26
Request for Proposal (RFP) No. R2113749P1 Design Services for Wiles Road From University Drive to Riverside Drive Evaluation Matrix 1. Ability of Professional Personnel: a. Describe the qualifications and relevant experience of the Project Manager and all key personnel that are intended to be assigned to this project. Include resumes for the Project Manager and all key personnel. b. Include the qualifications and relevant experience of all subͲconsultants to be used in this project. c. Provide an Organizational Chart of the Firm’s and Team’s key personnel showing roles or position titles, staff names and licenses, if any, area of expertise for the project, years of experience, and lines of authority. ASA Consultants, Inc. 510 Shotgun Road, Suite 402 Sunrise, FL 33326 Calvin, Giordano & Associates, Inc. 1800 Eller Drive, Suite 600 Fort Lauderdale, FL 33316 Keith and Schnars, P.A. 6500 North Andrews Avenue Fort Lauderdale, FL 33309 KimleyͲHorn and Associates, Inc. 600 North Pine Island Road, Suite 450 Plantation, FL 33324 Ability of Professional Personnel ASA Key Staff (Prime) Ms. Soheila Sadough, PE will be the Project Manager for this contract. Ms. Sadough’s 28 years of experience ranges the full spectrum of civil engineering. Ms. Sadough has served in the role of Project Manager and EngineerͲofͲRecord for a multitude of high profile transportation projects including Interstate Highways/Interchanges and Arterials. Some of these projects include IͲ595 Corridor Improvements in Broward County, the IͲ95/Spanish River Interchange Project in Palm Beach County and DistrictͲwide Contract for FDOT D6 in MiamiͲDade County which includes tasks of a very similar nature to this contract. An example of Ms. Sadough’s relevant experience is one of her most recent projects, the IͲ95/Spanish River Interchange, the design services for which are soon to be completed. A portion of the project comprised of converting six lanes to eight lanes along Yamato Road from NW 8th Avenue to NW 3 rd Avenue. The Yamato Road improvements included roadway widening and reconstruction, street lighting, landscaping, irrigation, designated bicycle lanes, signalization, drainage, permitting, and public involvement. The Yamato Road project, with Ms. Sadough as PM, contained management and design components very similar to the requirements for Broward County’s design services for Wiles Road from University Drive to Riverside Drive. Mr. Joseph Rojas, PE will be the Senior Roadway Engineer on this contract and has over 30 years of experience in highway/roadway design ranging from urban arterials to multiͲlevel interchanges. In addition to urban and rural arterial systems in south Florida and the USA, he has had previous experience in projects on an international level dealing mostly with roadway design, survey and right of way in Central and South America. He will be supported by Felix Cebrecos (44 years). Please Refer to Proposal for R2113749P1 qualifications and relevant experience of the Project Manager and all key personnel that are intended to be assigned to this project page7 and see page 28 for Key Staff and subͲconsultant resumes. b. For Qualifications and relevant experience of all subͲ consultants to be used in this project see page 9 c. For Proposed organizational chart of staff see page 12. Ability of Professional Personnel ABILITY OF PROFESSIONAL PERSONNEL We have assembled a team of qualified professionals who have completed numerous projects of similar scope, who possess the diversity of technical skills required for execution of this project, and who have a full understanding of the requirements and intricacies of this project. The team is fully committed to dedicating the necessary manpower, expertise, and attentiveness to ensure that Broward County, in conjunction with the FDOT and City of Coral Springs, meets its objectives through the provision of these services. The CGA Team will be led by Mrs. Jenna Marinetti, P.E., as Senior Project Manager, who will be the central coordinator for all the activities of this project. Under her management, there will be continuous communication will be in regular communication with the appointed representative for the County to update them on the project’s status and progress. She will be responsible for allocating resources for the CGA team. JENNA MARTINETTI, P.E.| PROJECT MANAGER Mrs. Martinetti has more than 13 years of engineering experience and has completed many types of projects in Broward County. As a Senior Project manager, she has a long list of successful projects completed for various municipalities within South Florida. Mrs. Martinetti is currently the project manager for projects within the City of Dania Beach, the City of Weston, Town of Davie, and City of Hallandale Beach related to roadway, stormwater, water and wastewater infrastructure improvement projects. Her project management experience includes design and permitting of stormwater management systems, water mains, sewage force mains, lift stations, fuel stations, site design as well as permitting, preparation of specifications and bidding documents, engineering during construction and project closeͲout. Please Refer to Proposal R2113749P1 qualifications and relevant experience of the Project Manager and all key personnel that are intended to be assigned to this project page 6 and see page 28 for Key Staff and subͲconsultant resumes. b. For Qualifications and relevant experience of all subͲ consultants to be used in this project see page 9 c. For Proposed organizational chart of staff see page 12. Ability of Professional Personnel Mark J. Moshier, P.E. will serve as the PrincipalͲinͲCharge. He will provide executive guidance and oversight on the project. Mr. Moshier has extensive experience and has executed this role on similar projects for and in Broward County. C. Bryan Wilson, P.E. with over 31 years of experience in the design and management of transportation projects will serve as the Project Manager. Mr. Wilson is currently the Vice President of Transportation at K&S. He recently served as the Project Manager for the design of Andrews Avenue Extension – Segment 5, a county maintained facility, located in Pompano Beach. This FDOT District 4 project was very similar to this proposed Wiles Road project in terms of the scope of work and the impacts to adjacent businesses and residents. Mr. Wilson has managed numerous design projects for the expansion of arterial roadways in constrained urban corridors. S. Mark Kline, P.E. will serve as the Task Manager for the roadway design engineering for this project. Mr. Kline brings 34 years of experience in transportation design. He has been responsible for major roadway, design projects for FDOT, Broward County and numerous municipalities throughout south Florida. Matt Neddeff, P.E. has roadway design, drainage design and utility coordination experience throughout southeast Florida and specifically in Broward County. He will be the lead roadway design engineer and Sr. Utility Coordinator. Mr. Neddeff brings over 12 years of design and utility coordination experience to the contract. Fabricio Savio, P.E. will serve as the lead signalization designer. Mr. Savio has over 14 years of design experience on south Florida transportation projects specializing in lighting and signal design in Broward, Palm Beach and MiamiͲDade Counties. Please Refer to Proposal R2113749P1 qualifications and relevant experience of the Project Manager and all key personnel that are intended to be assigned to this project page 56 and see page 58 for Key Staff and subͲconsultant resumes. b. For Qualifications and relevant experience of all subͲ consultants to be used in this project see page 56 c. For Proposed organizational chart of staff see page 96. Ability of Professional Personnel Marwan Mu eh, P.E., Project Manager. Marwan has 30 years of roadway design experience in South Florida. He will continue to serve as our team’s project manager, primary contact, and liaison with the County as he did for you on the other segments of Wiles Road. He recently and successfully completed design of two segments of Wiles Road for Broward County Highway Construction and Engineering Division and met aggressive schedules in order to secure grants from FDOT. He incorporated Complete Street design elements and balanced the interests of the stakeholders to win approval for both projects. He also collaborated directly with Mike Hammond and Richard Tornese to represent the County and achieve their goals for Wiles Road. Broward County staff have been extremely impressed with his team.s performance coordinating with the County and all involved agencies to meet the tight funding grant deadlines and simultaneously achieving FDOT and community acceptance. Not only were the schedule deadlines met, he also completed both Wiles Road projects within budget and without a single contract amendment. The University Drive to Riverside Drive project is essentially a continuation of the previous widening that the KimleyͲHorn team just completed for the County. This means the County can expect the same success because KimleyͲHorn is in the best position to leverage recent relationships and experience, quickly address any issue that might arise, and avoid any risk to project schedule and funding. Another benefit to the County is KimleyͲHorn has already established a close rapport with all City of Coral Springs staff, HOAs, permitting, and utility agencies involved with the project, which will help eliminate risks associated with design, permitting, public coordination, and schedules. Marwan has been working in this project area for many years and has gained a wealth of local experience that will simplify coordination with stakeholders. Please Refer to Proposal R2113749P1 qualifications and relevant experience of the Project Manager and all key personnel that are intended to be assigned to this project page 93 and see page 102 for Key Staff and subͲconsultant resumes. b. For Qualifications and relevant experience of all subͲ consultants to be used in this project see page 93 c. For Proposed organizational chart of staff see page 102. 1 of 26

Design Services for Wiles Road from University Drive to ......Request for Proposal (RFP) No. R2113749P1 Design Services for Wiles Road From University Drive to Riverside Drive Evaluation

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    1. Ability of Professional Personnel:a. Describe the qualifications and relevant experience of the Project Manager and all key personnel that are intended to be assigned to this project. Include resumes for the Project Manager and all key personnel.b. Include the qualifications and relevant experience of all sub consultants to be used in this project.c. Provide an Organizational Chart of the Firm’s and Team’s key personnel showing roles or position titles, staff names and licenses, if any, area of expertise for the project, years of experience, and lines of authority.

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    Ability of Professional PersonnelASA Key Staff (Prime)Ms. Soheila Sadough, PE will be the Project Manager for thiscontract. Ms. Sadough’s 28 years of experience ranges the fullspectrum of civil engineering. Ms. Sadough has served in therole of Project Manager and Engineer of Record for amultitude of high profile transportation projects includingInterstate Highways/Interchanges and Arterials. Some of theseprojects include I 595 Corridor Improvements in BrowardCounty, the I 95/Spanish River Interchange Project in PalmBeach County and District wide Contract for FDOT D6 inMiami Dade County which includes tasks of a very similarnature to this contract. An example of Ms. Sadough’s relevantexperience is one of her most recent projects, the I 95/SpanishRiver Interchange, the design services for which are soon to becompleted. A portion of the project comprised of convertingsix lanes to eight lanes along Yamato Road from NW 8thAvenue to NW 3rd Avenue. The Yamato Road improvementsincluded roadway widening and reconstruction, street lighting,landscaping, irrigation, designated bicycle lanes, signalization,drainage, permitting, and public involvement. The YamatoRoad project, with Ms. Sadough as PM, containedmanagement and design components very similar to therequirements for Broward County’s design services for WilesRoad from University Drive to Riverside Drive.Mr. Joseph Rojas, PE will be the Senior Roadway Engineer onthis contract and has over 30 years of experience inhighway/roadway design ranging from urban arterials tomulti level interchanges. In addition to urban and ruralarterial systems in south Florida and the USA, he has hadprevious experience in projects on an international leveldealing mostly with roadway design, survey and right of wayin Central and South America. He will be supported by FelixCebrecos (44 years).

