa, CA (WalkSanDiego’s Complete Street of the Year). In addition, we authored several manuals

kimley-horn.com 1221 Brickell Avenue, Suite 400, Miami, FL 33131 305 673 2025

TRTP330015.15O_South Miami Complete Streets.indd C–1 that are authoritative sources of Complete Streets information, including Designing Walkable Urban Thoroughfares: A Context- Sensitive Approach, the Broward Complete Streets Guidelines, and the Dallas Complete Streets Design Manual. We have a thorough understanding of the metropolitan planning process and the steps required to advance a project from concept through construction, including programming and funding requirements.

The Right Project Manager. Stewart Robertson, P.E., will lead a multidisciplinary team of planners, engineers, and landscape architects to successfully develop your Complete Streets Design Standards Manual and Land Development Code modifications to incorporate Complete Streets. Stewart is a local expert in non-motorized transportation mobility and safety who is well-versed in serving municipal government clients. As a professional engineer and an avid cyclist and non-motorized transportation enthusiast, Stewart understands how to bridge the gap between advocates and review/permitting agencies. Stewart’s experience includes preparing the Broward Complete Streets Design Guidelines, preparing construction documents for bicycle and pedestrian projects, and preparing transportation studies to seek and receive approval for bicycle and pedestrian master plans, road diet projects, and to incorporate complete streets elements into roadway resurfacing and maintenance projects.

The Right Teaming Partner. Kimley-Horn will work together with Dover, Kohl & Partners on this project. Our firms complement each other’s skill sets perfectly for this assignment. The Kimley-Horn and Dover-Kohl team brings a clear understanding of the South Miami community. We partnered together on the South Miami Hometown Intermodal Transportation Plan, which identified a series of transportation improvements to accompany the Hometown Plan and Hometown District Overlay Ordinance. Dover-Kohl is known for best practices in the realms of urban design and planning codes/land development regulations that result in complete neighborhoods, communities, and streets.

Committed to Serving the City. The Kimley-Horn team is fully committed to meeting your project timeframe and providing exceptional service on this assignment by local experts who have the resources of a leading national Complete Streets firm. We look forward to partnering with you, the City staff, and stakeholders in developing a successful Complete Streets Manual that will facilitate safety and ease of access for multimodal transportation users. With Kimley-Horn, you should expect more and will experience better.

Sincerely, KIMLEY-HORN

Stewart Robertson, P.E. Aaron Buchler, P.E. Project Manager Senior Vice President

kimley-horn.com 1221 Brickell Avenue, Suite 400, Miami, FL 33131 305 673 2025

TRTP330015.15O_South Miami Complete Streets.indd C–2 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

D. Firm Overview Kimley-Horn provides an integrated spectrum of services designed to best meet your immediate needs, as well as your big picture priorities. We have extensive experience serving municipalities, counties, and governmental agencies. Additionally, many of our employees are former municipal engineers and planners. They have been on your side of the table and are familiar with local government procedures.

Kimley-Horn was founded in 1967 and is now one of the largest and fastest growing full-service consulting firms in . Our permanent staff includes more than 2,500 professional, technical, and support staff nationwide and nearly 500 employees in 14 offices throughout Florida. The principals, associates, and technical directors at Kimley- Horn have formed successful and long-lasting relationships with our clients because we believe in solid firm management combined with technical excellence.

Our quality work environment and stable employee base has led to recognition with two major employer-of-choice awards. Fortune magazine recently selected Kimley-Horn as one of its 100 Best Companies to Work For. In addition, Engineering News-Record just named Kimley-Horn the Southeast Design Firm of the Year for 2015 and has previously ranked Kimley-Horn 33rd of 500 U.S. design firms, 13th for mass transit and rail, 15th in transportation, and 15th among “pure design firms” in 2014. Much of our growth extends from the confidence and trust that clients have in us. Kimley-Horn’s long record of technical achievements is enhanced by our reputation for effective management and personal service. Our clients benefit from the resources of a nationally recognized organization while receiving the personal attention and response of a small dedicated professional team.

The firm’s in-house services include: •• Bicycle/pedestrian studies •• Comprehensive planning •• Complete streets planning and design •• Construction administration/coordination •• Corridor studies and planning •• Data collection, evaluation, and analysis •• Civil engineering design •• Environmental services/permitting •• Roadway design •• Land use planning •• Signal system study/design •• Parking analysis and design •• Traffic impact analysis •• Pavement management/maintenance studies •• Safety studies •• Preliminary engineering and conceptual design •• Landscape architecture/streetscape design •• Program development •• LEED certification coordination •• Public involvement programs •• Transportation planning and traffic engineering •• Stormwater/drainage design •• Transit studies, planning, and design •• Survey and mapping •• Transit signal priority system planning and design

TRTP330015.15O_South Miami Complete Streets.indd D–1 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Ownership Structure Kimley-Horn and Associates, Inc. is a corporation that conducts business locally, nationally, and internationally. Initially incorporated in 1967 in North Carolina, Kimley-Horn is permitted and certified to do business in the state of Florida. Copies of our certificate of incorporation and professional engineering certificates of authorization are included in Section H.

Kimley-Horn is privately held, employee-owned multidisciplinary consulting services company fully owned by more than 300 individuals who are current employees of the firm. Headquartered in Cary, North Carolina, the firm is divided into six geographic regions—Florida, Mid-America, Southeast, Texas, Mountain, and California. Each region is managed by a team of representatives from practice, production, marketing, and administration. Overall direction and policy for the firm is set by the firmwide management committee—also composed of representatives from practice, production, marketing, and administration—who assist the regional teams, as needed.

The primary responsibility of the regional teams and management committee is to provide support to our project managers, who are responsible for every facet of client service from the beginning to end of every project—from contracting, planning, scheduling, and quality control to regular client contact and project accounting.

Because Kimley-Horn’s corporate structure and business philosophy are completely integrated in every project whatever its size or scope, our clients are of paramount importance.

Cast-ahead System Kimley-Horn uses a management information system (MIS) to continuously track our financial performance and productivity. One of the key elements of the MIS is a reliable forecasting process we call the “cast-ahead” system. The cast-ahead system is accessible by all our project managers throughout the nation. It is the primary means of tracking and evaluating our staffing needs. Updated monthly by the project managers, the cast-ahead system forecasts our workload for the next month and the upcoming six-month period. The cast-ahead process ensures that sufficient staff and hours are available to meet project schedules.

The input required of the project managers includes individual project names, as well as requests for specific personnel to work on these projects for a specified number of weeks. The combined input from all project managers is compiled and distributed in the form of a report to all project managers and regional management for review and discussion at the monthly cast-ahead meeting.

Work overloads or shortages for specific personnel, individual offices, and disciplines are tabulated and addressed at the meeting. Where possible, these imbalances are resolved through internal shifts of personnel between offices. The objective is to balance the workload in a manner that maximizes the use of production staff, while ensuring that all project requirements and client deadlines are met.

Based on his review of our cast-ahead report, our project manager, Stewart Robertson, P.E., has determined that the proposed team is readily available and fully capable of staffing the City’s Complete Streets Policy and Design Standards Manual contract. Stewart has direct access to this staff and can mobilize them at a moment’s notice for the production of any given task or phase. In addition, our subconsultants, Dover, Kohl & Partners, have reported that their proposed personnel are readily available to serve the City. At this time, we foresee no barriers to providing you with timely service.

Project Manager, Title, and Responsible Office Location Kimley-Horn and Associates, Inc. Stewart Robertson, P.E., Vice President, Project Manager 1221 Brickell Avenue, Suite 400 Miami, FL 33131 Phone: (305) 673-2025 Fax: (561) 863-8175

TRTP330015.15O_South Miami Complete Streets.indd D–2 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Kimley-Horn’s Miami office will serve as the primary office responsible for the actual production of the work. 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, our Fort Lauderdale office staff will provide support as needed, along with experts throughout the state who are available for technical support to ensure timely completion and fulfillment of project goals.

In addition to nearly 100 staff in the Miami and Fort Lauderdale offices combined, we have the capacity to call upon our local Florida partners (14 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.

Subconsultants Dover, Kohl & Partners 1571 Sunset Drive Coral Gables, FL 33143 Phone: (305) 666-0446

Dover, Kohl & Partners is best known for public design charrettes, detailed master plans, and illustrative codes that emphasize complete neighborhoods as the basis for sound communities. Founded in 1987, the firm’s expertise lies in balancing the visionary ‘civic art’ of planning with the practical consensus building needed to make projects succeed. They are trained in the principles of traditional town planning and have perfected techniques for gathering meaningful community input. The firm’s plans focus on smart growth, sustainability, and emphasizing that there does not have to be a trade-off between livability, economic prosperity, and environmental concerns.

The Dover-Kohl team has numerous techniques for building consensus and helping communities establish implementable plans that guide future growth and decision-making. Their hands-on, visual approach merges design studio, policy-making, and town meetings. Often the firm’s projects have revealed potential in overlooked real estate and have helped to challenge outdated zoning or transportation policies.

Dover-Kohl’s experience includes a national and international portfolio of work in a variety of settings. The common thread linking all of the firm’s projects is the holistic approach to community building, which includes the formation of complete settlements offering a mix of uses and dwelling types, an interconnected network of walkable streets, and building forms and architecture that reinforce the unique character of the place. They believe that design is the missing element in much of contemporary town planning, and their work centers on re-introducing form and design into master plans, resilience plans, comprehensive plans, and policy and land development regulations. Dover-Kohl creates accessible strategies for sustainable development, specializing in plans and visualizations that focus on the physical aspects of future growth and conservation.

TRTP330015.15O_South Miami Complete Streets.indd D–3 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

E. Personnel and References

Key Personnel Stewart Robertson, P.E. – Project Manager Professional Engineer in Florida, #63939, December 31, 2005 Stewart has more than 15 years of experience specializing in transportation engineering, with an emphasis in complete streets, multimodal planning and design, traffic calming studies, and bicycle/pedestrian planning. His experience includes neighborhood traffic management plans, travel demand analysis, pedestrian studies, bicycle corridor studies, bicycle network plans, geographic information systems (GIS), and multimodal transportation master plans. Stewart’s particular areas of interest and expertise include assisting local governments implement complete streets policies and projects, helping communities reduce reliance on automobiles, enhancing accessibility to public transit and non-motorized transportation, and conducting coordination and outreach activities.

Stewart’s unique project management experience includes complete streets design manuals, such as the Broward Complete Streets Guidelines, as well as numerous pedestrian and bicycle plans for local governments such as the Bicycle and Pedestrian Mobility Plan for the Miami Downtown Development Authority (DDA) Area, Miami-Dade MPO Non-Motorized Network Connectivity Plan, Snapper Creek Trail Planning Study, Miami Lakes Greenways and Trails Plan, and the Miami Gardens Bicycle and Pedestrian Mobility Plan. In addition, Stewart played a key role as complete streets and non-motorized transportation task manager for the South Miami Intermodal Transportation Plan (SMITP).

Stewart is an effective public speaker who has given numerous project presentations to City Commissions, MPO Governing Boards, technical committees, and other stakeholder and industry groups. Stewart is frequently sought after to speak at conferences regarding his experience implementing bicycle and pedestrian mobility and safety solutions, including Pro Walk Pro Bike, Florida Section Institute of Transportation Engineers (FSITE), Broward Safe Streets Summit, and the Miami-Dade Complete Streets Forum. Stewart is a hands-on project manager who will be involved in all phases of the project including quality control, presentations, and public presentations.

Aaron Buchler, P.E. – Principal-in-Charge Professional Engineer in Florida, #54606, July 26, 1999 Aaron Buchler has 20 years of experience in municipal engineering, land development, utility systems, and drainage design. He also has extensive experience with the entitlements, regulatory agencies, and permitting processes in South Florida, including South Florida Water Management District (SFWMD) and Department of Environmental Resources Management (DERM) permits. Aaron has served as project manager for more than 20 urban mixed-use projects within Miami, many located on approximately two acres of land. Kimley-Horn’s work has typically included detailed grading due to space constraints, drainage well design, and off-site improvements, including roadway redesign, water and sewer extensions, and entitlements.

George Puig, PLA – Streetscaping/Landscape Architecture Professional Landscape Architect in Florida, #0001706 With 24 years of professional practice in South Florida, George is a registered landscape architect with experience on a number of projects throughout the United States, Latin America and abroad. George’s project knowledge has been built by his critical involvement in master planning, urban design/streetscape, site development, and conceptual and final design for streets, greenway trails, parks, resorts, hotels, single-family, multi-family, mixed-use, and entertainment/recreational facility projects. His responsibilities include management of designers and planners, marketing, recruiting, team leadership and project management, and ensuring that our clients receive the best possible service. Recent project experience includes the Black Creek Trail Segment A construction documents, Miami Downtown Development Authority (DDA) Streetscape Design Manual, and the South Miami Intermodal Transportation Plan (SMITP), for which George served as project manager for a Plan that developed an interconnected network of sustainable transportation improvements, including completing the Snapper Creek Trail Segment B corridor through the City of South Miami.

TRTP330015.15O_South Miami Complete Streets.indd E–1 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Ray Strychalski, PLA, LEED AP – Streetscaping/Landscape Architecture Professional Landscape Architect in Georgia, Alabama, Indiana, Maryland, and South Carolina Ray has been practicing landscape architecture for more than 30 years. His body of work spans several states and client types, from large master planned communities, resorts, and mixed-use communities, to urban streetscapes, recreation areas, and state and national parks. Throughout his career, Ray has excelled at leading large, multidisciplinary teams to provide sustainable solutions to complex problems and challenging sites. He has extensive experience with public design charrettes—routinely using his design and illustration skills to build public consensus toward a common goal or design solution. This consensus-building skill is one of the main reasons Ray’s clients select him to lead their design projects. As part of his commissioned work and pro bono services, Ray remains committed to creating urban, sustainable designs and strives to make cities more walkable and enjoyable places to live and visit. His urban streetscape, public plaza, park, trail, and greenway projects have made a significant contribution to many cities throughout the Southeast and across the country.

Kimberlee Misek, ASLA – Streetscaping/Landscape Architecture Kim has nine years of experience as a landscape architectural analyst. She is experienced with landscape design, site planning, construction document preparation, and in preparing presentation graphics—both digitally and by hand. Area projects have included the South Miami Intermodal Transportation Plan, Black Creek Trail, SR A1A Bicycle Master Plan, and the Venetian Causeway Improvements.

Ben Johnson – Streetscaping/Landscape Architecture, Data Collection and Analysis Ben has five years of experience working in the landscaping industry assisting with technical design and implementing landscapes. His software experience includes AutoCAD, Google Sketchup Pro, ArcGIS 10.1, and Rhino 5.0. He assisted with the South Miami Intermodal Transportation Plan project in an effort to improve the City streets for bicycling and walking and enhance landscaping features.

Burt Baldo, P.E. – Design Criteria/Constructability Professional Engineer in Florida, #53120, 08/17/1998 Burt Baldo has 22 years of extensive experience in the fields of highway design, drainage design, and traffic operations plans. His principal areas of practice include roadway design, preliminary engineering studies, drainage design, stormwater permitting, pavement design, utility coordination, maintenance of traffic, roadway lighting design, signing and pavement marking, traffic signalization, and traffic planning. Burt has served as project manager for the Venetian Causeway Streetscape project, a joint effort between the cities of Miami and Miami Beach, and Miami-Dade County; Collins Avenue and Alton Road for FDOT District Six.

Marwan Mufleh, P.E. –Design Criteria/Constructability Professional Engineer in Florida, #45329, March 27, 1992 Marwan has 28 years of highway design experience in South Florida. His principal areas of practice include project management, roadway design, drainage design, pavement marking, maintenance of traffic, and construction administration. Marwan has worked extensively on projects throughout South Florida, and has directed numerous projects for local governments and the Florida Department of Transportation (FDOT). Marwan’s wealth of experience includes assisting local governments apply for and receive approval for Transportation Design for Livable Communities (TDLC) variances from FDOT. Marwan has also assisted municipalities implement lane elimination (road diet) improvements on State and County roadways.

TRTP330015.15O_South Miami Complete Streets.indd E–2 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Leonte Almonte, P.E. – Data Collection and Analysis Professional Engineer in Florida #70822, January 9, 2010 and Dominican Republic Leonte has hands-on experience in transportation related GIS themes and geodatabases. His work on several FDOT projects has provided extensive experience in sign and signal inventory. Leonte’s roadway design experience includes horizontal and vertical alignment development, roadway drainage design and pavement design. He is proficient in Microstation, Geopak, AutoCAD 2007, HCS+, CORSIM, ArcGIS, AutoTurn, Primavera Project Management P6.

Luis Cubas, P.E. – Design Criteria/Constructability Professional Engineer in Florida, #59076, September 25, 2002 Luis has 31 years of civil engineering experience. He is proficient in AutoCAD, MicroStation, and GEOPAK software programs. He has worked on several multimodal, transportation, and roadway projects in Miami-Dade County including Black Creek Trail Construction Documents, Improvements to Congested Intersections, and Traffic Analysis for Miami-Dade County Intersections.

Greg Kyle, AICP – Multimodal Transportation Professional Certified Planner in Florida, #013000 Greg has 21 years of experience directing a variety of transportation planning studies, including corridor and subarea studies, long-range transportation master plans, traffic impact analyses, and transit service plans. Greg is a native of Miami-Dade County and has spent the majority of his career as a professional working on projects in the area. Greg has been responsible for the transportation analysis or managed similar projects with outstanding success, including the Miami River Corridor Multimodal Transportation Plan (recognized with an “Award of Merit” by the Gold Coast Chapter of the American Planning Association), NE/NW 36th Street Corridor Study, 79th Street Corridor Neighborhood Redevelopment Plan, and The Wave modern streetcar in downtown Fort Lauderdale. All of these projects have required the development of transportation improvements to accommodate redevelopment occurring in corridors with limited right-of-way available.

Sean Johnston, P.E. – Multimodal Transportation Professional Engineer in Georgia Sean specializes in the design of roadway, streetscape, and bike/pedestrian facilities including geometric roadway design, traffic calming design, and multiuse path design. He is well-versed in bicycle and pedestrian design practices, including the ITE Context Sensitive Solutions in Designing Major Urban Thoroughfares for Walkable Communities, the Georgia DOT Pedestrian and Streetscape Guide, the AASHTO Guide for the Development of Bicycle Facilities, and the U.S. Access Board Public Rights-of-Way Accessibility Guidelines (PROWAG). Sean’s recent experience includes the Peachtree Pedestrian Streetscape, the Fairlie-Poplar Historic District Streetscape Improvements (Phase III) and the Simpson Street/West Peachtree Street Corridor Improvements in Atlanta; the West Ponce de Leon Avenue/West Trinity Place Bicycle Lanes in Decatur; and is currently managing Georgia DOT’s Safe Routes to School infrastructure program.

Jeffrey Smith, P.E., LEED AP – Multimodal Transportation Professional Engineer in Georgia Jeffrey is a transportation engineer and planner specializing in transportation planning and traffic operations for both private and public sector clients. His experience includes pedestrian and bicycle planning and design, context-sensitive design, multimodal corridor studies, zoning overlay district updates, large-scale redevelopment projects, and public involvement. Jeff is active in Georgia’s Pedestrians Educating Drivers on Safety (PEDS) group and is passionate about balancing the needs of all modes of transportation to create “complete streets,” safe for all commuters.

TRTP330015.15O_South Miami Complete Streets.indd E–3 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Scott Colvin, P.E. – Sustainability Advisor Professional Engineer in California, Colorado, Idaho, and Utah Scott has nearly 10 years of experience in streetscape design, roadway design, and traffic design and planning—all of which focused on improving urban areas for traffic, walkability, multimodal, and safety. He has completed and managed projects in roadway widening, realignment, ADA improvements, corridor studies, hydraulic design and analysis, signal design, traffic impact studies, and transportation planning.

Subconsultants Dover, Kohl & Partners Victor B. Dover, FAICP, LEED AP, CNU-A Victor Dover was among the founders who established Dover, Kohl & Partners in 1987 and serves as Principal- in-charge. Along with his partner Joseph Kohl, Mr. Dover’s practice focuses on the creation and restoration of real neighborhoods as the basis for sound communities. Victor has personally led over 140 charrettes worldwide. He holds a Bachelor of Architecture degree from Virginia Tech and a Master of Architecture degree from the Suburb & Town Design Program at the University of Miami. Mr. Dover lectures widely around the United States and internationally on the topics of livable communities and sustainable development.

Jennifer Garcia, CNU-A Jennifer is a certified Charrette Planner through the National Charrette Institute and is an accredited professional with the Congress for the New Urbanism (CNU). She received both her Master and Bachelor of Architecture from Andrews University School of Architecture, a leading center for the study of New Urbanism. She has spoken at national conferences including the Congress for the New Urbanism on the design principles used to create clear, graphically compelling plan report documents. A variety of her visualizations and graphics illustrating sustainable street design and form-based code principles can also be seen in several publications and exhibits.

Kenneth Garcia, CNU-A Kenneth has been with Dover, Kohl & Partners since 2007 and has participated in over 40 design charrettes. Kenneth produces many of the firm’s illustrations and renderings, using a combination of computer graphics and traditional watercolor techniques, and leads Dover-Kohl’s 3D computer modeling and digital rendering efforts. Kenneth received both his Master of Architecture and his Bachelor of Architecture from Andrews University, a leading center for the study of New Urbanism. He is CNU-Accredited by the Congress for the New Urbanism (CNU), and is a Certified Charrette Planner through the National Charrette Institute. Kenneth grew up in Costa Rica and Mexico, and is fluent in Spanish.

List of Five Clients Worked with in the Last 36 Months Client: Miami-Dade County MPO Project Title: Application of Innovative Strategies to Improve Bicycle Safety and Mobility Description: Kimley-Horn was selected by the Miami-Dade MPO to prepare a unique and specialized bicycle safety and mobility plan that recommended innovative strategies for specific Miami-Dade locations to build upon the Dutch “ThinkBike” experience, the National Association of City Transportation Officials (NACTO) Urban Bikeway Design Guide, and prior MPO plans and studies. Kimley-Horn’s approach was built upon ensuring that the Dutch bicycle culture and NACTO documentation is applied in a strategic manner within Miami-Dade County that satisfies local stakeholders and partner agency requirements. We accomplished that by focusing on three key visions: (1) Focus on developing robust bicycle facility strategies that appeal to a broad audience of potential bicyclists in order to increase mode share

TRTP330015.15O_South Miami Complete Streets.indd E–4 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

(2) Focus on the joy of bicycling by developing facilities that can be enjoyed side-by-side (3) Ensure that our work for this project clearly illustrates how the recommendations are consistent with sound engineering principles. Kimley-Horn developed “Toolbox Strategies” for applying innovative bicycle facility designs such as green bike lanes, separated bike lanes (cycle tracks), two-stage turn queue boxes, and bike boxes. Problem locations around Miami-Dade County were systematically identified based on crash data, mobility studies, and stakeholder input. A comprehensive set of twenty-six (26) recommended improvements were identified by applying appropriate “Toolbox Strategies” to the identified problem locations to create a master plan for innovative bicycle facility solutions to address safety and mobility deficiencies in Miami-Dade County. Name: David Henderson Address: 111 NW First Street, Suite 910 Stephen P. Clark Center Miami, FL 33128 Phone: (305) 375-1647

Client: City of Miami Project Title: and Bicycle and Pedestrian Mobility Plan Description: Kimley-Horn completed the Overtown and Wynwood Bicycle and Pedestrian Mobility Plan for the City of Miami in 2014, which established the vision for non-motorized transportation and enhanced access to public transit within these vibrant neighborhoods and recommended a series of projects with implementation steps for achieving the vision. Improving the conditions for bicycling and walking is expected to increase the number of non-motorized trips, improve safety, and help make the Overtown and Wynwood areas a more desirable place to live, work, and visit. Our services included a detailed literature review, transportation mobility analysis, bicyclist and pedestrian counts, development of geographic information systems (GIS) maps to display the data analysis, holding stakeholder steering committee meetings, conducting a field tour on bikes, and conducting a public engagement campaign that included public workshops and online surveys to gather ideas and hear directly from stakeholders. The public survey determined that the most popular infrastructure improvements in the areas are enhancing the bicycle facility network and more frequent crosswalks. The GIS data analysis included a study of Census demographic data, bus ridership boardings and alightings, and pedestrian and bicyclist crash data. The data analyses were conducted in a coordinated fashion to identify meaningful recommended improvements that were targeted to the area’s needs and prioritized in locations where the greatest need exists. Recommendations were organized into 32 distinct projects, for which project-specific implementation tasks, lead agencies, support agencies, and cost ranges were identified. Recommended projects focused on improving mobility and safety for pedestrians and bicyclists through strategies such as innovative pedestrian crossing treatments, raised crosswalks, low-speed design principles, shade, lighting, pedestrian signalization, separated cycle tracks, bike lanes, and bicycle boulevards. Examples of site-specific recommended improvements included a Dutch-style bicycle tunnel crossing of the FEC Railroad corridor, a non-motorized only connection between two sections of NW 5th Avenue, and several road diets with bike lanes along NW 29th Street, , NW 5th Street, and NW 3rd Court. Name: Collin Worth Address: 3500 Pan American Drive P.O. Box 330708 Miami, FL 33233 Phone: (305) 416-1022

TRTP330015.15O_South Miami Complete Streets.indd E–5 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Client: Urban Health Partnerships Project Title: Broward Complete Streets Guidelines Description: Kimley-Horn was selected in 2012 to prepare Complete Streets Guidelines to present standards and design guidance for planners, engineers, and maintenance officials to achieve a vision of implementing Complete Streets principles, which aim to design streets for people of all ages, physical abilities, and travel modes. Kimley-Horn successfully worked with permit and review agencies, such as FDOT and Broward County Engineering, to ensure the Guidelines manual was acceptable to those agencies engineering standards and criteria. Name: Anamarie Garces (Urban Health Partnerships) Address: 425 NE 22 Street, Suite 401 Miami, Florida 33137 Phone: (786) 224-2309

Client: FDOT District Six Project Title: Pedestrian and Bicycle Support Services Consultant Description: Kimley-Horn was hired by the FDOT District Six Pedestrian and Bicycle Coordinator to perform professional engineering reviews of design plans and engineering reports through an ongoing districtwide contract. Kimley-Horn’s duties include conducting an engineering review of plans and reports for incorporating, extending, and/or enhancing bicycle and pedestrian facilities, submitting project review comments within the Electronic Review Comment (ERC) process, presenting current FDOT projects to the Miami-Dade BPAC on a monthly basis for review and comment, providing non-motorized transportation expertise at stakeholder meetings, and coordinating with design engineers and FDOT project managers as necessary. In addition, Kimley-Horn has assisted the Department with performing ancillary tasks such as developing a bicycle ways design checklist, assisting in the development of sharrow marking prioritization criteria, and performing field data collection tasks, such as for the Sunset Drive sharrow research study. Name: Zak Lata Address: 1000 N.W. 111 Avenue Miami, FL 33172 Phone: (305) 470-5308

Client: FDOT District Four Project Title: Pedestrian and Bicycle Safety Analysis Description: This study evaluated countermeasures to reduce bicycle and pedestrian fatalities within FDOT District Four. Kimley- Horn performed a crash data analysis to identify statistically significant predictors of fatal crashes and conducted a key location field review to identify additional predictors of crashes that are not apparent from the electronic crash database. Kimley-Horn presented the findings of the study to transportation stakeholders throughout FDOT District Four to allow local government partners to use the information and results for safety enhancements and non- motorized transportation enhancements. Name: Jennifer Fierman Address: 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 Phone: (954) 777-4318

TRTP330015.15O_South Miami Complete Streets.indd E–6 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Additional Project Experience ITE Designing Walkable Urban Thoroughfares: A Context Sensitive Approach This recommended practice guidebook was developed by Kimley-Horn in partnership with the Federal Highway Administration (FHWA), the Environmental Protection Agency (EPA), the Institute of Transportation Engineers (ITE), and the Congress for the New Urbanism. It involved developing recommended practices intended to provide guidance for the context- sensitive design of major streets for dissemination to state and local agencies, standard- setting organizations, and design professionals. This handbook synthesizes existing and new design guidance for implementing the principles of context sensitivity, smart growth, and new urbanism in urbanized areas. The manual’s emphasis is on walkability and focuses on multimodalism and street design that effectively integrate transit, bicycles, and other modes of travel. The manual also emphasizes compatibility of roads with the adjacent environment along thoroughfares. The guidelines seek to effectively integrate urban street design with land use, community character, and urban design.

The manual is divided into planning and design guidance. The planning section addresses the use of context-sensitive solutions in the transportation planning and project development processes, and includes best practices for design system network and corridors. The design guidance section provides detailed principles, considerations, design guidelines, and recommended practices for the three components of the thoroughfare, the pedestrian realm, the travelway and intersections. The guidance is based on an innovative framework that links thoroughfare types (boulevards, avenues, and streets) to a continuum of urban “contexts” ranging from general urban to urban cores.

Bicycle and Pedestrian Mobility Plan for the Miami Downtown Development Authority Area Kimley-Horn prepared the Downtown Miami Bicycle and Pedestrian Mobility Plan, which was a joint effort of the Miami-Dade Metropolitan Planning Organization (MPO) and the Miami Downtown Development Authority (DDA). Significant aspects of the Plan included the transportation mobility analysis, setting of goals and objectives, developing recommendations, and coordinating a 15-member Steering Committee. Recommendations were organized into 37 distinct projects, for which project-specific implementation tasks, lead agencies, support agencies, and cost ranges were identified. Projects were categorized into area-wide improvements; transit accessibility improvements; corridor- specific improvements; and non-engineering strategies such as education, encouragement, enforcement, and evaluation/monitoring. Projects focused on improving mobility and safety for pedestrians and bicyclists in the downtown area through strategies such as a modal priority zone, low-speed design principles, curb bulb-outs, new crosswalks, raised crosswalks at transit stations, pedestrian signalization improvements, expanded bicycle parking opportunities, and automated pedestrian detection at key intersections. At its conclusion, the Plan was endorsed by both the MPO Governing Board and the DDA Governing Board. Since completion of the Plan, implementing agencies have been using the Plan to seek grant funding and to ensure projects become part of local Capital Improvement Programs.

Miami-Dade County Typical Roadway Section and Zoned Right-of-Way Study As a consultant to the Miami-Dade MPO, Kimley-Horn worked directly with the Miami-Dade County Planning Division to develop recommended typical sections for roadways within the County consistent with the County’s goals for a multimodal transportation system. The study presents typical sections which accommodate all modes within a context-sensitive approach. It also provides recommended guidelines for a comprehensive design of roadways within the County. These guidelines, along with the typical sections, provide a framework for Miami-Dade County to create a better transportation and land use connection to enhance its

TRTP330015.15O_South Miami Complete Streets.indd E–7 Complete Streets Policy & Design Standards Manual RFQ PL2015-15 communities. The study also focused on recommended updates to the zoned right-of-ways in the County’s Code of Ordinances. These recommendations included the anticipated projects contained in the MPO’s 2030 Long Range Transportation Plan and the typical sections prepared as a part of this study. The zoned right-of-way recommendations will enable the County to preserve the necessary right-of-way to implement the programmed projects and develop a multimodal transportation network.

Dallas Complete Streets Project Streets are a big part of the City’s public space and play an important role in the City’s livability. In the past, Dallas’ streets were primarily designed for cars. The 2006 forwardDallas! Plan recognized that in addition to moving vehicles around the City safely and efficiently, streets should also be designed for everyone: young and old, walkers and wheelchair users, motorists and bicyclists, bus and train riders. The Complete Streets project is intended to shift the City’s emphasis to building streets that are safer, more livable, and welcoming to everyone. The Complete Streets approach will allow for street design to suit the needs of the neighborhoods through which they pass. Rather than a one-size-fits-all approach, Complete Streets will be different for areas such as business districts, shopping districts, entertainment areas, and residential neighborhoods.

Kimley-Horn worked with the City of Dallas to prepare the Dallas Complete Streets Design Guidelines. Our approach included to seek involvement of Dallas citizens and to provide the technical design team to: •• Create a future Complete Streets Vision for the Dallas community •• Develop a comprehensive Complete Streets design manual with clear directions on how to create more livable and welcoming streets •• Demonstrate and test how these changes would work in real-life examples – on streets we all know and use

Maricopa Association of Governments Complete Streets Guide, Phoenix MPO The Complete Streets Guide was developed by Kimley-Horn for the Maricopa Association of Governments as a resource ensuring that facilities for bicycles, pedestrians, and transit are recognized as integral to a properly designed and functioning street. They are as important to mobility, health, and safety as a vehicular travel lane. With the implementation of Complete Streets, non-motorized, and public transportation facilities will be considered on the same basis as institutionalized components of streets. Complete Streets contribute to the overall capacity of a street, an increase in property values, the health of individuals, and the environment by creating a sense of place.

The Complete Streets Guide is a model document that provides an approach on how to make streets more complete and details the benefits and potential outcomes when a Complete Streets approach is followed. A variety of strategies for applying the Complete Streets Guide are presented, including information on the benefits of Complete Streets, what the Guide hopes to accomplish, how to plan a Complete Street in the project region, Complete Street plans and policies in other locations, and how to implement the Guide.

Martin Luther King, Jr. (MLK) Drive Design, Delray Beach Kimley-Horn provided landscape architectural master planning services for the design of landscape, lighting, and hardscape enhancements for the entire length of MLK Drive in Delray Beach. This 1.5-mile corridor incorporated MLK commemorative design elements placed in the right-of-way. The design concept included the continuation of an existing sidewalk network; decorative lighting; right-of-way plantings with flowering trees, palms, and other landscaping; a program for live oaks to be planted outside of the right-of-way; and artwork on existing utility poles. The master plan also addressed prioritization and phasing of the proposed improvements with respect to budget. Similar to other community enhancement master plans, public involvement was a key element in the success of this project. The Kimley-Horn team coordinated closely with a committee of community representatives to identify community assets and to solicit their ideas and preferences for incorporation into the master plan.

TRTP330015.15O_South Miami Complete Streets.indd E–8 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Mount Vernon Complete Street Demonstration Project, Portsmouth, VA The scope of this project involved the design and preparation of construction plans for modifying the current street typical section to include a designated bike lane, on-street parallel parking, pedestrian crosswalk and sidewalk improvements, traffic calming measures at intersections, and minor landscaping enhancements at intersections. The project funding source was a Community Development Block Grant (CBDG). The project extended approximately 1.4 miles on Mount Vernon Avenue, beginning on the southern side of the High Street intersection and extending north up to Bayview Boulevard. The project limits covered 13 intersections, four of which were signalized.

