Laserfiche WebLink
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT <br /> (Complete one Section E for each key person.) <br /> <br />12. NAME <br /> <br />M. Patricia Valencia <br />13. ROLE IN THIS CONTRACT <br /> <br />CEI Director. <br />14. YEARS EXPERIENCE <br />a. TOTAL <br />25 <br />b. WITH CURRENT FIRM <br />3 <br />15. FIRM NAME AND LOCATION (City and State) <br />CALTRAN Engineering Group, Inc. – 15800 Pines Blvd., Suite 340, Pembroke Pines, FL 33027 <br />16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) <br /> Master of Science in Construction Management, University EAFIT, Medellin 1999 Professional Engineering in Florida, No. 69297, 200 Bachelor of Science in Civil Engineering, University of Medellin, 1993 General Contractor No. 1522429, 2004 <br />18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc) <br />Mrs. Valencia’s experience includes all phases of Construction Projects from conception, design, financial feasibility, const ructability to <br />Construction Management and Administration. Because of her design and estimating knowledge in addition to her construction management <br />experience, Mrs. Valencia’s most valuable input to the construction management is the constructability approach of the projects. <br /> 19. RELEVANT PROJECTS <br /> <br /> <br /> <br /> <br /> <br /> <br />a. <br />(1) TITLE AND LOCATION (City and State) <br /> <br />FDOT D6, SW 336 St/Davis Pkwy from SR-997/Krome Ave to US-1 <br />(2) YEAR COMPLETED <br />PROFESSIONAL SERVICES <br />2016-2020 <br />Ongoi <br />CONSTRUCTION (If applicable) <br />N/A <br />(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm <br />Provides Post Design Services including on-going administration, coordination, and support supervision of the construction process for <br />the roadway, drainage signing/marking and temporary traffic Design Services for the Reconstruction of Davis Pkwy to extend capacity of <br />existing pavement to facilitate truck bypass, add right turn lanes at intersections of Davis Pkwy/Krome Ave and Davis Pkwy/US-1. <br />Contact: Nathan Pulido, FDOT D6, 305-470-5207 <br /> <br /> <br /> <br /> <br /> <br /> <br />b. <br />(1) TITLE AND LOCATION (City and State) <br /> <br />FDOT D6, SR-5/US-1/S Dixie Hwy from E of SR-9/SW 27th Ave to SR-9A/I-95 <br />(2) YEAR COMPLETED <br />PROFESSIONAL SERVICES <br />2017-2020 <br />CONSTRUCTION (If applicable) <br />N/A <br />(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm <br />Responsible to provide post design services such as on-going administration, coordination, and support supervision of the construction <br />process of this RRR project on US-1 corridor. The Improvements consist of the improvement of roadway and operational deficiencies <br />including roadway and drainage system, temporary traffic control, signing and pavement marking improvements, signalization, and <br />lighting. Contact: Adriana Manzanarez, P.E. 305-470-5283. <br /> <br /> <br /> <br /> <br />c. <br />(1) TITLE AND LOCATION (City and State) <br /> <br />FDOT D6, DW Freight Logistics and Passenger Service OPS <br />(2) YEAR COMPLETED <br />PROFESSIONAL SERVICES <br />2013-2018 <br />CONSTRUCTION (If applicable) <br />N/A <br />(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm <br />Provided general management support, brainstorming advisory of freight and transit strategies and potential objectives for existing and <br />future projects, reviewing freight and transit, and coordinating interactions with internal/ external stakeholders. For MDT Bus System <br />Evaluation, assisted in the support for FDOT System Safety and Security Reviews of MDT for compliance with requirements of 14-90 <br />FAC, assessed MDT documents such as System Safety Program Plan, System Security and Emergency Preparedness Plan, <br />operating procedures. For MOT Design, designed MOT for proposed closures, coordinated with stakeholders and MOT contractor. For <br />Construction Engineering and Inspection, provided supervision to the rehabilitation of FEC and CSX railroad crossing in Miami. <br /> <br /> <br /> <br /> <br />d. <br />(1) TITLE AND LOCATION (City and State) <br />City of North Miami MOCA Plaza Renovation Project <br />(2) YEAR COMPLETED <br />PROFESSIONAL SERVICES <br />2018-2019 <br />OOngoing <br />CONSTRUCTION (If applicable) <br />N/A <br />(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm <br />Because of the importance of this project for the City of North Miami, the selection process was rigorous and the best proposal included <br />and optimum constructability approach. Mrs. Valencia’s presentation not only achieved the award of the project but also proved to be <br />realistic by completing the project in time, budget and to the fully satisfaction of the City. Contact: Jeff Geimer Capital Projects Manager, <br />City of North Miami (786) 999-3320. <br /> <br /> <br /> <br /> <br />e. <br />(1) TITLE AND LOCATION (City and State) <br /> <br />City of Fort Lauderdale, City Hall and Building Access ADA Project <br />(2) YEAR COMPLETED <br />PROFESSIONAL SERVICES <br />2017-2018 <br />CONSTRUCTION (If applicable) <br />N/A <br />(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm <br />Involved in the project from the bid phase providing a constructability approach for the most cost-efficient construction method. Then as <br />Project Manager, implemented and oversaw vehicular and pedestrian temporary access routes to the City Hall, construction activities <br />sequence, safety plan, quality construction plan, Federal Funded Documents requirements, Equal Opportunity requirements, project <br />inspections and Project administration. Contact: Barbara Howell Project Manager, City of Fort Lauderdale (954) 828-4505. <br /> STANDARD FORM 330 (REV. 8/2016) PAGE 2