    Please Refer to Proposal for R2113749P1 qualifications andrelevant experience of the Project Manager and all keypersonnel that are intended to be assigned to this projectpage7 and see page 28 for Key Staff and sub consultantresumes.b. For Qualifications and relevant experience of all subconsultants to be used in this project see page 9c. For Proposed organizational chart of staff see page 12.

    Ability of Professional PersonnelABILITY OF PROFESSIONAL PERSONNELWe have assembled a team of qualified professionals whohave completed numerous projects of similar scope, whopossess the diversity of technical skills required forexecution of this project, and who have a fullunderstanding of the requirements and intricacies of thisproject. The team is fully committed to dedicating thenecessary manpower, expertise, and attentiveness to ensurethat Broward County, in conjunction with the FDOT and City ofCoral Springs, meets its objectives through the provision ofthese services.The CGA Team will be led by Mrs. Jenna Marinetti, P.E., asSenior Project Manager, who will be the central coordinatorfor all the activities of this project. Under her management,there will be continuous communication will be in regularcommunication with the appointed representative for theCounty to update them on the project’s status andprogress. She will be responsible for allocating resources forthe CGA team.JENNA MARTINETTI, P.E.| PROJECT MANAGERMrs. Martinetti has more than 13 years of engineeringexperience and has completed many types of projects inBroward County. As a Senior Project manager, she has a longlist of successful projects completed for various municipalitieswithin South Florida. Mrs. Martinetti is currently the projectmanager for projects within the City of Dania Beach, the Cityof Weston, Town of Davie, and City of Hallandale Beachrelated to roadway, stormwater, water and wastewaterinfrastructure improvement projects. Her projectmanagement experience includes design and permitting ofstormwater management systems, water mains, sewage forcemains, lift stations, fuel stations, site design as well aspermitting, preparation of specifications and biddingdocuments, engineering during construction and projectclose out.Please Refer to Proposal R2113749P1 qualifications andrelevant experience of the Project Manager and all keypersonnel that are intended to be assigned to this projectpage 6 and see page 28 for Key Staff and sub consultantresumes.b. For Qualifications and relevant experience of all subconsultants to be used in this project see page 9c. For Proposed organizational chart of staff see page 12.

    Ability of Professional PersonnelMark J. Moshier, P.E. will serve as the Principal in Charge. Hewill provide executive guidance and oversight on the project.Mr. Moshier has extensive experience and has executed thisrole on similar projects for and in Broward County.C. Bryan Wilson, P.E. with over 31 years of experience in thedesign and management of transportation projects will serveas the Project Manager. Mr. Wilson is currently the VicePresident of Transportation at K&S. He recently served as theProject Manager for the design of Andrews Avenue Extension –Segment 5, a county maintained facility, located in PompanoBeach. This FDOT District 4 project was very similar to thisproposed Wiles Road project in terms of the scope of work andthe impacts to adjacent businesses and residents. Mr. Wilsonhas managed numerous design projects for the expansion ofarterial roadways in constrained urban corridors.S. Mark Kline, P.E. will serve as the Task Manager for theroadway design engineering for this project. Mr. Kline brings34 years of experience in transportation design. He has beenresponsible for major roadway, design projects for FDOT,Broward County and numerous municipalities throughoutsouth Florida.Matt Neddeff, P.E. has roadway design, drainage design andutility coordination experience throughout southeast Floridaand specifically in Broward County. He will be the lead roadwaydesign engineer and Sr. Utility Coordinator. Mr. Neddeff bringsover 12 years of design and utility coordination experience tothe contract.Fabricio Savio, P.E. will serve as the lead signalizationdesigner. Mr. Savio has over 14 years of design experience onsouth Florida transportation projects specializing in lightingand signal design in Broward, Palm Beach and Miami DadeCounties.

    Please Refer to Proposal R2113749P1 qualifications andrelevant experience of the Project Manager and all keypersonnel that are intended to be assigned to this project page56 and see page 58 for Key Staff and sub consultant resumes.b. For Qualifications and relevant experience of all subconsultants to be used in this project see page 56c. For Proposed organizational chart of staff see page 96.

    Ability of Professional PersonnelMarwan Mu�eh, P.E., Project Manager. Marwan has 30 yearsof roadway design experience in South Florida. He willcontinue to serve as our team’s project manager, primarycontact, and liaison with the County as he did for you on theother segments of Wiles Road. He recently and successfullycompleted design of two segments of Wiles Road for BrowardCounty Highway Construction and Engineering Division andmet aggressive schedules in order to secure grants from FDOT.He incorporated Complete Street design elements andbalanced the interests of the stakeholders to win approval forboth projects. He also collaborated directly with MikeHammond and Richard Tornese to represent the County andachieve their goals for Wiles Road. Broward County staff havebeen extremely impressed with his team.s performancecoordinating with the County and all involved agencies tomeet the tight funding grant deadlines and simultaneouslyachieving FDOT and community acceptance. Not only were theschedule deadlines met, he also completed both Wiles Roadprojects within budget and without a single contractamendment.The University Drive to Riverside Drive project is essentially acontinuation of the previous widening that the Kimley Hornteam just completed for the County. This means the Countycan expect the same success because Kimley Horn is in thebest position to leverage recent relationships and experience,quickly address any issue that might arise, and avoid any riskto project schedule and funding.Another benefit to the County is Kimley Horn has alreadyestablished a close rapport with all City of Coral Springs staff,HOAs, permitting, and utility agencies involved with theproject, which will help eliminate risks associated with design,permitting, public coordination, and schedules. Marwan hasbeen working in this project area for many years and hasgained a wealth of local experience that will simplifycoordination with stakeholders.Please Refer to Proposal R2113749P1 qualifications andrelevant experience of the Project Manager and all keypersonnel that are intended to be assigned to this project page93 and see page 102 for Key Staff and sub consultant resumes.b. For Qualifications and relevant experience of all subconsultants to be used in this project see page 93c. For Proposed organizational chart of staff see page 102.

    1 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix1. Ability of Professional Personnel:a. Describe the qualifications and relevant experience of the Project Manager and all key personnel that are intended to be assigned to this project. Include resumes for the Project Manager and all key personnel.b. Include the qualifications and relevant experience of all sub consultants to be used in this project.c. Provide an Organizational Chart of the Firm’s and Team’s key personnel showing roles or position titles, staff names and licenses, if any, area of expertise for the project, years of experience, and lines of authority.

    H.W. Lochner, Inc.8750 NW 36th Street, Suite 360

    Doral, FL 33178

    Parsons Brincheroff, Inc.One Penn Plaza

    New York, NY 10119

    R.J. Behar & Company, Inc.6861 SW 196th Avenue, Suite 302

    Pembroke Pines, FL 33332

    Ability of Professional PersonnelFirm OverviewH.W. Lochner, Inc. (Lochner) was founded in Chicago in 1944 by Harry Lochner, Sr.,who established the firm by conducting some of the nation’s first comprehensivetransportation and land use studies. Today, Lochner is a nationally recognized firm;ENR recently ranked us one of the Top Design Firms in Transportation (Highways,#17). We employ 540 professionals in 26 offices nationwide. As our firm continuesto grow, one factor always remains a constant: our commitment providing ourclients with the highest level of expertise and quality service.We offer the depth of resources and the technical expertise needed to take a projectfrom project inception (initial planning studies, public involvement, and PD&Estudies) through design, bidding, and construction phase services. Lochner offerstransportation planning and design including Complete Streets project design;environmental evaluations and wetland jurisdiction delineations; structural design;traffic planning; signalization design, including structural foundations, roadway,drainage design, and permitting; utility coordination and relocation, bidding phaseservices; and construction phase engineering and inspection.Lochner has supported Florida’s transportation needs since 1972. With four officesin Florida, we take pride in our ability to provide clients with a complete array oftransportation design services focusing on project specific solutions. We have thedepth of staff and capabilities to support Broward County’s needs for this project.Lochner Team QualificationsThe Lochner team is Pre Qualified with the Florida Department of Transportation(FDOT) to provide the services as outlined in Broward County’s Solicitation. Thefollowing table indicates each firm’s FDOT Pre Qualifications as they relate to theCounty’s requirements:FDOT Pre Qualifications By FirmH.W. Lochner, Inc.• Major Type(s) of Work: 3.2 (Major Highway Design)• Minor Type (s) of Work: 7.1 (Signing,Pavement Marking and Channelization); 7.2 (Lighting); 7.3 (Signalization)AREHNA Engineering CBE• Minor Type (s) of Work: 9.1 (Soil Exploration)Curtis + Rogers Design Studio – CBE• Minor Type (s) of Work: 15.0 (Landscape Architecture)Premiere Design Solutions, Inc. – CBE• Minor Type (s) of Work: 8.1 (Control Surveying), 8.2. (Right of Way ConstructionSurveying)Please Refer to Proposal for R2113749P1 qualifications and relevant experience ofthe Project Manager and all key personnel that are intended to be assigned to thisproject page 6 and see page 13 for Key Staff and sub consultant resumes.b. For Qualifications and relevant experience of all sub consultants to be used in thisproject see page 11c. For Proposed organizational chart of staff see page 12.