Additional services included typical section analysis, traffic calming analysis, intersection geometry improvements, grading and drainage analysis, signing and pavement marking, cost opinions, technical specifications, and contract documents for construction bidding.

Professional Services As one of only a few firms that is a Silver Member of the National Complete Streets Coalition, Kimley-Horn has successfully represented the interests of all modes of travel by designing several Complete Streets projects across the state and nationally. Complete Streets Policy Kimley-Horn makes the most of our vast array of services, knowledge, and experience to better serve our clients with their roadway design projects and, in particular, complete street projects. Our firm is uniquely qualified to undertake complete street projects and is a partner of the Complete Streets Coalition. We know that providing complete streets design services involves the integration of all aspects of mobility, including vehicular, bicycle, pedestrian, and transit modes. 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 the roadway network.

Members of our team created the Broward Complete Streets Guidelines presenting standards and design guidance for planners, engineers, and maintenance officials to achieve a vision of implementing complete streets principles, which aim to design streets for all people of all ages and physical abilities an accommodate all travel modes. 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 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. Multimodal Transportation Kimley-Horn routinely conducts services related to pedestrian mobility, accessibility, recreational enhancements, multimodal evaluation, streetscape enhancement recommendations, comprehensive planning, and roadway cross-section modification strategies. We understand the crucial aspects of multimodal analysis and public involvement for a successful trail system design. In planning and designing a bicycle and pedestrian project, we give careful consideration to sidewalk widths, streetscaping, crosswalk design elements, accessibility, and relation to transit, lighting, cross-sections, and drainage.

TRTP330015.15O_South Miami Complete Streets.indd E–9 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Kimley-Horn is experienced with projects that involve planning and programming, policy making, design and final plans, specifications, and project construction cost estimates. Often, these plans have included recommendations for beginning or expanding existing pedestrian and bicycle safety education programs. Our diverse experience in pedestrian and bikeway planning and design includes developing safe routes to schools and other public facilities with the development of wayfinding signing packages.

Our award-winning, innovative ideas will mean the successful completion of your project. Kimley-Horn understands that many projects require community involvement and acceptance, and we have developed effective methods of bringing the community into the process. We are strongly committed to conducting public participation programs that educate, inform, and build consensus for a particular solution. Because each project is different in terms of the stakeholders and the critical issues involved, we will tailor each public involvement element to specifically address the needs of your project. Streetscaping/Landscape Architecture Our guiding principle for streetscape design is that our downtown streets are vital linear public spaces that should be designed to enhance the overall living environment. They should be viewed as valuable assets to the community and can be the centerpiece of a vibrant downtown. By implementing designs that respond to the pedestrian scale, enhance safety, and promote connectivity, people will choose to walk and bicycle more, drive less, and feel safer. Over time, a successful streetscape will attract quality development, thus increasing property values and economic development opportunities. Our success in streetscape master planning, design, and construction observation results from a finely tuned balance between landscape architecture, roadway design, and civil engineering. Our ability to provide a broad range of services helps us to successfully implement our client’s vision, while solving the specific engineering challenges that each project presents.

Kimley-Horn has extensive experience in downtown redevelopment and streetscape projects. As metropolitan urban areas continue to grow, urban design, streetscape design, and landscape architecture have become integral components of roadway and transportation system designs and infrastructure improvements in general. Revitalizing commercial districts, controlling traffic flows, and providing recreational areas and pedestrian and bicycle facilities in increasingly congested areas are some of the solutions designed by our landscape architects and planners. Kimley-Horn has a well-earned reputation for combining creative ideas, technical excellence, and client collaboration, resulting in dynamic projects that blend into their environments and become a part of the area they inhabit. An important aspect of competent streetscape design is meeting the requirements of the Americans with Disabilities Act (ADA) and Crime Prevention Through Environmental Design (CPTED). Kimley-Horn is on the forefront of finding creative design solutions to regulatory restrictions. We strive to provide a safe and accessible streetscape that provides a pleasant experience for all individuals. In addition, we support the active participation of your staff, special interest groups, and the general public in finding an optimum design solution. Bicycle and Pedestrian Facilities Throughout Florida, there has been a noticeable increase in demand for pedestrian and bicycle facilities. Whether opting for a healthier lifestyle or doing their part as environmentally conscious citizens, our communities are taking to bike paths and sidewalks with renewed vigor. Kimley-Horn understands the emphasis that needs to be placed on the safety and longevity of these amenities to keep pace with the demands of nonmotorized transportation alternatives. Locally, we have been involved with multimodal planning and design in many Florida communities and are familiar with all of the intertwined mobility issues related to pedestrians and bicycles.

TRTP330015.15O_South Miami Complete Streets.indd E–10 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

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 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. Traffic Calming A key objective is to restore a balance between automobiles, pedestrians, and bicycles while implementing traffic calming measures. When addressing the functional and aesthetic needs of roadways, our team emphasizes a wide variety of traffic calming measures, including but not limited to: •• “Neo-traditional” street design with narrower lanes, shorter blocks, T-intersections, and other design features to control traffic speed and volumes, while providing safer pedestrian crossings •• Heavily landscaped medians that reduce the appearance of expansive paving that help slow traffic, lower the number of accidents, and promote pedestrian safety through the provision of median “refuges” at crosswalk locations •• Trees planted along a street to create a sense of enclosure and improve the pedestrian environment •• Raised intersections (or speed tables) equal to the elevation of the sidewalk that redefine the street as a “pedestrian and bicycle area through which traffic must pass” versus traditional intersections •• Paving treatments and designs, including the use of pre-cast paving systems or color asphalt pavement mixes, that help to “announce” intersections or neighborhood gateways and provide original character and quality to the roadway corridor •• Traffic circles and/or roundabouts that permit the development of major gateway features, calm through-traffic by reducing vehicle speeds, thereby increasing safety and, in many instances, improve the overall flow of traffic •• Chicanes, also known as curb bulges or planters, on alternating sides of a street that force motorists to slow down Funding Solutions Kimley-Horn extensively researches the creation of funding sources that assist local governments in bridging the gap between conceptual design and implementation, allowing projects to become reality. We are ready to provide an unparalleled level of funding experience, having assisted our clients with securing state and federal funding. We will work to identify alternative funding and financing strategies within multiple categories.

Kimley-Horn has also assisted numerous local agencies in developing design and improvement plans and programs that were successful in obtaining grant funding assistance from a variety of sources, including state and federal dollars. In addition, our staff supplies effective and often innovative methods for helping to ensure public participation and support. The Kimley-Horn project team will provide insight into the opportunities available and the procedures required to obtain funding. Sustainable Design As a civil engineering, planning, landscape architecture, and environmental services firm, Kimley-Horn is well-versed in developing green building alternatives using the fundamentals of LEED. As business people, our staff understands market demands. The firm’s creative approach to sustainable design seeks to succeed in both. We assist clients in making informed choices that enable them to determine the appropriate balance between environmental and economic needs.

The Kimley-Horn sustainable design advantage is the close coordination of all disciplines under one roof. Our staff includes landscape architects and urban designers; civil, transportation, and systems engineers; environmental specialists; urban and land planners; and computer/systems specialists. Because an ecologically sound site design is a blend of engineering and natural sciences, we create a project team with a senior representative from each of our key disciplines, including landscape architecture, environmental resources, and civil engineering.

TRTP330015.15O_South Miami Complete Streets.indd E–11 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Kimley-Horn’s LEED-accredited professionals work with clients nationwide whose facilities have stringent requirements—technologically, economically, and environmentally. As a result, our staff strives to accomplish the following goals, compatible with LEED requirements, on each of their projects: •• Reduction in the use of nonrenewable natural resources •• Incorporation of systems and materials that are easily recyclable in the future and/or have recycled content •• Facilitation of the use of recycled materials during construction and operation of the facility •• Alternative and low emission transportation planning and design •• Reduction in heat-island effects by innovative design •• Water reduction through the use of rainwater harvesting and water reuse •• Greywater and innovative wastewater design •• Alternative and low emission transportation planning and design

The firm also has experience in the design and implementation of large-scale, heavily vegetated raised roof-deck systems that utilize native plants and create space for desired project amenities such as pools and green space.

At Kimley-Horn, planning and design for sustainability is fundamental to our practice. Our diverse and varied project history in environmentally sensitive projects illustrates our commitment to both the environment and our clients. Public Involvement A strong partnership with the community is critical to the success of infrastructure improvement projects and other enhancements that the City intends to build. The people who ultimately use the facilities can provide valuable insight into possible design enhancements. After the design effort is complete, maintaining communication with community members continues to build trust and facilitates the construction phase. Our team brings experience from a wide variety of public and private projects, including roadway planning studies, traffic studies, and infrastructure improvement projects located throughout the state. Due to the significance of the public involvement process and the fact that building public support is vital to the success of any project, we have assembled a team of our most experienced staff to ensure this process goes smoothly. They have many years of experience developing positive public support for infrastructure improvement projects and will prove to be a significant asset for this contract.

Our team can offer: •• Charrette design and facilitation •• Workshop design and facilitation •• Innovative notification techniques •• GIS analysis and graphics •• Extensive graphics support, including 3-D modeling

We understand that many projects require community involvement and acceptance, and we have developed effective methods of bringing the community into the process. Our team is committed to conducting public participation programs that educate, inform, and build consensus for a particular solution. Because each project is different in terms of the stakeholders and the critical issues involved, we tailor each public involvement program to specifically address the needs of your individual project. We are known for developing innovative approaches to projects that involve public participation.

TRTP330015.15O_South Miami Complete Streets.indd E–12 Rethink Folly Road A Complete Streets Study in Charleston, SC

PROJECT DETAILS

Project Area: 7.8 mile corridor Berkeley-Charleston- Client: Dorchester Council of Governments (BCDCOG) Year Initiated: 2015 Website: follyroad.mindmixer.com For more information, visit doverkohl.com.

The Project Rethink Folly Road: a Complete Streets Study is being undertaken by the Berkeley-Charleston- Proposed Dorchester Council of Governments (BCDCOG) in association with the South Carolina Department of Transportation (SCDOT), the Charleston Area Regional Transit Authority (CARTA), the City of Charleston, the Town of James Island, the City of Folly Beach, and Charleston County. The pur- pose of this initiative is to explore the potential to remake Folly Road into a more sustainable, multimodal corridor. This corridor serves an important function of moving people and providing access to services Existing Conditions – yet the physical environment today, consisting primarily of auto-oriented commercial develop- ment, does not meet the needs of its users. This plan will address traffic congestion, connec- tivity, pedestrian- and bicycle-friendliness, tran- sit, green infrastructure, economic development, and the retrofit of the existing suburban fabric. Recommendations will detail a strategy for im- provements, recognizing the dual functions of moving vehicles and the desire to create a safe, walkable environment that will lead to increases in economic competitiveness, neighborhood liva- bility, and sustainability in the Charleston Region. The Process From May 7 - 13, 2015, Dover, Kohl & Partners led a consultant team in a design charrette, working with the community to develop a vision for the future of the Folly Road corridor, from Folly Beach to the Wappoo Cut Bridge. The draft vision is being refined and detailed recommenda- tions are being produced; a draft of the project report will be circulated for community review in summer 2015. Alta Planning + Design, Turnber- Illustrative Plan ry Consulting US, Horsley Witten Group, Bihl En- Folly Road Commercial Core: a new walkable, bikeable center for James Island gineering, and Partners for Economic Solutions collaborated with Dover-Kohl on this plan. SAFE CONNECTED GREEN VALUABLE SYNCED

Folly Road "Guideposts"

Five "Guideposts", or primary goals for improving the Folly Road Corridor, were identified during the charrette. These reflect a preliminary consensus about the ideal future for Folly Road so that it bet- ter serves a range of users and provides increased amenities while augmenting quality of life. SAFE • Make all of Folly Road a desirable place to walk and ride bicycles: build continuous sidewalks, frequent crosswalks, and pro- tected bikeways • Use slower, safer "design speeds" • Preserve evacuation route

CONNECTED Proposed • Make it more convenient to reach the beach • Upgrade transit: Make it faster & more fre- quent, add covered shelters, employ mod- ern technology • Create new connections between adjacent properties and to-and-from Folly Road: add cross-access easements, new street network segments and pedestrian paths to connect Folly Road, commercial parcels, & Existing Conditions surrounding neighborhoods Folly Road South Village: retrofitting a shopping center frontage. GREEN • Modernize stormwater infrastructure with creative, sustainable, memorable designs • Increase tree canopy; add real street trees in the right-of-way • Introduce landscaped medians and a range of public green spaces VALUABLE • Make Folly Road contribute more to prop- erty value and daily life • Improve business conditions with better building designs that look good and encour- age walking • Make possible gradual change, over time, and incremental development Proposed SYNCED • Optimize traffic signal timing with modern- ized software • Join together the various governments to collaborate on important decisions: appoint one executive to oversee the whole suite of Folly Road Neighborhood Folly Road improvements; create a joint re- Preservation Area: safer view body; share costs and responsibilities and more enjoyable to walk, bike & use transit. Existing Conditions Plan El Paso El Paso, TX

PROJECT DETAILS

Project Area: 250 square miles Client: City of El Paso Year Adopted: 2012 Website: planelpaso.org

For more information, visit doverkohl.com.

The Project In 2010 the City of El Paso commissioned Dover, Kohl & Partners to create a detailed Comprehensive Plan and regional-scale Future Land Use Map for the city. The Comprehensive Plan is an overarching policy document that directs the City of El Paso in its implementation of consensus-based goals cre- Central Park created on relocated rail lines ated through an extensive public process. The goals, objectives, and strategies of the plan involve all aspects of City administration and community life: land use, urban design, historic preservation, economic development, housing, transportation, health, sustainability, infrastructure, public facili- ties and services, international coordination, and Fort Bliss Army Base relations. Dover-Kohl leads a project team that includes Spikowski Planning Associates, Charlier Associates, Hall Planning and Engineering, Sottile and Sottile Architects, Chael, Cooper & Associates, Urban Advisors, Zimmerman/ Volk Associates, IPS Group, Mind Mixer Web Solutions, CEA Group, W-ZHA Economics, UrbanAdvan- tage, Matrix Environmental, and The Street Plans Collaborative. The Process The Plan El Paso Comprehensive Plan process was interactive and bilingual, and included two three-week charrettes in multiple areas throughout the city. During the charrettes, the team was able to talk to over 800 studio visitors, meeting attendees, and hands-on participants. Over 20,000 people followed the project on its Neighborhood park website or took part in online conversations and polling in the project’s virtual town hall. Newspaper, televi- sion, and web coverage of the project was extensive. The project was used as a case study in the national discussion on placemaking and city planning by the National Resource Defence Council. Plan Principles Plan principles included developing multiple centers within the city, protecting the growing metropo- lis’ agricultural and natural landscapes, reclaiming marginal and abandoned areas near the heart of the city as infill opportunities, creating a framework of transportation alternatives, utilizing historic preservation as an economic development tool, creating a range of open spaces throughout the city, and coordinating transportation, recreation, public services, and community institutions to increase the city’s tax base hand-in-hand with an increased quality of life of residents. Plan principles form Arroyos used as public open space the basis of the multi-element Comprehensive Plan.

Cities and neighborhoods are defined in large part Status by the quantity and quality of their parks and open On March 6, 2012, Plan El Paso was adopted by unanimous vote of the El Paso City Council. The EPA spaces. The plan recommends public parks at all awarded Plan El Paso a 2011 National Award for Smart Growth Excellence in Programs, Policies, and scales. A range of open space types is needed to meet the City’s diverse recreational, environmen- Regulations. The EPA grants this award yearly to "recognize exceptional approaches to development tal, and social needs. that respect the environment, foster economic vitality, and enhance quality of life." A City Connected by Transit

The Rapid Transit System Plan for The success of the RTS system will hinge on the El Paso is part of a coordinated effort toward quality of urban spaces that surround the bus increasing transit ridership and stimulating stops and transfer stations. Transit-Oriented economic development in urban locations. The Development (TOD) is a design and develop- City plans four Rapid Transit System (RTS) lines ment strategy that links higher-density, walk- which will connect the primary vehicular corri- able neighborhoods to transit stations. TOD dors, including the Mesa Corridor, the Dyer Cor- strengthens the urban fabric that surrounds ridor, the Alameda Corridor, and the Montana public transportation with a mix of daily uses, Corridor. A number of transfer stations have including housing, retail, and offices. This strat- recently been constructed, providing convenient, egy acknowledges that most transit riders begin sheltered transportation hubs. and end their trips as pedestrians, and that the streets around transit stations should be safe, A Remcon Circle Transfer Center The plan calls for new 60-foot buses, raised interesting, and convenient places to walk. platforms that will be level with the height of The team created illustrative plans for over 22 the buses, and a ticketing system for riders to square miles of the City, focusing on TOD loca- prepay their fares, allowing quicker entry onto tions to demonstrate pedestrian-friendly, mixed- the buses. To cut travel time and increase ef- use design. ficiency, rapid-transit stations will be placed about a mile apart along each corridor so there The plan anticipates that RTS will be the start of will be fewer stops for the buses. Plans also call a mass-transit system that could one day include for traffic signal prioritization, which would hold light rail and streetcars. It is the goal of the El green lights longer if a bus was approaching an Paso City Council that El Paso become one of the B Northgate Transfer Center intersection. least car-dependent cities in the southwest.

B C Glory Road Transfer Center A

C D

D Eastside Transit Terminal

E

E Mission Valley Transfer Center The Capitol Corridor A Regional Vision for Michigan Avenue / Grand River Avenue

PROJECT DETAILS

Project Area: 19 mile corridor Client: National Charrette Institute Year Adopted: in progress Website: migrand-charrette.com

Administered by the Tri-County Regional Planning Commission, this planning effort is a project of the Mid–Michigan Program for Greater Sustainability, a sustainable communities pro- gram funded by the U.S. Department of Housing and Urban Development (HUD), Michigan State Housing Development Authority (MSHDA) and other local partners. The consultant team led by the National Charrette Institute includes Dover, Kohl & Partners, Strategic Economics, Parsons Brinckerhoff, and Mead & Hunt, Inc. Future Streetscape with BRT For more information, visit doverkohl.com.

The Project The purpose of this planning effort is to engage the Lansing region in defining a unified vision for the Michigan Avenue / Grand Avenue corridor, Existing (2013) starting at the State Capitol and extending east to the town of Webberville. A series of char- rettes provided the opportunity for an in-depth community conversation about the future urban form of the corridor, and produced a consensus- based vision for urban design, land use, trans- portation, and economic development. In May of 2013, the first charrette was held to gather input and establish a preliminary vision for the future of the corridor. During the char- rette week, hundreds of participants gave their input at public meetings and at the on-site de- sign studio, describing how they would like to see the corridor evolve. The planning team consoli- dated these many ideas into plan "cornerstones" Existing (2013) to guide future change and growth. In October 2013, a second charrette was held to continue work on that vision by studying three specific areas in greater detail, to illustrate how the placemaking, building and street design concepts could be applied to sites throughout the corridor. Continuing our work in the Lansing region, Do- ver-Kohl is currently part of a consulting team re- tained by the Capital Area Transportation Author- ity to complete an Environmental Assessment for the proposed Bus Rapid Transit (BRT) system. This is an important implementation step for a critical component of the corridor vision. Grand River Avenue: Street Design Details Proposed Future Redevelopment Boundary Street Master Plan & Code Beaufort, SC

Commercial/ Mixed-Use PROJECT DETAILS Institutional Residential

Green Space Project Area: Approx. 1.5 miles City of Beaufort Client: Beaufort County Year Adopted: 2006 Website: cityofbeaufort.org

For more information, visit doverkohl.com.

The Project Boundary Street is the entrance to the city of Beaufort. As a typical commercial strip corridor, it does not enhance Beaufort's overall character and charm but rather serves as a poor gateway to the historic city. A comprehensive strategy for growth and redevelopment of the corridor seeks to Existing Conditions: The blank walls of Jean Rib- improve the safety and operational efficiency for all modes of travel while creating a more economi- aut Square front Boundary Street. cally productive address. Helping with this plan were consultants Sottile & Sottile, Hall Planning & Engineering, Seamon, Whiteside & Associates, MACTEC, and UrbanAdvantage. The Process "Designing in public," the team of planners, engineers, architects and economists conducted an open planning process in September 2005 to identify the ideas, needs and concerns of the community; over 300 residents and stakeholders participated. Plan Principles Transformation of the corridor will not happen overnight, so the Plan is designed to be broken down into small components that can be redeveloped as the market demands. However, plan principles End Result: Overhead utility wires are removed; create a cohesiveness that guides each phase of development, and integrated concepts ensure that the street geometry is reconfigured to accommo- growth of the corridor is consistent in terms of design and sustainability. The Plan addresses op- date a center median green strip, sidewalk, and portunities for waterfront redevelopment and provides a scenic drive to run along Albergotti Creek, frontage road with parallel parking on the north adding marsh views and a more complete street network north of Boundary Street. A continuous side. Street trees and landscaping are added while Jean Ribaut Square adds vibrant, mixed-use marshfront park should also be created along Battery Creek to help establish a green network. Other buildings to address the street. New buildings and features include the addition of roundabouts at the intersections with Ribaut Road and Robert Smalls street trees also create a walkable environment Parkway, which will improve traffic flow and safety at these special intersections, and a parallel road along the north side of Boundary Street. network along Boundary Street will integrate multiple options for travel and disperse everyday trips. Lastly, new civic buildings should be added in prominent positions along the corridor, while strategic infill along vacant parcels will provide a variety of housing types and mix of uses and also help increase the tax base. Meanwhile, street trees and proper sidewalks along existing and new streets create desirable addresses and enhance the pedestrian environment. Status The Boundary Street Master Plan was adopted as part of the City’s Comprehensive Plan on August 28, 2006. A form-based code, the Boundary Street Redevelopment District Code, was created for the cor- ridor to stimulate redevelopment and to ensure the proper implementation of the Plan. The Code was adopted by City Council on February 6, 2007. The first redevelopment projects are underway­ and the City and County are working together on the initial street improvements. In 2012 the USDOT awarded a The new City Hall at the intersection of Boundary Tiger Grant to fund implementation of the Plan’s proposed street improvements. Subsequently, Kimley- Street and Ribaut Road can become a formal en- Horn’s services were acquired by the City to create construction drawings for the Plan. trance to Beaufort. Redevelopment of Jean Ribaut Square

Converting strip shopping centers into mixed- Existing Conditions Initial Improvements use centers creates economically viable projects that can be phased in over time. With the addi- tion of office, retail, residential and open spaces, this undervalued real estate can experience far greater economic returns. Not only is a stronger sense of place established but the amount of time the land is in use is increased throughout the day, helping to create a vibrant and more valuable mixed-use center of streets and blocks. Jean Ribaut Square, located at a central loca- tion along Boundary Street, provided a similar Long Term economic opportunity for Beaufort as well as an exciting design challenge. This "L-shaped" strip shopping center, which includes a Kmart, Bi-Lo grocery, Stein Mart and other smaller eating and retail establishments, has the potential to become a far more profitable mixed-use center. The ob- stacles lie with the existing leases on the site and its location at one of the narrowest places along the corridor. To accommodate the community’s desire for a parallel road network north of Bound- ary Street, while also working within the confines of the surrounding marshes, this new road would need to bisect the Kmart building in its present location. The goal is for the City, County, and property owner to work together so that construc- tion of the road network, which is essential to the A block and street network with a central town green, a grand civic building, and a frontage road along revitalization of the corridor, can be realized, and the north side of Boundary Street are added during initial improvements (above right), while long-term Jean Ribaut Square can become an integral piece plans include a new parallel road that bisects the existing Kmart building and provides for an additional of town. east - west connection north of Boundary Street.

End Result

Jean Ribaut Square is fully transformed into a functioning piece of town as infill redevelopment continues on incremental parcels. A new main street is formed perpendicular to Boundary Street with multi-story buildings fronting onto the green and parking accommodated on-street and in mid-block parking locations. “No community should deliberately set out to plan for less than its ideal.” The Hometown Plan – Dan Cary, Director of Planning, South Florida Water Management District South Miami, FL

PROJECT DETAILS

Project Area: 378 acres Client: The City of South Miami South Miami Hometown, Inc. Year Adopted: 1993 For more information, visit doverkohl.com. The 100% Model

Sunset Drive: before and after reconstruction. The Metrorail station (not pictured) is located at the Dorn Avenue, before entrance of this key mixed-use street. The Project The Hometown Plan and the subsequent Hometown District Overlay Ordinance are examples of our work in traditional town centers. Starting in 1992, the study area became the subject of intensive public involvement to address the need for revitalizing the Main Street district along Sunset Drive in the heart of the City of South Miami. Dover, Kohl & Partners assisted the City and the not-for-profit or- ganization, South Miami Hometown, Inc., with promoting redevelopment of the area, preparing a work program, conducting a charrette to design a detailed master plan, and rewriting the land development regulations. This work reintroduced traditional town planning techniques in South Miami. The Master Plan includes transit-oriented development, protection for historic structures, and pedestrian improve- Dorn Avenue, after ments to the streets and commercial buildings. Samuel Poole III, Esq., Peter M. Fernandez, PE, Clyde To show the potential for a better South Miami, Judson, AIA, Walter Kulash, PE, John Zeeger, PE, and the FAU/FIU Joint Center for Environmental & emphasis was placed on demonstration projects. Urban Problems also assisted in the creation of the Plan for South Miami. Neighbors, homebuyers, businesses, investors, and bankers needed their confidence restored. Process & Principles The idea was to choose an area (however small) Dover, Kohl & Partners hosted an open planning process in 1992 to engage the community in shaping then totally transform it to create as dramatic and the Plan. The refrain from participants heard again and again was ‘we want our Main Street back.’ visible an impact as possible. Instead of spending precious funding across large areas, public funds Thus the primary goal was to recognize the City’s streets as crucial assets and to treat (and recon- were initially concentrated on these areas. struct) them as people-friendly public spaces. Other guiding principles were to nurture the downtown as a neighborhood in the making rather than as a collection of buildings-on-parking; and to create a HOW TO IDENTIFY A “100% MODEL” mix of uses for Downtown, including residential, so that the area could prosper as an "identifiable • It produces a “postcard” outdoor whole". This idea meant that a district-wide approach to parking would need to be addressed for all environment of exceptional character, of Downtown. A diverse range of household incomes was also encouraged, which called for dignified exudes safety and optimism, and stands forms of affordable housing. A final goal was that the two sides of the City, divided by US1, should be out in contrast to blight. spatially and psychologically rejoined around the Metrorail transit station. • It combines adaptive re-use of existing and historic structures with new buildings and improved public spaces. Status The City of South Miami has adopted and continues to implement the Hometown Plan and Hometown • It completes the public space; i.e. both sides of the street, all corners of an District Overlay Code. The initial "100% Model" project, the renovation of Dorn Avenue brought new intersection, or all sides of a green are life to one end of the downtown and precipitated numerous other building renovations and infill devel- built out or renovated. opment throughout the district. Substantial streetscape improvements along Sunset Drive included • It includes a significant residential wider sidewalks, reducing the number of travel lanes, and introducing traffic calming features; all of component, preferably owner-occupied. which have resulted in greater pedestrian activity. As a complement to the newly revitalized com- • It lures residents of moderate incomes; mercial activity along the City’s main street, the City formed a Community Redevelopment Agency these ‘colonists’ will demonstrate the (CRA) in 1998 to assist in revitalizing the area using the Hometown Plan as the underlying framework viability of close-in neighborhoods and of the official CRA plan. In 2008 a new municipal garage lined with restaurants opened, enhancing their discretionary income will help the district-wide, park-once plan for the Main Street district. support local businesses. • It suggests what the larger neighborhood will eventually look like, inspiring private investment. Revising the Code to Fit the Vision

Built Results

before

The Starbucks Building is an ex- ample of urban infill along Sunset Drive that retains the historic character. The two-story mixed-use building is backdrop to a historic plaza, with storefronts facing the street. New buildings along Sunset Drive are required to be a minimum of two stories to better define the streetspace. The project was designed by Chael, Cooper and Associates.

Starbucks Building, built under the Code

Updating the City’s land development code was a necessary step in prompting and allowing the redevel- opment of downtown according to the community vision. In October 1993, the City Commission adopted the Hometown District Overlay Ordinance. This form-based code is designed to be easy to use and visual, with graphic illustrations rather than just text. The Amster Building is a new three- The code opened the door to revitalization; numerous new street-oriented buildings have been con- story, mixed-use infill project located directly structed following the code’s standards, with each addition positively enhancing the walkable, pedestri- across US1 from the South Miami Metrorail an-oriented character of South Miami. Key code innovations include: station. Its design was made possible by the Revised Parking Requirements shared parking and transit proximity parking The code revamped parking requirements to reflect a Main Street, pedestrian-oriented vision. The old reduction provisions in the Hometown Plan Dis- parking requirements were typical for strip shopping centers or suburban office complexes, resulting in trict Overlay Code. The project was designed building heights being limited to one story. The revised parking rules contain incentives for multi-story, by the affiliated firms of Dover, Kohl & Partners mixed-use buildings. If developers combine residential units, retail and office uses in a single building, and Chael, Cooper and Associates. the total required parking can be reduced by 45% or more, and on-street parking spaces may count toward the requirement for adjacent buildings. Increased Flexibility in permitted land uses; Outdoor Dining approved Second, the Hometown Ordinance established flexibility on the land uses permitted by the code. On most streets, all of the uses permitted in the district (including many types of retail, office and residen- tial) are now allowed on any given floor, allowing market forces to determine uses. Outdoor dining was once prohibited throughout South Miami, but the new code established areas where outdoor dining is "pre-approved" and encouraged. Replaced Setbacks with Build-To Lines The Hometown Ordinance makes the design requirements for buildings much more specific and re- wards developers for meeting them. For example, the concept of "setback" was replaced with "build-to lines." The requirements are intended to give streets a human scale, and work to ensure a pleasing walk The 73rd Street Municipal Park- by shopfronts instead of along parking lots. ing Garage is a 4 story parking garage with Streamlined Approvals Process a commercial and retail liner on the ground The Hometown Ordinance cuts red tape for developers. For example, there is a simple set of Pre- floor. Public parking is a needed resource, Approved Architectural Standards; as long as a design adheres to these standards, there is no need opening up redevelopment options in the dis- to obtain approval from the Environmental Review and Preservation Board (ERPB). Under the old code trict; the ground floor liner creates a pedestri- every project required ERPB approval, regardless of size. an-friendly environment at the sidewalk level. Complete Streets Policy & Design Standards Manual RFQ PL2015-15

F. Other Relevant Experience

Experience over the Last Three Years with other Cities •• Dixie Highway/21st Avenue Corridor Redesign and Complete Street Concept, Hollywood, FL •• Las Olas Boulevard Lane Reduction Conceptual Design, Fort Lauderdale, FL •• Stadium Drive Complete Streets (U-5515), Wake Forest, NC •• Fairfax County DOT, Springfield Transportation Fund – Complete Streets Improvements, Springfield, VA •• Carolan Avenue Complete Streets Project Engineering Design Services, Burlingame, CA •• East Bidwell Complete Streets Corridor Plan, Folsom, CA •• Mission Avenue Streetscape – A Green/Complete Street, Oceanside, CA •• Community Visioning Implementation and Design (Complete Streets Preliminary Concept), Sonora, CA •• San Marcos Boulevard Complete Streets, San Marcos, CA •• Agoura Road Widening Project (Complete Streets), Agoura Hills, CA •• La Reina Court Alley Complete Streets Project (Green Street Design), Long Beach, CA •• RTC Washoe Complete Streets Master Plan, Reno, NV •• Swenson/Twain Complete Street Study, Las Vegas, NV

3 Case Studies Broward Complete Streets Guidelines Kimley-Horn prepared Complete Streets Guidelines for a complete streets partnership, including the Broward Regional Health Planning Council (BRHPC) and the Broward Metropolitan Planning Organization (MPO). Duties included ensuring that the guidelines were customized for local Broward jurisdictions and reflected local conditions, Florida State Statutes, and Florida design criteria. Complete Streets are designed at a human scale and make accommodations for people to travel comfortably via a wide variety of modes, including access to public transportation, on foot, by bicycle, or in a car. Particular themes that were incorporated into the guidelines included transportation equity, but also went beyond to include public health, sustainability, placemaking, safety, and age-in- place. The resulting guidelines present standards and design guidance for planners, engineers, and maintenance officials to achieve a vision of implementing complete streets principles, which aim to design streets for people of all ages and physical abilities and accommodate all travel modes. The Complete Streets Design Guidelines led to our technical comparative analysis of various multimodal level of service tools. We applied the multimodal level of service analysis to two Complete Streets demonstration projects and analyzed the resulting change in multimodal level of service.

TRTP330015.15O_South Miami Complete Streets.indd F–1 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Bicycle and Pedestrian Mobility Plan for the Miami Downtown Development Authority Area Kimley-Horn prepared the Downtown Miami Bicycle and Pedestrian Mobility Plan, which was a joint effort of the Miami-Dade Metropolitan Planning Organization (MPO) and the Miami Downtown Development Authority (DDA). Significant aspects of the Plan included the transportation mobility analysis, setting of goals and objectives, developing recommendations, and coordinating a 15-member Steering Committee. Recommendations were organized into 37 distinct projects, for which project-specific implementation tasks, lead agencies, support agencies, and cost ranges were identified. Projects were categorized into area-wide improvements; transit accessibility improvements; corridor- specific improvements; and non-engineering strategies such as education, encouragement, enforcement, and evaluation/monitoring. Projects focused on improving mobility and safety for pedestrians and bicyclists in the downtown area through strategies such as a modal priority zone, low-speed design principles, curb bulb-outs, new crosswalks, raised crosswalks at transit stations, pedestrian signalization improvements, expanded bicycle parking opportunities, and automated pedestrian detection at key intersections. At its conclusion, the Plan was endorsed by both the MPO Governing Board and the DDA Governing Board. Since completion of the Plan, implementing agencies have been using the Plan to seek grant funding and to ensure projects become part of local Capital Improvement Programs. The City has successfully received grant funding to implement two packages of Bicycle and Pedestrian Mobility Plan improvements.

Dallas Complete Streets Project, Dallas, TX Streets are a big part of the City’s public space and play an important role in the City’s livability. In the past, Dallas’ streets were primarily designed for cars. The 2006 forwardDallas! Plan recognized that in addition to moving vehicles around the City safely and efficiently, streets should also be designed for everyone: young and old, walkers and wheelchair users, motorists and bicyclists, bus and train riders. The Complete Streets project is intended to shift the City’s emphasis to building streets that are safer, more livable, and welcoming to everyone. The Complete Streets approach will allow for street design to suit the needs of the neighborhoods through which they pass. Rather than a one- size-fits-all approach, Complete Streets will be different for areas such as business districts, shopping districts, entertainment areas, and residential neighborhoods.

Kimley-Horn worked with the City of Dallas to prepare the Dallas Complete Streets Design Guidelines. Our approach included to seek involvement of Dallas citizens and to provide the technical design team to: •• Create a future Complete Streets Vision for the Dallas community •• Develop a comprehensive Complete Streets design manual with clear directions on how to create more livable and welcoming streets •• Demonstrate and test how these changes would work in real-life examples – on streets we all know and use

TRTP330015.15O_South Miami Complete Streets.indd F–2 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

G. Proposed Approach for Completing the Project Kimley-Horn is in the optimum position to be your consultant partner to develop the policy framework for Complete Streets implementation in the City of South Miami. •• We have the experience and expertise gained from developing Complete Streets policies and design manuals for numerous clients at the local, state, and national level. •• We have a thorough working knowledge and database of information necessary for defining the network and creating the grading system in the Data Collection task. •• We are in the best position to build upon the South Miami Intermodal Transportation Plan (SMITP) having prepared this innovative transportation funding plan approved by the City Commission in early 2015. •• We offer you a dedicated project manager whose practice is focused on Complete Streets and non-motorized transportation plans. •• We have partnered with Dover, Kohl & Partners, whose work includes a national and international portfolio of projects that create truly livable communities based on the principles of great street design.

Context The Kimley-Horn and Dover-Kohl team brings a clear understanding of the South Miami community. We partnered together on the South Miami Hometown Intermodal Transportation Plan, which identified a series of transportation improvements to accompany the Hometown Plan and Hometown District Overlay Ordinance. In addition, Kimley-Horn has prepared numerous transportation studies and street designs for the City through the years. Our core staff, who are dedicated to this project, thoroughly enjoys working with the City’s engaged stakeholders.

South Miami is a wonderful community for Complete Streets. At 2.5 square miles, almost every residence in the City is within reasonable biking distance of Downtown South Miami and the South Miami Metrorail Station. Many are within a 15-minute walking distance. The re-invigorated Sunset Drive “Main Street” of South Miami is one of the truly great streets in the region. A tradition of sustainability drives decision-making from tree planting initiatives to intermodal transportation plans to support for solar programs. A dedicated group of residents comprises the Green Task Force, which works in close coordination with the City Commission on sustainability and transportation matters.

The City recently completed the South Miami Intermodal Transportation Plan (SMITP). Implementation funds for priority projects were allocated during the recent budgeting cycle. The SMITP identifies a series of multimodal transportation capital improvements that provide a general framework for improving South Miami’s walkability and bikeability. The “Complete Streets Policy & Design Standards Manual” will build upon the SMITP by putting policies in place to ensure future developments and street projects adhere to Complete Streets principles.

Complete Streets In March 2010, the Secretary of the United States Department of Transportation (USDOT) announced the end of favoring motorized transportation at the expense of non-motorized transportation. To accomplish this objective, the USDOT directed state DOTs, MPOs, and local jurisdictions to among other things: •• treat walking and bicycling as equals with other transportation modes, •• go beyond minimum standards within a context sensitive solution, •• improve non-motorized facilities during maintenance projects, and •• collect data on non-motorized transportation.

TRTP330015.15O_South Miami Complete Streets.indd G–1 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Complete Streets are roadways planned, designed, and operated to enable safe, attractive, and comfortable access and travel for all users of the street, including pedestrians, bicyclists, public transportation vehicles and users, and motorists. Complete Streets considers users of all ages and abilities.

Complete Streets not only promote social equity for the transportation disadvantaged, they help promote alternative travel modes to choice travelers by providing facilities that allow these alternative modes to become viable to a wider population. Complete Streets offer proven mobility and safety benefits. Mobility Complete Streets add to the overall capacity of a street. Streets are not just places for cars; rather streets are places for people. Some of those people may choose to drive automobiles, some people may choose to walk, some may choose to ride a bicycle, and some may choose to ride a bus or trolley. Adding facilities for pedestrians, bicyclists, and public transportation users should be factored into the equation for capacity along a street, even if turn lanes or motor vehicle travel lanes have to be reduced to accomplish this. Safety Complete Streets add to the overall safety of a street. Several recent studies have shown that making accommodations for all users reduces crash rates for motor vehicles as well as non-motorized transportation users. Florida has consistently been identified as having the highest pedestrian and bicycle fatality rate per capita in the United States. The Complete Street Case Study, when implemented, will help to reduce that crash rate for these three corridors and will inspire other Complete Street improvements around Miami-Dade County. Multi-modalism Complete Streets allow us to harness the power of multi-modalism. Complete Streets provide the opportunity to increase the modal share of alternative transportation modes. Alternative travel modes have the potential for an extraordinary cumulative impact if the power of multi-modalism can be truly harnessed. Complete Streets provide facilities for people to access public transportation. Elevating the pedestrian and bicycle to prominence within the traveled way provides facilities for people to access public transportation to extend their trip beyond the typical range for walking and bicycling. Kimley-Horn served as planner and designer for one such success story in Alameda County, California. After Complete Street principles along with transit service enhancements were implemented on the San Pablo Avenue Corridor, the corridor experienced a 17 percent mode shift to public transportation as measured by on-board transit surveys (Source: “The San Pablo Rapid BRT Project Evaluation,” Federal Transit Administration, June 2006, FTA-FL-26-7022-2006.1.). Livability Complete Streets enhance the community’s livability and contribute to broad social equity goals. Not only do Complete Streets serve to increase mobility and safety for non-motorized transportation users, Complete Streets also have been shown to increase property values, contribute to the health and well-being of the citizenry, provide environmental benefits such as reduced emissions, and create a sense of place for the community.

TRTP330015.15O_South Miami Complete Streets.indd G–2 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Understanding of Objectives The Kimley-Horn and Dover-Kohl team possess a clear understanding of the project objectives established by the City. •• Develop a Complete Streets Design Standards Manual – the design standards manual will ensure that designers working in the City have the flexibility to implement Complete Streets improvements into all types of development and street projects. •• Create grading system for multimodal level of service – tailor a grading system for South Miami and collect the necessary background data to analyze the City’s streets per the grading system. •• Recommend Complete Streets policies and procedures to incorporate into the City’s Comprehensive Plan and Zoning Code – the policy recommendations are what will give “teeth” to the Complete Streets movement in South Miami. •• Make recommendations for specific improvements – utilize a multidisciplinary approach to integrate development requirements that focus on walking, traffic calming, bicycle mobility, and mass transit accessibility. •• Develop traditional and innovative funding solutions – help make the Complete Streets recommendations become a reality.

Task-Based Approach The Kimley-Horn and Dover-Kohl team’s approach is to utilize our relevant experience in designing Complete Streets, writing Complete Streets design guides and handbooks, and developing effective zoning codes to help the City realize the project objectives related to Complete Streets and Smart Growth. We will develop a coordinated plan that utilizes our experience of taking projects from concept to reality. In other words, we will plan with an eye on implementation.

Our approach builds on Kimley-Horn’s foundation as a multimodal policy, planning, design, and implementation leader, as well as many recent successful collaborations between Kimley-Horn, the City of South Miami, and other transportation stakeholders on Complete Streets and multimodal projects.

Kimley-Horn’s commitment to Complete Streets on the local and national level will serve the City and its stakeholders well on this project. Our key staff members assigned to this project are passionate advocates of Complete Streets who stay informed of the latest best practices and incorporate Complete Streets principles into projects as a matter of course. Our project manager, Stewart Robertson, P.E., served a similar role for writing the Broward Complete Streets Guidelines and developing a multimodal level of service tool for the Broward MPO. In addition, Kimley-Horn’s involvement at the national level in developing Complete Streets handbooks and participating in the National Complete Streets Coalition (now part of Smart Growth America) provide the City and its stakeholders with a team that is seasoned in planning and implementing Complete Streets.

For example, Kimley-Horn staff served as the primary authors for the Institute of Transportation Engineers (ITE) Recommended Practice called Designing Walkable Urban Thoroughfares: A Context Sensitive Approach. Kimley-Horn will make available a national panel of experts for this project that we can turn to when needed for guidance on key issues. Kimley-Horn is a Silver Partner in the National Complete Streets Coalition. In addition, Victor Dover brings a wealth of national and international experience to our team, and was co- author of the book Street Design: The Secret to Great Cities and Towns.

Kimley-Horn’s commitment to continuous quality improvement and ongoing communication play a critical role in successful project delivery. Our team will communicate with the City’s project manager and provide unsolicited updates to ensure the project stays on track, on time, and within budget. Continuous project improvement and communication allows for unforeseen project challenges to be handled in a very open and solution-oriented manner. In addition, Kimley-Horn takes pride in developing tools that the client can use for project

TRTP330015.15O_South Miami Complete Streets.indd G–3 Complete Streets Policy & Design Standards Manual RFQ PL2015-15 implementation and apply to future efforts as well. We will build upon our extensive Complete Streets planning experience to provide creative solutions for project deliverables and process education.

Four tasks have been identified for the successful completion of this project. Our approach to performing this study is to analyze and coordinate each of the tasks listed below with the quality of a final deliverable, which will lessen the time and effort required at the end of the Study to produce the final report. 1. Data Collection 2. Civic Engagement 3. Policies, Procedures, and Design Standards Manual 4. Analysis/Needs Assessment Task 1 – Data Collection Kimley-Horn will begin by conducting a best practices literature review to identify elements to incorporate into this project. The Kimley-Horn staff assigned to this project frequently review key elements of Complete Streets literature for our projects, which gives us a kind of “head start” on this task. In fact, Kimley-Horn was involved in the development of several key components of the Complete Streets literature.

•• Designing Walkable Urban Thoroughfares: A Context Sensitive Approach (an Institute of Transportation Engineers [ITE] Recommended Practice) •• Maricopa Association of Governments (Phoenix MPO) Complete Streets Guide •• Complete Streets Dallas (includes case studies) •• Broward Complete Streets Guidelines

Kimley-Horn’s experience will allow us to efficiently conduct the national, state, and local literature research and summarize the key points regarding best practices in the development of Complete Streets concepts. We will conduct the literature research with an eye on identifying unique and effective concepts and strategies that can be implemented not only in the case study projects but in future projects as well. We will also include the non-engineering aspects of Complete Streets, which focus on public health, sustainability, education, encouragement, climate change, and economic revitalization.

The Kimley-Horn team’s intimate familiarity with the South Miami Intermodal Transportation Plan (SMITP), Capital Improvement Plan (CIP), and the City’s Comprehensive Plan and Land Development Code will allow us to review and evaluate the background data/ information from these sources as well. Our team will identify specific strategies for adopting Complete Streets into the City’s codes and regulations during this task.

Kimley-Horn proposes to develop a grading system to evaluate the City’s primary street network for each mode of transportation (pedestrian, bicycle, transit, and automobile). The first step is to define the primary street network that will be included within this analysis. It should include, at a minimum, the streets identified in the SMITP for pedestrian and bicycle improvements, such as neighborhood greenways, shared use paths, and designated bike lanes.

The next step is to create the grading system. Kimley-Horn suggests basing the Data Gathering task on the information necessary to calculate Multimodal Level of Service (MMLOS) as outlined in the Highway Capacity Manual (HCM) and the National Cooperative Highway Research Program (NCHRP) Report 616: Multimodal Level of Service Analysis for Urban Streets. The MMLOS Complete Streets method was developed through NCHRP research and essentially provides a Quality of Service (QOS) evaluation for all users.

•• Bicycle Rider Perspective •• Includes the width of the outside lane, presence of a dedicated bicycle facility, volume of motor vehicle traffic, percent heavy vehicles in the outside lane, and number of Multimodal LOS crossings at uncontrolled intersections

TRTP330015.15O_South Miami Complete Streets.indd G–4 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

•• Pedestrian Perspective •• Includes items such as physical separation from moving traffic and width of pedestrian facility •• Transit Rider Perspective •• Includes headways, on-time reliability, speed, bus stop infrastructure, and others •• Auto Driver Perspective •• Measures of effectiveness (MOEs) include number of stops and speed •• Considers intersection analysis, unprotected left turns, and other traffic data

The MMLOS Complete Streets Method provides a level of service grade for each mode of traffic by direction in the peak hour and serves as a way to evaluate the quality of service experience by all modes, not just auto drivers.

Kimley-Horn is familiar with and adept at collecting data for transportation studies in South Miami. We will utilize our geographic information systems (GIS) database and mapping capabilities to efficiently collect the necessary information needed, and already have much of it from our work on the SMITP. Task 2 – Civic Engagement The Kimley-Horn team holds civic engagement paramount in the Complete Streets process. We will build upon the successful civic engagement process that we conducted for the SMITP by adding the resources of the Dover-Kohl for this project.

During the SMITP, Kimley-Horn conducted a public engagement and outreach task that included an 8-hour charrette that afforded an opportunity for members of the public to come in and work directly with the design team. A formal presentation was provided to the public at the end of the eight hours to present the results. Our public engagement process also included a public meeting on bicycles, where members of the Kimley-Horn team engaged in dialogue with members of the public at key sites around the City. Our team also were shown intersections and corridors around the City by members of the public to show which areas they wanted us to analyze and develop solutions for during the project. In addition to these public meetings, we also incorporated online surveys, inter-agency advisory meetings, and Green Task Force presentations into the SMITP.

Dover-Kohl’s approach to civic engagement includes numerous techniques for consensus building and helping communities establish implementable plans that guide future growth and decision-making. Our team will bring a hands-on, visual approach that merges design studio, policy-making, and town meetings.

Our team will conduct at least one public charrette workshop to include input from stakeholders. In addition, we will include presentations to the Green Task Force and City Commission to gather input, and an online forum for residents and businesses to provide input to the process. Task 3 – Policies, Procedures, and Design Standards Manual In many ways, Task 3 is the heart of the project. Within Task 3, the Complete Streets Design Standards Manual will be prepared, policy recommendations will be made to tailor the Comprehensive Plan and Land Development Code to embrace Complete Streets principles, and funding mechanisms will be identified.

A. South Miami Complete Streets Design Standards Manual Kimley-Horn’s approach to developing the Design Standards Manual is to write the Manual in such a way that clearly explains how solid engineering analysis and principles support the development of Complete Streets principles, but also to provide the engineering justification for Complete Streets elements that go beyond traditional roadway engineering manuals. This justification is important

TRTP330015.15O_South Miami Complete Streets.indd G–5 Complete Streets Policy & Design Standards Manual RFQ PL2015-15 so engineers and designers will understand why certain design guidelines may be different with a Complete Streets approach than within a traditional highway approach.

Our team proposes to develop an initial set of guiding principles in conjunction with staff and stakeholders at the beginning of the Manual development. Examples of principles that could be developed are listed below and would be tailored specifically to match the City’s intended outcomes. 1. Improve mobility and safety for the most vulnerable roadway users. 2. Balance the use of the public right-of-way between all users. 3. Provide clear, consistent, and context-sensitive policy guidance for ongoing planning, design, engineering, development, and operational review. 4. Begin a paradigm shift in roadway capacity analysis from vehicular capacity to person capacity, as well as, a shift to the use of target speed versus design speed when designing a road. 5. Encourage the use of the most up-to-date designs and design standards, as well as creative design through sound engineering judgment.

The guidelines document revision process will include, but is not limited to, a comparative review of the current roadway design standards and classifications, context sensitive street typologies, and Complete Streets elements found within a range of innovative documents included but not limited to: •• The Institute of Transportation Engineers (ITE) design manual “Designing Walkable Urban Thoroughfares: A Context Sensitive Approach” •• Victor Dover and John Massengale “Street Design: The Secret to Great Cities and Towns” •• National Association of City Transportation Officials (NACTO)Urban Street Design Guide •• National Association of City Transportation Officials (NACTO)Urban Bikeway Design Guide •• Los Angeles County Health Department’s “Model Design Manual for Living Streets” •• FDOT’s Plans Preparation Manual (PPM) and Florida Green Book, Transportation Design for Livable Communities (TDLC)

It is anticipated that the Complete Streets Design Guidelines will include the following chapters, presented herein as a guide to the potential outline of the document. •• Introduction •• Intersection Design •• Complete Streets Policy •• Pedestrian Facilities •• South Miami Context •• Bicyclist Facilities •• Design Controls •• Transit Accommodations •• Street Networks and Street Types •• Traffic Calming, Placemaking, and Other Supportive •• Street Design Techniques

Kimley-Horn will collect ample local photography of street scenes within the City of South Miami for the purpose of populating the South Miami Complete Streets Design Standards Manual with local imagery. Examples of local photographs that will be collected and obtained for use in the document include images of local street types, bicycle facilities, downtown street scenes, etc. Kimley-Horn will engage City staff in a discussion of the document formatting to align the document appearance with City staff vision for the document.

In addition, we will utilize visualization techniques to include visual imagery of ideal Complete Streets elements to include in the South Miami Complete Streets Design Standards Manual.

TRTP330015.15O_South Miami Complete Streets.indd G–6 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

B. Policy Recommendations The Kimley-Horn team, working in conjunction with Dover-Kohl, will prepare a written draft of the Complete Streets Policy. An ideal Complete Streets Policy includes several key elements as listed below. •• Includes a vision for how and why the City wants to establish a Complete Streets policy. •• Defines the term “all users” as associated with Complete Streets. •• Applies to both new projects and resurfacing projects, including design, planning, maintenance, and operations. •• Establishes specific exceptions and sets a clear procedure that requires high-level approval of exceptions. •• Encourages street connectivity. •• Directs the use of specific design criteria and guidelines while recognizing the need for flexibility within design for balancing user needs. •• Links specific Complete Streets solutions to complement the context of the community. •• Establishes performance standards with measurable outcomes.

Our team will develop recommended changes to the City’s Code of Ordinances, Land Development Code, and Comprehensive Plan in order to be able to implement the Policy. The purpose is so that government and private projects are required to comply with the principles of the Complete Streets Policy utilizing techniques from the Complete Streets Design Standards Manual.

C. Funding The Kimley-Horn team will identify innovative and traditional funding mechanisms for both Capital Improvement Plan (CIP) projects and enforcement mechanisms for private development. Our experience preparing development entitlements work will assist us in developing these recommendations.

Our approach is to provide a list of potential funding opportunities for designing and implementing Complete Streets improvements. Grants are available that range from small scale “pop-up” type projects through groups, such as People for Bikes and Rails-to-Trails Conservancy, to large capital grants, such as County Block Grant and Transportation Alternatives. In addition, it is likely that many Complete Street type improvements can be incorporated into routine maintenance and street resurfacing projects, such as the Red Road bike lanes between SW 64th Street and SW 8th Street. Task 4 – Analysis/Needs Assessment The Kimley-Horn team will identify key design and operational issues that need to be assessed to provide safe access for all users. This task is an implementation plan that will focus on origins/destinations, gaps/barriers, connectivity, and safety. Specific recommendations will build upon the recommendations made in the South Miami Intermodal Transportation Plan (SMITP).

Implementation steps and guidelines will be developed. It is likely that the Complete Streets improvements will be implemented as a series of individual public and private projects rather than all at once. Therefore, a standard design will be critical to facilitate continuity and consistency among multiple projects. A standard process will be recommended for the review and approval of project proposals.

As part of the implementation plan, we will research proposed roadway and land development projects to identify potential public/private partnership opportunities to implement components of Complete Streets in conjunction with other projects.

TRTP330015.15O_South Miami Complete Streets.indd G–7 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

H. Required Proposal Forms

•• Proposal Submittal Checklist Form •• Invitation for Proposal and Instructions to Respondents •• Exhibit 2 – Indemnification and Insurance •• Exhibit 4 – Signed Contract Documents •• Respondents Qualification Statement •• List of Proposed Subcontractors •• Non-Collusion Affidavit •• Public Entity Crimes and Conflicts of Interest •• Drug Free Workplace •• Acknowledgement of Conformance with OSHA Standards •• Affidavit Concerning Federal & State Vendor Listings •• Related Party Transaction Verification Form •• Presentation Team Declaration/Affidavit of Representation •• Addenda •• Certificate of Insurance •• Professional Licenses

H–1 UZ350028.14 PROPOSAL SUBMITTAL CHECKLIST FORM “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this RFQ. The response shall include the following items:

Attachments and Other Documents described below Check to be Completed Completed. IF MARKED WITH AN “X”:

Supplemental Instructions and Proposal Format for Respondents, X EXHIBIT 1, Attachment B

X Indemnification and Insurance Documents EXHIBIT 2

Signed Contract Documents, Professional Services Agreement, X EXHIBIT 4

X Respondents Qualification Statement

X List of Proposed Subcontractors and Principal Suppliers

X Non-Collusion Affidavit

X Public Entity Crimes and Conflicts of Interest

X Drug Free Workplace

X Acknowledgement of Conformance with OSHA Standards

X Affidavit Concerning Federal & State Vendor Listings

X Related Party Transaction Verification Form

X Presentation Team Declaration/Affidavit of Representation

Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents.

END OF SECTION

Page 11 of 51 Thomas F. Pepe 02-23-15

CITY OF SOUTH MIAMI Complete Streets Policy & Design Standards Manual (Pedestrian Safety & Mobility Infrastructure Improvements Plan) RFQ #PL2015-15 Submittal Due Date: August 7, 2015 at 10 AM Solicitation Cover Letter The City of South Miami, Florida (hereinafter referred to as “CSM”) through its chief executive officer (City Manager) hereby solicits sealed proposals responses to the City’s request (hereinafter referred to as “Request for Qualifications” or “RFQ”). All references in this Solicitation (also referred to as an “Invitation for Proposals” or “Invitation to Bid”) to “City” shall be a reference to the City Manager, or the manager’s designee, for the City of South Miami unless otherwise specifically defined. The City is hereby requesting sealed proposals in response to this RFQ #PL2015-15 titled “Complete Streets Policy & Design Standards Manual.” The purpose of this RFQ is to contract for the services necessary for the completion of the project in accordance with the Scope of Services, Exhibit 1, (Attachment A and Attachment B), described in this RFQ (hereinafter referred to as “the Project” or “Project”)

Interested persons who wish to respond to this RFQ can obtain the complete RFQ package at the City Clerk’s office Monday through Friday from 9:00 A.M. to 4:00 P.M. or by accessing the following webpage: http://www.southmiamifl.gov/ which is the City of South Miami’s web address for solicitation information. Proposals are subject to the Standard Terms and Conditions contained in the complete RFQ Package, including all documents listed in the RFQ.

The Proposal Package shall consist of one (1) original unbound proposal, five (5) additional copies and one (1) digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. The entire Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15 and the name of the Respondent (person or entity responding to the RFQ). Special envelopes such as those provided by UPS or Federal Express will not be opened unless they contain the required Envelope Information on the front or back of the envelope. Sealed Proposals must be received by Office of the City Clerk, either by mail or hand delivery, no later than 10 A.M. local time on August 7, 2015. Hand delivery must be made during normal business days and hours of the office of City Clerk. A public opening will take place at 10 A.M. on the same date in the City Commission Chambers located at City Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after 10 A.M. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the person submitting the proposal and in favor of the Clerk’s receipt stamp.

A Non-Mandatory Pre-Proposal Meeting will be conducted at City Hall in the Commission Chambers located at 6130 Sunset Drive, South Miami, Fl 33143 on July 28, 2015 at 10:00 A.M. The meeting shall be held regardless of weather conditions. Proposals are subject to the terms, conditions and provisions of this letter as well as to those provisions, terms, conditions, affidavits and documents contained in this RFQ Package. The City reserves the right to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all proposals, and the right of the City to waive any irregularity in the Proposals or RFQ procedure and subject also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price or, if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent.

Maria M. Menendez, CMC, City of South Miami Page 1 of 51 Thomas F. Pepe 02-23-15

SCOPE OF SERVICES and SCHEDULE OF VALUES

“Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT 1, (Attachment A and Attachment B).

END OF SECTION

Page 2 of 51 Thomas F. Pepe 02-23-15

SCHEDULE OF EVENTS

“Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

Time* No Event Date* (EST)

1 Advertisement/ Distribution of Solicitation & Cone of Silence begins 7/9/2015 10:00 AM

2 Non Mandatory Pre-RFQ Meeting 7/28/2015 10:00 AM

3 Deadline to Submit Questions 7/31/2015 10:00 AM

4 Deadline to City Responses to Questions 8/4//2015 10:00 AM

5 Deadline to Submit RFQ-Response 8/7/2015 10:00 AM

6 Projected Announcement of selected Contractor/Cone of Silence ends 8/18/2015 7:00 PM

END OF SECTION

Page 3 of 51 Thomas F. Pepe 02-23-15

INSTRUCTIONS for RESPONDENT

“Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE “PROPOSAL” THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE RFQ FORM.

1. Purpose of RFQ. The City of South Miami is requesting proposals for the lowest and most responsive price for the Project. The City reserves the right to award the contract to the Respondent whose proposal is found to be in the best interests of the City. 2. Qualification of Proposing Firm. Response submittals to this RFQ will be considered from firms normally engaged in providing the services requested. The proposing firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this RFQ where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 3. Deviations from Specifications. The awarded firm shall clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the requirements of this RFQ. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 4. Designated Contact. The awarded firm shall appoint a person to act as a primary contact with the City of South Miami. This person or back-up shall be readily available during normal work hours by phone, email, or in person, and shall be knowledgeable of the terms of the contract. 5. Precedence of Conditions. The proposing firm, by virtue of submitting a response, agrees that City’s General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with the response, either appearing separately as an attachment or included within the Proposal. The Contract Documents have been listed below in order of precedence, with the one having the most precedence being at the top of the list and the remaining documents in descending order of precedence. This order of precedence shall apply, unless clearly contrary to the specific terms of the Contract or General Conditions to the Contract: a) Attachment/Exhibits to Supplementary Conditions b) Supplementary Conditions to Contract, if any c) Addenda to RFQ d) Attachments/Exhibits to RFQ e) RFQ f) Attachment/Exhibits to Contract g) Contract h) General Conditions to Contract, if any i) Respondent’s Proposal 6. Response Withdrawal. After Proposals are opened, corrections or modifications to Proposals are not permitted, but the City may allow the proposing firm to withdraw an erroneous Proposal prior to the confirmation of the proposal award by City Commission, if all of the following is established: a) The proposing firm acted in good faith in submitting the response; b) The error was not the result of gross negligence or willful inattention on the part of the firm; c) The error was discovered and communicated to the City within twenty-four (24) hours (not including Saturday, Sunday or a legal holiday) of opening the proposals received, along with a request for permission to withdraw the firm’s Proposal; and d) The firm submits an explanation in writing, signed under penalty of perjury, stating how the error was made and delivers adequate documentation to the City to support the explanation and to show that the error was not the result of gross negligence or willful inattention nor made in bad faith.

Page 4 of 51 Thomas F. Pepe 02-23-15

7. The terms, provisions, conditions and definitions contained in the Solicitation Cover Letter shall apply to these instructions to Respondents and they are hereby adopted and made a part hereof by reference. If there is a conflict between the Cover Letter and these instructions, or any other provision of this RFQ, the Cover Letter shall govern and take precedence over the conflicting provision(s) in the RFQ. 8. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by 10 AM, July 31, 2015 to the attention of Steven P. Kulick at [email protected] or via facsimile at (305) 663-6346. 9. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to such questions, shall be issued by a written addendum to the RFQ Package (also known as “RFQ Specifications” or “RFQ”) by U.S. mail, e-mail or other delivery method convenient to the City and the City will notify all prospective firms via the City’s website. 10. Verbal interpretations or clarifications shall be without legal effect. No plea by a Respondent of ignorance or the need for additional information shall exempt a Respondent from submitting the Proposal on the required date and time as set forth in the public notice. 11. Cone of Silence: You are hereby advised that this Request for Proposals is subject to the “Cone of Silence,” in accordance with Miami-Dade County Ordinance Nos. 98106 and 99-1. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City’s professional staff, including the City Manager and his staff. All written communication must comply with the requirements of the Cone of Silence. The Cone of Silence does not apply to verbal communications at pre- proposal conferences, verbal presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly notice public meeting, contract negotiations with the staff following the City Manager’s written recommendation for the award of the contract, or communications in writing at any time with any City employee, official or member of the City Commission unless specifically prohibited. A copy of all written communications must be contemporaneously filed with the City Manager and City Clerk. In addition, you are required to comply with the City Manager’s Administrative Order AO 1-15. If a copy is not attached, please request a copy from the City’s Procurement Division. WITH REGARD TO THE COUNTY'S CONE OF SILENCE EXCEPTION FOR WRITTEN COMMUNICATION, PLEASE BE ADVISED THAT, NOTWITHSTANDING THE MIAMI- DADE COUNTY EXCEPTION FOR WRITTEN COMMUNICATION THE COUNTY’S RULES PROHIBITING VERBAL COMMUNICATION DURING AN ESTABLISHED CONE OF SILENCE SHALL, WITH REGARD TO THIS SOLICITATION, ALSO APPLY TO ALL WRITTEN COMMUNICATION UNLESS PROVIDED OTHERWISE BELOW. THEREFORE, WHERE THE CITY OF SOUTH MAIMI CONE OF SILENCE PROHIBITS COMMUNICATION, SUCH PROHIBITION SHALL APPLY TO BOTH VERBAL AND WRITTEN COMMUNICATION. Notwithstanding the foregoing, the Cone of Silence shall not apply to… (1) Duly noticed site visits to determine the competency of bidders regarding a particular bid during the time period between the opening of bids and the time that the City Manager makes his or her written recommendation; (2) Any emergency procurement of goods or services pursuant to the Miami-Dade County Administrative Order 3-2; (3) Communications regarding a particular solicitation between any person and the procurement agent or contracting officer responsible for administering the procurement process for such solicitation, provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document; and (4) Communications regarding a particular solicitation between the procurement agent or contracting officer, or their designated secretarial/ clerical staff responsible for administering the procurement process for such solicitation and a member of the selection committee therefore, provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document.”

12. Violation of these provisions by any particular Respondent or proposer shall render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event, said Respondent or proposer shall not be considered for any Solicitation including but not limited to

Page 5 of 51 Thomas F. Pepe 02-23-15

one that requests any of the following a proposal, qualifications, a letter of interest or a bid concerning any contract for the provision of goods or services for a period of one year. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 13. Lobbying. All firms and their agents who intend to submit, or who submitted, bids or responses for this RFQ, are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioner or any employee of the City of South Miami are to be lobbied either individually or collectively concerning this RFQ. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 14. Reservation of Right. The City anticipates awarding one contract for services as a result of this RFQ and the successful firm will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the right, in its sole discretion, to do any of the following: a) to reject any and all submitted Responses and to further define or limit the scope of the award. b) to waive minor irregularities in the responses or in the procedure required by the RFQ documents. c) to request additional information from firms as deemed necessary. d) to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed in all respects. e) to negotiate modifications to the Proposal that it deems acceptable. f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed to negotiate with the Respondent who made the next best Proposal. The City reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to the City. g) To modify the Contract Documents. The terms of the Contract Documents are general and not necessarily specific to the Solicitation. It is therefore anticipated that the City may modify these documents to fit the specific project or work in question and the Respondent, by making a Proposal, agrees to such modifications and to be bound by such modified documents. h) to cancel, in whole or part, any invitation for Proposals when it is in the best interest of the City. i) to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City. j) to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price. k) if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent.

15. Contingent Fees Prohibited. The proposing firm, by submitting a proposal, warrants that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 16. Public Entity Crimes. A person or affiliate of the Respondent who has been placed on the convicted vendor list pursuant to Chapter 287 following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services, or a contract for construction or repair of a public building, may not submit proposals on leases of real property to or with the City of South Miami, may not be awarded a contract to perform work as a contractor, sub-contractor, supplier, sub-consultant, or consultant under a contract with the City of South Miami, and may not transact business with the City of South Miami for a period of 36 months from the date of being placed on the convicted vendor list. 17. Respondents shall use the Proposal Form(s) furnished by the City. All erasures and corrections must have the initials of the Respondent’s authorized representative in blue ink at the location of each and every erasure and correction. Proposals shall be signed using blue ink; all quotations shall be typewritten, or printed with blue ink. All spaces shall be filled in with the requested information or the phrase “not applicable” or “NA”. The proposal shall be delivered on or before the date and time, and at the place and in such manner as set forth in the Solicitation Cover Letter. Failure to do so may cause the Proposal to be rejected. Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent shall deliver to the City, as part of its Proposal, the following documents: a) The Invitation for Proposal and Instructions to Respondents.