    Ability of Professional PersonnelOur team recognizes that the staff we assign to a project will determine its success.With this in mind, we will commit our top talent to perform the tasks required forthis project. Our key staff complement each other’s strengths, as well ascommunication and management styles. Collectively, our key staff were selectedbased on an evaluation of their professional credentials, the project needs, personalexperience, and ability to support the County.We offer the services of Cecilia Villoria, PE as your Project Manager on thiscontract. Cecilia is thoroughly familiar with this type of contract having providedmore than 20 years of design under similar roadway improvement projects. She is ahands on manager and understands how important this is to BrowardCounty. Shehas served as Project Manager and collaborated with Public Works staff and utilityagency representatives on several projects in the past. These relationships aid incommunicating seamlessly, coordinating, and resolving project specific issues.Carlos Benavides, PE has over seven years of experience in roadway geometricdesign, design exceptions and variations, trafic control plans (TCP), typical sectionpackages (TSP), and plans production. Carlos has additional experience in stormdrainage systems, water and sanitary sewer pipelines, condition assessment, sitedevelopment projects, and GIS for both state and local municipalities, and has beeninvolved with permitting through various state and local agencies. He is alsoknowledgeable in a multitude of engineering tasks, including pavement design,utility relocation and conlict resolution.Freddie Vargas, PE is responsible for managing transportation/trafic engineeringprojects including trafic engineering studies, signalization plans, signing andpavement marking plans, ITS, lighting plans, trafic control plans and roadwaydesign projects. Freddie brings over 30 years of professional engineering experience,including project management in trafic and transportation engineering,transportation analyses, transit studies, transportation planning, geometricconceptual design for intersections and corridors, roadway capacity studies, traficimpact studies, trafic safety evaluations, parking studies, development of accessmanagement strategies and PD&E studies.Colette Moss, PE serves as a Senior Project Manager who specializes in the designand project management for major and minor transportation projects. She alsoserves as a Project Engineer providing direct supervision of roadway design teamsand handling complex reconstruction projects, new alignment of limited accessfacility projects and many miscellaneous projects ranging from additions of auxiliarylanes to resurfacing existing highways to addition of sidewalks for safety projects.

    Please Refer to Proposal for R2113749P1 qualifications and relevant experience ofthe Project Manager and all key personnel that are intended to be assigned to thisproject page 9 and see page 12 for Key Staff and sub consultant resumes.b. For Qualifications and relevant experience of all sub consultants to be used in thisproject see page 7.c. For Proposed organizational chart of staff see page 54.

    Ability of Professional PersonnelTEAM QUALIFICATIONS AND RELEVANT EXPERIENCERJ BEHAR has assembled a very strong, suitable, well balanced, and committedproject team, and is offering a combination of qualified personnel, experience,knowledge and resources to perform the scope of services for this project. Eachmember of the RJ BEHAR TEAM was specifically selected for this project addingsignificant value, benefit, and strength to the overall composition of the team. TheRJ BEHAR TEAM is bringing together veteran senior and project engineers withexperience in roadway, drainage, plan review, utility coordination, signalization,lighting, constructability reviews, project estimating and scheduling, quality control,material sampling and testing, and claims review.Our team members have all worked together in the past on a number of projects,the majority of which are complete street projects, Each member of our team is100% available to commence work on the upcoming Wiles Road Project, fromUniversity Drive to Riverside Drive. Our RJ BEHAR TEAM offers significant value andstrength to Broward County in that many of our proposed staff members are fullycapable of performing dual roles, thereby complementing and enhancing the team’sdynamics. This means to the County that we have a formidable and talented groupof experienced project personnel that will be complementing one anotherthroughout the project, able to serve multiple roles to facilitate the managementand administration of this high profile project. in urbanized areas entailing safepedestrian features such as wide sidewalks, ADA Compliant curb ramps, varioustraffic calming features, dedicated bicycle lanes, and new bus stop sheltersthroughout the project corridors. Our team is currently working on Wiles Road fromRock Island Road to SR 7 project in Broward County; we are very familiar with theproject corridor, the typical section, numerous HOA’s, and utilities in the area.Some of our key personnel include the following: Carlos Mazorra, PE. Mr. Mazorrahas more than 29 years of experience and over 15 years with RJ Behar. He has beenthe Project Engineer/Manager for the preparation of numerous, very successfulhighway construction plans. Mr. Mazorra has designed roadway signal plans incollaboration with traffic engineering and structural engineering personnel. Mr.Mazorra has a B.S. in Civil Engineering and is a registered P.E., Florida Licenses No.42653 since 1990. At RJ Behar, Mr. Mazorra is responsible for the design, projectmanagement and quality control for the Company’s Highway Group.

    Please Refer to Proposal for R2113749P1 qualifications and relevant experience ofthe Project Manager and all key personnel that are intended to be assigned to thisproject page 64 and see page 68 for Key Staff and sub consultant resumes.b. For Qualifications and relevant experience of all sub consultants to be used in thisproject see page 99.c. For Proposed organizational chart of staff see page 115.

    2 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    2. Project Approach:a. Describe the prime Vendor’s approach to the project, understanding of project scope, and keymilestones. Include how the prime Vendor will use subconsultants in the project.b. Detail which elements of the “Complete Streets” design principles may be incorporated into the design.c. Identify potential issues or challenges related to the project. Describe how your firm’s project approach will resolve these issues.

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    Project Approacha. Describe the prime Vendor’s approach to the project,understanding of project scope, and key milestones. Includehow the prime Vendor will use subconsultants in the project.ASA will be the prime on this project. ASA’s project manager,Soheila Sadough, has extensive experience in managing amultitude of sub consultants. In order to expedite the projectschedule and streamline the design, the project componentshave been assign to firms of whom we have worked with in thepast and are confident in their expertise in the subject areas.ASA will be handing the roadway design, signing and pavementmarking, miscellaneous structures, and overall contractmanagement. RS&H will be handling the drainage,environmental & permitting, signalization, public involvement,and noise studies. GOAL will handle the traffic control plansand lighting. FR Aleman will handle the utility coordination,survey and SUE. Miller Legg will be responsible for thelandscaping. ACA will support FR Aleman withphotogrammetry, and GCME will handle all the geotechnicalinvestigation and design. The ASA Team has also had extensiveexperience working on Design Build Projects. This has allowedus to work side by side with contractors to understand whatworks in the field and what doesn’t, minimize constructabilityissues, and efficiently deliver projects on highly acceleratedschedules. The key milestones for this project will be as follows:

    NTP from the County: This will kick of the design scheduleand we will hold a project kickoff meeting with all BrowardCounty stake holders.Existing Records and Documents Request: as builts, R/Winformation, survey info, property info, etc.Initial Engineering: Typical Section Package, PavementDesign Package, Summary of Design Criteria, and UtilityContact PlansFinal Engineering: Complete contract plans, quantities,Specification Package, License Agreements, etc.Construction Advertisement and Letting: Assist in theseamless transition from design to construction.

    See page 13 for additional information

    Project Approacha. CGA will have the lead role and assign in house staff forCivil Engineering, Traffic Engineering, Lighting, LandscapeArchitecture, Surveying and Environmental Permitting. HBCEngineering Company will supplement the team withutility coordination, Lakdas Yohalem Engineering, Inc (LYE)with engineering on miscellaneous structures, FloridaEngineering and Testing (FET) for Environmental Analysisand Reporting, Dickey Consulting for Public Involvement,and Aerial Cartographics of America (ACA) will assistwith photogrammetry. The CGA team’s project approachincludes scoping/planning, inventory and data collection,design schematics, stakeholder input, design development,and construction documents, as further outlined below.Upon award of the project, CGA will meet with County staff toclarify specific requirements of the project scope, specificallythe grant commitments, and define the project budget. Theproject manager (PM) will prepare and submit a projectschedule to the County. The detailed scope and schedule willbe provided to team members at the internal project “kick offMeeting.” The primary purpose of the “kick off Meeting” is to:1) clarify the quality control/quality assurance requirementsto be followed; 2) discuss the critical design elementsaffecting the overall schedule; and 3) review methods toensure effective communication is maintained throughoutthe design process.CGA will then begin the inventory and data collection processby researching and obtaining available documents such asgrant requirements, existing studies, records and as builtinformation for the project corridor. Since this project hasalready been programmed into FDOT’s work program and hasbeen assigned FM# 438292 1, all relevant studies andapplications can be researched through the FDOT and MPOsystem. Information and insight from County and City staffregarding the history of the project needs will supplementthe research. In conjunction with this task, the project teamwill perform a design survey. At this time, the utilitycoordination process kicks off by sending out utilityinformation request letters to all utility owners within theproject limits.

    See page 79 for additional information

    Project ApproachExisting Wiles Road is comprised of a 4 lane minor arterialroadway with a design speed of 45 mph. The existing typicalsection is a four lane divided roadway consisting of two 12 ftlanes in each direction with a 22 curbed median. Typicallythe outside shoulder on the both sides of the roadway (eastbound and west bound) is bordered by an 8 grass shoulderand adjacent drainage is developed in roadside swales. A 6sidewalk is present at the right of way line on either side of thecorridor.The goal of this project is to extend the six lane portion of theWiles Road corridor east from University Drive to just west ofRiverside Drive. This segment will complete the expansion ofthe Wiles Road corridor by connecting to the County srecently designed four to six lane widening project that extendsfrom west of Riverside Drive to Rock Island Road and from RockIsland Road through to SR 7/US 441 (currently underconstruction). Primary scope items will include roadway design,signing and marking, lighting design, modification of exitingsignals, design survey, geotechnical investigation andlandscape design.The project area is a predominantly a residential area withcommuter traffic composed of passenger vehicles and singleunit trucks making up a significant portion of the daily traffic.The intent of the project is to reconstruct this portion of WilesRoad and widen the typical section from 4 lanes to six laneswhile incorporating as many of the Broward County CompleteStreets criteria as can be accommodated within the existingright of way.Milestones in the project development process include:

    Establish the appropriate design criteria matrix based onBroward County Minimum Standards and the applicablecomplete streets elementsDevelop corridor typical section for the available right ofway width.Meet with Broward County Traffic Engineering staff todevelop anticipated corridor striping and signage plan.Meet with Broward County Transit to establish how theexisting transit stops for Route #62 and The “Breeze” route2 will be accommodated in the widened corridor.