Page 6 of 51 Thomas F. Pepe 02-23-15

b) A copy of all issued addenda. c) The completed Proposal Form fully executed. d) Proposal/Bid Bond, (Bond or cashier’s check), if required, attached to the Proposal Form. e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent f) Certificate of Insurance and/or Letter of Insurability. 18. Goods: If goods are to be provided pursuant to this RFQ the following applies: a) Brand Names: If a brand name, make, manufacturer’s trade name, or vendor catalog number is mentioned in this Solicitation, whether or not followed by the words “approved equal”, it is for the purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal to the goods described in this Solicitation with appropriate identification, samples and/or specifications for such item(s). The City shall be the sole judge concerning the merits of items proposed as equals. b) Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. c) Mistake: In the event that unit prices are part of the Proposal and if there is a discrepancy between the unit price(s) and the extended price(s), the unit price(s) shall prevail and the extended price(s) shall be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so shall be at the Respondent’s risk, and errors shall not release the Respondent from his/her or its responsibility as noted herein. d) Samples: Samples of items, when required, must be furnished by the Respondent free of charge to the City. Each individual sample must be labeled with the Respondent’s name and manufacturer’s brand name and delivered by it within ten (10) calendar days of the Proposal opening unless schedule indicates a different time. If samples are requested subsequent to the Proposal opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples. e) Respondent warrants by signature on the Proposal Form that prices quoted therein are in conformity with the latest Federal Price Guidelines. f) Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Proposal prior to their delivery, it shall be the responsibility of the successful Respondent to notify the City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City with thirty (30) days advanced notice. g) Respondent warrants that the prices, terms and conditions quoted in the Proposal shall be firm for a period of one hundred eighty (180) calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Solicitation shall be cause for rejection, as determined by the City. h) Safety Standards: The Respondent warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. 19. Liability, Licenses & Permits: The successful Respondent shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, and inspections required by this RFQ and as required by law. The Respondent shall be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any person acting for or through the Respondent. Respondents shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes, the Florida Building Code, Miami-Dade County Code or City of South Miami Code. These documents shall be furnished to the City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these documents shall be grounds for rejecting the Proposal and forfeiture of the Proposal/Bid Bond, if required for this Project. 20. Respondent shall comply with the City’s insurance requirements as set forth in the attached EXHIBIT 2, prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award

Page 7 of 51 Thomas F. Pepe 02-23-15

of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply with the City’s bonding, if required for this project, and insurance requirements as set forth herein shall authorize the City to implement a rescission of the Proposal Award or rescission of the recommendation for award of contract without further City action. The Respondent, by submitting a Proposal, thereby agrees to hold the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 21. Copyrights and/or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 22. Execution of Contract: A response to this RFQ shall not be responsive unless the Respondent signs the form of contract that is a part of the RFQ package. The Respondent to this RFQ acknowledges that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the terms of the general conditions to the contract, both of which are part of this RFQ package and agrees that Respondent’s signature on the Bid Form and/or the form of contract that is a part of the RFQ package and/or response to this RFQ, grants to the City the authority, on the Respondent’s behalf, to inserted, into any blank spaces in the contract documents, information obtained from the proposal and, at the City’s sole and absolute discretion, the City may treat the Respondent’s signature on any of those documents, for all purposes, including the enforcement of all of the terms and conditions of the contract, as the Respondent’s signature on the contract, after the appropriate information has been inserted. 23. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilities of any or all Respondents to determine its capability to meet the requirements of the Contract. In addition, the price, responsibility and responsiveness of the Respondent, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and/or with other units of state, and/or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract. 24. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Proposal as determined by the City. 25. Public Entity Crimes: A person or affiliate who was placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a response on a contract to provide any services to a public entity, may not submit RFQ on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for a period of 36 months from the date of being placed on the Convicted Vendors List. 26. Contingent Fees Prohibited: The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 27. Hold Harmless: All Respondents shall hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a contract, as applicable, unless the claim is based solely on allegations of fraud and/or collusion. The submission of a proposal shall act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project, shall not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this RFQ process or until a judgment is entered in the Respondent’s favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party shall recover its attorney’s fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Proposal/Bid Bond, if required for this project, shall be applied to the payment of those costs and any balance shall be paid by the Respondent. 28. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications, requirements, and terms as determined by the City, shall be just cause for cancellation of the Award or termination of the contract. 29. Bonding Requirements: The Respondent, when submitting the Proposal, shall include a Proposal/Bid Bond, if required for this project, in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid Bond Form included herein. A company or personal check shall not be deemed a valid Proposal Security.

Page 8 of 51 Thomas F. Pepe 02-23-15

30. Performance and Payment Bond: The City of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond, each in the amount of 100% of the total Proposal Price, including Alternates if any, naming the City of South Miami, and the entity that may be providing a source of funding for the Work, as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and/or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. 30.1. Each Performance Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the Work covered in the Contract Documents. 30.2. Each Performance Bond shall continue in effect for five year after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. 30.3. Each Payment bond shall guarantee the full payment of all suppliers, material man, laborers, or subcontractor employed pursuant to this Project. 30.4. Each Bond shall be with a Surety company whose qualifications meet the requirements of insurance companies as set forth in the insurance requirements of this solicitation. 30.5. Pursuant to the requirements of Section 255.05, Florida Statutes, Respondent shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide CITY with evidence of such recording. 30.6. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 31. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a proposal, agrees to the terms contained in the form of contract that is part of this RFQ package, the successful Respondent, within ten (10) calendar days of Notice of Award by the City, shall deliver, to the City, the executed Contract and other Contract Documents that provide for the Respondent’s signature, and deliver to the City the required insurance documentation as well as a Performance and Payment Bond if these bonds are required. The Respondent who has the Contract awarded to it and who fails to execute the Contract and furnish the required Bonds and Insurance Documents within the specified time shall, at the City’s option, forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security shall be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is a fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract Documents or fails to furnish the required Bonds and Insurance documentation. If the City does not accept the Proposal/Bid Bond, the City may proceed to sue for breach of contract if the Respondent fails to perform in accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier’s check drawn on a local bank in good standing shall be subject to the same requirements as a Proposal/Bid Bond. 32. Pre-proposal Conference Site Visits: If a Mandatory Pre-proposal conference is scheduled for this project, all Respondents shall attend the conference and tour all areas referenced in the Solicitation Documents. It shall be grounds for rejecting a Proposal from a Respondent who did not attend the mandatory pre-proposal conference. No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, as a result of failure to make the necessary examinations or investigations, or failure to complete any part of the RFQ Package, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the Respondent. The Respondent, following receipt of a survey of the property, if applicable, is bound by knowledge that can be seen or surmised from the survey and will not be entitled to any change order due to any such condition. If the survey is provided before the proposal is submitted, the contract price shall include the Work necessitated by those conditions. If the survey is provided subsequent to the submission of the proposal, the Respondent shall have five calendar days to notify the City of any additional costs required by such conditions and the City shall have the right to reject the proposal and award the contract to the second most responsive, responsible bidder with the lowest price or to reject all bids. 33. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. No change orders shall be allowed for delays caused by the City, other than for extensions of time to complete the Work.

Page 9 of 51 Thomas F. Pepe 02-23-15

34. Submittal Requirements: All Proposals shall comply with the requirements set forth herein and shall be in accordance with EXHIBIT 1, Attachment A, “Scope of Services” and Attachment B, “Supplemental Instructions and Proposal Format for Respondents” which is a part of this RFQ Package. 35. Cancellation of Bid Solicitation: The City reserves the right to cancel, in whole or part, any request for proposal when it is in the best interest of the City. 36. Respondent shall not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the performance of its contract, if one is awarded, based on race, color, religion, national origin, sex, age, sexual orientation, disability, or familial status. 37. All respondents, at the time of bid opening, must have fulfilled all prior obligations and commitments to the City in order to have their bid considered, including all financial obligations. Prior to the acceptance of any bid proposal or quotation, the City's Finance Department shall certify that there are no outstanding fines, monies, fees, taxes, liens or other charges owed to the City by the Respondent, any of the Respondent’s principal, partners, members or stockholders (collectively referred to as “Respondent Debtors”). A bid, proposal or quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid in full. No bidder who is in default of any prior contract with the City may have their bid considered until the default is cured to the satisfaction of the City Manager. 38. Bid Protest Procedure. See attached EXHIBIT 5 39. Evaluation Criteria: If this project is to be evaluated by an Evaluation Committee, the evaluation criteria is attached as EXHIBIT 3.

END OF SECTION

Page 10 of 51 Thomas F. Pepe 02-23-15

PROPOSAL SUBMITTAL CHECKLIST FORM “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this RFQ. The response shall include the following items:

Attachments and Other Documents described below Check to be Completed Completed. IF MARKED WITH AN “X”:

Supplemental Instructions and Proposal Format for Respondents, X EXHIBIT 1, Attachment B

X Indemnification and Insurance Documents EXHIBIT 2

Signed Contract Documents, Professional Services Agreement, X EXHIBIT 4

X Respondents Qualification Statement

X List of Proposed Subcontractors and Principal Suppliers

X Non-Collusion Affidavit

X Public Entity Crimes and Conflicts of Interest

X Drug Free Workplace

X Acknowledgement of Conformance with OSHA Standards

X Affidavit Concerning Federal & State Vendor Listings

X Related Party Transaction Verification Form

X Presentation Team Declaration/Affidavit of Representation

Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents.

END OF SECTION

Page 11 of 51 Thomas F. Pepe 02-23-15

RESPONDENT QUALIFICATION STATEMENT “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

The response to this questionnaire shall be utilized as part of the CITY’S overall Proposal Evaluation and RESPONDENT selection. 1. Number of similar Impact Study engagements completed,

a) In the past 5 years

b) In the past 10 years

2. List the last three (3) completed Impact Study engagements.

a) Complete Streets Policy Engagement:

Entity Name:

Entity Address:

Entity Telephone:

b) Complete Streets Policy Engagement:

Entity Name:

Entity Address:

Entity Telephone:

c) Complete Streets Policy Engagement:

Entity Name:

Entity Address:

Entity Telephone: Page 12 of 51 Thomas F. Pepe 02-23-15

3. Current workload

Project Name Owner Name Telephone Number Contract Price

4. The following information shall be attached to the proposal. a) RESPONDENT’s home office organization chart. b) RESPONDENT’s proposed project organizational chart. c) Resumes of proposed key project personnel, including on-site Superintendent.

5. List and describe any:

a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations,

b) Any arbitration or civil or criminal proceedings, or

Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years

6. Government References:

List other Government Agencies or Quasi-government Agencies for which you have done business within the past five (5) years. Name of Agency: Address:

Telephone No.: Contact Person: Page 13 of 51 Thomas F. Pepe 02-23-15

Type of Project:

Name of Agency:

Address:

Telephone No.:

Contact Person:

Type of Project:

Name of Agency:

Address:

Telephone No.:

Contact Person:

Type of Project:

Page 14 of 51 Thomas F. Pepe 02-23-15

LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this RFQ to be used on this project if they are awarded the Contract. Classification of Work Subcontractor Name Address Telephone, Fax & Email

Planning/Forecasting

Transportation Studies/Policy Development

General Research

Other:

This list shall be provided to the City of South Miami by the apparent lowest responsive and responsible Bidder within five (5) business days after Bid Opening.

END OF SECTION

Page 15 of 51 Thomas F. Pepe 02-23-15

NON COLLUSION AFFIDAVIT

STATE OF FLORIDA ) ) COUNTY OF MIAMI-DADE )

______being first duly sworn, deposes and states that:

(1) He/She/They is/are the ______(Owner, Partner, Officer, Representative or Agent) of

______the Respondent that has submitted the attached Proposal;

(2) He/She/They is/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other of its agents, representatives, owners, employees or parties of interest, including this affiant.

Signed, sealed and delivered in the presence of:

______By: ______Witness Signature

______Witness Print Name and Title

______Date

ACKNOWLEDGEMENT

STATE OF FLORIDA ) ) COUNTY OF MIAMI-DADE )

Page 16 of 51 Thomas F. Pepe 02-23-15

On this the ______day of ______, 20_____, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary)______and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it.

WITNESS my hand and official seal. ______Notary Public, State of Florida NOTARY PUBLIC: SEAL OF OFFICE: ______(Name of Notary Public: Print, Stamp or type as commissioned.)

____ Personally known to me, or

____ Personal identification:

______Type of Identification Produced

____ Did take an oath, or

____ Did Not take an oath.

Page 17 of 51 Thomas F. Pepe 02-23-15

PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST

Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes – “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 or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids or proposals on leases or real property to a public entity, may not be awarded to perform Work as a RESPONDENT, Sub-contractor, supplier, Sub-consultant, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list”.

The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies.

SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted to ______[print name of the public entity]

by ______[print individual’s name and title] for______[print name of entity submitting sworn statement]

whose business address is

and (if applicable) its Federal Employer Identification Number (FEIN) is ______(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ______.)

2. I understand that a “public entity crime” as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.

3. I understand that “convicted” or “conviction” as defined in Paragraph 287.133 (1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere.

4. I understand that an “affiliate” as defined in Paragraph 287.133 (1) (a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or

Page 18 of 51 Thomas F. Pepe 02-23-15

(b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.

5. I understand that a “person” as defined in Paragraph 287.133 (1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity.

6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.]

_____ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

_____ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

_____ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.]

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.

______[Signature] Sworn to and subscribed before me this ______day of ______, 20____.

Personally known ______

OR Produced identification ______Notary Public – State of ______

______My commission expires ______(Type of identification) (Printed, typed or stamped commissioned Form PUR 7068 (Rev.06/11/92) name of notary public) Page 19 of 51 Thomas F. Pepe 02-23-15

DRUG FREE WORKPLACE

Whenever two or more Bids or Proposals which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or Proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business’ policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) business days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

RESPONDENT’s Signature: ______

Print Name: ______

Date: ______

Page 20 of 51 Thomas F. Pepe 02-23-15

ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS

TO THE CITY OF SOUTH MIAMI

We, ______, (Name of CONSULTANT), hereby acknowledge and agree that as CONSULTANT for the “Complete Streets Policy & Designs Standards Manual” project as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and N/A (Consultant) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (Sub-contractor’s names):

______to comply with such act or regulation.

CONSULTANT ______Witness

BY: ______Name

______Title

Page 21 of 51 Thomas F. Pepe 02-23-15

AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person, or entity, who is responding to the City’s solicitation, hereinafter referred to as “Respondent”, must certify that the Respondent’s name Does Not appear on the State of Florida, Department of Management Services, “CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS”.

If the Respondent’s name Does appear on one or all the “Listings” summarized below, Respondents must “Check if Applies” next to the applicable “Listing.” The “Listings” can be accessed through the following link to the Florida Department of Management Services website: http://www.dms.myflorida.com/business_operations/state_purchasing/vendor_information/convicted_susp ended_discriminatory_complaints_vendor_lists

DECLARATION UNDER PENALTY OF PERJURY I, ______(hereinafter referred to as the “Declarant”) state, under penalty of perjury, that the following statements are true and correct: (1) I represent the Respondent whose name is ______. (2) I have the following relationship with the Respondent ______(Owner (if Respondent is a sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General Partner (if Respondent is a Limited Partnership) or Managing Member (if Respondent is a Limited Liability Company). (3) I have reviewed the Florida Department of Management Services website at the following URL address: http://www.dms.myflorida.com/business_operations/state_purchasing/vendor_information/convicted_suspended_di scriminatory_complaints_vendor_lists (4) I have entered an “x” or a check mark beside each listing/category set forth below if the Respondent’s name appears in the list found on the Florida Department of Management Services website for that category or listing. If I did not enter a mark beside a listing/category it means that I am attesting to the fact that the Respondent’s name does not appear on the listing for that category in the Florida Department of Management Services website as of the date of this affidavit. Check if Applicable ___ Convicted Vendor List ___ Suspended Vendor List ___ Discriminatory Vendor List ___ Federal Excluded Parties List ___ Vendor Complaint List

FURTHER DECLARANT SAYETH NOT. ______(Print name of Declarant)

By: ______(Signature of Declarant) ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) On this the ____ day of ______, 20_____, before me, the undersigned authority, personally appeared ______who is personally know to me or who provided the following identification ______and who took an oath or affirmed that that he/she/they executed the foregoing Affidavit as the Declarant.

WITNESS my hand and official seal. ______Notary Public, State of Florida NOTARY PUBLIC: SEAL ______(Name of Notary Public: Print, Stamp or type as commissioned.) Page 22 of 51 Thomas F. Pepe 02-23-15

RELATED PARTY TRANSACTION VERIFICATION FORM

I ______, individually and on behalf of ______(“Firm”)have Name of Representative Company/Vendor/Entity read the City of South Miami (“City”)’s Code of Ethics, Section 8A-1 of the City’s Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief:

(1) neither I nor the Firm have any conflict of interest (as defined in section 8A-1) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for, or to transact with, the City, and

(2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A-1, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and

(3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons’ immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: ______(use (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and

(4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their use a separate names: ______(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: ______(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.]

(5) I and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract.

Page 23 of 51 Thomas F. Pepe 02-23-15

(6) I and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board, commission or agency of the City within the past two years other than as follows:______(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). X:\Purchasing\Vendor Registration\12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx

(7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: ______(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members].

(8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons’ immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as “Related Parties”) has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons’ immediate family (i.e. spouse, parents, children, brothers and sisters) have also responded, other than the following: ______(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (8) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons’ immediate family.]

(9) I and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm.

(10) A violation of the City’s Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami-Dade County Commission on Ethics. Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge, information and belief.

Signature: ______

Print Name & Title: ______

Date: ______

Page 24 of 51 Thomas F. Pepe 02-23-15

Sec. 8A-1. - Conflict of interest and code of ethics ordinance.

(a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (1) The term "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi-judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city as perform quasi-judicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney, and all assistants to the city clerk, city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership, or other business entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person involved. (10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a RFQ, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (c) Prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position. Nothing in this subsection shall prohibit or make illegal: (1) The payment of taxes, special assessments or fees for services provided by the city government; (2) The purchase of bonds, anticipation notes or other securities that may be issued by the city through underwriters or directly from time to time. Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding that: (1) An open-to-all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), (3) and (4); (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined in paragraphs (b)(2), (3) and (4); (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection.

Page 25 of 51 Thomas F. Pepe 02-23-15

Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Further prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business through a firm, corporation, partnership or business entity in which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)(1) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (1) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor, or creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b)(1) in a manner distinct from the manner in which it would affect the public generally. Any person included in the term defined in paragraph (b)( 1) who has any of the specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (E) Gifts. (1)Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service, loan, travel, entertainment, hospitality, item or promise, or in any other form, without adequate and lawful consideration. (2)Exceptions. The provisions of paragraph (e)(1) shall not apply to: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph(3); c. Awards for professional or civic achievement; d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising nature. (3) Prohibitions. A person described in paragraphs (b)(1) through (6) shall neither solicit nor demand any gift. It is also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in paragraphs (b)(1) through (6), or for any person included in the terms defined in paragraphs (b)(1) through (6) to accept or agree to accept from another person or entity, any gift for or because of: a. An official public action taken, or to be taken, or which could be taken, or an omission or failure to take a public action; b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in paragraph (b)(1); or d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (6) shall disclose any gift, or series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "local officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (f) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling financial interest, and should the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b )(1) through (6) shall corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information.

Page 26 of 51 Thomas F. Pepe 02-23-15

No person included in the terms defined in paragraphs (b)(1) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential information acquired by reason of an official position, nor shall that person in fact ever disclose confidential information garnered or gained through an official position with the city, nor shall that person ever use such information, directly or indirectly, for personal gain or benefit. (i) Conflicting employment prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. (j) Prohibition on outside employment. (1) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: a. Generally prohibited. No full-time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be performed on city time. b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved in writing by the employee's department head who shall maintain a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section 1-11 of the Code of Miami-Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city. (2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. . (k) Prohibited investments. No person included in the terms defined in paragraphs (b)(1) through (6) or a member of the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (I) Certain appearances and payment prohibited. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate, and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any compensation or gift, directly or indirectly, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. No person included in the terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business in which that person or any member of the immediate family has a financial interest. A financial interest is defined in this subsection to include, but not be limited to, any direct or indirect interest in any investment, equity, or debt.

Page 27 of 51 Thomas F. Pepe 02-23-15

(n) Acquiring financial interests. No person included in the terms defined in paragraphs (b)(1) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official, officer or employee. (0) Recommending professional services. No person included in the terms defined in paragraphs (b)(1) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction involving the city or any of its agencies, provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after city service. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall, for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(1) through (6)] in connection with any judicial or other proceeding, application, RFP, RFQ, bid, request for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other particular subject matter in which the city or one of its agencies is a party or has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two-year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities, 501(c)(3) non-profit entities or educational institutions or entities, and who lobby on behalf of those entities in their official capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1) whose city service or employment ceased after the effective date of the ordinance from which this section derives. (4) No person described in paragraph (p)(1) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(1) in which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "directly" where he or she was substantially involved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city officials. (5) Any person who violates this subsection shall be subject to the penalties provided in section 8A-2(p). (q) City attorney to render opinions on request. Whenever any person included in the terms defined in paragraphs (b)(1) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name.

(Ord. No. 6-99-1680, § 2, 3-2-99) Editor's note- Ord. No. 6-99-1680, § 1, adopted 3-2-99, repealed §§ 8A-1 and 8A-2 in their entirety and replaced them with new §§ 8A-1 and 8A-2. Former §§ 8A-1 and 8A-2 pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 634, §§ 1 (1A-1), 1 (1A-2) adopted Jan. l1, 1969.

Page 28 of 51 Thomas F. Pepe 02-23-15

PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION

This affidavit is not required for compliance with the City’s Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.

Pursuant to '92.525(2), Florida Statutes, the undersigned, ______, makes the following declaration under penalty of perjury:

Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.

NAME TITLE

For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process.

Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below

Executed this ______day of ______, 20 .

______Signature of Representative ______Print Name and Title Print name of entity being represented

END OF SECTION

Page 29 of 51 Thomas F. Pepe 02-23-15

EXHIBIT #1

Attachment A SCOPE OF SERVICES “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

INTRODUCTION/OVERVIEW

Over the past decade, interest in urban redevelopment and downtown revitalization has begun to dramatically change the form of South Miami and surrounding areas. Changes in traditional land uses, architecture and the desire for intermodal transportation improvements are helping to shape the character of the City.

The City of South Miami, located in Metropolitan Miami-Dade County is a full service municipal government. The City is approximately 2.5 square miles with 46 miles of roads and 13,000 permanent residents. The City, located between SW 40th Street, SW 88th Street, SW 57th Avenue and SW 69th Avenue, is adjacent to the City of Coral Gables, the Village of Pinecrest and Unincorporated Miami-Dade County. The City is home to two regional medical centers, South Miami Hospital and Larkin Hospital, a thriving downtown shopping district and a Metrorail station. The City enjoys a diverse population of residents, businesses, students, and civic organizations that are actively involved in community planning to varying degrees. The Green Task Force, a resident advisory committee, works in close association with the City Commission on sustainability and transportation issues, recommending strategies, policies and initiatives. The Green Task Force has identified as one of its main initiatives, to make the City a safe and pleasant place for pedestrians, cyclists and drivers, as well as improve multi-modal transportation options. Residents created a petition (with over one thousand signatures) urging elected officials to make South Miami more bicycle and pedestrian friendly, and as a result, the City Commission passed a resolution recognizing the importance of bicycling in transportation and recreation for the betterment of the residents and the environment. In response to recommendations by the Green Task Force, the City installed bike racks in the downtown area and began a tree planting initiative to shade sidewalks and decrease traffic speeds. In FY 2013, the City approved the funding of South Miami Intermodal Transportation Plan (SMITP) using a combination of PTP and MPO funds. The Plan was completed in early 2015 and implementation funds were allocated during the FY 2015 budget cycle. While the SMITP provides a general framework of the City's mobility in terms of walking, biking, transit, and driving with specific street types, it does not put the policies in place to ensure future developments adhere to complete streets principles. This Complete Streets Policy & Design Manual (Project) is part of a continuing effort to enhance the transportation system and mobility choices for the residents and visitors to the City of South Miami. The Project aims to enhance the pedestrian network of sidewalks, crossings, roadway improvements, shared use (bike-ped) facilities, and neighborhood greenways throughout the City, connecting residential areas with downtown shopping and dining, transit Page 30 of 51 Thomas F. Pepe 02-23-15 facilities (Metrorail and BRT) and M-Path. A main priority of this Project is to provide a safer environment for pedestrians, cyclists, and residents by through infrastructure improvements and education. This Project aims to build upon the results of the SMITP scheduled to be completed in early 2015 with a focus on pedestrian safety and mobility.

APPROACH & OBJECTIVES

The approach entails soliciting public involvement to develop policies that would implement the City's efforts to enhance its transportation system and mobility choices for residents and visitors. Complete street policies involve the integration of all aspects of mobility, including vehicular, bicycle, pedestrian, and transit.

Specifically, this Project has the following objectives:

1) Develop Complete Streets Design Standards Manual 2) Create grading system for the level of services for each mode of transportation (pedestrian, bike, automobile, transit), define and grade City's Transportation Network 3) Make recommendations for complete streets policies and procedures to incorporate into Comprehensive Plan and Zoning Code 4) Make recommendations for specific improvements on the City's Transportation Network. The multidisciplinary approach will look at how to integrate development requirements that focus on: • Pedestrian accommodations such as wider sidewalks; traditional and raised crosswalks; median crossing islands and sidewalk bump-outs • Traffic calming measures such as lowering speeds of automobiles and defining the edges of automobile travel lanes, including center medians, shorter curb corner radii, elimination of free-flow right-turn lanes, and installation of street trees. • Bicycle accommodations such as protected or dedicated bicycle lanes, neighborhood greenways, wide paved shoulders, and bicycle parking • Mass transit accommodations such as bus pullouts, transit signal priority and bus shelters 5) Make recommendations for innovative and traditional funding solutions for implementation.

GOALS

The goals of the City are to achieve meaningful physical improvement in the form of complete streets, which will serve as an economic development tool for achieving long-term community sustainability. Instituting a complete streets policy ensures that transportation planners and engineers consistently design and operate the entire roadway with all users in mind – including bicyclists, public transportation vehicles and riders, and pedestrians of all ages and abilities, increasing access to physical activity opportunities for all users.

Page 31 of 51 Thomas F. Pepe 02-23-15

RESPONSIBLE PARTIES

City of South Miami staff will manage all aspects of the project with the majority of technical work performed by the selected consultant.

PROJECT AND KEY TASKS

This Project is intended to provide specific recommendations to update and amend the existing Land Development Code (zoning code) to implement smart growth, a Complete Streets Policy, and where necessary, the City's comprehensive plan will be updated to address these policy guidelines. The Complete Street Policy measures would be required of all new development and redevelopment projects, where applicable.

The City is looking to evaluate the multi-modal transportation system as it pertains to the Complete Streets Program. Once the Transportation Network has been evaluated and graded, a manual of standards for how, where, when and the frequency that various improvements should be made will be outlined. Further, specific policies and procedures are needed to incorporating the recommendations into the Comprehensive Plan and Zoning Code. Finally, specific recommendation for mapping and pricing of multi-modal improvements will be needed.

The Project will be accomplished through the following:

1) Data Collection 2) Civic Engagement 3) Policies, Procedures and Design Standards Manual 4) Analysis / Needs Assessment

1) Data Collection Review and evaluate all pertinent background data / information relevant to the project. This includes a review of previously completed plans and studies, such as the 2015 South Miami Intermodal Transportation Plan (SMITP), Capital Improvement Plan (CIP), the City's Comprehensive Plan and Land Development Codes, and related goals, objectives and policies, as well as the County's Unified Planning Work Program, with the intent of adopting Complete Street Policies with an emphasis on safety. Review existing conditions and propose improvements as identified in SMITP. Create a grading system, define the City's Transportation Network, and evaluate level of service for each mode (bike, pedestrian, transit, automobile) on the City's Transportation Network.

2) Civic Engagement The project shall be conducted in a meaningful, transparent and collaborative atmosphere, with public participation of the stakeholders shall be integrated into the process. Stakeholder shall include residents, businesses and the City's Green Task Force. The Project shall conduct at least one (1) public charrette workshop to include input from stakeholders. This workshop will the cornerstone to establish guiding principles and proposed design solutions.

Page 32 of 51 Thomas F. Pepe 02-23-15

3) Policies, Procedures and Design Standards Manual This task entails development of necessary policies and/or regulations needed to address existing deficiencies throughout the City. Specifically, this task shall include development of a comprehensive regulatory framework to implement Complete Streets Design Guidelines Manual for adoption. The following items shall be updated:

A) An independent separate Complete Streets Design Standards Manual (Manual) will be prepared to provide guidance to staff and citizens and developers on design tools and methodologies for ensuring City roads and future development address safe access for all users. The Manual shall be consistent with the goals of the SMITP and support the recommended projects that encourage the use of alternative modes of transportation, reducing dependence on the private automobile. The Manual will establish standards or guidelines to implement the City's adopted Complete Streets Policy. The Manual will take into account existing city design guidelines and standards.

B) Provide policy recommendations to enhance safe access for all users, including pedestrians, bicyclists, motorists and transit riders of all ages and abilities, that fit within the context of the City of South Miami. The City's Code of Ordinances, Comprehensive Plan, and Land Development Code should be updated to include Complete Streets Policy to enhance safety and mobility and reference the adopted Manual.

C) Provide innovative and traditional funding recommendations for implementation of both CIP improvements and enforcement mechanisms for new (re)development.

4) Analysis / Needs Assessment This task uses the information obtained through data collection, existing conditions and public outreach effort to identify the key design and operational issues, to enable safe access for all users including pedestrians, bicyclists, motorists and transit riders of all ages and abilities. The analysis will focus on issues such as gaps/barriers, origins/destinations, connectivity and safety and shall be based on projection of future conditions in the City. Specific recommendations of multi-modal projects that should be included on the City's Transportation Network. Identification of infrastructure improvements for inclusion in the City's Capital Improvements Program, such as traffic calming, way-finding signage, pedestrian activated crossing signals, transit connections and bike safety enhancements.

DELIVERABLES

• Grading System that includes or for determining the level of service of roadways for bike, pedestrian, automobile, and transit for the Transportation Network • Define and grade the City's Transportation Network • Complete Streets Design Standards Manual and recommendations to update the City's Code of Ordinances, Comprehensive Plan, and Land Development Code to include Complete Streets Policy to enhance safety and mobility • Specific multimodal project recommendations on City's Transportation Network for Capital Improvement Plan Page 33 of 51 Thomas F. Pepe 02-23-15

• Draft reports presented during briefing meetings with City staff and affected City departments at critical points in the preparation process • Draft report of Project to the City of South Miami Commission for comments • Final report with recommendations and presentation of Project to the City of South Miami Commission within 5 months of contract execution.

PROJECT FUNDING

This project is funded by two grants; Metropolitan Planning Organization - South Miami Pedestrian Safety and Mobility Infrastructure Improvements Plan - $40,000 and; Health Foundation of South Florida - Complete Streets Policy - $20,000. Consultant shall comply with all of the grant requirements applicable to the Exhibit 1, “Scope of Services” in the RFQ.

END OF SECTION

Page 34 of 51 Thomas F. Pepe 02-23-15

EXHIBIT #1

Attachment B

SUPPLEMENTAL INSTRUCTIONS AND PROPOSAL FORMAT FOR RESPONDENT “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

1. Format and Content of RFQ Response Firms responding to the solicitation, shall disclose their qualifications to serve as a consultant for the City in the format set forth below. Failure to provide requested information may result in your proposal being deemed non-responsive and therefore eliminated from further consideration. A. Title Page Show the name of Respondent’s agency/firm, address, telephone number, name of contact person, date and the subject: REQUEST FOR QUALIFICATIONS For ““Complete Streets Policy & Design Standards Manual,” RFQ #PL2015-15.

B. Table of Contents Include a clear identification of the material by section and by page number. C. Cover Letter and Executive Summary This letter should be signed by the person in your firm who is authorized to negotiate terms, render binding decisions, and commit the firm’s resources. Summarize your firm’s qualifications and experience to serve as a Consultant. This response should emphasize the strength of the firm in any relevant areas which you feel the City should weigh in its selection, based on the criteria set forth above. Summarize your firm’s understanding of the work to be done and make a positive commitment to perform the work in accordance with the terms of the proposal being submitted. This section should summarize the key points of your submittal. Limit to one or two pages. D. Firm Overview State the full legal name and organizational structure of the firm. Describe the ownership structure of your firm. State the location of the office that will be serving the City including mailing address and telephone numbers. a. Name of Firm submitting responding to the solicitation. b. Name and title of individual responsible for the submittal. c. Mailing address. d. Telephone and facsimile numbers.

Page 35 of 51 Thomas F. Pepe 02-23-15

E. Personnel and References Identify the primary individuals who will provide services to the City with regard to the day- to-day relationship with the City and include a brief resume for each of the primary individuals including licenses and certifications held by those individuals. Provide a list of five clients the firm has worked with in the last 36 months. Indicate the firm’s experience with clients within the State of Florida and provide a brief description of the type of services provided as well as the names, titles, addresses and telephone numbers of those primarily responsible for the account. In addition to the day-to-day relationship, please provide information regarding the firm’s and individual’s experience with engagements which are similar to the project contemplated by the City. Finally, provide specific services required to complete this project, that are provided by your firm, through subcontractors or subconsultants.

F. Other Relevant Financing Experience Provide a description of your proposed primary individuals’ relevant experience over the last three years with other cities that you believe are relevant to this proposed engagement. Include three case studies, if available, that illustrate experience with relevant services where the proposed primary individuals have served as consultants for similar engagements as proposed by the City detailed in the Scope of Services in this RFQ. Please limit your response to two pages.

END OF SECTION

Page 36 of 51 Thomas F. Pepe 02-23-15

EXHIBIT 2

“Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

Insurance & Indemnification Requirements 1.01 Insurance A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as “FIRM” with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable.

B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY’s sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract.

1.02 Firm’s Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below:

1.03 Workers’ Compensation Insurance at the statutory amount as to all employees in compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance.

1.04 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; 1.05 Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: Page 37 of 51 Thomas F. Pepe 02-23-15

(a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. 1.06 Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership 1.07 SUBCONTRACTS: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as set forth in section 5.1 above and 5.4 below and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. 1.08 Fire and Extended Coverage Insurance (Builders’ Risk), IF APPLICABLE: A. In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the Firm, as their interest may appear, and shall also cover the interests of all Subcontractors performing Work. B. All of the provisions set forth in Section 5.4 herein below shall apply to this coverage unless it would be clearly not applicable. 1.09 Miscellaneous: A. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a “severability of interest” or “cross liability” clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Firm’s duty to indemnify the City as provided in this Agreement. D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best’s Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a “certified copy” of the

Page 38 of 51 Thomas F. Pepe 02-23-15

Policy (as defined in Article 1 of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: (1) a policy provision or an endorsement with substantially similar provisions as follows: “The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of ‘bodily injury”, ‘property damage’ , or ”personal and advertising injury” and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B”; (2) a policy provision or an endorsement with substantially similar provisions as follows: “This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City.”

E. If the FIRM is providing professional services, such as would be provided by an architect, engineer, attorney, or accountant, to name a few, then in such event and in addition to the above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city’s sole, absolute and unfettered discretion.

Indemnification Requirement

A. The Firm accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Firm or anyone acting through or on behalf of the Firm. B. The Firm shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses, including reasonable attorney’s fees, paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Firm, its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the performance or non-performance of the Firm's obligations under this AGREEMENT. C. The Firm shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attorney’s fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the Firm, its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the Firm's obligations under this AGREEMENT. D. The Firm agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Firm, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and

Page 39 of 51 Thomas F. Pepe 02-23-15 arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Firm, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Firm, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. E. The Firm has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However, as to design professional contracts, and pursuant to Section 725.08 (1), Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus, the design professional’s obligations as to the City and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract.