    See page 43 for additional information

    Project Approach Project ApproachOur Recent Experience Designing Two Segments of ThisCorridor Is a Huge Bene�t to the County The Kimley Hornteam s knowledge of the Wiles Road corridor allows us toprepare this extensive approach that encompasses all aspectsof this project s needs, anticipate future issues, eliminateredesigns and hit the ground running with no learning curve.Critically important to this project (as was for the eastsegments) is to meet FDOT requirements to avoid the risk oflosing their grant funding. Having the experience, ability anddepth of staff to meet challenges as they arise whilemaintaining project schedule and funding requirements is amust. The risk is too great for the County to have a team witha learning curve. Having the same �rm that completed thetwo adjacent segments of Wiles Road working on this one isyour assurance that all required issues will be addressed ontime and within budget. Coordination will be continuous andmost effective and roadway network connectivity plans will beenhanced. There are critical overlap areas where our previousWiles road project design transitioned from six back to fourlanes at Riverside Drive and will now be picked up again tocontinue as a six lane roadway. Our team s familiarity withthe important details in this areas regarding the expandedintersection, drainage and utilities will ensure the mostefficient design.The symbols below are used throughout this project approachto emphasize Kimley Horn s experience along the WilesRoad corridor. We know the issues likely to arise during theplanning and design phases of this project and we are wellequipped to quickly and expertly address each one.Cost Savings. Our approach offers the County signi�cantsavings through innovative design techniques. These includeinnovative drainage solutions as completed on the previoustwo segments, avoiding utility conflicts, and designing thetransition to this project from our efforts on the previousWiles Road project. FDOT.s trust in our design plans ensuredquick acceptance and eliminated any risk to fundingdeadlines.

    See page 149 for additional information

    3 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix2. Project Approach:a. Describe the prime Vendor’s approach to the project, understanding of project scope, and keymilestones. Include how the prime Vendor will use subconsultants in the project.b. Detail which elements of the “Complete Streets” design principles may be incorporated into the design.c. Identify potential issues or challenges related to the project. Describe how your firm’s project approach will resolve these issues.

    H.W. Lochner, Inc.8750 NW 36th Street, Suite 360

    Doral, FL 33178

    Parsons Brincheroff, Inc.One Penn Plaza

    New York, NY 10119

    R.J. Behar & Company, Inc.6861 SW 196th Avenue, Suite 302

    Pembroke Pines, FL 33332

    Project ApproachUnderstanding of ScopeA. Describe the prime vendor’s approach to the project, understanding of projectscope, and key milestones. Include how Prime Vendor will use subconsultants in theproject.Wiles Road from North University Drive/SR 817 to Riverside Drive/NW 81st Avenue,wholly within Coral Springs, Florida is a 4 lane divided urban arterial with 12 footwide lanes and a 45 miles per hour (MPH) posted speed limit. The proposed designproject is approximately 1 mile long. The project scope calls for widening WilesRoad to a 6 lane divided urban arterial. The services/types of work that will berequired for this project include:• Typical section design• Pavement design• Roadway geometric design• Drainage design• Permitting• Signing and pavement marking• Lighting• Signalization• Miscellaneous structures• Control survey• Design, right of way construction surveying• Soil exploration (geotechnical)• Landscape architect• Specifications package• Utility coordination• Quantity calculations• Quality assurance/quality control• Post design servicesUnderstanding the project scope is the key to successfully delivering this project,and involves extensive coordination with the Broward County Public WorksDepartment, as well as key agencies and stakeholders: the Broward MPO, the Cityof Coral Springs, neighboring businesses, nearby HOAs, and adjacent projects. Closecoordination with FDOT will be required to properly stage the design sequences withadjacent State Roads, such as University Drive from NW 40 St to the SawgrassExpressway (FPID No. 431756 1). In addition this project is being funded by FDOT(FPID No. 438292 1), with a Production Date of October 7, 2019. The JPAdocuments are currently being reviewed with execution and distribution of the JPAfunds set for July 28, 2017.

    See page 47 for additional information

    Project ApproachProject Approach and Understanding of Critical Issues Wiles Road, from UniversityDrive to Riverside Drive, is a 4 lane divided urban facility, located within the City ofCoral Springs in Broward County. It is classiied as an urban minor arterial, inaccordance to the 2010 Federal Functional Classiication, runs in the east west andhas a 45 mph Design Speed. The posted speed in the Westbound (WB) direction is45mph and varies from 45 mph to 40 mph along the Eastbound (EB) direction. TheExisting typical section consists of 4 12’ lanes, a 22’ raised median, grass swales,and 5’ concrete/asphalt sidewalks on both sides. There are also overhead utilitiesand standard cobra head lighting running along the south side throughout theproject limits (See Figure 1). We have reviewed the scope of services. We have metwith Broward County staff, Mr. Richard Tornese, PE (Director of HighwayConstruction and Engineering), as well as Mr. Roger Lallane, PE (Design SectionManager), and are familiar with Phases I and II of the Wiles Road Reconstructionprojects. We conducted in depth ield reviews to get a clear understanding of theproject issues and the County’s needs and requirements for this corridor. We havealso discussed project needs, issues and possible services with City of Coral SpringsStaff: Mr. Richard Machaud, PE (City Engineer), Mr. Paul Carpenter (CityTransportation Planner) and Ms. Nadgla Zerruki, PE (Utilities Department Engineer).This is part of a three phase widening project that is being implemented due to theincrease in trafic volume exceeding current capacity. According to staff working onthe adjacent projects (Phases I and II), the average daily trafic count on Wiles Roadwas 34,244 three years ago which more than exceeds the road’s capacity of 33,200.By 2020, the volume is projected to increase to 39,633, and therefore warrants theproposed widening improvements. The proposed project scope primarily consists of:1) Widening Wiles Road, from University Drive to Riverside Drive, from a 4 lanedivided to a 6 lane divided corridor; 2) Provision of buffered bicycle lanes; 3)Provision of 6’ sidewalks; 4) Drainage analysis and design to account for theadditional impervious areas and removal of existing grass swales; 5) UtilityCoordination/ Relocation to account for the widening improvements; 6)Environmental Analysis/Assessment and permitting; 7) Structural analysis anddesign for gravity walls needed to account for difference in elevation between theexisting road and the right of way (R/W) line; 8) Signing and Pavement MarkingsAnalysis and Design; 9) Signalization Analysis and Design; 10) Lighting Analysis andDesign; 11) Landscaping Analysis and Design; 12) Surveying and Mapping; 13)Geotechnical Services and 14) Noise Barrier Impact Assessment and Design(Optional Services).

    See page 56 for additional information

    Project ApproachOverviewThis proposal addresses the milling, resurfacing and widening to Wiles Road fromUniversity Drive to Riverside Drive. The RJ Behar Team understands BrowardCounty’s intent to incorporate Complete Street Concepts on these rapidly developingareas. Our approach is as follows:Our Team has researched this project thoroughly. Specifically, we have:Reviewed the scope of work requested by the County, ensured that the proposed

    improvements adhere tothe latest standards,Reviewed the existing plans prepared by Craven Thompson & Associates in 1986,Read through the Addendums provided by the County,Visited the site,Obtained preliminary spot elevations and raster aerials,Contacted various permitting agencies with jurisdiction over this project,Performed preliminary utility coordination to determine the utility agency ownersinvolved and their locations/impacts to the project, andPrepared preliminary design plans, which are immediately following the ProjectApproach Section.

    RJ Behar is currently providing Broward County with Construction Engineering &Inspection (CEI) services on WilesRoad from Rock Island Road to SR 7. This has enabled us to gain a significant amountof insight and “lessons learned” that can be applied to the Wiles Road fromUniversity Drive to Riverside Drive project. We have learned that 1) existing irrigationsystems are difficult to find, therefore, we need to obtain the necessary informationduring the design phase; 2) addressing needs from the homeowner associations,such as adding turn lanes into their developments; 3) coordinating JPA requestsinitiated by the City of Coral Springs, such as adding a water main to the project; and4) proactive utility coordination, because of the numerous utilities throughout thecorridor and potential for utility conflicts. Also, as part of our CEI services, we haveestablished contacts with the City of Coral Springs, the North Springs ImprovementDistrict (NSID), the Sunshine Water Control District (SWCD), various homeownerassociations and with the utility owners along the corridor.

    See page 137 for additional information

    4 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    3. Past Performance:a. Describe firm’s experience on projects of similar nature, scope and duration, along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years, with regards to the Prime Proposer only. Provide Vendor ReferenceVerification forms for named references provided by the proposer and client/agency performance evaluations for past work performed.b. List at least three (3) projects, the services the firm performed, and provide references for the projects identified. Identify any projects that incorporated “Complete Streets” design principles.

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    Past Performancea. Describe firm’s experience on projects of similar nature,scope and duration, along with evidence of satisfactorycompletion, both on time and within budget, for the past five(5) years, with regards to the Prime Proposer only.Provide Vendor Reference Verification forms for namedreferences provided by the proposer and client/agencyperformance evaluations for past work performed.The ASA staff has vast experience on projects of similarnature. The Spanish River Interchange Project, for which weare completing post design services in the fall of 2017,included the widening, milling, resurfacing, and overbuild ofYamato Road in order to add auxiliary lanes and continuousbike lanes. This is very similar in scope to the Wiles Roadproject. This project also included signalization upgrades,reconstruction/addition of sidewalks, and themodification/addition of new drainage structures. YamatoRoad is currently under construction and this portion of theproject should be completed by the end of summer. Thisdesign build project was awarded in July of 2013 and will becompleted in fall of 2017. Our team is very familiar with theissues that are encountered on typical arterial projects. Theseinclude utility conflicts, cross slope correction, etc. We have ateam of professionals ready to tackle this project.Below is the typical section for Yamato Road, which haswidening to both the inside and outside, similar to the WilesRoad project.See page 21 for additional informationb. ASA Consultants, Inc.SR 9/I 95 Spanish River Blvd. Interchange ImprovementsDesign Build Project l FDOT D4 (FM 412420 3 52 01) TheProject, located in Palm Beach County, Florida, involvesaddition of a new interchange on I 95 between the I 95 andGlades Road Interchange and the I 95 and Yamato RoadInterchange. The new interchange provides access fromnorthbound and southbound I 95 as well as Yamato Road toSpanish River Boulevard.