END OF SECTION

Page 40 of 51 Thomas F. Pepe 02-23-15

EXHIBIT 3 Evaluation and Selection Criteria “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

Scoring and Ranking Phase I - Competitive Selection-Ranking; maximum 100 points. Consultant submittals shall be evaluated by the City. Respondents deemed as best suited and qualified shall be selected by a Selection Committee of at least three (3) City representatives for discussion and/or presentations, ranking and subsequent negotiations with the highest ranked consultant. The evaluation factors used for determining qualifications for ranking include: • The ability of professional personnel, including the employees or principals of the firm; subcontractors (if any) and, pertinent training, skills, experience and references. Firms with in-house specialties as it relates to the scope of services will be granted a higher score. (Max. 40 points) • Firms proposed approach to provide the services as described in the Scope of Services. (Max. 30 points) • Respondent's ability to meet City timelines and budget requirements based on the current and projected workload of the firm. (Max. 20 points) • Other factors, such as; including the volume of work previously awarded to the firm by the City, with the object of effecting an equitable distribution of contracts among qualified firms, so long as the most highly qualified firms are selected. Firms that have done prior business with the City will not receive any preference in the scoring and ranking. (Max. 10 points)

Phase II – Competitive Negotiations. Submittals will be evaluated by a Selection Committee. A ranking of all respondents or short- listed respondents will be determined by the Selection Committee. The Selection Committee may schedule interviews and/or presentations with the “short-list” respondents or, any respondents. A final ranking of all firms or short-listed firms will be submitted to the City Manager for review and approval. Once the City Manager has approved the final rankings, negotiations with the first ranked firm will be initiated. If those negotiations are unsuccessful, negotiations will be opened with the next ranked firm, etc., until the successful completion of negotiations and execution of contracts.

END OF SECTION

Page 41 of 51 Thomas F. Pepe 02-23-15

EXHIBIT 4

PROFESSIONAL SERVICE AGREEMENT

“Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

THIS AGREEMENT made and entered into this _____ day of ______, 20___ by and between the City of South Miami, a political subdivision of the State of Florida (hereinafter referred to as Owner or City) by and through it is City Manager (hereinafter referred to as City where applicable) and ______authorized to do business in the State of Florida, hereinafter referred to as the "CONSULTANT". In consideration of the premises and the mutual covenants contained in this AGREEMENT, the parties agree to the following terms and conditions:

1.0 General Provisions 1.1 A Notice to Proceed will be issued by the City Manager, or his designee, following the signing of this AGREEMENT. This AGREEMENT does not confer on the CONSULTANT any exclusive rights to perform work on behalf of the Owner other than the work described in the Notice to Proceed (hereinafter referred to as the “WORK”), nor does it obligate the Owner in any manner to guarantee work for the CONSULTANT. 1.2 The CITY agrees that it will furnish to the CONSULTANT plans and other data available in the CITY files pertaining to the WORK to be performed under this AGREEMENT promptly after the issuance of the Notice to Proceed. 2.0 Scope of Services. The CONSULTANT shall perform the work as set forth in the Scope of Sevices as described in the attached Exhibit 1. 3.0 Time for Completion

3.1 The services to be rendered by the CONSULTANT for any WORK shall be commenced upon written Notice to Proceed from the CITY subsequent to the execution of this AGREEMENT and shall be completed within the time based on reasonable determination, stated in the said Notice to Proceed.3.2A reasonable extension of time will be granted in the event there is a delay on the part of the CITY in fulfilling its part of the AGREEMENT, change of scope of work or should any other events beyond the control of the CONSULTANT render performance of his duties impossible.

4.0 Basis of Compensation: The fees for services of the CONSULTANT shall be determined by one of the following methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT. a. A fixed sum: The fee for a task or a scope of work may be a fixed sum as mutually agreed upon by the CITY and the CONSULTANT and if such an agreement is reached, it shall be in writing, signed by the CONSULTANT and attached hereto as ATTACHMENT A: b. Hourly rate fee: If there is no fixed sum or if additional work is requested without an agreement as to a fixed sum, the CITY agrees to pay, and the CONSULTANT agrees to accept, for the services rendered pursuant to this AGREEMENT, fees in accordance with the following:

Category Hourly Rate

Page 42 of 51 Thomas F. Pepe 02-23-15

Hourly rates include all wages, benefits, overhead and profit. If there is insufficient space above to list the hourly rates, the rates shall be in writing, signed by the CONSULTANT and attached hereto as ATTACHMENT A.

5.0 Payment and Partial Payments. The CITY will make monthly payments or partial payments to the CONSULTANT for all authorized WORK performed during the previous calendar month as set forth in the schedule of payment which has been marked as ATTACHMENT TBA and attached hereto or, if no schedule of payment is attached to this Agreement then payment will be made, 30 days following the receipt of CONSULTANT’s invoice, as the work progresses but only for the work actually performed. 6.0 Right of Decisions.. All services shall be performed by the CONSULTANT to the satisfaction of the CITY’s representative, who shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of this AGREEMENT, the prosecution and fulfillment of the services, and the character, quality, amount and value and the representative's decisions upon all claims, questions, and disputes shall be final, conclusive and binding upon the parties unless such determination is clearly arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the judgment of the representative as to any decisions made by him, he shall present his written objections to the City Manager and shall abide by the decision of the City Manager. 7.0 Ownership of Documents. All reports and reproducible plans, and other data developed by the CONSULTANT for the purpose of this AGREEMENT shall become the property of the CITY without restriction or limitation in connection with the owner’s use and occupancy of the project. 8.0 Audit Rights. The CITY reserves the right to audit the records of the CONSULTANT related to this AGREEMENT at any time during the execution of the WORK and for a period of one year after final payment is made. This provision is applicable only to projects that are on a time and cost basis. 9.0 Subletting. The CONSULTANT shall not assign or transfer its rights under this Agreement without the express written consent of the City. The CONSULTANT shall not assign and of its duties, obligations and responsibilities. The City will not unreasonably withhold and/or delay its consent to the assignment of the CONSULTANT’s rights. The City may, in its sole discretion, allow the CONSULTANT to assign its duties, obligations and responsibilities provided the assignee meets all of the City’s requirements to the City’s sole satisfaction. The CONSULTANT shall not subcontract this Agreement or any of the goods and/or services to be provided by it without prior written consent of the City. Any assignment or subcontracting in violation hereof shall be void and unenforceable. 10.0 Unauthorized Aliens: The employment of unauthorized aliens by the CONSULTANT is considered a violation of Federal Law. If the CONSULTANT knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. This applies to any sub- CONSULTANTs used by the CONSULTANT as well. The City reserves the right at its discretion, but does not assume the obligation, to require proof of valid citizenship or, in the alternative, proof of a valid green card for each person employed in the performance of work or providing the goods and/or services for or on behalf of the City including persons employed by any independent contractor. By reserving this right the City does not assume any obligation or responsibility to enforce or ensure compliance with the applicable laws and/or regulations. 11.0 Warranty. The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract and that CONSULTANT has not paid or agreed to pay any company or person any fee, commission, percentage fee, gifts or any other considerations contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the CITY shall have the right to annul this contract without liability.

Page 43 of 51 Thomas F. Pepe 02-23-15

12.0 Termination. It is expressly understood and agreed that the CITY may terminate this AGREEEMENT for any reason or no reason and without penalty by either declining to issue a Notice to Proceed authorizing WORK, or, if a Notice to Proceed is issued, CITY may terminate this agreement by written notice to CONSULTANT, and in either event the CITY's sole obligation to the CONSULTANT shall be payment for the work previously authorized and performed in accordance with the provisions of this AGREEMENT. Payment shall be determined on the basis of the work performed by the CONSULTANT up to the time of termination. Upon termination, the CITY shall be entitled to a refund of any monies paid for any period of time subsequent to date of termination for which no work was performed. 13.0 Term. This AGREEMENT shall remain in force until ______or the completion date set forth in the Notice to Proceed, which includes all authorized renewals, or unless otherwise terminated by the CITY. 14.0 Default. In the event either party fails to comply with the provisions of this AGREEMENT, the aggrieved party may declare the other party in default and notify the defaulting party in writing. If CITY is in default, the CONSULTANT will only be compensated for any completed professional services and CONSULTANT shall not be entitled to any consequential or delay damages. In the event partial payment has been made for such professional services not completed, the CONSULTANT shall return such sums to the CITY within ten (10) days after notice that said sums are due. In the event of any litigation between the parties arising out of or relating in any way to this AGREEMENT or a breach thereof, each party shall bear its own costs and legal fees. 15.0 Insurance and Indemnification. The CONSULTANT agrees to comply with CITY’s Insurance and Indemnification requirements that are set forth in the attached Exhibit 2. 16.0 Agreement Not Exclusive. Nothing in this AGREEMENT shall prevent the CITY from employing other CONSULTANTS to perform the same or similar services. 17.0 Codes, Ordinances and Laws. The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal, County, state and federal codes, ordinances, rules, regulations and laws in effect at the time of design which have a direct bearing on the WORK involved on this project. The CONSULTANT is required to complete and sign all affidavits, including Public Entity Crimes Affidavit form (attached) pursuant to FS 287.133(3) (a), as required by the Request for Qualifications applicable to this AGREEMENT. 18.0 Taxes. CONSULTANT shall be responsible for all payments of federal, state, and/or local taxes related to the Work, inclusive of sales tax if applicable. 19.0 Drug Free Workplace. CONSULTANT shall comply with CITY’s Drug Free Workplace policy which is made a part of this AGREEMENT by reference. 20.0 Independent Contractor. CONSULTANT is an independent entity under this AGREEMENT and nothing herein shall be construed to create a partnership, joint venture, or agency relationship between the parties. 21.0 Duties and Responsibilities. CONSULTANT agrees to provide its services during the term of this AGREEMENT in accordance with all applicable laws, rules, regulations, and health and safety standards of the federal, state, and City, which may be applicable to the service being provided. 22.0 Licenses and Certifications. CONSULTANT shall secure all necessary business and professional licenses at its sole expense prior to executing the AGREEMENT. 23.0 Entire Agreement, Modification, and Binding Effect: This Agreement constitutes the entire agreement of the parties, incorporates all the understandings of the parties and supersedes any prior agreements, understandings, representation or negotiation, written or oral. This Agreement may not be modified or amended except in writing, signed by both parties hereto. This Agreement shall be binding upon and inure to the benefit of the City and CONSULTANT and to their respective heirs, successors and assigns. No modification or amendment of any terms or provisions of this agreement shall be valid or binding unless it complies with this paragraph. This agreement, in general, and this paragraph, in particular, shall not be modified or amended by acts or omissions of

Page 44 of 51 Thomas F. Pepe 02-23-15

the parties. If this Agreement was required by ordinance or the City Charter to be approved by the City Commission, no amendment to this Agreement shall be valid unless approved by the City Commission. 24.0 Jury Trial. CITY and CONSULTANT knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of this AGREEMENT or the performance of the Work thereunder. 25.0 Validity of Executed Copies. This AGREEMENT may be executed in several counterparts, each of which may be construed as an original. 26.0 Rules of Interpretation: Throughout this agreement the pronouns that are used may be substituted for male, female or neuter, whenever applicable and the singular words substituted for plural and plural words substituted for singular wherever applicable. Severability: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 27.0 Cumulative Remedies: The duties and obligations imposed by the contract documents, if any, and the rights and remedies available hereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONSULTANT by the Contract Documents and the rights and remedies available to the City hereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available at law or in equity, by special guarantee or by other provisions of the Contract Documents. In order to entitle any party to exercise any remedy reserved to it in this Agreement, or existing in law or in equity, it shall not be necessary to give notice, other than such notice as maybe herein expressly required. No remedy conferred upon or reserved to any party hereto, or existing at law or in equity, shall be exclusive of any other available remedy or remedies, but each and every such remedy shall be cumulative and shall be in addition to every other remedy given under this Agreement or hereafter existing at law or in equity or by statute. No delay or omission to exercise any right or power accruing upon any default shall impair any such right or power or shall be construed to be a waiver thereof, but any such right and power may be exercised from time to time as often as may be deemed expedient. 28.0 Non-Waiver. City and CONSULTANT agree that no failure to exercise and no delay in exercising any right, power or privilege under this Agreement on the part of either party shall operate as a waiver of any right, power, or privilege under this Agreement. No waiver of this Agreement, in whole or part, including the provisions of this paragraph, may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this Agreement. Any waiver of any term, condition or provision of this Agreement will not constitute a waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term, condition or provision constitute a waiver of any subsequent or succeeding breach. The failure to enforce this agreement as to any particular breach or default shall not act as a waiver of any subsequent breach or default. 29.0 No Discrimination and Equal Employment: No action shall be taken by the CONSULTANT, nor will it permit any acts or omissions which result in discrimination against any person, including employee or applicant for employment on the basis of race, creed, color, ethnicity, national origin, religion, age, sex, familial status, marital status, ethnicity, sexual orientation or physical or mental disability as proscribed by law and that it will take affirmative action to ensure that such discrimination does not take place. The CONSULTANT shall comply with the Americans with Disabilities Act and it will take affirmative action to ensure that such discrimination does not take place. The City of South Miami's hiring practices strive to comply with all applicable federal regulations regarding employment eligibility and employment practices. Thus, all individuals and entities seeking to do work for the City are expected to comply with all applicable laws, governmental requirements and regulations, including the regulations of the

Page 45 of 51 Thomas F. Pepe 02-23-15

United States Department of Justice pertaining to employment eligibility and employment practices. By signing this Agreement the CONSULTANT hereby certifies under penalty of perjury, to the City, that CONSULTANT is in compliance with all applicable regulations and laws governing employment practices and Governing Laws. This AGREEMENT and the performance of services hereunder will be governed by the laws of the State of Florida, with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami-Dade County, Florida. 30.0 Effective Date. This AGREEMENT shall not become effective and binding until it has been executed by both parties hereto, and approved by the City Commission if required by CITY’s Charter, and the effective date shall be the date of its execution by the last party so executing it or date of approval by City Commission, whichever is later. 31.0 Third Party Beneficiary. It is specifically understood and agreed that no other person or entity shall be a third party beneficiary hereunder, and that none of provisions of this AGREEMENT shall be for the benefit of or be enforceable by anyone other than the parties hereto, and that only the parties hereto shall have any rights hereunder. 32.0 Further Assurances. The parties hereto agree to execute any and all other and further documents as might be reasonably necessary in order to ratify, confirm, and effectuate the intent and purposes of the AGREEMENT. 33.0 Time of Essence. Time is of the essence of this AGREEMENT. 34.0 Interpretation. This AGREEMENT shall not be construed more strongly against either party hereto, regardless of who was more responsible for its preparation. 35.0 Force Majeure. Neither party hereto shall be in default of its failure to perform its obligations under this AGREEMENT if caused by acts of God, civil commotion, strikes, labor disputes, or governmental demands or requirements that could not be reasonably anticipated and the effects avoided or mitigated. Each party shall notify the other of any such occurrence. 36.0 Subcontracting: If allowed by this Agreement, the CONSULTANT shall be as fully responsible to the City for the acts and omissions of its subcontractors as it is for the acts and omissions of people directly employed by it. All subcontractors and subcontractor agreements, if allowed by this Agreement, must be approved by the City. The CONSULTANT shall require each subcontractor, who is approved by the City, to agree in the subcontract to observe and be bound by all obligations and conditions of this Agreement to which CONSULTANT is bound. 37.0 Public Records: CONSULTANT and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or Services on behalf of the CITY and the CONSULTANT, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project. Under such condition, CONSULTANT and its subcontractors are specifically required to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform its obligations hereunder; (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. If CONSULTANT or its subcontractor does not comply with a public records request, the CITY shall have the right to enforce this contract provision by specific performance and the person who violates this provision shall be liable to CITY for its costs of enforcing this provision, including attorney fees incurred in all proceedings, whether administrative or civil court and in all appellate proceedings. In addition, the CONSULTANT shall indemnify the City for all cost and expense incurred by the City, including

Page 46 of 51 Thomas F. Pepe 02-23-15

attorney fees, due to the failure of the CONSULTANT or any of its subcontractors for failure to timely comply with this section of the Agreement. 38.0 Notices. Whenever notice shall be required or permitted herein, it shall be delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or certified mail, with return receipt requested, and shall be deemed delivered on the date shown on the e-mail or delivery confirmation for any facsimile transmission or, if by certified mail, the date on the return receipt or the date shown as the date same was refused or unclaimed. If hand delivered to the City, a copy must be stamped with the official City receipt stamp showing the date of deliver; otherwise the document shall not be considered to have been delivered. Notices shall be delivered to the following individuals or entities at the addresses (including e-mail) or facsimile transmission numbers set forth below:

To CITY: City Manager, 6130 Sunset Dr. South Miami, FL 33143 Fax: E-mail: [email protected]

With copies by U.S. mail to: City Attorney 6130 Sunset Dr. South Miami, FL 33143 Fax: (305) 341-0584 E-mail: [email protected] To CONSULTANT:

39.0 Corporate Authority: The CONSULTANT and its representative who signs this Agreement hereby certifies under penalty of perjury that the CONSULTANT and its representative have, and have exercised, the required corporate power and that they have complied with all applicable legal requirements necessary to adopt, execute and deliver this Agreement and to assume the responsibilities and obligations created hereunder; and that this Agreement is duly executed and delivered by an authorized corporate officer, in accordance with such officer's powers to bind the CONSULTANT hereunder, and constitutes a valid and binding obligation enforceable in accordance with its terms, conditions and provisions. Grant Requirements: The Work is being funded wholly or partially with grants and the CONSULTANT shall comply with all of the grant requirements applicable to the Work.

IN WITNESS WHEREOF, this AGREEMENT was executed on or before the date first above written subject to the terms and conditions set forth herein. CONSULTANT

By: ______(Print Name Above)

Page 47 of 51 Thomas F. Pepe 02-23-15

ATTESTED: City of South Miami

By: ______By: ______Maria M. Menendez, CMC Steven Alexander City Clerk City Manager

Read and Approved as to Form, Language, Legality and Execution thereof:

By: ______Thomas F. Pepe, Esq. City Attorney

Page 48 of 51 Thomas F. Pepe 02-23-15

PROFESSIONAL SERVICE AGREEMENT

“Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

Attachment A

“Fixed Fee Schedule/Hourly Rates”

Page 49 of 51

EXHIBIT 5

“Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

City of South Miami Bid Protest Procedures

RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (FORMAL PROCEDURE)

The following procedures shall be used for resolution of protested solicitations and awards. The word “bid”, as well as all of its derivations, shall mean a response to a solicitation, including requests for proposals, requests for a letter of interest and requests for qualifications.

(a) Protest of solicitation. Any actual or prospective bidder who perceives itself to be aggrieved in connection with any formal solicitation or who intends to contest or object to any bid specifications or any bid solicitation shall file a written notice of intent to file a protest with the City Clerk’s office within three calendar days prior to the date set for opening of bids. A notice of intent to file a protest is considered filed when received by the City Clerk’s office by e-mail or, if hand delivered, when stamped with the City Clerk’s receipt stamp containing the date and time of receipt of a notice of intent to file a protest. Any actual responsive and responsible bidder who perceives itself to be aggrieved in connection with the recommended award of a contract and who wishes to protest the award, shall file a written notice of intent to file a protest with the City Clerk’s office within three calendar days after. A notice of intent to file a protest is considered filed when received by the City Clerk’s office by e-mail or, if hand delivered, when stamped with the City Clerk’s receipt stamp containing the date and time of receipt.

(b) Contents of protest. A protest of the solicitation or award must be in writing (“Protest Letter”) and submitted to the City Clerk’s office within five calendar days after the date of the filing of the notice of protest. Protest Letter is considered filed when the Protest Letter and the required filing fee are received by the City Clerk’s office by e-mail or, if hand delivered, when stamped with the City Clerk’s receipt stamp containing the date and time of receipt. The Protest Letter shall state with particularity the specific facts and law upon which the protest is based, it shall describe and attach all pertinent documents and evidence relevant and material to the protest and it shall be accompanied by any required filing. The basis for review of the protest shall be the documents and other evidence described in and attached to the Protest Letter and no facts, grounds, documentation, or other evidence not specifically described in and attached to the Protest Letter at the time of its filing shall be permitted or considered in support of the protest.

(c) Computation of time. No time will be added to the above time limits for service by mail. The last day of the period so computed shall be included unless it is a Saturday, Sunday, or legal holiday in which event the period shall run until the next day which is not a Saturday, Sunday, or legal holiday.

(d) Challenges. The written protest may not challenge the relative weight of the evaluation criteria or any formula used for assigning points in making an award determination, nor shall it challenge the City’s determination of what is in the City’s best interest which is one of the criteria for selecting a bidder whose offer may not be the lowest bid price.

(e) Authority to resolve protests. The Purchasing Manager, after consultation with the City Attorney, shall issue a written recommendation within ten calendar days after receipt of the written protest. Said recommendation shall be sent to the City Manager with a copy sent to the protesting party. The City Manager may then, submit a recommendation to the City Commission for approval or

Page 50 of 51 Thomas F. Pepe 02-23-15

disapproval of the protest, resolve the protest without submission to the City Commission, or reject all proposals.

(f) Stay of procurement during protests. Upon receipt of a timely and proper written protest filed pursuant to the requirements of this section, the City shall not proceed further with the solicitation or with the award of the contract until the protest is resolved by the City Manager or the City Commission as provided in subsection (f) above, unless the City Manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid potential harm to the health, safety, or welfare of the public or to protect substantial interests of the City or to prevent youth athletic teams from effectively missing a playing season.

END OF DOCUMENT

Page 51 of 51 Thomas F. Pepe 02-23-15

EXHIBIT 2

“Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

Insurance & Indemnification Requirements 1.01 Insurance A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as “FIRM” with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable.

B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY’s sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract.

1.02 Firm’s Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below:

1.03 Workers’ Compensation Insurance at the statutory amount as to all employees in compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance.

1.04 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; 1.05 Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: Page 37 of 51 Thomas F. Pepe 02-23-15

(a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. 1.06 Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership 1.07 SUBCONTRACTS: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as set forth in section 5.1 above and 5.4 below and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. 1.08 Fire and Extended Coverage Insurance (Builders’ Risk), IF APPLICABLE: A. In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the Firm, as their interest may appear, and shall also cover the interests of all Subcontractors performing Work. B. All of the provisions set forth in Section 5.4 herein below shall apply to this coverage unless it would be clearly not applicable. 1.09 Miscellaneous: A. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a “severability of interest” or “cross liability” clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Firm’s duty to indemnify the City as provided in this Agreement. D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best’s Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a “certified copy” of the

Page 38 of 51 Thomas F. Pepe 02-23-15

Policy (as defined in Article 1 of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: (1) a policy provision or an endorsement with substantially similar provisions as follows: “The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of ‘bodily injury”, ‘property damage’ , or ”personal and advertising injury” and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B”; (2) a policy provision or an endorsement with substantially similar provisions as follows: “This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City.”

E. If the FIRM is providing professional services, such as would be provided by an architect, engineer, attorney, or accountant, to name a few, then in such event and in addition to the above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city’s sole, absolute and unfettered discretion.

Indemnification Requirement

A. The Firm accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Firm or anyone acting through or on behalf of the Firm. B. The Firm shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses, including reasonable attorney’s fees, paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Firm, its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the performance or non-performance of the Firm's obligations under this AGREEMENT. C. The Firm shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attorney’s fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the Firm, its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the Firm's obligations under this AGREEMENT. D. The Firm agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Firm, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and

Page 39 of 51 Thomas F. Pepe 02-23-15 arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Firm, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Firm, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. E. The Firm has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However, as to design professional contracts, and pursuant to Section 725.08 (1), Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus, the design professional’s obligations as to the City and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract.

END OF SECTION

Page 40 of 51 Thomas F. Pepe 02-23-15

EXHIBIT 4

PROFESSIONAL SERVICE AGREEMENT

“Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

THIS AGREEMENT made and entered into this _____5th day of ______,August 20___15 by and between the City of South Miami, a political subdivision of the State of Florida (hereinafter referred to as Owner or City) by and through it is City Manager (hereinafter referred to as City where applicable) and ______Kimley-Horn and Associates,______authorized Inc. to do business in the State of Florida, hereinafter referred to as the "CONSULTANT". In consideration of the premises and the mutual covenants contained in this AGREEMENT, the parties agree to the following terms and conditions:

1.0 General Provisions 1.1 A Notice to Proceed will be issued by the City Manager, or his designee, following the signing of this AGREEMENT. This AGREEMENT does not confer on the CONSULTANT any exclusive rights to perform work on behalf of the Owner other than the work described in the Notice to Proceed (hereinafter referred to as the “WORK”), nor does it obligate the Owner in any manner to guarantee work for the CONSULTANT. 1.2 The CITY agrees that it will furnish to the CONSULTANT plans and other data available in the CITY files pertaining to the WORK to be performed under this AGREEMENT promptly after the issuance of the Notice to Proceed. 2.0 Scope of Services. The CONSULTANT shall perform the work as set forth in the Scope of Sevices as described in the attached Exhibit 1. 3.0 Time for Completion

3.1 The services to be rendered by the CONSULTANT for any WORK shall be commenced upon written Notice to Proceed from the CITY subsequent to the execution of this AGREEMENT and shall be completed within the time based on reasonable determination, stated in the said Notice to Proceed.3.2A reasonable extension of time will be granted in the event there is a delay on the part of the CITY in fulfilling its part of the AGREEMENT, change of scope of work or should any other events beyond the control of the CONSULTANT render performance of his duties impossible.

4.0 Basis of Compensation: The fees for services of the CONSULTANT shall be determined by one of the following methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT. a. A fixed sum: The fee for a task or a scope of work may be a fixed sum as mutually agreed upon by the CITY and the CONSULTANT and if such an agreement is reached, it shall be in writing, signed by the CONSULTANT and attached hereto as ATTACHMENT A: b. Hourly rate fee: If there is no fixed sum or if additional work is requested without an agreement as to a fixed sum, the CITY agrees to pay, and the CONSULTANT agrees to accept, for the services rendered pursuant to this AGREEMENT, fees in accordance with the following:

Category Hourly Rate

Page 42 of 51 Thomas F. Pepe 02-23-15 Hourly rates include all wages, benefits, overhead and profit. If there is insufficient space above to list the hourly rates, the rates shall be in writing, signed by the CONSULTANT and attached hereto as ATTACHMENT A.

5.0 Payment and Partial Payments. The CITY will make monthly payments or partial payments to the CONSULTANT for all authorized WORK performed during the previous calendar month as set forth in the schedule of payment which has been marked as ATTACHMENT TBA and attached hereto or, if no schedule of payment is attached to this Agreement then payment will be made, 30 days following the receipt of CONSULTANT’s invoice, as the work progresses but only for the work actually performed. 6.0 Right of Decisions.. All services shall be performed by the CONSULTANT to the satisfaction of the CITY’s representative, who shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of this AGREEMENT, the prosecution and fulfillment of the services, and the character, quality, amount and value and the representative's decisions upon all claims, questions, and disputes shall be final, conclusive and binding upon the parties unless such determination is clearly arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the judgment of the representative as to any decisions made by him, he shall present his written objections to the City Manager and shall abide by the decision of the City Manager. 7.0 Ownership of Documents. All reports and reproducible plans, and other data developed by the CONSULTANT for the purpose of this AGREEMENT shall become the property of the CITY without restriction or limitation in connection with the owner’s use and occupancy of the project. 8.0 Audit Rights. The CITY reserves the right to audit the records of the CONSULTANT related to this AGREEMENT at any time during the execution of the WORK and for a period of one year after final payment is made. This provision is applicable only to projects that are on a time and cost basis. 9.0 Subletting. The CONSULTANT shall not assign or transfer its rights under this Agreement without the express written consent of the City. The CONSULTANT shall not assign and of its duties, obligations and responsibilities. The City will not unreasonably withhold and/or delay its consent to the assignment of the CONSULTANT’s rights. The City may, in its sole discretion, allow the CONSULTANT to assign its duties, obligations and responsibilities provided the assignee meets all of the City’s requirements to the City’s sole satisfaction. The CONSULTANT shall not subcontract this Agreement or any of the goods and/or services to be provided by it without prior written consent of the City. Any assignment or subcontracting in violation hereof shall be void and unenforceable. 10.0 Unauthorized Aliens: The employment of unauthorized aliens by the CONSULTANT is considered a violation of Federal Law. If the CONSULTANT knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. This applies to any sub- CONSULTANTs used by the CONSULTANT as well. The City reserves the right at its discretion, but does not assume the obligation, to require proof of valid citizenship or, in the alternative, proof of a valid green card for each person employed in the performance of work or providing the goods and/or services for or on behalf of the City including persons employed by any independent contractor. By reserving this right the City does not assume any obligation or responsibility to enforce or ensure compliance with the applicable laws and/or regulations. 11.0 Warranty. The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract and that CONSULTANT has not paid or agreed to pay any company or person any fee, commission, percentage fee, gifts or any other considerations contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the CITY shall have the right to annul this contract without liability.