    See page 22 for additional information

    3. PAST PERFORMANCE AND EXPERIENCE / REFERENCESDAVIE ROAD PHASE I ROADWAY IMPROVEMENTSThis project, which is partially funded by a FDOT CountyIncentive Grant, included the widening of Davie Road from 4lanes to 6 lanes between SR 84 and Nova Drive. The scopeincluded adding a median, an additional lane in each direction,bike lanes, a new signal at Nova Drive and Davie Road toaccommodate the wider roadway, pedestrian upgrades, treerelocations and removals, drainage and lightingmodifications, utility coordination, and signal modifications atReese Road to accommodate proposed dual left turns fromsouthbound Davie Road to Reese Road. This corridor, facedwith constrained right of way, had to accommodate thewidening to six lanes while maintaining right turn lanes wherethere were existing ones. Permitting was required through thelocal drainage district, Broward County Highway Constructionand Engineering Division, FDOT for work near SR 84, SFWMD,and the Town of Davie. Harmonization with private right ofway and changes to access due to the median, requiredcoordination with the businesses.DAVIE ROAD PHASE II ROADWAY IMPROVEMENTSThis project was funded by a Transportation Enhancementgrant through the FDOT District 4 which required it tofollow FDOT LAP submittal requirements. It consists ofimprovements to Davie Road from Nova Drive (SW 24th Street)to SW 39th Street. The scope includes construction of alandscaped median, widening existing sidewalks, milling andresurfacing, signing and pavement markings, adding bicyclelanes, drainage, tree relocations and removals, pedestrianlighting and conventional roadway lighting modifications. Thisproject also includes replacing the school zone flashing beaconon Davie Road north of SW 37th Street, signal modifications andguide sign assembly at 39 St. Permitting was required throughCentral Broward Water Control District (CBWCD), TindallHammock Irrigation and Soil Conservation District (THISCD),South Florida Water Management District (SFWMD), BrowardCounty Highway Construction and Engineering Division(BCHCED), Broward County Traffic Engineering Division (BCTED),FDOT and the Town of Davie.

    See page 87 for additional information

    Past PerformanceWithin the last 5 years K&S has successfully completed severalprojects of similar size and scope. The most similar and notableprojects are detailed below.Andrews Avenue Segment 5 Project involved the design andpermitting required to produce construction documents for theconstruction of a new 4 lane divided roadway betweenRacetrack Road/NW 3rd Street and Atlantic Boulevard/SR 814in Pompano Beach, Broward County. The new Andrews Avenuesegment 5 section followed the preferred AlignmentAlternative 1 B as proposed and approved in the AndrewsAvenue Extension PD&E Report (September 1996) and requiredright of way acquisition by FDOT per FHWA requirements. Aswith the previous Andrews Avenue projects to the north (alsodesigned by K&S), the roadway typical section was developedas a 4 lane divided urban typical section in 110’ of Right ofway following Florida Green Book and Broward CountyMinimum Standards. The design also accommodated possiblefuture expansion to a 6 lane divided section as traffic volumesdictate. The proposed typical section will accommodate a 33’wide curbed median, four 12’ through lanes with adjacent 4’bike lanes and 6’ sidewalks. The project involves design andpermitting of a new closed drainage system incorporating wetdetention ponds discharging to the Pompano Canal (C 14). Theroadway design included roadway lighting, signalizedintersection design and roadway signing and marking. Theproject required close coordination with Broward County andthe City of Pompano Beach to develop maintenanceagreements for lighting and landscaping between BrowardCounty and The City of Pompano Beach.Clients: FDOT District 4Contact: Anson Sonnett, P.E., Project ManagerAddress: 3400 West Commercial Boulevard, Fort Lauderdale,FL, 33309Phone: (954) 777 4474Email: [email protected] Date:May, 2011Completion Date: January, 2015 (Design), (2016 Construction)Completed on Schedule: YesCompleted on Budget: YesSee page 52 for additional information

    Past PerformanceWiles Road Design from Rock Island Road to US 441 (SR 7)Broward County, FLKimley Horn was selected by the Broward County HighwayConstruction and Engineering Division to prepare completecontract plans for the reconstruction and widening of WilesRoad to a 6 lane divided urban arterial from Rock Island Roadto US 441 (SR 7). Broward County and FDOT are sharing in thecost of improvements which include roadway design,Complete Streets design, drainage, lighting, landscaping,irrigation, bicycle lanes, signalization, utility coordination,public outreach and detailed traf�c control plans. Weincorporated the Broward Complete Streets guidelines on thisproject (also prepared by Kimley Horn), which were endorsedby the Broward MPO.Key elements of the project included a successful publicinvolvement program that included input from area HOA s,public schools, and the City of Coral Springs regarding noise,congestion, decorative streetlamps and the design of a Cityentrance monument. Permitting with FDOT for theimprovements at SR 7 was required. Extensive landscapeplans were developed and tree mitigation permit services andinvolved coordination with both the County and City forester.Utility impacts were minimized with innovative drainagedesign techniques that involved filling in an existingditch/canal that encroached into existing right of way.Kimley Horn s engineers designed a dry detention area forstormwater attenuation and coordinated with the U.S. ArmyCorps of Engineers, Pine Tree Water Control District, andSFWMD to develop drainage solutions that avoided the needto acquire additional right of way. Our team also providedutility relocation design services for the City of Coral Springsregarding the repositioning of their water and sewer lines andcoordinated the relocation of FPL Transmission poles. We alsoprovided design coordination for landscaping and newdecorative streetlamp lighting between the County and City ofCoral Springs for a new entrance monument and lighting forthe City.

    See page 146 for additional information

    5 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    3. Past Performance:a. Describe firm’s experience on projects of similar nature, scope and duration, along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years, with regards to the Prime Proposer only. Provide Vendor ReferenceVerification forms for named references provided by the proposer and client/agency performance evaluations for past work performed.b. List at least three (3) projects, the services the firm performed, and provide references for the projects identified. Identify any projects that incorporated “Complete Streets” design principles.

    H.W. Lochner, Inc.8750 NW 36th Street, Suite 360

    Doral, FL 33178

    Parsons Brincheroff, Inc.One Penn Plaza

    New York, NY 10119

    R.J. Behar & Company, Inc.6861 SW 196th Avenue, Suite 302

    Pembroke Pines, FL 33332

    Past PerformanceFirm’s ExperienceThe following pages highlight Lochner’s past experience on projects similar innature, scope, and duration to the Wiles Road from University Drive to RiversideDrive in Broward County. Each of the projects listed in this section were completedwithin the last 5 years on time and within budget.Due to FDOT District policies, Project Managers are unable to provide referenceinformation on consultants. Clients are advised to contact FDOTs ProfessionalServices Unit (PSU) and get their consultant grades, in lieu of a reference form.Therefore, we have attached a grade for each project.US 41 Roundabouts PD&E Study, Sarasota, FL, FDOT District 1Lochner Grade for this Project: 4.0On US 41 in Sarasota, FDOT District 1 is replacing the existing signalizedintersections at 10th Street and 14th Street with roundabouts, as well as improvingthe level of service on the route for motorized vehicles, bicycles, and pedestrians.Lochner is responsible for the project design.Lochner is designing the roundabouts as two lane facilities with landscaped centersand pedestrian signals. The roundabout at 10th Street is located adjacent to a largeboat launching facility, and Lochner’s design will accommodate the turningmovements of vehicles towing large boats, as well as other large vehicles. Lochner’sdesign adds bicycle lanes and curb and gutter along the outside travel lanes of US41 between the two roundabouts, with curb along the landscaped median. Theproject also includes lighting and ITS/ATMS design.Complete Streets guidelines were used for our design to improve bus, bicycle, andpedestrian usage on this designated Florida Scenic Highway. Sidewalks versus aseparate multi use recreational trail were compared and evaluated. Extensivecoordination with Sarasota County Area Transit (SCAT) was required. ADAcompliance was also a factor, as there are several light poles in the middle ofsidewalks.There were several parks adjacent to the project (Centennial Park, Pioneer Park andWhitaker Gateway Park), as well as the Sarasota Lawn Bowling Club, so Section 4(f)issues were abundant. The project is also between and just west of several historicdistricts, with a potentially historic structure and the lawn bowling club immediatelyadjacent to the project, necessitating Section 106 evaluations. 3 D drive throughanimation and traffic micro simulation using VISSIM were used for publicinvolvement, as well as numerous stakeholder meetings. Processed as a Type 2Categorical Exclusion.The project was named winner of 2014 FICE/FDOT Outstanding Project of the Year– Special Projects and 2015 FHWA Environmental Excellence Award.

    See page 54 for additional information

    Past Performance:WSP | Parsons Brinckerhoff has an extensive work history with municipalities, stateand local agencies. In the past ten years, we have executed many roadwayinfrastructure improvement projects very similar to those anticipated under thiscontract. Below are examples of some of the projects we have been involved withthroughout Florida.a. Similar ProjectsVeterans Drive Improvements St. Thomas, U.S. Virgin IslandsClient: U.S. Virgin Islands Depart. of Public WorksJomo McClean, [email protected] Virgin Islands Department of Public Works is conducting the design of a 1.2 milesegment of Veterans Drive, which is located in downtown Charlotte Amalie on St.Thomas. The project extends from the Windward Passage Hotel, on the west side ofthe central business district (CBD) and market area, to Long Bay Road, east of thedowntown area. For most of this length, Veterans Drive runs along the north shoreof St. Thomas Harbor. Fort Christian and the Legislature Building, historic sites, arelocated adjacent to Veterans Drive on the eastern edge of the CBD. South ofVeterans Drive, St. Thomas Harbor presents environmental challenges to wideningthe road in that direction.Currently, Veterans Drive is an urban, four lane divided but sub standard facility forthe short distance from the beginning of the project just west of the WindwardPassage Hotel to Tolbod Gade, and an urban, two lane divided facility for theremainder of the project length to Long Bay Road. Portions of Veterans Drive areexperiencing congestion and unacceptable levels of service during peak traficperiods, and future growth projections indicate that traffic conditions will continueto worsen.The proposed improvements widen the existing road to a continuous four lanedivided road, two lanes in each direction, 11 foot wide lanes, 11 foot wide median,a sidewalk on the north side, and a promenade on the south side adjacent to theharbor. From Tolbod Gade eastward, a 25 foot promenade is provided inconjunction with a bulkhead. West of Hospital Gade, a 30 to 45 foot widepromenade is provided in conjunction with a bulkhead. The continuous seasidepromenade includes unique hardscape and landscaping features of varying sizesalong the entire length of the project. Other improvements include drainage,lighting, signalization, signing, pavement marking, and utility relocation

    See page 64 for additional information

    Past PerformanceFIRM.S EXPERIENCE ON PROJECTS OF SIMILAR NATURE, EVIDENCE OFSATISFACTORY PROJECTS COMPLETED ON TIME AND WITHIN BUDGET R.J. Behar &Company, Inc. (RJ Behar) has successfully completed previous contracts of a similarnature with a satisfactory record of performance for various government andmunicipal agencies. Several projects of the proposed team have received or havebeen nominated for engineering awards. The RJ Behar firm has developed anexcellent reputation throughout South Florida for delivering high qualityengineering services. RJ Behar has consistently completed projects on time andwithin budget requirements. We consistently obtain evaluations from the FDOTprojects in the range of 4.0 out of a maximum of 5.0 points. We also consistentlyobtain evaluations from the SFWMD projects in the range of 3.5 to 4.375 out of amaximum of 5.0 points.RJ Behar has an excellent track record for delivering projects within budget.RJ Behar is experienced in developing and tracking project cost estimates, and iscertified by FDOT to do cost estimates for design and construction projects.Please refer the Vendor Reference Verification Forms of projects of similar nature,scope and duration for which RJ Behar completed the work within the allocatedtimes and budget.EXPERIENCE WITH COMPLETE STREETS PROJECTSR.J. Behar & Company, Inc. (RJ Behar) has worked on numerous projects that involve“Complete Streets” Design Criteria. The following pages showcase some of thesespecific projects that we have worked on, and provide information about eachproject – containing a brief description of the project scope, photos, and the“Complete Streets” elements that were incorporated in the design and construction.See page 189

    See page 162 for additional information

    6 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    4. Workload of the Firm:For the prime Vendor only, list all completed and active projects that Vendor has managed within the past five years. In addition, list all projected projects that Vendor will be working on in the near future. Projected projects will be defined as a project(s) thatVendor is awarded a contract but the Notice to Proceed has not been issued. Identify any projects that Vendor worked on concurrently. Describe Vendor’s approach in managing these projects. Were there or will there be any challenges for any of the listedprojects? If so, describe how Vendor dealt or will deal with the projects’ challenges.

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    Workload of the FirmDistrictwide PE Design Consultant ASA currently has a districtwide contract for PE design services with FDOT D6. Wecurrently have 1 task work order assigned for a small ¼ milesafety improvement project.Spanish River Interchange Project ASA is currently managingthe post design services for this project. This was a project thatwas started by BHA/Aztec and was subcontracted to ASA afterthe closing of BHA. ASA was able to provide a seamlesstransition in management of this project as well as finish thepending roadway design items. Completion of this project willbe fall of 2017.SR 715 ASA recently completed managing the post designservices for this project. This was a project that was started byBHA/Aztec and was subcontracted to ASA after the closing ofBHA. ASA was able to provide a seamless transition inmanagement of this project.In addition, ASA serves as a subconsultant to a variety of firmsfor Misc Structures.FDOT District: D4FPID: 436891 1Project Name/Description: Congress Avenue LightingImprovementsSub to: GOALASA Task:Misc. Structures

    FDOT District: D4FPID: 436962 1Project Name/Description: Copan Interchange Project BCCMisc. StructuresSub to: BCCASA Task:Misc. Structures

    FDOT District: D4FPID: 439340 1Project Name/Description: D/WMinor DesignSub to: GOALASA Task: No TWO assigned yet

    See page 27 for additional information

    COMPLETED AND ACTIVE PROJECTS WITHIN THE PAST 5YEARS / APPROACH IN MANAGING THESE PROJECTSClient: Project Status City of Cooper CityProject:

    1. On going Professional Services2. Natalie’s Cove/Flamingo Gardens Drainage / ADA

    Improvements3. Lift Station #21 Rehab4. Lift Station #52 Rehab5. Sports Complex LS CD & CA New Restrooms

    Status:1. Completed2. Current3. Completed4. Current5. Current

    Client: City of Dania BeachProject:

    1. Expand Basin 5 Phase I2. Linear Park Drainage3. Dania Fuzzy Bunny Cove4. Lift Station Rehab5. Expand Basin 5 Phase II

    Status:6. Completed7. Completed8. Completed9. Completed10. Current

    Client: City of Delray BeachProject:

    1. CRA SW 9th Ave2. Hallandale NE Quad Drainage Improvements3. Hallandale Bch Drainage SW Quad Drainage Study

    Status:1. Completed2. Completed3. Completed

    See page 99 for additional information

    Since K&S is a multi disciplinary firm, we have several projectsthat are managed by each Division Director with overallsupport and guidance from our Vice Presidents and CEO.Project coordination and schedules are reviewed on a biweekly basis to ensure each project is on time and schedule.Several projects are worked on concurrently, and there havebeen no issues or challenges with managing these projects.The current workload of the K&S team is averaging around70%, which provides more than adequate time for theprofessionals assigned to this project to be committed tocompleting the assignments anticipated from contract.

    See page 48 for table of current Work load

    Workload of the FirmAs a national firm with 13 offices in Florida and nearly 80offices across the United States, Kimley Horn has hundreds ofactive contracts in varying stages of completion at any point intime. To provide the information requested for the projectsKimley Horn has recently completed within the past five years,as well as projects actively current and projected in the nearfuture would require a substantial number of pages, andwould not relate to the local staff.For the purposes of this response, we have included a listing ofcontracts over the past 5 years being performed by ourproposed project manager, Marwan Mu�eh, P.E., and keymembers of our roadway design team to demonstrate ouravailability of resources. We are committed to the success ofall your projects, and we are well equipped to provide teammembers and the technical resources to ensure this success ina timely manner. We have proven that to the County recentlyon both Wiles Road projects by meeting expedited scheduledeadlines and exceeding your expectations.

    Workload Past Five Years see page 174

    7 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    4. Workload of the Firm:For the prime Vendor only, list all completed and active projects that Vendor has managed within the past five years. In addition, list all projected projects that Vendor will be working on in the near future. Projected projects will be defined as a project(s) thatVendor is awarded a contract but the Notice to Proceed has not been issued. Identify any projects that Vendor worked on concurrently. Describe Vendor’s approach in managing these projects. Were there or will there be any challenges for any of the listedprojects? If so, describe how Vendor dealt or will deal with the projects’ challenges.

    H.W. Lochner, Inc.8750 NW 36th Street, Suite 360

    Doral, FL 33178

    Parsons Brincheroff, Inc.One Penn Plaza

    New York, NY 10119

    R.J. Behar & Company, Inc.6861 SW 196th Avenue, Suite 302

    Pembroke Pines, FL 33332Workload of the FirmLochner Doral Office Project WorkloadThe following table identifies projects recently completed or ongoing by Lochner’s Doraloffice in addition to projects that were recently awarded to that office. Lochner is anationwide firm with thousands of completed projects. This table is but a sampling ofour most pertinent recent projects over the last 5 years that were managed by ourDoral office.Lochner Doral Office Recently Completed and Ongoing Projects

    Commodore Drive from SR 84 to W 8th Street,FDOT District 6 (Prime)Districtwide Safety Push Button Projects PilotProgram, FDOT District 6 (Sub to CTS Engineering)FDOT D4 – Districtwide Minor Project Design Production Support (Prime)I-595 to I-95 NB Ramp - Bridge Railing Retrofit, FDOT District 6 (Prime)SR 656/17 St from SR 5 US 1 to Alma Lee Loy Bridge, FDOT District 4 (Prime)

    See page 63 for additional information

    Workload of the FirmThe key staff proposed for this contract were selected based on their experience,knowledge, and workload to ensure they are able to deliver the required services toBroward County. Additionally, as we have done historically, PB will allocate andmaintain “reserve workload capacity” for this contract at all times. This reserve capacityensures we always have sufficient resources available to support the County.We offer to the County our commitment to remain focused on providing you the highestquality and most cost effective services available. We believe that our past performanceoffers proof to back up our claim.Our experienced Team is led by a South Florida based Project Manager and is comprisedexclusively of South Florida based staff who has worked together on numerous projects.Our extensive design, planning, and construction staff will be available on a daily basisto complete each assignment to handle all the scope of services required for thiscontract. To render critical environmental, landscape architecture, geotechnical, utilities,and other critical data necessary for this project, our Team includes familiar, highlyqualiied subconsultants experienced in County work and capable of providing theseservices.Below, you will find listed our current and projected workload for review.Client: Florida Department of TransportationProjects:SR 944 NW 54th StreetI 75 Segment E SupplementalDistrictwide Urban Model Application SupportDistrictwide Transporation Statistics Support #2Districtwide Arterial OperationsDistrictwide Miscellaneous PE Design (APCTE)Client:Miami Dade County Seaport DepartmentProject: Civil Infrastructure Engineering ServicesClient: South Florida Regional Transportation AuthorityProjects:General Planning Consultant ServicesGeneral Engineering Consultant ServicesClient: Florida Department of TransportationProjects:SR 9/I 95 ResurfacingSR5/US1 Biscayne Boulevard Corridor

    See page 77 for additional information

    WORKLOAD OF THE FIRMThe graph "Current Workload", shown below, illustrates RJ Behar's currentworkload and remaining fee under contract. In review of our anticipatedspending of work under contract and with our current workforce, weestimate that we will begin to require new contracted work sometime thissummer.As demonstrated our team has considerable resources and we do believethat we will be able to meet the challenges of the Broward County’santicipated assignment.Our production capability will enable us to perform on this project in anefficient and expeditious manner. Several of our large production contractswill be completed in the next few months thus reducing our backlogconsiderably. We anticipate staff availability of two to three thousand staffhours per month, which can be applied to other contracts. The staffidentified in the organization chart will be available to work on this contractimmediately. RJ Behar will be able to provide sufficient staff to ensure timelycompletion of any and all assignments under this contract.As demonstrated, our team has considerable resources and we do believethat we will be able to meet the challenges of this challenging assignment.

    See page 195 for additional information

    8 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    5. Location:Refer to Vendor’s Business Location Attestation Form and submit as instructed. A Vendor with a principal place of business location (also known as the nerve center) within Broward County for the last six months, prior to the solicitation submittal, will receivefive points; a Vendor not meeting all of the local business requirements will receive zero points. The following applies for a Vendor responding as a Joint Venture (JV): if a member of the JV has 51% or more of the equity and meets all of the local businessrequirements, the JV will receive three points; if a member of the JV has 30 to 50% of the equity and meets all of the local business requirements, the JV will receive two points; and if a member of the JV has 10% to 29% of the equity and meets all of the localbusiness requirements, the JV will receive one point.

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    LocationASA’s primary office and office responsible for this contract islocated within Broward County at:510 Shotgun RoadSuite 402Sunrise, FL. 33326Phone: 754 216 2027www.asaconsultants.us

    VENDOR S BUSINESS LOCATIONCalvin Giordano & Associates’ headquarter office is located inthe City of Fort Lauderdale within Broward County.The key staff will be working out of this office located at:1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316954 921 7781

    LOCAL VENDOR CERTIFICATION FORMSee page 118

    LocationThe responsible office for this project will be Kimley Horn sFort Lauderdale office with support from our West PalmBeach office. Kimley Horn has maintained a continuouspresence in Broward County since first opening an office inFort Lauderdale in 1983. We currently employ 52 staffmembers here, of which many reside in Broward County.Kimley Horn Fort Lauderdale600 North Pine Island Road, Suite 450Plantation, FL 33324(954) 535 5100; fax (561) 863 8175Kimley Horn West Palm Beach1920 Wekiva Way, Suite 200West Palm Beach, FL 33411(561) 845 0665; fax (561) 863 8175

    9 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix5. Location:Refer to Vendor’s Business Location Attestation Form and submit as instructed. A Vendor with a principal place of business location (also known as the nerve center) within Broward County for the last six months, prior to the solicitation submittal, will receivefive points; a Vendor not meeting all of the local business requirements will receive zero points. The following applies for a Vendor responding as a Joint Venture (JV): if a member of the JV has 51% or more of the equity and meets all of the local businessrequirements, the JV will receive three points; if a member of the JV has 30 to 50% of the equity and meets all of the local business requirements, the JV will receive two points; and if a member of the JV has 10% to 29% of the equity and meets all of the localbusiness requirements, the JV will receive one point.

    H.W. Lochner, Inc.8750 NW 36th Street, Suite 360

    Doral, FL 33178

    Parsons Brincheroff, Inc.One Penn Plaza

    New York, NY 10119

    R.J. Behar & Company, Inc.6861 SW 196th Avenue, Suite 302

    Pembroke Pines, FL 33332

    LocationWe have completed the Vendor’s Business Location Attestation Form and havesubmitted it through BidSync.

    LocationPlease Refer to Proposal R2113749P1 submittal page 79 the Vendor’s BusinessLocation Attestation Form.

    LocationPlease Refer to Proposal R2113749P1 submittal page 79 the Vendor’s BusinessLocation Attestation Form.

    10 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    6. Willingness to Meet Time and Budget Requirements:State the Proposer’s willingness to meet the project’s completion date requirement and willingness to keep project total costs below the project budget.Completion Date Requirement: 18 months construction schedule.Project Budget: $1,200,000.YES = 2 Points NO = 0 Points

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    Yes. Willingness to Meet Time & Budget RequirementsOur team is determined and committed to meet the project’scompletion date as well as keep the projects costs below theproject budget. With every phase submittal we will submit anEngineer Cost Estimate as well as an updated schedule so thattime and budget can be continuously tracked. We will useregularly scheduled team meetings to ensure all the teammembers are on schedule as well as biweekly progressmeetings with the County to keep them informed of theproject status.

    Yes. TIME AND BUDGET REQUIREMENTSAt CGA it is important to provide the best end user experiencefor our clients by maintaining the project budget and schedule.CGA understands that communication between the team andthe project manager complimented by assistance fromtechnology and insight from experienced professionals areessential for project controls.In order to provide cutting edge services, we have implementedsystems company wide that streamline processes or add valueto our clients. These systems include:

    Ajera Project & Resource Management SystemSkysite, a newly implemented cloud based projectmanagement systemPrimavera and Microsoft Project scheduling softwareLeica C 10 3D Scanner, capable of obtaining 50,000points of data per secondIn house software development team that is capable ofcustomizing software’s to meet the ever changingneeds of needs of our clients

    We pride ourselves on obtaining and mastering new technologyahead of our competitors, which enables us to provide anExceptional Service to our clients.

    CGA utilizes Ajera to manage the full project lifecycle of eachproject. As one of our project management tools, the systemcontrols all aspects of the project including accounting, projectmanagement, and resource utilization in real time. This systemis web based allowing both internal and remotely placedemployees full function capabilities via any internetconnection. Central to Ajera is customizable dashboards,offering unparalleled access to the project’s information at aglance for improved visibility and decision making. This softwarehas integrated all the processes necessary to manage andimprove the life cycle of the project which in turn saves ourclient both time and money.

    See page 105 for additional information

    Yes. Willingness to Meet Time and Budget RequirementsAll the firms on the K&S Team for this contract are committedto meeting the project’s month/year completion date, and tokeep the project below the proposed project budget ceiling.K&S’ vast experience with contracts on County and Statelevels has provided us with a well rounded knowledge basethat allows us to schedule and sequence required tasks tomeet project completion dates. The K&S Team believes that asuccessful project begins with a well conceived approach thatis developed to meet the client’s needs. We are committed toworking closely with the County to complete services fromcommencement to conclusion. We will use regularly scheduledprogress meetings to keep the County informed of the projectstatus and to ensure conformity with project goals.K&S provides estimates of construction costs at theconceptual, design and construction document phase to stayin line with the County’s budget. A prioritized list of proposedimprovements will be developed to add or delete elements asthe budget allows.

    Yes. Willingness to Meet Time and Budget RequirementsMaintaining project schedules and budgets is a primary focusat Kimley Horn. We are known for delivering exceptionalclient service and understand the value of making every effortto understand and cost effectively respond to that which isimportant to our clients. Our high percentage of repeat clients(90%) is a testament to our ability to meet our clientsneeds. We recognize that budget and schedule control iscritical to the County s success with this next segment ofWiles Road.Meeting your budgets and schedule is not just a goal to us.itis a requirement. Both costs and schedule control areinherently tied to people their experiences, vision,management styles, and philosophies all affect significantcomponents of a project approach and its successfulexecution. Our approach includes identifying realistic goals,developing a focused action plan that addresses only thoseitems necessary to accomplish your goals, anticipating theimplications of decisions made in early phases to futurephases, and preparing a mechanism for addressingunexpected challenges. This approach builds the frameworkfor completing successful projects within budget and onschedule.To ensure the availability of the team members, Kimley Hornuses a proactive management program called “cast aheads.”This process forecasts our workload over a weekly, monthly,and six month period and enables us to avoid work overloadsand/or shortfalls for each office and discipline. Cast aheadshelps ensure that sufficient staff is available to meet the needsof our clients. Once we have developed a work plan for yourproject, the written scope is divided into individual tasksorganized by phase and discipline type. The anticipated laboreffort is then summarized in a matrix with individual worktasks represented in rows and anticipated professional staffeffort represented in columns. The anticipated professionalstaff effort is then applied to a milestone schedule as a basisfor identifying and forecasting the required staffing resources.Based our most recent forecast of staff availability, we are inan excellent position to meet the staffing needs of thisassignment and will commit to a schedule mutually agreedupon by Broward County and Kimley.See page 105 for additional information

    11 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    6. Willingness to Meet Time and Budget Requirements:State the Proposer’s willingness to meet the project’s completion date requirement and willingness to keep project total costs below the project budget.Completion Date Requirement: 18 months construction schedule. Project Budget: $1,200,000. YES = 2 Points NO = 0 Points

    H.W. Lochner, Inc.8750 NW 36th Street, Suite 360

    Doral, FL 33178

    Parsons Brincheroff, Inc.One Penn Plaza

    New York, NY 10119

    R.J. Behar & Company, Inc.6861 SW 196th Avenue, Suite 302

    Pembroke Pines, FL 33332

    Yes. Willingness to Meet Time and Budget RequirementsLochner understands the importance of meeting our client’s schedule and budgetrequirements and we are fully committed to meeting these requirements forBroward County. Project Manager, Manuel Sauleda, PE, in partnership with CountyProject Manager Carolina Bustamante, will hold a kickoff meeting immediatelyafter Notice to Proceed (NTP) including key County staff, as well as key proposalteam members. The objectives of this meeting will include:• Introduction of team members.• Review and refine a proposed Standard Operating Procedure (SOP) for developinga plan to meet time and budget requirements, communication, reporting to theCounty on progress, and billing.This will be incorporated into Lochner’s Project Work Plan and will be madeavailable to County project staff utilizing file sharing services such as SharePointand ProjectWise.

    • Identify any immediate assistance required.• Discuss any effective cost saving measures.• Discuss schedule and project milestones anticipated over the next 12 months.Manny understands the importance of communication between the consultantteam and your staff. The intention of the SOP is to create clear expectations andstrong lines of communication. He will provide monthly progress reports and willmeet with Carolina at regular intervals to ensure the collaboration between histeam and your staff remains positive, productive, and satisfactory. Our team iscommitted to responsiveness, flexibility, and frequent follow up on items pertainingto the scope and outstanding quality work.

    See page 67 for additional information

    Yes. Willingness to Meet Time and Budget Requirements:State Parsons Brinckerhoff, Inc. (WSP | Parsons Brinckerhoff) is willing to meet theproject’s completion date requirement and to keep project total costs below theproject budget.WSP | Parsons Brinckerhoff considers itself foremost a project managementorganization. At the core is the management of the scope, schedule and budget.Our goals are simple, yet challenging. Deliver on time, deliver within budget, delivera quality product that satisfies the client. To achieve these goals takes considerablecommunication skills. And communication is the root of our success. Our approachbegins with collaboration in the initiation phase between the client and ParsonsBrinckerhoff. This collaboration will make certain both parties share anunderstanding of the project expectations and goals and how to ensure bestconsultant service value. We will identify key project elements that will affect theproject and outcome, including stakeholders, potential obstacles, risk factors,project milestones, schedule expectations and budget expectations. We willtranslate this information into a logical scope of work and work breakdownstructure (WBS) with associated task budgets. We will document this information asbaseline expectations in a project management plan (PMP) and we expect a regularcommunication protocol throughout the project to ensure continued alignment onthese key project elements.ScheduleThe project will be divided into the same logical WBS. From the WBS information,we can develop a comprehensive and realistic project schedule incorporating theidentiied milestones and critical path elements. These schedule elements will beclearly communicated with the client and other project team members.CommunicationWe propose to report project status, schedule conlicts, changes and delays on aweekly basis during the period of performance. We will also prepare and distributemore detailed monthly reports to the project team. WSP | Parsons Brinckerhoff.sProject Manager, Cecilia Villoria, PE will lag discrepancies that develop between themaster project schedule and the approved baseline master schedule, and then deinethe potential impact. To enhance communication among team members, WSP |Parsons Brinckerhoff uses a proprietary project collaboration software calledProjectSolve2. This secure web based file management tool, allows project teams,subconsultants and clients to easily share information including data,documentation, administration files, meeting minutes and reference materials.

    See page 82 for additional information

    Yes. Willingness to Meet Time and Budget RequirementsThe RJ Behar Team has an excellent record of completing projects on schedule andwithin the allocated budgets. Both the project budget and schedule will benegotiated and determined respectively after selection.As soon as the project is assigned by the County, RJ Behar’s Project Manager, Mr.Carlos Mazorra, PE will immediately request a scoping meeting with the CountyProject Manager to refine the scope items, expectations, cost issues and requiredformats. He will then provide a cost proposal based on these discussions for reviewby the County. Once the project budget is negotiated, including the budget of all thesubconsultants and based on the County expectations, it will be the responsibility ofMr. Mazorra to distribute, monitor the budget and resources accordingly. For costcontrol and budget management, RJ Behar utilizes a job cost accounting programthat tracks all project charges as they come. The name of the program is Deltek,customized specifically for Architectural/Engineering firms. This format is thentranslated into our accounting system and reflected in our progress reports suppliedto our clients and summarized in the project tracking spreadsheet, which is thenreviewed with Broward County staff at each progress meeting. RJ Behar will be ableto closely track the financial status of the contract at any point in time. Mr. Mazorrawill notify the County that the work is nearing completion and when the funds ortime is expiring.The project schedule becomes a useful management tool to determine the numberand level of expertise of the staff allocated to the project. The project schedule alsoallows the Project Manager to allocate staff at the critical times needed to meet theproject milestone dates. We hold weekly in house staff meetings with detailedaction items to track design activities and to allocate the necessary staffing for all ofthe projects. These are tracked on a spread sheet. The action items track all of therequired deliverables and intermediate milestones, such as permitting, utilitycoordination and coordination with the subconsultants. Working with the County’sStaff and key members of the Project Team, Mr. Mazorra will identify all discreteactivities, resources and efforts required for each task, and prepare the projectschedule. Inputs to the schedule will be activities, duration of each activity,predecessors and successors to each activity, efforts required to complete eachactivity, and personnel assigned to successfully complete each activity. This processwill result in a "Project Schedule" identifying activities, which are on the "criticalpath" as well as float time in other activities. This is particularly important becauseactivities on the "critical path" cannot slip without adversely impacting the "ProjectSchedule." Mr. Mazorra will monitor all activities assuring the proper level ofstaffing to strictly adhere to the "Project Schedule." Team meetings will be held on aregular basis to review progress and assure compliance with the "Project Schedule."

    See page 207 for additional information

    12 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    7. Volume of Previous Work:Refer to Volume of Previous Work Attestation Form and the Volume of Previous Work Attestation Joint Venture Form and submit as instructed.

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    Volume of Previous WorkASA has had no projects with Broward County in the past 5years.

    VOLUME OF PREVIOUS WORK WITH BROWARD COUNTYAll amounts paid to Calvin, Giordano & Associates, Inc. byBroward County Board of Commissioners within a five yeartimeframe are as follows:PROJECT:

    1. Emergency Management Logistics & ResourcesManagement Plan

    AMOUNT PAID: $20,8002. Generic Utility Locating & GIS Mapping

    AMOUNT PAID: $10,2653. 169072 Broward County School Zone Ped &

    Preservation ProgramAMOUNT PAID: $10,265

    Volume of Previous WorkVOLUME OF PREVIOUS WORK ATTESTATION FORMSee page 125

    Volume of Previous WorkKimley Horn is proud to have successfully served BrowardCounty on the previous Wiles Road segments, as well as onother projects for the Engineering Division, Planning andRedevelopment Management Division, Aviation Department,and the County Attorney s Office.With more than 500 employees throughout the state androbust in house resources in Broward County and throughoutSouth Florida, we can efficiently manage the work associatedwith this project just as we have done on the first twosegment of Wiles Road.See page 179 for additional information

    13 of 26

    abustamanteTypewritten Text

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    7. Volume of Previous Work:Refer to Volume of Previous Work Attestation Form and the Volume of Previous Work Attestation Joint Venture Form and submit as instructed.

    H.W. Lochner, Inc.8750 NW 36th Street, Suite 360

    Doral, FL 33178

    Parsons Brincheroff, Inc.One Penn Plaza

    New York, NY 10119

    R.J. Behar & Company, Inc.6861 SW 196th Avenue, Suite 302

    Pembroke Pines, FL 33332

    Volume of Previous WorkWe have completed the Volume of Previous Work Attestation Form and havesubmitted it through BidSync.

    Volume of Previous Work:Please Refer to Proposal R2113749P1 submittal page 84 for Volume of PreviousWork Attestation Form and the Volume of Previous Work Attestation Joint VentureForm.

    Volume of Previous Work:Please Refer to Proposal R2113749P1 submittal page 231 for Volume of PreviousWork Attestation Form and the Volume of Previous Work Attestation Joint VentureForm.

    14 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    VENDOR QUESTIONNAIRE FORM1. Legal business name:

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    ASA Consultants, Inc. Calvin, Giordano & Associates, Inc. Keith and Schnars, P.A. Kimley Horn and Associates, Inc.

    2. Federal Employer I.D. no. (FEIN):3. Dun and Bradstreet No.:

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    Federal Employer I.D. no. (FEIN): 46 5512620Dun and Bradstreet No.: 08 234 7307

    Federal Employer I.D. no. (FEIN): 65 0013869Dun and Bradstreet No.: 0044297369

    Federal Employer I.D. no. (FEIN): 59 1406307Dun and Bradstreet No.: 072227762

    Federal Employer I.D. no. (FEIN): 56 0885615Dun and Bradstreet No.: 061099131

    4. Doing Business As/ Fictitious Name (if applicable):

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    N/A N/A N/A N/A

    5. Website address (if applicable):

    ASA Consultants, Inc.510 Shotgun Road, Suite 402

    Sunrise, FL 33326

    Calvin, Giordano & Associates, Inc.1800 Eller Drive, Suite 600Fort Lauderdale, FL 33316

    Keith and Schnars, P.A.6500 North Andrews AvenueFort Lauderdale, FL 33309

    Kimley Horn and Associates, Inc.600 North Pine Island Road, Suite 450

    Plantation, FL 33324

    www.asaconsultants.us http://www.cgasolutions.com/ www.ksfla.com www.kimley horn.com

    15 of 26

  • Request for Proposal (RFP) No. R2113749P1Design Services for Wiles Road From University Drive to Riverside Drive

    Evaluation Matrix

    VENDOR QUESTIONNAIRE FORM1. Legal business name:

    H.W. Lochner, Inc.8750 NW 36th Street, Suite 360

    Doral, FL 33178

    Parsons Brincheroff, Inc.One Penn Plaza

    New York, NY 10119

    R.J. Behar & Company, Inc.6861 SW 196th Avenue, Suite 302

    Pembroke Pines, FL 33332

    H.W. Lochner,