Page 43 of 51 Thomas F. Pepe 02-23-15 12.0 Termination. It is expressly understood and agreed that the CITY may terminate this AGREEEMENT for any reason or no reason and without penalty by either declining to issue a Notice to Proceed authorizing WORK, or, if a Notice to Proceed is issued, CITY may terminate this agreement by written notice to CONSULTANT, and in either event the CITY's sole obligation to the CONSULTANT shall be payment for the work previously authorized and performed in accordance with the provisions of this AGREEMENT. Payment shall be determined on the basis of the work performed by the CONSULTANT up to the time of termination. Upon termination, the CITY shall be entitled to a refund of any monies paid for any period of time subsequent to date of termination for which no work was performed. 13.0 Term. This AGREEMENT shall remain in force until ______N/A or the completion date set forth in the Notice to Proceed, which includes all authorized renewals, or unless otherwise terminated by the CITY. 14.0 Default. In the event either party fails to comply with the provisions of this AGREEMENT, the aggrieved party may declare the other party in default and notify the defaulting party in writing. If CITY is in default, the CONSULTANT will only be compensated for any completed professional services and CONSULTANT shall not be entitled to any consequential or delay damages. In the event partial payment has been made for such professional services not completed, the CONSULTANT shall return such sums to the CITY within ten (10) days after notice that said sums are due. In the event of any litigation between the parties arising out of or relating in any way to this AGREEMENT or a breach thereof, each party shall bear its own costs and legal fees. 15.0 Insurance and Indemnification. The CONSULTANT agrees to comply with CITY’s Insurance and Indemnification requirements that are set forth in the attached Exhibit 2. 16.0 Agreement Not Exclusive. Nothing in this AGREEMENT shall prevent the CITY from employing other CONSULTANTS to perform the same or similar services. 17.0 Codes, Ordinances and Laws. The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal, County, state and federal codes, ordinances, rules, regulations and laws in effect at the time of design which have a direct bearing on the WORK involved on this project. The CONSULTANT is required to complete and sign all affidavits, including Public Entity Crimes Affidavit form (attached) pursuant to FS 287.133(3) (a), as required by the Request for Qualifications applicable to this AGREEMENT. 18.0 Taxes. CONSULTANT shall be responsible for all payments of federal, state, and/or local taxes related to the Work, inclusive of sales tax if applicable. 19.0 Drug Free Workplace. CONSULTANT shall comply with CITY’s Drug Free Workplace policy which is made a part of this AGREEMENT by reference. 20.0 Independent Contractor. CONSULTANT is an independent entity under this AGREEMENT and nothing herein shall be construed to create a partnership, joint venture, or agency relationship between the parties. 21.0 Duties and Responsibilities. CONSULTANT agrees to provide its services during the term of this AGREEMENT in accordance with all applicable laws, rules, regulations, and health and safety standards of the federal, state, and City, which may be applicable to the service being provided. 22.0 Licenses and Certifications. CONSULTANT shall secure all necessary business and professional licenses at its sole expense prior to executing the AGREEMENT. 23.0 Entire Agreement, Modification, and Binding Effect: This Agreement constitutes the entire agreement of the parties, incorporates all the understandings of the parties and supersedes any prior agreements, understandings, representation or negotiation, written or oral. This Agreement may not be modified or amended except in writing, signed by both parties hereto. This Agreement shall be binding upon and inure to the benefit of the City and CONSULTANT and to their respective heirs, successors and assigns. No modification or amendment of any terms or provisions of this agreement shall be valid or binding unless it complies with this paragraph. This agreement, in general, and this paragraph, in particular, shall not be modified or amended by acts or omissions of

Page 44 of 51 Thomas F. Pepe 02-23-15 the parties. If this Agreement was required by ordinance or the City Charter to be approved by the City Commission, no amendment to this Agreement shall be valid unless approved by the City Commission. 24.0 Jury Trial. CITY and CONSULTANT knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of this AGREEMENT or the performance of the Work thereunder. 25.0 Validity of Executed Copies. This AGREEMENT may be executed in several counterparts, each of which may be construed as an original. 26.0 Rules of Interpretation: Throughout this agreement the pronouns that are used may be substituted for male, female or neuter, whenever applicable and the singular words substituted for plural and plural words substituted for singular wherever applicable. Severability: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 27.0 Cumulative Remedies: The duties and obligations imposed by the contract documents, if any, and the rights and remedies available hereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONSULTANT by the Contract Documents and the rights and remedies available to the City hereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available at law or in equity, by special guarantee or by other provisions of the Contract Documents. In order to entitle any party to exercise any remedy reserved to it in this Agreement, or existing in law or in equity, it shall not be necessary to give notice, other than such notice as maybe herein expressly required. No remedy conferred upon or reserved to any party hereto, or existing at law or in equity, shall be exclusive of any other available remedy or remedies, but each and every such remedy shall be cumulative and shall be in addition to every other remedy given under this Agreement or hereafter existing at law or in equity or by statute. No delay or omission to exercise any right or power accruing upon any default shall impair any such right or power or shall be construed to be a waiver thereof, but any such right and power may be exercised from time to time as often as may be deemed expedient. 28.0 Non-Waiver. City and CONSULTANT agree that no failure to exercise and no delay in exercising any right, power or privilege under this Agreement on the part of either party shall operate as a waiver of any right, power, or privilege under this Agreement. No waiver of this Agreement, in whole or part, including the provisions of this paragraph, may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this Agreement. Any waiver of any term, condition or provision of this Agreement will not constitute a waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term, condition or provision constitute a waiver of any subsequent or succeeding breach. The failure to enforce this agreement as to any particular breach or default shall not act as a waiver of any subsequent breach or default. 29.0 No Discrimination and Equal Employment: No action shall be taken by the CONSULTANT, nor will it permit any acts or omissions which result in discrimination against any person, including employee or applicant for employment on the basis of race, creed, color, ethnicity, national origin, religion, age, sex, familial status, marital status, ethnicity, sexual orientation or physical or mental disability as proscribed by law and that it will take affirmative action to ensure that such discrimination does not take place. The CONSULTANT shall comply with the Americans with Disabilities Act and it will take affirmative action to ensure that such discrimination does not take place. The City of South Miami's hiring practices strive to comply with all applicable federal regulations regarding employment eligibility and employment practices. Thus, all individuals and entities seeking to do work for the City are expected to comply with all applicable laws, governmental requirements and regulations, including the regulations of the

Page 45 of 51 Thomas F. Pepe 02-23-15 United States Department of Justice pertaining to employment eligibility and employment practices. By signing this Agreement the CONSULTANT hereby certifies under penalty of perjury, to the City, that CONSULTANT is in compliance with all applicable regulations and laws governing employment practices and Governing Laws. This AGREEMENT and the performance of services hereunder will be governed by the laws of the State of Florida, with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami-Dade County, Florida. 30.0 Effective Date. This AGREEMENT shall not become effective and binding until it has been executed by both parties hereto, and approved by the City Commission if required by CITY’s Charter, and the effective date shall be the date of its execution by the last party so executing it or date of approval by City Commission, whichever is later. 31.0 Third Party Beneficiary. It is specifically understood and agreed that no other person or entity shall be a third party beneficiary hereunder, and that none of provisions of this AGREEMENT shall be for the benefit of or be enforceable by anyone other than the parties hereto, and that only the parties hereto shall have any rights hereunder. 32.0 Further Assurances. The parties hereto agree to execute any and all other and further documents as might be reasonably necessary in order to ratify, confirm, and effectuate the intent and purposes of the AGREEMENT. 33.0 Time of Essence. Time is of the essence of this AGREEMENT. 34.0 Interpretation. This AGREEMENT shall not be construed more strongly against either party hereto, regardless of who was more responsible for its preparation. 35.0 Force Majeure. Neither party hereto shall be in default of its failure to perform its obligations under this AGREEMENT if caused by acts of God, civil commotion, strikes, labor disputes, or governmental demands or requirements that could not be reasonably anticipated and the effects avoided or mitigated. Each party shall notify the other of any such occurrence. 36.0 Subcontracting: If allowed by this Agreement, the CONSULTANT shall be as fully responsible to the City for the acts and omissions of its subcontractors as it is for the acts and omissions of people directly employed by it. All subcontractors and subcontractor agreements, if allowed by this Agreement, must be approved by the City. The CONSULTANT shall require each subcontractor, who is approved by the City, to agree in the subcontract to observe and be bound by all obligations and conditions of this Agreement to which CONSULTANT is bound. 37.0 Public Records: CONSULTANT and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or Services on behalf of the CITY and the CONSULTANT, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project. Under such condition, CONSULTANT and its subcontractors are specifically required to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform its obligations hereunder; (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. If CONSULTANT or its subcontractor does not comply with a public records request, the CITY shall have the right to enforce this contract provision by specific performance and the person who violates this provision shall be liable to CITY for its costs of enforcing this provision, including attorney fees incurred in all proceedings, whether administrative or civil court and in all appellate proceedings. In addition, the CONSULTANT shall indemnify the City for all cost and expense incurred by the City, including

Page 46 of 51 Thomas F. Pepe 02-23-15 attorney fees, due to the failure of the CONSULTANT or any of its subcontractors for failure to timely comply with this section of the Agreement. 38.0 Notices. Whenever notice shall be required or permitted herein, it shall be delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or certified mail, with return receipt requested, and shall be deemed delivered on the date shown on the e-mail or delivery confirmation for any facsimile transmission or, if by certified mail, the date on the return receipt or the date shown as the date same was refused or unclaimed. If hand delivered to the City, a copy must be stamped with the official City receipt stamp showing the date of deliver; otherwise the document shall not be considered to have been delivered. Notices shall be delivered to the following individuals or entities at the addresses (including e-mail) or facsimile transmission numbers set forth below:

To CITY: City Manager, 6130 Sunset Dr. South Miami, FL 33143 Fax: E-mail: [email protected]

With copies by U.S. mail to: City Attorney 6130 Sunset Dr. South Miami, FL 33143 Fax: (305) 341-0584 E-mail: [email protected] To CONSULTANT:

39.0 Corporate Authority: The CONSULTANT and its representative who signs this Agreement hereby certifies under penalty of perjury that the CONSULTANT and its representative have, and have exercised, the required corporate power and that they have complied with all applicable legal requirements necessary to adopt, execute and deliver this Agreement and to assume the responsibilities and obligations created hereunder; and that this Agreement is duly executed and delivered by an authorized corporate officer, in accordance with such officer's powers to bind the CONSULTANT hereunder, and constitutes a valid and binding obligation enforceable in accordance with its terms, conditions and provisions. Grant Requirements: The Work is being funded wholly or partially with grants and the CONSULTANT shall comply with all of the grant requirements applicable to the Work.

IN WITNESS WHEREOF, this AGREEMENT was executed on or before the date first above written subject to the terms and conditions set forth herein. CONSULTANT Kimley-Horn and Associates, Inc. By: ______Aaron Buchler, P.E./Senior Vice President (Print Name Above)

Page 47 of 51 Thomas F. Pepe 02-23-15 ATTESTED: City of South Miami

By: ______By: ______Maria M. Menendez, CMC Steven Alexander City Clerk City Manager

Read and Approved as to Form, Language, Legality and Execution thereof:

By: ______Thomas F. Pepe, Esq. City Attorney

Page 48 of 51 Thomas F. Pepe 02-23-15 RESPONDENT QUALIFICATION STATEMENT “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

The response to this questionnaire shall be utilized as part of the CITY’S overall Proposal Evaluation and RESPONDENT selection. 1. Number of similar Impact Study engagements completed,

a) In the past 5 years 84

b) In the past 10 years 112

2. List the last three (3) completed Impact Study engagements.

a) Complete Streets Policy Engagement: South Miami Intermodal Transportation Plan

Entity Name: City of South Miami

Entity Address: 6130 Sunset Drive, South Miami, FL 33143

Entity Telephone: Jennifer Korth (305) 668-2514

b) Complete Streets Policy Engagement: Broward Complete Streets Guildelines and Policy Framework

Entity Name: Urban Health Partnerships

Entity Address: 425 NE 22 Street, Suite 401, Miami, FL 33137

Entity Telephone: Anamarie Garces, MPH (786) 224-2309

c) Complete Streets Policy Engagement: Dixie Highway/FEC Corridor Road Diet and Complete Street Corridor Entity Name: Hollywood Community Redevelopment Agency

Entity Address: 330 North Federal Highway, Hollywood, FL 33020

Entity Telephone: Susan Goldberg (954) 924-2980 Page 12 of 51 Thomas F. Pepe 02-23-15 3. Current workload

Project Name Owner Name Telephone Number Contract Price

The Underline Master Plan Friends of The Underline 305-439-1199 $35,000

Miami-Dade Metropolitan Bicycle Wayfinding System 305-375-1647 Study Planning Organization (MPO) $55,000 Countermeasures for Miami-Dade Metropolitan $75,000 Pedestrian and Bicycle High Planning Organization (MPO) 305-375-1647 Crash Locations Snapper Creek Trail Miami-Dade Metropolitan Segment B Master Plan Planning Organization (MPO) 305-375-1647 $90,000

Non-Motorized Network Miami-Dade Metropolitan Connectivity Plan Planning Organization (MPO) 305-375-1647 $50,000

Miami Shores Multimodal Village of Miami Shores $45,000 Mobility Plan 305-795-2210 Boynton Beach Greenways City of Boynton Beach and Trails Plan 561-742-6402 $70,785

4. The following information shall be attached to the proposal. a) RESPONDENT’s home office organization chart. b) RESPONDENT’s proposed project organizational chart. c) Resumes of proposed key project personnel, including on-site Superintendent.

5. List and describe any:

a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations,

b) Any arbitration or civil or criminal proceedings, or

Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years

6. Government References:

List other Government Agencies or Quasi-government Agencies for which you have done business within the past five (5) years. Name of Agency: Miami-Dade County MPO Address: 111 NW First Street, Suite 910 Miami, FL 33128

Telephone No.: 305-375-1647 Contact Person: David Henderson Page 13 of 51 Thomas F. Pepe 02-23-15 Type of Project: Bicycle/Pedestrian Mobility Plan Name of Agency: City of Miami

Address: 3500 Pan American Drive Miami, FL 33233

Telephone No.: 305-416-1022

Contact Person: Collin Worth

Type of Project: Bicycle/Pedestrian Mobility Plan Name of Agency: FDOT District Six Address: 1000 NW 111 Avenue Miami, FL 33172 Telephone No.: 305-470-5308

Contact Person: Zak Lata Type of Project: DW Pedestrian and Bicycle Constulant

Page 14 of 51 Thomas F. Pepe 02-23-15 Complete Streets Policy & Design Standards Manual RFQ PL2015-15

Project Manager Principal-in-Charge Stewart Robertson, P.E. Aaron Buchler, P.E. (Miami) (Miami)

Streetscaping Design Criteria/Constructability Multimodal Transportation Landscape Architecture Stewart Robertson, P.E. (Miami) Greg Kyle, AICP (Fort Lauderdale) George E. Puig, RLA (Miami) Burt Baldo, P.E. (Miami) Sean Johnston, P.E. (GA) (Atlanta) Ray Strychalski, RLA, LEED AP (Atlanta) Marwan Mu eh, P.E. (Delray) Jerey Smith, P.E., LEED AP Kimberlee Misek, ASLA (Miami) Luis Cubas, P.E. (Miami) (Atlanta) Ben Johnson (Miami)

Sustainability Advisor National/International Civic Engagement Best Practices Scott Colvin, P.E. (CA, CO, UT) Victor Dover, FAICP, LEED AP, CNU-A (Denver) Victor Dover, FAICP, LEED AP, CNU-A Jennifer Garcia, CNU-A Dover, Kohl & Partners Kenneth Garcia, CNU-A (Coral Gables) Dover, Kohl & Partners Data Collection and Analysis (Coral Gables) Stewart Robertson, P.E. (Miami) Policy Planning/ Leonte Almonte, P.E. (Miami) Land Development Code Ben Johnson (Miami) Victor Dover, FAICP, LEED AP, CNU-A Jennifer Garcia, CNU-A Kenneth Garcia, CNU-A Dover, Kohl & Partners (Coral Gables)

TRTP330015.15O_South Miami Complete Streets.indd Stewart Robertson, P.E. Project Manager Relevant Experience South Miami Intermodal Transportation Plan (ITP), South Miami, FL — Project engineer Special Qualifications and complete streets task manager on the Kimley-Horn team that prepared the South Miami ●● Has 15 years of experience Intermodal Transportation Plan (SMITP). The City of South Miami desires to enhance the specializing in transportation existing transportation system and mobility choices available to residents, workers, and visitors engineering, with an emphasis in to the City. An integral component of this effort is to establish and implement the SMITP, which multimodal planning and design identifies an interconnected network of mobility and safety improvements based on smart including complete streets and growth and complete streets principles. The goal of the SMITP is to identify and prioritize bicycle/pedestrian safety and mobility. pedestrian and bicycle projects throughout the City, as well as to enhance access to public transportation. Some of the improvements included in the Plan are bike paths, neighborhood ●● Project management experience greenways, sidewalks, crosswalks, on-street bike lanes, buffered bike lanes, enhanced shade includes multimodal master planning; complete streets landscaping and tree canopies, traffic calming to help make streets safer, and improving the planning, design, and timing for pedestrian crosswalk signals. Kimley-Horn prepared detailed recommendations for implementation; design plan pedestrian facilities, bicycle facilities, intersection design, and sustainability. We developed an reviews; bicycle corridor implementation plan that respects the limits of affordability and provides a strategy that the studies; pedestrian and bicycle City could potentially follow to maximize the user benefit while keeping costs within reason of network plans; pedestrian safety available funding sources. studies; transit studies; transit ITS implementation; corridor Broward Complete Streets Guidelines, Broward County, FL — Served as project manager analysis; intersection capacity for the Kimley-Horn team that prepared the Broward Complete Streets Guidelines for a analysis; travel demand analysis; partnership including the Broward Regional Health Planning Council (BRHPC) and the Broward and geographic information Metropolitan Planning Organization (MPO). Kimley-Horn was tasked with developing guidelines systems (GIS). that were customized for local Broward jurisdictions and reflected local conditions, Florida ●● Stewart has given numerous State Statutes, and Florida design criteria. The Guidelines were made possible through a presentations on complete Centers for Disease Control and Prevention (CDC) grant, the Transforming Our Community’s streets topics at conferences Health (TOUCH) initiative, administered by BRHPC. Particular themes that were incorporated such as Pro Walk Pro Bike, into the Guidelines include public health, smart growth, transportation equity, sustainability, Florida Section Institute of placemaking, safety, and age-in-place. The resulting Guidelines present standards and Transportation Engineers (FSITE), design guidance for planners, engineers, and maintenance officials to achieve a vision of Miami-Dade Complete Streets implementing complete streets principles, which aim to design streets for people of all ages Forum, and ThinkBike Miami. and physical abilities and accommodate all travel modes. Duties included development of Professional Credentials technical content, stakeholder coordination, and giving monthly presentations to the Complete ●● Master of Science, Civil Streets Technical Advisory Committee (TAC). Engineering, University of Dixie Highway/21st Avenue Corridor Redesign Concept and Mobility Study, Hollywood, FL Kentucky Project manager for the Kimley-Horn team that prepared a Redesign Concept Study for the ●● Bachelor of Science, Civil Dixie Highway and 21st Avenue corridor throughout Hollywood between Pembroke Road and Engineering, University of Sheridan Street. Led the team that created a “transit-ready corridor” along the FEC Railroad by Kentucky designing Complete Streets solutions in anticipation of re-establishing passenger rail service ●● Professional Engineer in Florida through seamless integration of a Tri-Rail Coastal Link station. Implementing Complete Streets Professional Organizations solutions along Dixie Highway/21st Avenue is important to achieve the vision for improved ●● American Society of Civil multimodal mobility and livability along this important north-south corridor. The Complete Streets Engineers (ASCE) approach recommended in this study includes a “road diet” lane reduction to repurpose excess ●● Institute of Transportation automobile capacity for bicyclist, pedestrian, and transit improvements. Duties included leading Engineers (ITE) the team that prepared the “road diet” lane reduction traffic study that was ultimately approved ●● National Society of Professional by Broward County and designated as a “Context-Sensitive Corridor,” which paves the way to Engineers (NSPE) modify design standards and parameters in a Complete Streets approach. Bicycle/Pedestrian Mobility Plan for the Miami Downtown Development Authority Area, Miami, FL — Project manager for a joint effort of the Metropolitan Planning Organization (MPO) and the Miami Downtown Development Authority (DDA). Significant aspects of the Plan included the transportation mobility analysis, setting of goals and objectives, developing recommendations, and coordinating a 15-member steering committee. Recommendations were organized into 37 distinct projects, for which project specific implementation tasks, lead agencies, support agencies, and cost ranges were identified. Projects focused on improving mobility and safety for pedestrians and bicyclists in the downtown area. At its conclusion, the Plan was endorsed by both the MPO Governing Board and the DDA Governing Board. TRTP330015.15O_South Miami Complete Streets Resumes.indd Aaron Buchler, P.E. Principal-in-Charge Relevant Experience North and South River Drives, Miami River Greenway, Miami, FL — Served as project Special Qualifications manager. Kimley-Horn was retained to redesign North and South River Drives in the City ●● Has 20 years of experience of Miami to incorporate a continuous greenway along the Miami River. The firm developed in land development, utility schematic designs and 30 percent construction documents. Additional aesthetic improvements systems, and drainage design included site furniture, pedestrian lighting, and preliminary landscape recommendations to ●● Extensive experience with enhance the overall quality and provide a definable image for the Miami River Greenway. the entitlements, regulatory In addition to landscape architecture and urban planning, Kimley-Horn also provided civil agencies, and permitting engineering, roadway design, and stormwater retrofitting services for this project. With processes in South Florida these in-house capabilities, the design team was able to produce high-quality 30 percent construction drawings for the City within the anticipated timeframe. Professional Credentials ●● Bachelor of Science, Civil Project Miami Jewelry District, Miami Downtown Development Authority, Miami, FL — Engineering, Florida International manager for this master plan and streetscape project. Located in the heart of Downtown University Miami, the Jewelry District is comprised primarily of wholesale jewelry businesses with ●● Professional Engineer in Florida some retail components in four city blocks. For the past decade, Downtown Miami has been undergoing an economic revitalization which includes the introduction of several high-rise Professional Organizations mixed-use developments, as well as public infrastructure projects, including the renovation ●● Florida Engineering Society of Flagler Street, Miami’s main street; a new Downtown master plan; and the soon-to-come ●● International Council of Shopping light rail line, which will run through the Jewelry District. The Jewelry District master plan and Centers streetscape improvements are the next phase in the continuing improvement of Downtown. ●● National Society of Professional The current plan stems from the previously mentioned Downtown Master Plan and a vision Engineers (NSPE) study done for the Jewelry District. The main purpose of this current Jewelry District planning is to establish a clear and unique identity for the Jewelry District and to implement that identity ●● Urban Land Institute within the public right-of-way (ROW). Kimley-Horn developed an implementation master plan for the ROW elements within the Jewelry District. In addition, we produced construction documents for the streetscapes based on the implementation master plan. Streetcar Project, Miami, FL — Project manager for the first streetcar project in southeastern Florida, with HDR, Inc. as our subconsultant. This segment of the streetcar will be designed and constructed within the Midtown Miami project streetscape and will contain three stations. Design also consists of relocating all infrastructure to accommodate the streetcar slab in both directions of traffic, design of two new signals and modification of existing signals, communications and electrical duct banks to power and operate the streetcar, and an overhead contact system for the electrification. Lincoln Road Closure, Miami Beach, FL— Served as project engineer. This project was a joint-venture between the City of Miami Beach and UIA Management, LLC. The 1000-1100 Block of Lincoln Road was closed to vehicular traffic to allow for the extension of the Lincoln Road Pedestrian Mall. The mall was extended west, from Lenox Avenue to Alton Road, to include a new pedestrian plaza. The design also included four water gardens, and streetscape and infrastructure improvements. Kimley-Horn provided due diligence, civil engineering, landscape architecture, permitting, traffic signal modifications, and lighting and electrical design services for this project. Brickell City Centre, Miami, FL— Project manager. Located at the core of the City’s financial district, Brickell City Centre is a nine- acre mixed-use development—and one of the largest active projects in the City of Miami today. The site comprises approximately three city blocks. At completion, this $1.05 billion project will include 2.9 million square feet of retail, office, residential, and entertainment space. The parking demand for this proposed development will be satisfied by the construction of a two-level subterranean parking garage, which will extend beneath the right-of-way for full connectivity between the three blocks. This LEED Neighborhood Certified project will also include sustainable elements such as a climate ribbon, green roofs, and cisterns for irrigation use. As the engineer of record, Kimley-Horn is providing an array of civil engineering, transportation planning, and traffic engineering services. The scope of work includes design, permitting, and construction administration for the installation of more than 7,000 linear feet of new water and sewer utilities within an extremely congested utility corridor; full roadway reconstruction including drainage improvements; traffic signalization; and on-site stormwater management.

TRTP330015.15O_South Miami Complete Streets Resumes.indd George Puig, PLA Streetscaping/Landscaping Relevant Experience South Miami Intermodal Transportation Plan (ITP), South Miami, FL — Project manager on Special Qualifications the Kimley-Horn team that prepared the South Miami Intermodal Transportation Plan (SMITP). ●● Has 25 years of landscape The City of South Miami desires to enhance the existing transportation system and mobility architecture experience choices available to residents, workers, and visitors to the City. An integral component of this ●● Chair of the Miami-Dade County effort is to establish and implement the SMITP, which identifies an interconnected network of Waterfront Development Review mobility and safety improvements based on smart growth and complete streets principles. The Committee goal of the SMITP is to identify and prioritize pedestrian and bicycle projects throughout the ●● Citizens for a Better South City, as well as to enhance access to public transportation. Florida Executive Board Member Collins Parking Garage, Miami Beach, FL — Kimley-Horn is working with the City of Miami ●● Team oriented with a unique Beach, the design architect, the architect of record, and other project team members, to blend of design knowledge and provide landscape architecture and traffic engineering services for the design of this parking management experience garage. The Collins Parking Garage project provides more than 400 parking spaces for the ●● Critical involvement in Collins mixed use project which includes 20,000 square feet of retail. Construction has not yet recreational and streetscape type begun, but is scheduled to occur on an 18-month schedule. Currently in permitting. projects from concept through construction administration Miami River Greenway Design, Six Projects, Miami, FL — Serving as landscape architect. Kimley-Horn was retained for the development of a master plan for six sites owned by Miami- Professional Credentials Dade County. Two design options were developed for each site and presented to the public and ●● Bachelor of Landscape the Miami River Committee for discussion and concurrence for the recommended alternative to Architecture, Landscape proceed with the design phase. Design included site development, drainage, permitting (DERM Architecture, University of Florida and FDEP), lighting, structural design new seawalls, and repairs of existing landscape and ●● Professional Landscape Architect irrigation. Locations include: SW 2nd Avenue Bridge; 54th Street Station; Miami in Florida and Puerto Rico Avenue Bridge; Beneath County Metrorail, adjacent to FPL riverwalk; Beneath County Metrorail, ●● Crime Prevention Through adjacent to “Neo Vertika;” and M-D WASD pump station and connection to North River Drive. Environmental Design (CPTED) certification City of Miami, General Landscape Architectural Services Contract, Miami, FL — Serving ●● Roadside Vegetation as project manager for the Kimley-Horn team that is providing the City of Miami with landscape Management advanced training architecture services at various project sites throughout the City. Services include the design of certification landscape architectural components including hardscape, landscape, site furniture, site lighting and irrigation for different project types including parks, streetscapes, and other related urban Professional Organizations public realm areas from concept through construction. The contract is being funded through ●● American Society of Landscape The City of Miami Capital Improvements Program (CIP). Architects (ASLA) Altamonte Springs Gateway Drive Extension Final Design, Altamonte Springs, FL ●● Urban Land Institute Landscape architect involved with the landscape and streetscape elements of this project, ●● Colegio de Arquitectos y which involved the new construction of approximately one mile of four-lane, divided urban Arquitectos Paisajistas de Puerto roadway from east of Forest City Road to Keller Road. It also included construction of a new Rico (CAAPPR) two-lane, urban roadway and widening for auxiliary lanes along Maitland Boulevard and Keller Road. The disciplines involved in this project included roadway, drainage, floodplain, utilities, traffic control, signing/pavement marking, signalization, structural, landscaping, permitting, and right-of-way-mapping. Miami Worldcenter, Miami, FL — Serving as landscape architecture project manager. Kimley-Horn partnered with a private developer, the City of Miami, the Miami Community Redevelopment Agency (CRA), and other stakeholders in preparing typical sections for streetscapes for the City’s largest proposed downtown project. Kimley-Horn also partnered with numerous utility companies to determine existing underground conditions. Once this information was obtained, we worked with multiple stakeholders to develop and evaluate various streetscape options for roads and avenues within the multi-block project limits. Regatta Park, Miami, FL — Project Manager for the Kimley-Horn team that provided landscape architecture services for Regatta Park in the City of Miami, a new 15 acre waterfront passive park that will transform the underutilized waterfront into a more cohesive and vibrant public space that will help connect the general public to the waterfront. The main features of the park include the Expo Lawn, Regatta Lawn, Tropical Gardens, Promenade, Multi-use Path Connector, Tree Alee and Children’s Play Area. Kimley-Horn was tasked with the landscape architectural and civil engineering design of the park from concept through construction administration.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Burt Baldo, P.E. Design Criteria/Constructability Relevant Experience Place Roadway Improvements, Bayview Market, NE 17th Street/NE 17th Terrace/NE Special Qualifications 2nd Avenue/N. Miami Avenue, Miami-Dade County, FL — Project manager responsible ●● Has 23 years of experience in for developing vertical and horizontal alignments, providing drainage design, signing and civil engineering with 21 years pavement markings, and signalization plans for this corridor. The project included the of extensive experience in the reconstruction and widening of NE 17th Terrace/NE 2nd Avenue/NE Miami Place and the field of highway design, drainage milling and resurfacing of NE 17th Street and N Miami Avenue. design, and traffic operations plans MDX Design Engineering, SR 874 (Don Shula Expressway) from Kendall Drive to SR 826, ●● Experience includes construction Miami, FL — Deputy project manager for design engineering services for SR 874 (Don Shula supervision for highway and port Expressway) roadway modifications from south of SW 88th Street (Kendall Drive) to south of facilities SR 826 (Palmetto Expressway)/SR 874 interchange. The project consisted of the widening of ●● Worked on projects for FDOT SR 874 and included complex roadway design, drainage design, signing and marking, lighting, Districts One, Three, Four, Five, signalization, retaining walls, noise barrier walls, bridge widening plans, permitting, and public Six, Florida’s Turnpike Enterprise, involvement services. The nature of the project changed and was re-procured as a Design- and MDX Build project. Kimley-Horn prepared 99% design plans and the subsequent design-build ●● Principal areas of practice criteria package. include roadway design, Miami River Greenway Design, Six Projects, Miami, FL — Principal-in-charge for preliminary engineering studies, development of a master plan for six sites owned by Miami-Dade County. Two design options drainage design, stormwater permitting, pavement design, were developed for each site and presented to the public and the Miami River Committee utility coordination, maintenance for discussion and concurrence for the recommended alternative to proceed with the design of traffic, roadway lighting phase. Design included site development, drainage, permitting (DERM and FDEP), lighting, design, signing and pavement structural design new seawalls, and repairs of existing landscape and irrigation. marking, traffic signalization, and NE 2nd Avenue Reconstruction from NE 91st Street to NE 105th Street, Miami, FL traffic planning Project manager responsible for developing vertical and horizontal alignments, and providing Professional Credentials drainage design, signing and pavement markings, and signalization plans for this corridor. The ●● Bachelor of Science, Civil project included the reconstruction/widening of NE 2nd Avenue from NE 94th Street to NE Engineering, Florida International 103rd Street as well as areas of roadway milling and resurfacing at the beginning and end of University the project. The project also included a joint participation agreement with the Village of Miami ●● Professional Engineer in Florida Shores, in which the Village agreed to fund the streetscape and landscape improvements in order to participate in their design. ●● Advanced Work Zone Traffic Certification, FDOT Metrorail M-Path (Bike Path/Shared-Use) Trail Improvements from SW 67th Avenue to the Miami River, Miami, FL — Project engineer for improvements of the M-Path (shared-use Professional Organizations trail) between SW 67th Avenue and the Miami River. The project includes new construction, ●● American Society of Civil widening, milling and resurfacing, addressing ADA issues, new signage, and new pavement Engineers (ASCE) markings at 34 intersections/street crossings along the M-Path. Signal improvements/ ●● American Society of Highway modifications at three intersections and addition of three new Rectangular Rapid Flashing Engineers Beacons (RRFBs), replacing meandering sections of the path with more direct/straight “bicycle-friendly” sections, is also included in the project. Dry run permitting, preparation of bid documents, and construction phase assistance is also included. SW 216th Street from SW 127th Avenue to Florida’s Turnpike, Miami, FL — Project manager responsible for the master planning, public involvement, developing vertical and horizontal alignments, signing and pavement markings, and signalization plans for this 1.25-mile corridor. Also responsible for coordination for drainage design, which was performed by a subconsultant. SR A1A/Collins Avenue Resurfacing (Phases I and II), FDOT District Six — Project manager. Kimley-Horn is providing design services for SR A1A/Collins Avenue from 26th Street to Indian Creek Drive in Miami Beach. Based on our team’s detailed investigation of the corridor and deficiencies discovered, we presented District Six with a scope study report which included three improvement options: minimal, mid-range, and complete reconstruction of the corridor. Current design services provided to FDOT include roadway, signing and pavement marking, maintenance of traffic, drainage, and signalization plans.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Greg Kyle, AICP Multimodal Transportation Relevant Experience South Miami Hometown Intermodal Transportation Study, South Miami, FL — Project Special Qualifications manager in charge of developing a multimodal mobility plan consistent with the City of South ●● Has 22 years of transportation Miami’s vision for a transportation system that reduces vehicular trips and congestion by planning and traffic operations providing attractive alternatives to single-occupant vehicles. The study area represents a major experience working on a wide activity center on the Metrorail corridor that is in need of multimodal transportation solutions. range of projects, including Short- and long-term strategies to maximize the efficiency of the multimodal transportation PD&E studies, corridor studies, system were identified, evaluated, and prioritized. A detailed implementation plan was transit systems, long-range prepared to outline the desired course of action, including costs and priority levels. plans, and master plans ●● Expertise in multimodal Downtown Parking Study, South Miami, FL — Project manager for the first comprehensive transportation planning, parking study conducted in downtown South Miami in more than a decade. This study including travel demand analyzed the parking supply and demand in downtown South Miami to assess the need for forecasting, traffic simulation, additional parking based on an evaluation of existing parking conditions. The study included a and traffic operations analysis quantification of existing parking supply, collection of existing land use data, parking demand ●● Further expertise in intermodal estimation, comparisons to municipal code requirements, and parking use quantification. facilities, freight and goods The study determined that a significant parking deficit currently exists in downtown South movement, and alternative Miami; the most critical parking need is for district-wide parking that can serve multiple uses transportation modes at different time periods. The study also recommended eliminating the City’s decal parking ●● Extensive experience in public program on weekends when the program is not used consistently. Completed: April 2004; outreach and interagency project cost: $20,000 (parking study) coordination, including presenting findings to decision- Snapper Creek Neighborhood Traffic Plan, South Miami, FL — Developed a traffic making boards of elected and management plan that addressed issues impacting the livability of the residential Snapper appointed officials Creek Neighborhood, including large volumes of cut-through traffic generated by nearby schools. The project included meetings with area stakeholders, a review of an earlier planning Professional Credentials effort, data collection (including origin/destination surveys to quantify the magnitude of ●● Master of Science, Urban cut-through traffic), data analysis, development of a conceptual improvement plan, and Planning, Florida State University coordination of improvements with Miami-Dade Public Works. A series of short-term and ●● Master of Business long-term traffic calming improvements were identified for implementation, including turn Administration, Business restrictions, entry features, and an impeller. Administration, Florida Atlantic University Northside Traffic Plan, South Miami, FL — Developed a traffic management plan that ●● Bachelor of Science, Political addressed issues impacting the livability of the residential Northside Neighborhood, including Science, Florida State University cut-through traffic, speeding, and safety. The project included meetings with area stakeholders, review of an earlier planning effort, data collection, data analysis, and development of a Professional Organizations conceptual improvement plan. A series of traffic calming improvements were identified for ●● American Planning Association implementation within the existing roadway right-of-way, including neighborhood traffic circles, (APA) raised intersections, a chicane, a raised median, a roundabout, and several intersection modifications. Alton Road PD&E Study (5th Street to Michigan Avenue), Miami Beach, FL — Project manager for the 1.5-mile corridor Alton Road PD&E study in Miami Beach. The multi-use corridor serves as a gateway to one of Florida’s most popular tourist destinations, South Beach. Improvements were being developed to address safety, drainage, traffic flow, pavement conditions, bicycle facilities, pedestrian facilities, mass transit, parking, and landscaping. The project included extensive public outreach, including the formation of a project advisory group of affected residents and business owners, presentations to a number of advisory boards of the City of Miami Beach and the Miami-Dade Metropolitan Planning Organization, and the endorsement of the study’s preferred alternative by the City of Miami Beach’s Commission. Improvements to Congested Miami-Dade County Intersections, FL— Project engineer for roadway and traffic improvements to various Miami-Dade County intersections. These improvements required extensive field investigation and coordination with the County and other agencies. Improvements varied from simple signing and markings improvements to intense design involving changes in alignment and drainage issues.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Ray Strychalski, PLA, LEED AP Streetscaping/Landscaping Relevant Experience Bradenton Downtown Development Authority Riverwalk, Bradenton, FL — Landscape Special Qualifications Architect. Kimley-Horn completed the master planning process for the 1.25-mile-long ●● Has 33 years of experience as a area in Bradenton known as the Riverwalk. Project services included master licensed landscape architect and planning, civil and landscape architecture construction documents, grants/funding analysis, land planner in major markets design development, stakeholder coordination, permitting, and construction phase services. across the Eastern United States The project has also included the facilitation of an extensive public involvement program to ●● Has been in charge of a identify opportunities for enhancement to the existing Riverwalk, as well as features that would variety of large-scale land attract users to the waterfront (public art, Florida history garden, skate park, amphitheatre, planning endeavors, including active/passive recreation, playgrounds, and interpretive/historical signage) and completion of traditional neighborhood the unanimously-adopted master plan. developments (TNDs), urban infill developments, mixed-use Buckhead Village Complete Streets Plan, Atlanta, GA — Landscape Architect. The developments, commercial Buckhead Community Improvement District (CID) was seeking ways to increase walkability, and retail centers, corporate bikeability, transit ridership, and park space to help spur and support redevelopment initiatives campuses, and office and hotel in the Buckhead Village commercial district. Kimley-Horn worked with the CID to develop complexes an ambitious plan focused on short-term implementation for roadway improvements and ●● Projects include numerous greenspace expansion that will improve the multimodal function of Buckhead Village and community recreation facilities, create enhanced civic space. Through an extensive public involvement process, targeted golf and social clubs, and public stakeholder involvement, and detailed traffic modeling and technical analysis, Kimley-Horn parks and preserves created a plan for realigned roadways and an expanded public park that will increase safety ●● Through extensive urban infill and enhance the mobility of all users of . Kimley-Horn’s services included park/ experience, has developed a green space planning, transportation planning and modeling, cost analyses, strategic property strong portfolio in streetscape abandonment/negotiations advisement, and government agency coordination. Because of design and implementation Kimley-Horn’s expertise in creating implementation-based plans, the CID’s plan is in the Professional Credentials process of being adopted by local agencies with design scheduled to follow. ●● Bachelor of Landscape Dunwoody Village Parkway Bike and Pedestrian Improvements, Dunwoody, GA Architecture, Landscape Project Manager. Kimley-Horn’s Complete Streets team was selected to work with the City Architecture, Purdue University of Dunwoody and selected stakeholders to analyze and offer design solutions for Dunwoody ●● Professional Landscape Architect Village Parkway. Designed and built in the 1970s, this suburban parkway was good at in Georgia, Alabama, Indiana, moving cars but not pedestrians. With the completion of the recent Dunwoody Village Master Maryland, and South Carolina Redevelopment Plan, this existing parkway is well positioned to become the new “main street” ●● LEED AP of Dunwoody Village. Our team has made recommendations that will remove the center median and narrow this lesser traveled road from four lanes to two lanes as well as add new Professional Organizations sidewalk and bicycle facilities. A major challenge along this corridor will be minimizing impacts ●● American Society of Landscape to existing trees, landscape, and right-of-way. Proposed improvements include new wide Architects (ASLA) sidewalks, street trees, pedestrian lighting, street furniture, and ADA upgrades. ●● Central Atlanta Progress Buckhead Village Streetscape Program, Atlanta, GA — Designer. Kimley-Horn is the lead ●● Georgia Conservancy consultant for the Buckhead Community Improvement District to develop and implement a ●● Georgia Society of Landscape streetscape design to create a contemporary village character for the 70-acre Buckhead Architects Village area in northeast Atlanta. The streetscape design includes sidewalks, planting areas, ●● Park Pride of Atlanta furniture zones, tree lighting, on-street parking, and other elements to define the character ●● Urban Land Institute of the area while improving the street infrastructure. The project is intended to create a safe ●● Habitat for Humanity, Volunteer multimodal environment that is pedestrian friendly while offering flexible event space and a ●● Hands On Atlanta, Volunteer greening of the village. The project also includes revision of zoning requirements to support implementation of the concept through future development. Kimley-Horn is providing project management, traffic engineering, environmental engineering, streetscape design, civil engineering, permitting, and construction phase services.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Kimberlee Misek, ASLA Streetscaping/Landscaping Relevant Experience South Miami Intermodal Transportation Plan (ITP), South Miami, FL — Landscape analysts Special Qualifications on the Kimley-Horn team that prepared the South Miami Intermodal Transportation Plan ●● Nine years of experience (SMITP). The City of South Miami desires to enhance the existing transportation system and with landscape design, site mobility choices available to residents, workers, and visitors to the City. An integral component planning, construction document of this effort is to establish and implement the SMITP, which identifies an interconnected preparation, and in preparing network of mobility and safety improvements based on smart growth and complete streets presentation graphics principles. Professional Credentials Black Creek Trail Segment A Construction Documents, Miami-Dade County, FL ●● Bachelor of Landscape Served as landscape analyst on the Kimley-Horn team that prepared construction documents Architecture, Landscape for this 9.1-mile, multi-use greenway trail in southern Miami-Dade County. Kimley-Horn Architecture, University of was responsible for all phases of this project ranging from programming and schematic Arkansas design through construction phase services. We assisted the Miami-Dade County Parks and Recreation Department (MDPR) in identifying potential trail alignments, amenities, trailhead Professional Organizations locations, and neighborhood connections. We coordinated with numerous stakeholder groups, ●● American Society of Landscape including utilities, local governments, and permitting agencies. Our design incorporated a Architects (ASLA) non-motorized trail and linear park design within the Black Creek Canal (C-1) right-of-way ●● Commercial Real Estate Women owned by the South Florida Water Management District (SFWMD). Key challenges on this (CREW) project that we addressed included slope stability near the canal bank, crossing several major ●● University of Arkansas roadways (including a six-lane section of US 1), and working within SFWMD design standards Architectural Advisory, Board for permitted use of their right-of-way. Member SR A1A Bicycle Master Plan, FDOT District Six — Served as project planner. This project consisted of the development of a bicycle facility master plan for a 22-mile portion of SR A1A from the Broward County line to Downtown Miami. Our work included design standards review and development; review of design plans, right-of-way plans, and as-built drawings; segmentation, implementation, and approach methodology development; field reviews; conceptual plan development; alternative routes review; and cost estimating. The project also included public outreach with affected municipalities and Miami-Dade MPO’s Bicycle and Pedestrian Advisory Committee. Infinity at Brickell (Infinity I and II), Miami, FL — Served as landscape analyst for this project located in downtown Miami’s Brickell area. Infinity at Brickell will consist of two residential towers with office and retail uses on the first floor. Kimley-Horn provided landscape architecture services, including streetscapes, two new urban plazas, and two new recreation decks. Miami Lakeway North Resurfacing and Drainage Improvements, A Federally-Funded Design-Build Project, Miami Lakes, FL Landscape analyst. Kimley-Horn assisted the Town in obtaining more than $600,000 in stimulus funding to construct this roadway and drainage improvement project that includes a portion of Miami Lakeway North between Celebration Point and Miami Lakes Drive and NW 153rd Street from Miami Lakeway North to NW 60th Avenue. Prior to obtaining the stimulus funding, Kimley-Horn assisted the Town in becoming Local Agency Program (LAP) certified so that the Town would be eligible to obtain the stimulus funding. Our team developed a design criteria package—in compliance with Federal funding criteria—which resulted in securing the stimulus funding and award of the project to the design-build team. The project included drainage system improvements such as new stormwater inlets, a new outfall connection, exfiltration trench for water quantity and quality treatment, new sidewalk, and new pavement markings and signage. Kimley-Horn also provided construction phase services to expedite the project and to confirm that the project was built in compliance with the design criteria. Miami River Greenway Design – Six Projects, Miami, FL — Served as the co-designer for urban design of landscape and hardscape master plans and assisted in presentations to the City. Pedestrian Bridge Design and Roadway Improvements (NW 175th Street and NW 42nd Avenue), Miami Gardens, FL — Serving as landscape analyst for the Kimley-Horn team selected by the City of Miami Gardens for the design of a new pedestrian bridge. The purpose of this project is to provide pedestrian access along the north side of NW 17th Street and NW 173rd Drive across a Miami- Dade County canal between NW 42nd Avenue and NW 42nd Court. The current bridge is two lanes with a raised pedestrian sidewalk along the north side. Our team is providing structural engineering services, including bridge evaluation, rehabilitation, and design.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Marwan Mufleh, P.E. Design Criteria/Constructability Relevant Experience Federal Highway (US 1) Interim and Final Enhancements, Delray Beach, FL Special Qualifications Project manager. This multi-phased project included a study and conceptual design, ●● Has 28 years of civil engineering temporary implementation of the design for a trial period and final design of the permanent experience improvements. This project included two miles of the US 1 one-way pair in each direction ●● Principal areas of practice in Delray Beach. The City and its Community Redevelopment Agency (CRA) adopted the include project management Downtown Delray Beach Master Plan, which has as one of its key elements a reconfiguration from the design concept stage of the two one-way segments of US 1 from three lanes to two lanes. Accordingly, Kimley-Horn through the construction was retained to evaluate potential changes to the lane configuration along southbound (NE/ administration phase, roadway SE 5th Avenue) and northbound (NE/SE 6th Avenue) segments of US 1 from north of Linton design, drainage design, Boulevard (SE 10th Street) to George Bush Boulevard. Kimley-Horn developed alternatives, pavement marking, and forecasted future traffic volumes for review with the City and the CRA, and led several public maintenance of traffic involvement workshops at which detailed traffic engineering and design data were presented. ●● Served as project manager on The design provided two lanes each way with on-street parking for both avenues, City numerous successful highway residents and visitors will soon enjoy the benefits of on-street, buffered parking; slower speeds design and construction projects and a safer, more pedestrian-friendly environment; landscaping beautification and decorative, for Broward County, including two segments of Hiatus Road, environmentally sensitive street lighting; bicycle lanes; and a new sense of continuity with the Riverside Drive, and Broward Downtown area. Professional services will be completed in 2011 with anticipated construction County’s first design-build commencement in 2012. roadway project 24th and 25th Street Improvements, West Palm Beach, FL — Project manager for ●● Familiar with county staff and the Kimley-Horn team retained by the City of West Palm Beach to provide streetscape procedures improvements in the Northwood neighborhood area. This project is a joint effort between ●● Experienced in Microstation, the City of West Palm Beach and the West Palm Beach Community Redevelopment Agency Geopak, and Microsoft office (CRA) to reconstruct each of the two-lane roadways with on-street parallel parking on both programs sides, thus creating a main street through the District. The project is envisioned as an impetus to spur redevelopment of that District. As such, it required an intensive public involvement Professional Credentials program that included residents, merchants, the CRA Advisory Board, and the CRA Board, ●● Bachelor of Science, Civil which is the City Commission. The project included extensive landscape and hardscape plans, Engineering, University of Texas, Arlington renderings, decorative street lights, drainage, signing and marking, and traffic control plans; 24th and 25th Streets were also designated as SR 5 and are owned and maintained by the ●● Professional Engineer in Florida Florida Department of Transportation (FDOT). Therefore, permitting and close coordination with Professional Organizations FDOT were necessary. Due to local agency participation, funding was provided by state and ●● American Society of Civil federal governments. Engineers (ASCE) Lake Worth Streetscape Design-Build (includes 10th Avenue North/6th Avenue South ●● American Society of Highway Enhancement Project), Lake Worth, FL — Provided traffic engineering services for this Engineers (ASHE) streetscape project in Lake Worth. The project extended from I-95 to Dixie Highway along ●● Florida Engineering Society 6th Avenue and 10th Avenue. This was part of an effort by the Community Redevelopment Agency (CRA) to improve major roads in their community. Kimley-Horn teamed with Burkhardt Construction, Inc., on this design/build project. Old Boynton Road/Congress Avenue Intersection Improvements, Boynton Beach, FL — Project manager for design of roadway improvements. Services included traffic signals, street lighting analysis, and signing/pavement marking design for the widening/ improvements for this one-mile stretch from two lanes to four lanes in most segments. Responsibilities included span-wire signal design modification, lighting analysis, and signing/pavement marking design. Seacrest Boulevard Roadway Improvements, Boynton Beach, FL — Served as project manager. This project includes the redevelopment of Seacrest Boulevard from the Boynton Canal to Boynton Beach Boulevard. Provided streetscape design, permitting procurement and creation of construction documents for the CRA of Boynton Beach. Provided coordination with the CRA, Palm Beach County Streetscape Division, and the City of Boynton Beach. Provided coordination with KIMLEY-HORN roadway team, civil engineer, and lighting engineer. Special attention to beautify this blighted part of Seacrest Boulevard which had no trees within the public right of way by incorporating canopy and palm trees, a new sidewalk design, landscaped medians, decorative crosswalks, and street lighting.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Leonte Almonte, P.E. Data Collection and Analysis Relevant Experience Alton Road PD&E Study (5th Street to Michigan Avenue), Miami Beach, FL — Design Special Qualifications analyst for the Kimley-Horn team that performed a PD&E study to document the requirements ●● Has 12 years of roadway design for preliminary design for SR 907 (Alton Road) from 5th Street to Michigan Avenue, including experience the flyover ramp connector between SR 836 and SR 908. The study included existing ●● Proficient in MicroStation, conditions, typical sections, traffic analysis, right-of-way requirements, environmental impacts, Geopak, Civil 3D, AutoCAD, and cost of improvements. Worked directly on the development of alternatives and the analysis EaglePoint, HCS+, CORSIM, to determine the feasibility for this particular project. Worked on the development of the Primavera P6, ArcGIS, AUTOTurn, project’s schedule and maintaining it up-to-date. Real Cost, and MS Project Black Creek Trail Segment A Construction Documents, Miami-Dade County, FL — Served Professional Credentials as analyst on the Kimley-Horn team retained by the Miami-Dade Parks and Recreation ●● Master of Science, Department to design Segment A (a 9.1-mile corridor) of the Black Creek Trail. Black Creek Transportation Engineering, Trail is a 17-mile greenway corridor that connects the Everglades Levee (L-31N Canal) with Florida International University Black Point Park and Marina. Kimley-Horn completed a planning and feasibility study for the ●● Bachelor of Science, Civil 9.1-mile Segment B in late 2007. Tasks for Segment A included programming and schematics, Engineering, Pontificia design development, and construction phase services. Universidad Catolica Madre y Maestra, Brickell City Centre, Miami, FL — Serving as project engineer providing drainage and roadway design for this project. Kimley-Horn prepared a Special Area Plan (SAP) traffic ●● Professional Engineer in Florida study and supporting documentation consistent with City of Miami 21 Zoning Code. Brickell and Dominican Republic CityCentre is the first project to be approved under the SAP process in the City of Miami. The Professional Organizations proposed development includes 830 residential units, a 290-room hotel, and 906,463 square ●● American Society of Civil feet of office of which 95,117 square feet will serve as medical office. The development Engineers (ASCE) will also include 535,300 square feet of retail of which 142,000 square feet will serve as ●● Institute of Transportation entertainment uses such as a nightclub, cinema, and a bowling alley. As part of the traffic Engineers (ITE) engineering services, six adjacent traffic signals will be redesigned per the latest Miami-Dade ● County design standards. Kimley-Horn is also providing civil engineering, roadway design, and ● Society of Hispanic Professional Engineers transit engineering services for the site. Metrorail M-Path (Bike Path/Shared-Use) Trail Improvements from SW 67th Avenue to the Miami River, Miami, FL — Project engineer for improvements of the M-Path (shared-use trail) between SW 67th Avenue and the Miami River. The project includes new construction, widening, milling and resurfacing, addressing ADA issues, new signage, and new pavement markings at 34 intersections/street crossings along the M-Path. Signal improvements/modifications at three intersections and addition of three new Rectangular Rapid Flashing Beacons (RRFBs), replacing meandering sections of the path with more direct/straight “bicycle-friendly” sections, is also included in the project. Dry run permitting, preparation of bid documents, and construction phase assistance is also included. Lloyd Estates Streetscape and Drainage Improvements, Oakland Park, FL — Design engineer. Kimley-Horn provided professional engineering services for the design and construction of the Lloyd Estates Residential and Industrial Area Drainage Project. The project involves phased drainage and water distribution system improvements consisting of the construction of a stormwater collection system with water quality treatment measures and possible upgraded outfalls, as well as replacement of select existing water mains within the project area. The professional services include surveying, stormwater analysis, civil and electrical engineering design, landscaping and irrigation, permitting, coordinating with utility providers for adjustments and or relocations, preparing quantity calculations, and engineer’s estimates of probable costs. SW 216th Street from SW 127th Avenue to Florida’s Turnpike, Miami, FL — Served as project engineer. Kimley-Horn was responsible for developing vertical and horizontal alignments roadway plans, providing drainage design, signing and pavement markings, and signalization plans. The project includes the reconstruction/widening of SW 216th Street from SW 127th Avenue to SW 112th Avenue, and milling and resurfacing from SW 112th Avenue to Florida’s Turnpike. The project also included a traffic analysis for the corridor and design of a round-about at SW 122nd Avenue.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Luis Cubas, P.E. Design Criteria/Constructability Relevant Experience Alton Road PD&E Study and Design (5th Street to Michigan Avenue), FDOT District Six Special Qualifications Project engineer on the Kimley-Horn team that performed a PD&E study to document the ●● More than 31 years of civil requirements and prepared concept plans for SR 907 (Alton Road) from 5th Street to Michigan engineering experience Avenue, including the flyover ramp connector between SR A1A and SR 907. The project ●● Proficient in AutoCAD, included analysis of alternatives, typical sections, traffic analysis, right-of-way requirements, MicroStation, and GEOPAK environmental impacts, cost of improvements, and preparation of design exceptions and software programs variations, including a design variation for bike lanes. Professional Credentials Black Creek Trail Segment A Construction Documents, Miami-Dade County, FL ●● Civil Engineer Degree, Civil Served as project engineer on the Kimley-Horn team that prepared construction documents Engineering, National University for this 9.1-mile, multi-use greenway trail in southern Miami-Dade County. Kimley-Horn of Cajamarca-Peru was responsible for all phases of this project ranging from programming and schematic ●● Professional Engineer in Florida design through construction phase services. We assisted the Miami-Dade County Parks and ● Recreation Department (MDPR) in identifying potential trail alignments, amenities, trailhead ● Professional Engineer in Maryland and Peru locations, and neighborhood connections. We coordinated with numerous stakeholder groups, including utilities, local governments, and permitting agencies. Our design incorporated a non- motorized trail and linear park design within the Black Creek Canal (C-1) right-of-way owned by the South Florida Water Management District (SFWMD). Key challenges on this project that we addressed included slope stability near the canal bank, crossing several major roadways (including a six-lane section of US 1), and working within SFWMD design standards for permitted use of their right-of- way. Improvements to Congested Miami-Dade County Intersections, FL — Project engineer on the Kimley-Horn team developing plans for roadway and traffic improvements to the various County intersections. These improvements required extensive field investigation and coordination with the County and other agencies. Improvements varied from simple signing and markings improvements to intense design involving changes in alignment and drainage issues. MDX Design Engineering for SR 874 (Don Shula Expressway) from Kendall Drive to SR 826, Miami, FL — Serving as project engineer for the Kimley-Horn team that is providing design engineering services for SR 874 (Don Shula Expressway) roadway modifications from south of SW 88th Street (Kendall Drive) to south of SR 826 (Palmetto Expressway)/SR 874 interchange. The nature of the project changed and was re-procured as a Design-Build project. Kimley-Horn prepared 99% design plans and the subsequent design-build criteria package. Miami River Greenway Design – Six Projects, Miami, FL — Project manager for the development of a master plan for six sites owned by Miami-Dade County. Two design options were developed for each site and presented to the public and the Miami River Committee for discussion and concurrence for the recommended alternative to proceed with the design phase. Design included site development, drainage, permitting (DERM and FDEP), lighting, structural design new seawalls, and repairs of existing landscape and irrigation. NE 2nd Avenue Reconstruction from NE 91st Street to NE 105th Street, Miami, FL — Project engineer responsible for the quality control of vertical and horizontal alignments, drainage design, signing and pavement markings, and signalization plans for this corridor. The project included the reconstruction/widening of NE 2nd Avenue from NE 94th Street to NE 103rd Street and areas of roadway milling and resurfacing at the beginning and end of the project. The project also included a joint participation agreement with the Village of Miami Shores in which streetscape and landscape improvements were designed with the Village, who funded these improvements. SR 972/ from SW 37 Avenue to SW 13 Avenue Resurfacing, FDOT District Six — Served as project engineer. The project corridor, which includes a mix of businesses and apartments, is unique in its designation as a State Historic Highway (SHH), and is famous for its canopy of mature Banyan trees. The historic nature of these signature trees and widespread flooding made this more than a typical milling and resurfacing project and required extensive coordination with FDOT and local agencies, including the City of Miami Historic Preservation Board. Kimley-Horn’s other services included roadway, drainage, signing and marking, addressing ADA issues along the project corridor, design of one new signalized intersection, one new mid-block signal, and addition of new Rectangular Rapid Flashing Beacons (RRFBs) and speed feedback signs at four locations.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Sean Johnston, P.E. Multimodal Transportation Relevant Experience Buckhead Village Complete Streets Plan, Atlanta, GA — Project Engineer. The Buckhead Special Qualifications Community Improvement District (CID) was seeking ways to increase walkability, bikeability, ●● Offers 15 years of experience in transit ridership, and park space to help spur and support redevelopment initiatives in roadway and bicycle/pedestrian the Buckhead Village commercial district. Kimley-Horn worked with the CID to develop design an ambitious plan focused on short-term implementation for roadway improvements and ●● Transit experience includes greenspace expansion that will improve the multimodal function of Buckhead Village and Atlanta, GA to Chattanooga, create enhanced civic space. Through an extensive public involvement process, targeted TN MAGLEV rail study, as well stakeholder involvement, and detailed traffic modeling and technical analysis, Kimley-Horn as Atlanta’s MARTA rapid rail created a plan for realigned roadways and an expanded public park that will increase safety system and enhance the mobility of all users of the roads. Kimley-Horn’s services included park/ ●● Has provided roadway concept green space planning, transportation planning and modeling, cost analyses, strategic property validation and prepared abandonment/negotiations advisement, and government agency coordination. Because of preliminary, right-of-way, and Kimley-Horn’s expertise in creating implementation-based plans, the CID’s plan is in the final construction plans for GDOT process of being adopted by local agencies with design scheduled to follow. ●● Experience includes hydrology and drainage design, as well ITE-Context Sensitive Design Pilot Study, DeKalb County, GA — Project Manager. As part of as stage construction, erosion an on-call contract with DeKalb County, Kimley-Horn evaluated two corridors for opportunities control, and signing and marking to transform the existing arterials into “complete streets” for multiple transportation modes. plans Rockbridge Road and Bouldercrest Road do not adequately accommodate bicycles and ●● Proficient in the use of pedestrians and are overdesigned for excess vehicle capacity in some areas. Kimley-Horn Microstation V7/V8i, CAiCE, conducted an inventory of existing conditions and prepared a report evaluating opportunities InRoads, Microsoft Project, and and making recommendations for reallocating the right-of-way to balance the needs of GDOT CES all users in these corridors, including the high concentrations of pedestrians in areas near apartment complexes and employment centers. Professional Credentials ●● Bachelor of Civil Engineering, Atlanta BeltLine Ponce de Leon Avenue Livable Centers Initiative (LCI), Atlanta, GA Georgia Institute of Technology Project Manager. Kimley-Horn is leading concept development, preliminary and final design ●● Professional Engineer in Georgia for this Complete Streets enhancement project on Ponce de Leon Avenue from Monroe Drive to Freedom Parkway that will construct new sidewalks with street trees and pedestrian Professional Organizations lighting, improvements to existing bike facilities and a vertical ramp and stair connection to the ●● American Society of Highway Atlanta BeltLine Eastside Trail. The project is funded through a Livable Centers Initiative grant Engineers, Member administered by the Georgia Department of Transportation and Atlanta Regional Commission, and is therefore following the GDOT PDP process. Kimley-Horn’s services include geometric roadway and streetscape design, storm drainage design to improve existing gutter spreads, structural design for the vertical ramp and stair connections, right-of-way plan preparation and environmental documentation. Dunwoody Village Parkway Bike and Pedestrian Improvements, Dunwoody, GA — Project Engineer. Kimley-Horn’s Complete Streets team was selected to work with the City of Dunwoody and selected stakeholders to analyze and offer design solutions for Dunwoody Village Parkway. Designed and built in the 1970s, this suburban parkway was good at moving cars but not pedestrians. With the completion of the recent Dunwoody Village Master Redevelopment Plan, this existing parkway is well positioned to become the new “main street” of Dunwoody Village. Our team has made recommendations that will remove the center median and narrow this lesser traveled road from four lanes to two lanes as well as add new sidewalk and bicycle facilities. A major challenge along this corridor will be minimizing impacts to existing trees, landscape, and right-of-way. Proposed improvements include new wide sidewalks, street trees, pedestrian lighting, street furniture, and ADA upgrades. Peachtree Street Pedestrian Streetscape, Atlanta, GA — Project Engineer. Kimley-Horn was the lead consultant for the Peachtree Corridor improvement project in downtown Atlanta—extending from North Avenue in the heart of Midtown south for more than 1 mile to Martin Luther King Drive in downtown. The $5.5 million project is being sponsored by both the Midtown Alliance and Central Atlanta Progress. The project is envisioned to create a safe pedestrian streetscape in a rapidly developing urban environment. Design elements such as raised planted medians were recommended to restrict dangerous mid-block pedestrian crossings while creating a colorful greening of the corridor. Vertical elements such as banners and lights are being recommended to create a signature look for the corridor. Kimley-Horn provided project management, traffic engineering, environmental engineering, streetscape design, civil engineering, GDOT Plan Development Process coordination.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Jeffrey Smith, P.E., LEED AP Multimodal Transportation Relevant Experience Buckhead Village Complete Streets Plan, Atlanta, GA — Project Manager. The Buckhead Special Qualifications Community Improvement District (CID) was seeking ways to increase walkability, bikeability, ●● Offers 10 years in transportation transit ridership, and park space to help spur and support redevelopment initiatives in planning and traffic operations the Buckhead Village commercial district. Kimley-Horn worked with the CID to develop projects for public and private an ambitious plan focused on short-term implementation for roadway improvements and sector clients greenspace expansion that will improve the multimodal function of Buckhead Village and ●● Specializes in bicycle/ pedestrian create enhanced civic space. Through an extensive public involvement process, targeted planning and transportation stakeholder involvement, and detailed traffic modeling and technical analysis, Kimley-Horn demand management created a plan for realigned roadways and an expanded public park that will increase safety ●● Skilled in AutoCAD, Highway and enhance the mobility of all users of the roads. Kimley-Horn’s services included park/ Capacity Software, Synchro, and green space planning, transportation planning and modeling, cost analyses, strategic property ArcGIS abandonment/negotiations advisement, and government agency coordination. Because of Kimley-Horn’s expertise in creating implementation-based plans, the CID’s plan is in the Professional Credentials process of being adopted by local agencies with design scheduled to follow. ●● Bachelor of Science, Civil Engineering, Georgia Institute of Dunwoody Village Parkway Bike and Pedestrian Improvements, Dunwoody, GA Technology Project Engineer. Kimley-Horn’s Complete Streets team was selected to work with the City ●● Professional Engineer in Georgia of Dunwoody and selected stakeholders to analyze and offer design solutions for Dunwoody ●● LEED AP Village Parkway. Designed and built in the 1970s, this suburban parkway was good at moving cars but not pedestrians. With the completion of the recent Dunwoody Village Master Professional Organizations Redevelopment Plan, this existing parkway is well positioned to become the new “main street” ●● Congress for New Urbanism of Dunwoody Village. Our team has made recommendations that will remove the center (CNU) median and narrow this lesser traveled road from four lanes to two lanes as well as add new ●● Institute of Transportation sidewalk and bicycle facilities. A major challenge along this corridor will be minimizing impacts Engineers (ITE) to existing trees, landscape, and right-of-way. Proposed improvements include new wide ●● Pedestrians Educating Drivers on sidewalks, street trees, pedestrian lighting, street furniture, and ADA upgrades. Safety (PEDS) Perimeter CIDs, Multimodal Transportation Plan, Dunwoody, GA — Project Engineer. ●● Association for Commuter Kimley-Horn was selected by the Perimeter Community Improvement Districts to develop Transportation transportation alternatives for the Perimeter Area, an area that contains the highest ●● Urban Land Institute, Atlanta concentration of Fortune 500 companies in Atlanta. The plan consisted of three phases— Center for Leadership, Class of feasibility assessment, concept development, and implementation strategy. The feasibility 2016 assessment combined the efforts of previous studies and plans into a comprehensive list of ideas developed for the area over the past few decades. Concept development followed, which utilized a complete streets approach to develop a project list of over 30 recommendations aimed primarily at improving the pedestrian and bicyclist experience (including using existing infrastructure, such as the four MARTA rail stations in the area). Finally, an implementation strategy was formed that identified short-, mid-, and long-term timetables for each project, targeted potential teaming partners and agency participants, and outlined potential funding sources for each project type. Southern Polytechnic State University, Transportation System Master Plan, Marietta, GA — Project Manager. Kimley-Horn led a team of consultants to develop Southern Polytechnic State University’s first Transportation System Master Plan. The consultant team worked with the Transportation Advisory Committee (TAC) — a group of University faculty, staff, and student leaders — to develop a work program that outlined prioritized short- (5 year) and long-term (10 year) projects. Development of these projects was guided by a Complete Streets approach, with emphasis given to the balance between bicycle, pedestrian, transit, and vehicular networks on and adjacent to campus. Kimley-Horn’s own planners and engineers contributed to the project to produce a list of implementation-based projects. Focused efforts were made in strengthening bicycle and pedestrian connections, improving bicycle and pedestrian safety, Bicycle, Pedestrian, and Trail Plan leveraging the existing regional transit system and current transportation demand management (TDM) strategies, and developing a comprehensive parking strategy. Kimley-Horn also provided streetscape and roadway design services for various locations on campus. Design included the addition of sidewalks and crosswalks between major activity areas on campus as well as structural design elements, such as additional sidewalk along an existing bridge and retaining walls in various locations. Since project completion, the school has implemented or constructed numerous projects recommended by the plan.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Scott Colvin, P.E. Sustainability Advisor Relevant Experience Widening Project (Complete Streets), Agoura Road, Agoura Hills, CA — Marketing Special Qualifications Manager. Kimley-Horn provided streetscape design services for the Agoura Road project ●● Nearly 10 years of experience consistent with the Agoura Village Specific Plan and the guidelines of the 2007 California in streetscape design, roadway Complete Street Act (AB 1358). Consistent with these guidelines, the Agoura Road project design, and traffic design and scope of work included the preservation of native oak trees; use of benches, accent paving, planning—all of which focused and lighting over the length of the roadway to provide continuity and unity; and modifications to on improving urban areas for storm drains and debris basins to promote green standards such as sub-surface bio-retention traffic, walkability, multimodal, and infiltration. The project is funded through Metro Measure R. and safety. ●● Has completed projects in major/ Complete Streets Improvements, La Mesa Avenue and El Cajon Avenue, La Mesa, CA minor bridge design (including Project Manager. Kimley-Horn realigned the project intersection, installed a raised median interchange work), roadway and channelizing island, provided a traffic study and signal modification, utility relocation, widening/realignment, hydraulic low impact development (bioswale), and drainage design. The proposed project will restore design and analysis, signal pedestrian crossing to all four legs of the intersection. The curb return radii will be reduced, design, traffic impact studies, shortening the crossing distance and slowing down right-turn vehicle movements. Audible and and transportation planning countdown pedestrian signals will be installed to facilitate pedestrian crossing. This project ●● Experience includes the use of also proposed to remove barriers to pedestrian access, providing a link between the existing MicroStation, Inroads, Geopak, bus route, its associated stops and the surrounding neighborhood. AutoCAD, HEC-RAS, Synchro™, and HCS throughout the states A Green/Complete Streets, Mission Avenue Streetscape, Oceanside, CA — Project of California, Texas, Michigan, Manager. Kimley-Horn provided all planning and final design for this Complete/Green Street Arizona, and Nevada project in Oceanside. The project involved reducing Mission Avenue from four lanes to two, forming a one-way couplet covering the major connection from the I-5 freeway to the ocean. Professional Credentials Mission Avenue will be one-way westbound and parallel Seagaze Drive will be one-way ●● Bachelor of Science, Civil eastbound from Clementine Street to Cleveland Street. Improvements included pedestrian Engineering, Michigan State enhancements, innovative bicycle facilities, infiltration basins, transit stop design, street University improvements, intersection pop-outs, signal design and modification, low impact development, ●● Professional Engineer in street lights, landscape, street furnishings, and utility relocation. California, Colorado, Idaho, and Utah Improvements/Complete Streets, Allison Avenue, La Mesa, CA — Project Engineer. The City of La Mesa and Kimley-Horn designed the Allison Avenue Complete and Green Streets Professional Organizations project to be a state wide model for the implementation of Complete and Green Streets ●● American Public Works techniques in the City’s main Civic corridor. The main objective of the project was to enhance Association (APWA) and revitalize the City’s main Civic Corridor by: ●● American Society of Civil ●● Improving pedestrian flow and safety Engineers (ASCE), Board ●● Implementing traffic calming features and improving traffic circulation and parking Member ● ●● Providing a safer environment for multiple modes of transportation including ● International Council of Shopping pedestrians, bicycles, buses, light rail, and automobiles Centers ●● ●● Enhancing it visually on varying levels with landscaping, brick-paver crosswalks, National Society of Professional bollards, benches, lighting, and signage Engineers (NSPE) ●● Municipal Management ●● Introducing a variety of low impact development features Association of Southern Complete Green Street Project, Ocean Park Boulevard, Santa Monica, CA— Project California (MMASC) Engineer. Kimley-Horn provided construction plans, specifications, and cost estimates to complete the design of the Ocean Park Boulevard Complete Green Street Project. The Kimley- Horn team designed improvements to the Ocean Park Boulevard corridor to provide connections between the neighborhoods on the north and south side of Ocean Park Boulevard and create an inviting environment for residents. In addition, Kimley-Horn designed watershed improvements to help reduce pollutants for urban runoff while also reducing the overall volume of stormwater runoff reaching Santa Monica Bay. Scope of work elements include the addition of three proposed crosswalks and overhead beacons, green bike lane and bike boxes, landscaped medians throughout the length of the project, curb extensions and bio-retention areas strategically placed along Ocean Park Boulevard, permeable paving in areas not within public travelways, traffic calming measures such as landscaped medians, pork-chops and curb extensions, and pedestrian level lighting along the thoroughfare.

TRTP330015.15O_South Miami Complete Streets Resumes.indd Victor B. Dover, FAICP, LEED-AP, CNU-A Founding Principal

Victor Dover was among the founders who established Dover, Kohl & Partners in 1987 and serves as Principal-in-charge. Along with his partner Joseph Kohl, Mr. Dover’s practice focuses on the creation and restoration of real neighborhoods as the basis for sound communities. Victor has personally led over 140 charrettes worldwide. He holds a Bachelor of Architecture degree from Virginia Tech and a Master of Architecture degree from the Suburb & Town Design Program at the University of Miami. Mr. Dover lectures widely around the United States and internationally on the topics of livable com- munities and sustainable development. Mr. Dover was cited by Architecture magazine as being among ‘‘the country’s best urban designers and architects.’’ Work by Dover & Kohl has been published in Southern Living, Urban Land, Metropolitan Home, and featured on HGTV, National Public Radio, CNN’s Earthwatch, and in BusinessWeek magazine. Their projects are profiled in a number of planning textbooks, including The New Urbanism by Peter Katz, Community by Design by Kenneth Hall, Sustainable Urbanism by Doug Farr, and Retrofitting Suburbia by Ellen Dunham-Jones and June Williamson. Victor’s and John Massengale’s new book, Street Design: The Secret to Great Cities and Towns is on bookshelves now. Victor Dover is former Chair of the Congress for the New Urbanism (CNU) and was the Founding Chair of the CNU Florida Chapter, the first of its kind. He is a CNU-Accredited Professional. He was a key player in the creation of the Form-Based Codes Institute and the National Charrette Institute, both Education leading think tanks for sustainable urbanism and community-based planning. Victor is a Fellow of Master of Architecture the American Institute of Certified Planners. He served on the core committee setting sustainable in Suburb and Town Design urbanism certification standards for the Leadership in Energy and Environmental Design for Neigh- UNIVERSITY OF MIAMI borhood Development rating system (LEED-ND). Victor has successfully completed all portions of the Coral Gables, Florida Architectural Registration Exam. Bachelor of Architecture VIRGINIA POLYTECHNIC INSTITUTE Service AND STATE UNIVERSITY Member, LEED-ND Core Development Committee, 2011 to 2012 Blacksburg, Virginia Chair, Congress for the New Urbanism (CNU), 2010 to 2012 Vice Chair, Congress for the New Urbanism, 2008 to 2010 Publication Founding Chair, Florida Chapter, Congress for the New Urbanism (CNU Florida), 2004-2006 Charter Member, Congress for the New Urbanism (CNU), 1993 to present Street Design: The Secret to Great Cities and Towns, Victor Dover & John Emeritus Board Member and Founding Board Member, National Charrette Institute, 2001 to present Massengale, 2014 Board Director and Co-Founder, Form-Based Codes Institute, 2004 to present Paul Harris Fellow, Rotary International, 1996 Professional Experience Assistant District Governor, Rotary Club of South Miami, 1998-1999 and President, 1996-1997 Co-Chair, Administrative Council, First United Methodist Church of South Miami, 1997-1999 Principal, 1987 to present DOVER, KOHL & PARTNERS Director, Jubilee Community Development Corp. (Miami District, United Methodist Church), 1994-1996 Coral Gables, Florida Selected Lectures Exhibition Designer, 1985 CNU National Conference, 2012 (West Palm Beach), 2011 (Chicago), 2010 (Atlanta) NATIONAL GALLERY OF ART APA National Conference, 2013 (Chicago), 2012 (Los Angeles), 2009 (Minneapolis) Washington, DC CNU Florida Conference, Keynote Speaker, 2014 CNU Transportation Summit/Prowalk Probike, Long Beach, CA 2012 Teaching Opening Plenary, CNU 17, 2009, Denver, CO Faculty, 2004 - present New Partners for Smart Growth Conference, 2011 (Charlotte), 2005 (Miami Beach) FORM-BASED CODES INSTITUTE Florida Trust for Historic Preservation, 2009, Palm Beach, FL Faculty, 1995, 1997, 2003 AARP/NAHB Livable Communities Award Ceremony, 2008, Washington, DC MAYORS INSTITUTE ON CITY DESIGN National Association of Home Builders, 2008, Orlando, FL, and 2004, Las Vegas, NV Visiting Professor, 1988-1997 Australian Council for New Urbanism (ACNU), 2008 and 2005, Brisbane, Australia UNIVERSITY OF MIAMI Urban Land Institute (ULI), ‘‘Reality Check,’’ 2007, Charleston, South Carolina School of Architecture USGBC Greenbuild international conference and expo, 2006, Denver, CO Faculty, 1986 & 1991 American Institute of Architects, 2005, Las Vegas, NV FLORIDA GOVERNOR’S SUMMER The Princes Foundation, 2004, London, England PROGRAM FOR ARCHITECTURE & DESIGN Hawaii Congress of Planning Officials, 2003, Maui, HI Council on European Urbanism (CEU), 2003, Brussels & Bruges, Belgium The Seaside Institute, ‘‘The Florida Tapes,’’ 1998, Seaside, Florida

1571 Sunset Drive •Coral Gables, Florida•33143 305.666.0446 [email protected] Jennifer Garcia, CNU-A Town Planner

Jennifer is a certified Charrette Planner through the National Charrette Institute and is an accredited professional with the Congress for the New Urbanism (CNU). She received both her Master and Bach- elor of Architecture from Andrews University School of Architecture, a leading center for the study of New Urbanism. She has spoken at national conferences including the Congress for the New Urban- ism on the design principles used to create clear, graphically compelling plan report documents. A variety of her visualizations and graphics illustrating sustainable street design and form-based code principles can also be seen in several publications and exhibits.

While at Dover-Kohl, Jennifer has worked with both municipalities and developers alike to produce innovative master plans, form-based codes, illustrations, and project reports that contribute to the creation of walkable, sustainable urban places. She is also currently collaborating with the Florida East Coast Greenway’s Herb Hiller and other dedicated community advocates to help organize and create the branding and graphics for WHEELS, an upcoming 5-day event in South Miami to spotlight the link between cycling, transit and trails.

Prior to joining Dover-Kohl, Jennifer worked with several top New Urbanist thinkers, including Jaime Correa and Charles Bohl, to create streetscapes that enhance the pedestrian experience and cre- Education ate a sense of place for the community. She was the designer for the Miracle Mile and Giralda Master of Architecture Streetscape Visioning project and illustrated several streetscape scenarios with the Coral Gables Andrews University Business Improvement District. Her daily bicycle commutes reinforce her belief in nurturing living Berrien Springs, Michigan urbanism with livable streets. Bachelor of Architecture Andrews University Selected Projects Berrien Springs, Michigan Rethink folly road: a complete streets study, Charleston, South Carolina, 2015 Jennifer serves as town planner in this ongoing planning effort, which is exploring the potential to Bachelor of Arts in Spanish Studies remake Folly Road as a more sustainable, multimodal corridor, which could become a precedent for Andrews University the Charleston region. Berrien Springs, Michigan Reference: Dan Frazier, Senior Planner, Berkeley-Charleston-Dorchester Council of Governments, [email protected] | (843) 529-0400 Professional Experience Town Planner, 2013 to present Mediterranean Village Form-Based Planned-Area Development, Coral Gables, Florida, 2015 DOVER, KOHL & PARTNERS Jennifer is currently serving as a town planner with the City of Coral Gables Planning & Zoning Divi- Coral Gables, Florida sion staff to prepare a form-based code for a specific 6-acre downtown district. Based on street-type character to allow for buildings of varying heights, the code contains strict Mediterranean style archi- Proprietor, 2009-2013 tectural requirements based on the proportions and details of the City’s historic buildings. Garcia Design Studio Reference: Ramon Trias, Director, Planning & Zoning, City of Coral Gables, Coral Gables, Florida [email protected] | (305) 460-5215

Associate Urban Designer, 2007-2009 Cocoa Beach Gateways Master Plan, Cocoa Beach, Florida, 2014 Jaime Correa & Associates To attract new growth to its commercial areas, Cocoa Beach wants to redefine SR 520 as a gateway Miami, Florida and transform the area into a Gateway Tourism District. As the primary east-west corridor, the vision Architectural Designer, 2006-2007 is a multi-way boulevard at the western edge to accommodate existing retail and traffic congestion. Arkos Design, Inc At the eastern edge, SR 520 is designed as a complete pedestrian environment with dining, areas to Niles, Michigan rest and shade within the central median. Jennifer served as a town planner for these efforts. Reference: Zach Montgomery, Director, Building/Development Services, City of Cocoa Beach, [email protected] | (321) 868-3297 Service VP/Designer, MAA Alumni Association Capitol Corridor, Lansing Region, Michigan, 2013 Visiting Critic, Andrews University Jennifer served as a town planner for this planning effort to engage the Lansing region in defining Rebuilding for Resilience Haiti Design a unified vision for the Michigan Avenue / Grand Avenue corridor. A series of charrettes provided Workshop, University of Miami, 2010 in-depth community conversation about the future urban form of the corridor, and strive to produce CERENID, Hogar de Ninos, Bolivia, 2006 a consensus-based vision for the urban design, land use, transportation, and economic development. Escuela Gabriela Mistral, Ecuador, 2005 Reference: Bill Lennertz, Executive Director, National Charrette Institute, [email protected] | (503) 233-8486

1571 Sunset Drive •Coral Gables, Florida•33143 305.666.0446 [email protected] Kenneth Garcia, CNU-A Project Manager / Town Planner

Kenneth has been with Dover, Kohl & Partners since 2007 and has participated in over 40 design charrettes. Kenneth produces many of the firm’s illustrations and renderings, using a combination of computer graphics and traditional watercolor techniques, and leads Dover-Kohl’s 3D computer mod- eling and digital rendering efforts. Kenneth received both his Master of Architecture and his Bachelor of Architecture from Andrews University, a leading center for the study of New Urbanism. He is CNU- Accredited by the Congress for the New Urbanism (CNU), and is a Certified Charrette Planner through the National Charrette Institute. Kenneth grew up in Costa Rica and Mexico, and is fluent in Spanish.

While studying at Andrews University, Kenneth played a key role in the development of the New Ur- banist curriculum in the School of Architecture. He was a founding member of Andrews University’s chapter of the Students for the New Urbanism, and was a member of the design team that won a CNU Charter Award for their work on the Saucier Town Plan for Saucier, Mississippi. He continues to serve his Alma Mater, acting as a visiting lecturer and critic for several Charter Award winning projects at the School of Architecture.

Selected Projects Degrees Master of Architecture CAPITOL CORRIDOR PLAN, Lansing, Michigan, 2014 ANDREWS UNIVERSITY The Capitol Corridor plan extends approximately 19-miles from the capitol building to the town of Berrien Springs, Michigan Webberville. Spanning 10 municipalities, the corridor transverses cities, towns and countryside. The resulting plan outlines a vision to guide future growth, change and preservation in the corridor; it also Bachelor of Architecture provides recommendations for municipalities and key stakeholders to carry these ideas to implemen- ANDREWS UNIVERSITY tation. Kenneth served as project manager and illustrator for this project. Berrien Springs, Michigan REFERENCE: Bill Lennertz, Executive Director, National Charrette Institute, [email protected] | (503) 233-8486 Professional Experience WATER CAMPUS MASTER PLAN, Baton Rouge, Louisiana, 2013 Town Planner, 2007 to present Working for the Baton Rouge Area Foundation, Dover-Kohl led the initial design of the 30 acre cam- DOVER, KOHL & PARTNERS pus that will be the new home of The Water Institute of the Gulf. The campus is expected to grow into Coral Gables, Florida a major center for the science and research of river deltas. The Water Campus’ walkable streets, public spaces and urban buildings will be a major step toward fostering a better connection between Honors downtown Baton Rouge and Lansing State University. Kenneth served as Project Director and illus- CNU ACADEMIC CHARTER AWARD, 2007 trator for this project. The Saucier Town Plan REFERENCE: John Davies, Executive Director, Baton Rouge Area Foundation, Andrews University [email protected] | (225) 387-6126

TAU SIGMA DELTA HONOR SOCIETY IN EL PASO COMPREHENSIVE PLAN, El Paso, Texas, 2012 ARCHITECTURE, 2007 Over the course of two years, Dover Kohl has led the process of rewriting El Paso’s Comprehensive Andrews University Plan. Through multiple charrettes Dover Kohl worked with the residents, stakeholders and city offi- cials to create a guide to the City’s future growth and enable Transit-oriented Development. Kenneth Affiliations served as a town planner and illustrator for this effort. REFERENCE: Carlos Gallinar, Deputy Director, City of El Paso, Member, Congress for the New Urbanism, 2004 to present [email protected] | (915) 541-4662 Certified Charrette Planner, National MONTGOMERY NEIGHBORHOOD MASTER PLANS, Montgomery, Alabama, 2010 - 2011 Charrette Institute, 2007 Following the Downtown Master Plan adopted in 2007, Dover Kohl returned to Montgomery for sever- al neighborhood master plans aimed at the revitalization and redevelopment of underutilized areas of the city. These plans were all created through extensive public participation. West Fairview Avenue Lectures & Exhibits focused on the transformation of an aging suburban corridor. The Plan for Oak Park and Centennial CNU 22 - The Art of Street Design, 2014 Hill looked at revitalization strategies for a historic neighborhood. The Maxwell Boulevard Neighbor- Art of the New Urbanism Exhibit, 2012 hood Plan targeted the redevelopment of key sites adjacent to Maxwell Air Force Base and Overlook CNU 20 - SketchUp as a Foundation for Park. Kenneth served as a town planner and illustrator for these efforts. Quick Charrette Hand Drawing, 2012 REFERENCE: Chad Emerson, Chief Executive Officer, Downtown Huntsville, Inc. [email protected] | (334) 201-5241

1571 Sunset Drive •Coral Gables, Florida•33143 305.666.0446 [email protected] LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS “Complete Streets Policy & Design Standards Manual” RFQ #PL2015-15

Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this RFQ to be used on this project if they are awarded the Contract. Classification of Work Subcontractor Name Address Telephone, Fax & Email 1571 Sunset Drive P: (305) 666-0446 Planning/Forecasting Dover, Kohl & Partners F: (305) 666-0360 Coral Gables, FL 33143 E: [email protected] Transportation Studies/Policy N/A Development

General Research N/A

Other: N/A

This list shall be provided to the City of South Miami by the apparent lowest responsive and responsible Bidder within five (5) business days after Bid Opening.

END OF SECTION

Page 15 of 51 Thomas F. Pepe 02-23-15

DRUG FREE WORKPLACE

Whenever two or more Bids or Proposals which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or Proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business’ policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) business days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

RESPONDENT’s Signature: ______

Print Name: ______Aaron Buchler, P.E.

Date: ______08/05/2015

Page 20 of 51 Thomas F. Pepe 02-23-15 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS

TO THE CITY OF SOUTH MIAMI

We, _Kimley-Horn______, and Associates, Inc. (Name of CONSULTANT), hereby acknowledge and agree that as CONSULTANT for the “Complete Streets Policy & Designs Standards Manual” project as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and N/A (Consultant) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (Sub-contractor’s names):

___Dover,______Kohl & Partners to comply with such act or regulation.

CONSULTANT ______Kimley-Horn and Associates, Inc. ______Witness

BY: ______Name Aaron Buchler, P.E. ___Senior______Vice President Title

Page 21 of 51 Thomas F. Pepe 02-23-15

RELATED PARTY TRANSACTION VERIFICATION FORM

I ______,Aaron Buchler, P.E. individually and on behalf of ______Kimley-Horn and Associates, Inc. (“Firm”)have Name of Representative Company/Vendor/Entity read the City of South Miami (“City”)’s Code of Ethics, Section 8A-1 of the City’s Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief:

(1) neither I nor the Firm have any conflict of interest (as defined in section 8A-1) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for, or to transact with, the City, and

(2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A-1, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and

(3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons’ immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: ______N/A (use (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and

(4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their use a separate names: ______N/A (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: ______N/A (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.]

(5) I and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract.

Page 23 of 51 Thomas F. Pepe 02-23-15 (6) I and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board, commission or agency of the City within the past two years other than as follows:______N/A (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). X:\Purchasing\Vendor Registration\12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx

(7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: ______N/A (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members].

(8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons’ immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as “Related Parties”) has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons’ immediate family (i.e. spouse, parents, children, brothers and sisters) have also responded, other than the following: __N/A______(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (8) shall be based solely on the signatory’s personal knowledge and he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons’ immediate family.]

(9) I and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm.

(10) A violation of the City’s Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami-Dade County Commission on Ethics. Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge, information and belief.

Signature: ______

Print Name & Title: ______Aaron Buchler, P.E. / Senior Vice President

Date: __08/05/2015______

Page 24 of 51 Thomas F. Pepe 02-23-15 PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION

This affidavit is not required for compliance with the City’s Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.

Pursuant to '92.525(2), Florida Statutes, the undersigned, ______,Aaron Buchler, P.E. makes the following declaration under penalty of perjury:

Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.

NAME TITLE

Stewart Robertson, P.E. Project Manager

Aaron Buchler, P.E. Principal-in-Charge

George Puig, PLA Landscape Architect

SEE ADDITIONAL NAMES ATTACHED

For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process.

Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below

Executed this ______5th day of ______,August 2015 .

______Signature of Representative ______Aaron Buchler, P.E./Senior Vice President ______Kimley-Horn and Associates, Inc. Print Name and Title Print name of entity being represented

END OF SECTION

Page 29 of 51 Thomas F. Pepe 02-23-15 PRESENTATION TEAM DECLARATION/AFFIDAVIT OF REPRESENTATION

NAME TITLE Ray Strychalski, PLA, LEED AP Landscape Architect Kimberlee Misek, ASLA Landscape Analyst Ben Johnson Landscape Intern Burt Baldo, P.E. Civil Engineer Marwan Mufleh, P.E. Civil Engineer Leonte Almonte, P.E. Design Engineer Luis Cubas, P.E. Design Engineer Greg Kyle, AICP Planner Sean Johnston, P.E. Civil Engineer Jeffrey Smith, P.E., LEED AP Civil Engineer Scott Colvin, P.E. Civil Engineer Victor B. Dover, FAICP, LEED AP, CNU-A Principal-in-Charge (Dover, Kohl & Partners) Jennifer Garcia, CNU-A Charrette Planner (Dover, Kohl & Partners) Kenneth Garcia, CNU-A Charrette Planner (Dover, Kohl & Partners)

ADDENDUM No. #1

Project Name: Complete Streets Policy & Design Standards

RFQ NO. PL2015-15

Date: July 20, 2015

Sent: Fax/E-mail/webpage

This addendum submission is issued to clarify, supplement and/or modify the previously issued Solicitation, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation.

Question #1:

Regarding RFQ #PL2015-15, Complete Streets Policy & Design Standards Manual, please see below for a question The Corradino Group would like to ask:

On the Respondent Qualification Statement, questions one and two are requesting the firm’s Impact Study engagements to be addressed, could you please specify what type of Impact Study engagement you are looking for.

Answer to Question #1:

The City is looking for any pedestrian and vehicular Impact Study engagements, relating to fatalities and safety.

Question #2:

On the Respondent Qualification Statement, question 4 requests both the Respondent’s home office organization chart as well as the project organization chart to be provided. Is it acceptable for one organizational chart to be provided with a legend specifying the key personnel’s home office, or are you looking for two completely separate organizational charts one specific to the project and one indicating all persons located in the home office regardless of whether they are part of assigned team to this project? In short, how would you like this to be presented?

Page 1 of 2

Answer to Question #2:

Yes, one chart that combines the home office with the project organizational chart is acceptable.

Question #3:

In Exhibit #1 “Supplemental Instructions and Proposal Format for Respondent”, a proposed approach is not requested however, it is listed under Scoring and Ranking. Can you please advise where to include the approach in the respondent’s proposal.

Answer to Question #3:

Exhibit 1, Attachment B “Supplemental Instructions and Proposal Format for Respondent,” is hereby revised with the addition of the following section:

G. Proposed Approach for Completing the Project

Respondent shall detail a proposed approach for completing the project as described in the Scope of Services, Exhibit 1, Attachment A of the RFQ.

Question #4:

Can you please clarify Section F, “Other Relevant Financing Experience” and how it differs from information provided in Section E.

Answer to Question #4:

The title to Section F. is hereby revised to: “Other Relevant Experience.”

Question #5:

Consistent with Scoring and Ranking criteria, where should respondents detail prior workload with South Miami in the respondent’s proposal?

Answer to Question #5:

Respondents shall include prior workload with the City of South Miami in the “Respondents Qualification Statement,” Section #6. Government References.

IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION.

Page 2 of 2

ÜßÌÛ øÓÓñÜÜñÇÇÇÇ÷ ÝÛÎÌ×Ú×ÝßÌÛ ÑÚ Ô×ßÞ×Ô×ÌÇ ×ÒÍËÎßÒÝÛ íñïçñîðïë ÌØ×Í ÝÛÎÌ×Ú×ÝßÌÛ ×Í ×ÍÍËÛÜ ßÍ ß ÓßÌÌÛÎ ÑÚ ×ÒÚÑÎÓßÌ×ÑÒ ÑÒÔÇ ßÒÜ ÝÑÒÚÛÎÍ ÒÑ Î×ÙØÌÍ ËÐÑÒ ÌØÛ ÝÛÎÌ×Ú×ÝßÌÛ ØÑÔÜÛÎò ÌØ×Í ÝÛÎÌ×Ú×ÝßÌÛ ÜÑÛÍ ÒÑÌ ßÚÚ×ÎÓßÌ×ÊÛÔÇ ÑÎ ÒÛÙßÌ×ÊÛÔÇ ßÓÛÒÜô ÛÈÌÛÒÜ ÑÎ ßÔÌÛÎ ÌØÛ ÝÑÊÛÎßÙÛ ßÚÚÑÎÜÛÜ ÞÇ ÌØÛ ÐÑÔ×Ý×ÛÍ ÞÛÔÑÉò ÌØ×Í ÝÛÎÌ×Ú×ÝßÌÛ ÑÚ ×ÒÍËÎßÒÝÛ ÜÑÛÍ ÒÑÌ ÝÑÒÍÌ×ÌËÌÛ ß ÝÑÒÌÎßÝÌ ÞÛÌÉÛÛÒ ÌØÛ ×ÍÍË×ÒÙ ×ÒÍËÎÛÎøÍ÷ô ßËÌØÑÎ×ÆÛÜ ÎÛÐÎÛÍÛÒÌßÌ×ÊÛ ÑÎ ÐÎÑÜËÝÛÎô ßÒÜ ÌØÛ ÝÛÎÌ×Ú×ÝßÌÛ ØÑÔÜÛÎò ×ÓÐÑÎÌßÒÌæ ׺ ¬¸» ½»®¬·º·½¿¬» ¸±´¼»® ·­ ¿² ßÜÜ×Ì×ÑÒßÔ ×ÒÍËÎÛÜô ¬¸» °±´·½§ø·»­÷ ³«­¬ ¾» »²¼±®­»¼ò ׺ ÍËÞÎÑÙßÌ×ÑÒ ×Í Éß×ÊÛÜô ­«¾¶»½¬ ¬± ¬¸» ¬»®³­ ¿²¼ ½±²¼·¬·±²­ ±º ¬¸» °±´·½§ô ½»®¬¿·² °±´·½·»­ ³¿§ ®»¯«·®» ¿² »²¼±®­»³»²¬ò ß ­¬¿¬»³»²¬ ±² ¬¸·­ ½»®¬·º·½¿¬» ¼±»­ ²±¬ ½±²º»® ®·¹¸¬­ ¬± ¬¸» ½»®¬·º·½¿¬» ¸±´¼»® ·² ´·»« ±º ­«½¸ »²¼±®­»³»²¬ø­÷ò ÐÎÑÜËÝÛÎ ÝÑÒÌßÝÌ ÒßÓÛæ Ö»®®§ Ò±§±´¿ ÐØÑÒÛ ÚßÈ Ù®»§´·²¹ ײ­«®¿²½» Þ®±µ»®¿¹» øßñÝô Ò±ô Û¨¬÷æ øééð÷ëëîóìîîë øßñÝô Ò±÷æ øèêê÷ëëðóìðèî ÛóÓß×Ô íéèð Ó¿²­»´´ α¿¼ ßÜÜÎÛÍÍæ ¶»®®§ò²±§±´¿à¹®»§´·²¹ò½±³ Í«·¬» íéð ×ÒÍËÎÛÎøÍ÷ ßÚÚÑÎÜ×ÒÙ ÝÑÊÛÎßÙÛ Òß×Ý ý ß´°¸¿®»¬¬¿ Ùß íððîî ×ÒÍËÎÛÎ ß æÒ¿¬·±²¿´ ˲·±² Ú·®» ײ­ ݱ ïçììë ×ÒÍËÎÛÜ ×ÒÍËÎÛÎ Þ æݱ³³»®½» ú ײ¼«­¬®§ ײ­«®¿²½» ïçìïð Õ·³´»§óر®² ¿²¼ ß­­±½·¿¬»­ô ײ½ò ×ÒÍËÎÛÎ Ý æÒ»© Ø¿³°­¸·®» ײ­«®¿²½» ݱ³°¿²§ îíèìï ÐòÑò Þ±¨ ííðêè ×ÒÍËÎÛÎ Ü æÔ´±§¼ù­ ±º Ô±²¼±² ðèëîðî ×ÒÍËÎÛÎ Û æ ο´»·¹¸ ÒÝ îéêíê ×ÒÍËÎÛÎ Ú æ ÝÑÊÛÎßÙÛÍ ÝÛÎÌ×Ú×ÝßÌÛ ÒËÓÞÛÎæïëóïê øÕ·³´»§ ͸¿®¼¿÷ ÎÛÊ×Í×ÑÒ ÒËÓÞÛÎæ ÌØ×Í ×Í ÌÑ ÝÛÎÌ×ÚÇ ÌØßÌ ÌØÛ ÐÑÔ×Ý×ÛÍ ÑÚ ×ÒÍËÎßÒÝÛ Ô×ÍÌÛÜ ÞÛÔÑÉ ØßÊÛ ÞÛÛÒ ×ÍÍËÛÜ ÌÑ ÌØÛ ×ÒÍËÎÛÜ ÒßÓÛÜ ßÞÑÊÛ ÚÑÎ ÌØÛ ÐÑÔ×ÝÇ ÐÛÎ×ÑÜ ×ÒÜ×ÝßÌÛÜò ÒÑÌÉ×ÌØÍÌßÒÜ×ÒÙ ßÒÇ ÎÛÏË×ÎÛÓÛÒÌô ÌÛÎÓ ÑÎ ÝÑÒÜ×Ì×ÑÒ ÑÚ ßÒÇ ÝÑÒÌÎßÝÌ ÑÎ ÑÌØÛÎ ÜÑÝËÓÛÒÌ É×ÌØ ÎÛÍÐÛÝÌ ÌÑ ÉØ×ÝØ ÌØ×Í ÝÛÎÌ×Ú×ÝßÌÛ ÓßÇ ÞÛ ×ÍÍËÛÜ ÑÎ ÓßÇ ÐÛÎÌß×Òô ÌØÛ ×ÒÍËÎßÒÝÛ ßÚÚÑÎÜÛÜ ÞÇ ÌØÛ ÐÑÔ×Ý×ÛÍ ÜÛÍÝÎ×ÞÛÜ ØÛÎÛ×Ò ×Í ÍËÞÖÛÝÌ ÌÑ ßÔÔ ÌØÛ ÌÛÎÓÍô ÛÈÝÔËÍ×ÑÒÍ ßÒÜ ÝÑÒÜ×Ì×ÑÒÍ ÑÚ ÍËÝØ ÐÑÔ×Ý×ÛÍò Ô×Ó×ÌÍ ÍØÑÉÒ ÓßÇ ØßÊÛ ÞÛÛÒ ÎÛÜËÝÛÜ ÞÇ Ðß×Ü ÝÔß×ÓÍò ×ÒÍÎ ßÜÜÔ ÍËÞÎ ÐÑÔ×ÝÇ ÛÚÚ ÐÑÔ×ÝÇ ÛÈÐ ÔÌÎ ÌÇÐÛ ÑÚ ×ÒÍËÎßÒÝÛ ×ÒÍÎ ÉÊÜ ÐÑÔ×ÝÇ ÒËÓÞÛÎ øÓÓñÜÜñÇÇÇÇ÷ øÓÓñÜÜñÇÇÇÇ÷ Ô×Ó×ÌÍ ÙÛÒÛÎßÔ Ô×ßÞ×Ô×ÌÇ ÛßÝØ ÑÝÝËÎÎÛÒÝÛ ü ïôðððôððð ÜßÓßÙÛ ÌÑ ÎÛÒÌÛÜ È ÝÑÓÓÛÎÝ×ßÔ ÙÛÒÛÎßÔ Ô×ßÞ×Ô×ÌÇ ÐÎÛÓ×ÍÛÍ øÛ¿ ±½½«®®»²½»÷ ü ëððôððð ìñïñîðïë ìñïñîðïê ß ÝÔß×ÓÍóÓßÜÛ È ÑÝÝËÎ çêìëîîé ÓÛÜ ÛÈÐ øß²§ ±²» °»®­±²÷ ü îëôððð È Ý±²¬®¿½¬«¿´ Ô·¿¾·´·¬§ ÐÛÎÍÑÒßÔ ú ßÜÊ ×ÒÖËÎÇ ü ïôðððôððð ÙÛÒÛÎßÔ ßÙÙÎÛÙßÌÛ ü îôðððôððð ÙÛÒùÔ ßÙÙÎÛÙßÌÛ Ô×Ó×Ì ßÐÐÔ×ÛÍ ÐÛÎæ ÐÎÑÜËÝÌÍ ó ÝÑÓÐñÑÐ ßÙÙ ü îôðððôððð ÐÎÑó ü ÐÑÔ×ÝÇ È ÖÛÝÌ È ÔÑÝ ßËÌÑÓÑÞ×ÔÛ Ô×ßÞ×Ô×ÌÇ ÝÑÓÞ×ÒÛÜ Í×ÒÙÔÛ Ô×Ó×Ì øÛ¿ ¿½½·¼»²¬÷ ü ïôðððôððð È ÞÑÜ×ÔÇ ×ÒÖËÎÇ øл® °»®­±²÷ ü ß ßÒÇ ßËÌÑ ßÔÔ ÑÉÒÛÜ ÍÝØÛÜËÔÛÜ ìçèîçèë ìñïñîðïë ìñïñîðïê ÞÑÜ×ÔÇ ×ÒÖËÎÇ øл® ¿½½·¼»²¬÷ ü ßËÌÑÍ ßËÌÑÍ ÒÑÒóÑÉÒÛÜ ÐÎÑÐÛÎÌÇ ÜßÓßÙÛ ü È Ø×ÎÛÜ ßËÌÑÍ È ßËÌÑÍ øл® ¿½½·¼»²¬÷ ü

È ËÓÞÎÛÔÔß Ô×ßÞ È ÑÝÝËÎ ÛßÝØ ÑÝÝËÎÎÛÒÝÛ ü ëôðððôððð Þ ÛÈÝÛÍÍ Ô×ßÞ ÝÔß×ÓÍóÓßÜÛ ßÙÙÎÛÙßÌÛ ü ëôðððôððð ìñïñîðïë ìñïñîðïê ÜÛÜ È ÎÛÌÛÒÌ×ÑÒ ü ïðôððð ÞÛ ðîðéííðèê ü ÉÑÎÕÛÎÍ ÝÑÓÐÛÒÍßÌ×ÑÒ íççðïìëð øßÑÍ÷ ìñïñîðïë ìñïñîðïê ÉÝ ÍÌßÌËó ÑÌØó Ý È ÌÑÎÇ Ô×Ó×ÌÍ ÛÎ ßÒÜ ÛÓÐÔÑÇÛÎÍù Ô×ßÞ×Ô×ÌÇ Ç ñ Ò ßÒÇ ÐÎÑÐÎ×ÛÌÑÎñÐßÎÌÒÛÎñÛÈÛÝËÌ×ÊÛ ÛòÔò ÛßÝØ ßÝÝ×ÜÛÒÌ ü ïôðððôððð Ò Ò ñ ß ÑÚÚ×ÝÛÎñÓÛÓÞÛÎ ÛÈÝÔËÜÛÜá ìñïñîðïë ìñïñîðïê ß øÓ¿²¼¿¬±®§ ·² ÒØ÷ íççðïìëï øÝß÷ ÛòÔò Ü×ÍÛßÍÛ ó Ûß ÛÓÐÔÑÇÛÛ ü ïôðððôððð ׺ §»­ô ¼»­½®·¾» «²¼»® ÜÛÍÝÎ×ÐÌ×ÑÒ ÑÚ ÑÐÛÎßÌ×ÑÒÍ ¾»´±© ÛòÔò Ü×ÍÛßÍÛ ó ÐÑÔ×ÝÇ Ô×Ó×Ì ü ïôðððôððð Ü Ð®±º»­­·±²¿´ Ô·¿¾·´·¬§ Ððéðèíïëðð ìñïñîðïë ìñïñîðïê л® Ý´¿·³ üîôðððôððð ß¹¹®»¹¿¬» üîôðððôððð

ÜÛÍÝÎ×ÐÌ×ÑÒ ÑÚ ÑÐÛÎßÌ×ÑÒÍ ñ ÔÑÝßÌ×ÑÒÍ ñ ÊÛØ×ÝÔÛÍ ø߬¬¿½¸ ßÝÑÎÜ ïðïô ß¼¼·¬·±²¿´ λ³¿®µ­ ͽ¸»¼«´»ô ·º ³±®» ­°¿½» ·­ ®»¯«·®»¼÷

ÝÛÎÌ×Ú×ÝßÌÛ ØÑÔÜÛÎ ÝßÒÝÛÔÔßÌ×ÑÒ

ÍØÑËÔÜ ßÒÇ ÑÚ ÌØÛ ßÞÑÊÛ ÜÛÍÝÎ×ÞÛÜ ÐÑÔ×Ý×ÛÍ ÞÛ ÝßÒÝÛÔÔÛÜ ÞÛÚÑÎÛ ÌØÛ ÛÈÐ×ÎßÌ×ÑÒ ÜßÌÛ ÌØÛÎÛÑÚô ÒÑÌ×ÝÛ É×ÔÔ ÞÛ ÜÛÔ×ÊÛÎÛÜ ×Ò ßÝÝÑÎÜßÒÝÛ É×ÌØ ÌØÛ ÐÑÔ×ÝÇ ÐÎÑÊ×Í×ÑÒÍò Ю±±º ±º ײ­«®¿²½»ñÚ±® Ю±°±­¿´ Ѳ´§

ßËÌØÑÎ×ÆÛÜ ÎÛÐÎÛÍÛÒÌßÌ×ÊÛ

Ü¿ª·¼ ݱ´´·²¹­ñÖÛÎÎÇ ßÝÑÎÜ îë øîðïðñðë÷ w ïçèèóîðïð ßÝÑÎÜ ÝÑÎÐÑÎßÌ×ÑÒò ß´´ ®·¹¸¬­ ®»­»®ª»¼ò ×ÒÍðîë øîðïððë÷òðï ̸» ßÝÑÎÜ ²¿³» ¿²¼ ´±¹± ¿®» ®»¹·­¬»®»¼ ³¿®µ­ ±º ßÝÑÎÜ

State of Florida Department of State

I certify from the records of this office that THE IMAGE NETWORK, INC. OF DELAWARE is a Delaware corporation authorized to transact business in the State of Florida, qualified on October 9, 1987.

The document number of this corporation is P16320.

I further certify that said corporation has paid all fees due this office through December 31, 2015, that its most recent annual report/uniform business report was filed on March 16, 2015, 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 Twenty-eighth day of July, 2015

Tracking Number: CU6838426080

To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed.

https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication