Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Design/Build/Operate/Maintain Agreement with TransCore ITS, LLC
201 7-3 00 c DESIGN/BUILD/OPERATE/MAINTAIN AGREEMENT by and between The City of Miami Beach, Florida and TransCore ITS, LLC TABLE OF CONTENTS AGREEMENT 1 RECITALS 1 ARTICLE 1 CERTAIN DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS 1 ARTICLE 2 INTENTION OF THE CITY AND PRIORITY OF CONTRACT DOCUMENTS 11 ARTICLE 3 DBOM FIRM'S DUTIES AND RESPONSIBILITIES 13 ARTICLE 4 CITY'S DUTIES AND RESPONSIBILITIES 47 ARTICLE 5 EMPLOYMENT CONDITIONS 50 ARTICLE 6 PROJECT SCHEDULE AND BREAKDOWN OF PROJECT COSTS 52 ARTICLE 7 THE DBOM FIRM'S COMPENSATION 63 ARTICLE 8 APPLICATIONS FOR PAYMENT 66 ARTICLE 9 PROTECTION OF PERSONS AND PROPERTY 73 ARTICLE 10 BONDS AND INSURANCE 76 ARTICLE 11 CHANGES IN THE WORK 77 ARTICLE 12 NO DAMAGES FOR DELAY; EXTENSIONS TO THE CONTRACT TIME 81 ARTICLE 13 CORRECTION OF WORK 86 ARTICLE 14 INDEMNIFICATION 88 ARTICLE 15 CLAIMS, DISPUTE AVOIDANCE AND RESOLUTION 89 ARTICLE 16 TERMINATION 91 ARTICLE 17 SEPARATE CONTRACTS 98 ARTICLE 18 GUARANTEES AND WARRANTIES 100 ARTICLE 19 PRODUCT REQUIREMENTS/SUBSTITUTIONS 100 ARTICLE 20 PUBLIC INFORMATION 101 ARTICLE 21 QUALITY CONTROL/QUALITY ASSURANCE 102 ARTICLE 22 ADDITIONAL TERMS&CONDITIONS 102 APPENDIX A: PROJECT SYSTEM ENGINEERING MANAGEMENT PLAN A-1 APPENDIX B: PROJECT ORGANIZATION B-1 APPENDIX C: DBOM FIRM PROPOSAL C-1 APPENDIX D: MEMORANDUM OF UNDERSTANDING BETWEEN STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF MIAMI BEACH D-1 APPENDIX E: LIST OF REPORTS AND PROJECT PLANS E-1 APPENDIX F: DIRECT PURCHASE PROGRAM F-1 APPENDIX G: PROJECT SCHEDULE G-1 APPENDIX H: SCHEDULE OF VALUES H-1 APPENDIX I: FORM OF FINAL CERTIFICATE OF PAYMENT I-1 APPENDIX J: THE DBOM FIRM'S INSURANCE AND BONDING REQUIREMENTS J-1 APPENDIX K: FORMS K-1 APPENDIX L: QUALITY CONTROL/QUALITY ASSURANCE L-1 APPENDIX M: EMERGENCY AND EVENT MANAGEMENT M-1 AGREEMENT THIS DESIGN/BILD/OPERATE/MAINTAIN AGREEMENT (this "Agreement") is made as of this /(13 day of /ApoIL , 2019 by and between the City of Miami Beach, Florida, a municipal corporation existing under the laws of the State of Florida (the "City"), and TransCore ITS, LLC, a State of Florida limited partnership (the "Design/Build/Operate/Maintain Firm" or "DBOM Firm") (sometimes individually referred to as a "Party" and collectively referred to herein as the "Parties"). RECITALS WHEREAS, the City wishes to develop, construct, operate, and maintain the Project (as hereinafter defined) in the City, described in Appendix"A" attached hereto; and WHEREAS, pursuant to a Request for Proposals RFP No. 2016-199-KB (the "RFP"), the City requested that qualified firms submit proposals to provide all services necessary and appropriate to design, construct, operate, and maintain the Project in accordance with the terms and conditions of the Contract Documents (as hereinafter defined); and WHEREAS, the City has selected the DBOM Firm to perform design, construction, and other services in accordance with this Agreement and the other Contract Documents (as defined in Section 1.1 below)for the negotiated total Guaranteed Maximum Price in the amount of Twenty- Five Million Dollars ($25,000,000.00), as determined pursuant to Article 7 hereto(the "Contract Price"); and WHEREAS, the DBOM Firm shall either directly or through Subcontractors (as defined herein) perform the services required under this Agreement and the other Contract Documents: and WHEREAS, the DBOM Firm is ready, willing and able to perform its respective services in accordance with the terms and conditions of the Contract Documents as hereinafter set forth. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the Parties hereby agree as follows: ARTICLE 1 CERTAIN DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS 1.1. Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: "Amendment" means a written modification to the Contract Documents, including any Change Orders signed by the City and the DBOM Firm and Change Directives. "Applicable Laws" means all laws, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. "Change Directive" means a written order issued by the Contract Administrator or Project Coordinator which orders changes in the Work, but which does not involve an alteration in the Contract Price or Contract Time. 1 •r "Change Order" means a written document ordering a change in the Contract Price and/or Contract Time or a material change in the Work (as defined herein). A Change Order must comply with the requirements of the Contract Documents. "CIP Inspector/DPW Field Observer" means a City employee charged with observing and documenting, for internal City purposes only, general observations and conditions of the Project including, without limitation, the weather conditions, the number of workers present at the time of observation,' general type of work being performed and taking photographs regarding same. DBOM Firm expressly waives any right to assert as a defense to any claim regarding the Project including, without limitation, any dispute between the City and DBOM Firm, and DBOM Firm and any third party, the presence or purported approval or consent of any CIP Inspector, Public Works Field Observer, or other City employee or their designated representative conducting any field observations during the Project. The DBOM Firm expressly acknowledges that the purpose of such City employee or representative is to observe and document for internal purposes only general observations and conditions of the Project, and in no way is intended to, nor shall be treated as, a person with authority to approve or reject the Work on behalf of the City or any other entity, or to direct the DBOM Firm's Work in any way. DBOM Firm expressly agrees to waive the presence of such CIP Inspector, Public Works Field Observer, or other City employee or designated representative performing field observations as a defense to any Claims involving the Project. "City" or"Owner" shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139. In all respects, hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. "City Commission" shall mean the governing and legislative body of the City. "City's Contingency" means the dollar amount or percentage established for the Project, which is available for City's use at its sole discretion to defray additional expenses relative to design and construction of the Project, as well as additional expenses expressly chargeable to the City pursuant to the Contract Documents. The DBOM Firm has no right or entitlement whatsoever to the City's Contingency and use of City's Contingency are subject to the Contract Administrator's and/or City Manager's prior written approval by the City at its sole and absolute discretion. Any unused amounts in City's Contingency remaining at the completion of the Project shall accrue solely to the City. "City Manager" shall mean the Chief Administrative Officer of the City. The City Manager shall be construed to include any duly authorized representatives designated in writing (including the Contract Administrator)with respect to any specific matter(s) concerning the Project and/or the Contract Documents (exclusive of those authorizations reserved to the City Commission 2 or regulatory or administrative bodies having jurisdiction over any matter(s) related to the Project and/or the Contract Documents). "Claim" shall mean a demand or assertion by one of the Parties,seeking, as a matter of right, adjustment or interpretation of the Contract Documents, payment of money, extension of time or other relief with respect to the Contract Documents and/or Project. The term "Claim" also includes other disputes, change directives, and matters in question between the City and DBOM Firm arising out of or relating to the Contract Documents. Claims must be initiated by written notice. The responsibility for substantiating Claims shall rest with the Party making the Claim. All Claims submitted by DBOM Firm must comply with the requirements of the False Claims Ordinance, Sections 70-300 et seq., of the City Code or shall be forfeited in accordance with the terms of the False Claims Ordinance and conclusively waived and released. "Construction Documents" means those documents prepared by (or on behalf of)the DBOM Firm which are used to construct the Project, including technical and other drawings, Shop Drawings, schedules, diagrams, and specifications, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Agreement, nor shall they constitute Contract Documents, until (a)the DBOM Firm has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse DBOM Firm's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws, and in accordance with the Contract Documents. "Construction Phase" means that period set forth in the Project Schedule beginning on the effective date as set forth in a Notice to Proceed (NTP) delivered by the City to the DBOM Firm, directing the DBOM Firm to proceed with the construction activities necessary to complete the Project,and ending on the date of project system acceptance by the City, by Phase(s) as appropriate. The construction activities will begin following the City's approval of Released for Construction (RFC) plans with corresponding Construction Notice to Proceed. "Contract Administrator" means the City's Transportation Department Director or any other City department charged with administering the Project, or his or her designee. "Contract Documents" means this Agreement(including all of the Appendices and Schedules attached hereto), completed Construction Documents, completed Design Documents (as defined herein), RFP Proposal Submission, and any Amendments to any of the foregoing. "Contract Price" means the Guaranteed Maximum Price (GMP) amount established in the Contract Documents as the total amount the City is obligated to pay for full and complete performance of all of the Work required by the Contract Documents including, but not limited to, all labor, equipment and materials to design, administer, coordinate, provide related certifications, install and otherwise construct, complete, operate, and maintain the Project within the Contract Time. 3 "Contract Time" means the number of days allowed for completion of all Work, as stipulated in the Contract Documents, and as may be amended by Change Order. "Days" and/or all references to numbers of days in the Contract Documents, shall be construed to mean calendar days, unless specifically noted otherwise. The term "business days" means a day other than a Saturday, Sunday, Federal holiday or any day on which the principal commercial banks located in Miami, Florida are not open for business during normal hours. "Design Consultant" means BCC Engineering, Inc., who shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by the DBOM Firm and who will perform (or cause to be performed through Design Subconsultants acceptable to the City)all architectural, design, and engineering services required under this Agreement and will serve as the "architect of record" and/or"engineer of record"for the Project. The Design Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Design Subconsultants that may perform services on behalf of the Design Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Design Subconsultant has been engaged by DBOM Firm,,and/or Design Consultant to perform professional design services in connection with the Pioject. The DBOM Firm shall be ultimately responsible for ensuring the Design Consultant's and all Design Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and other Contract Documents. No Design Consultant shall be replaced, nor will additional entities be added as Design Consultants, without the prior written consent of the Contract Administrator or City Manager. The DBOM Firm shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests,to evidence the professional licensure of the Design Consultant, including professional licensure documentation. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Contract Documents during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. The organizational relationship of the DBOM Firm is shown in Appendix "B". "DBOM Firm" means TransCore ITS, LLC and its successors and assigns, and is the entity selected to design, construct, operate, and maintain the Project pursuant to the Contract Documents, and is the entity which is responsible for compliance by the Design Consultant, Design Subconsultants, and Subcontractors with the Contract Documents and shall be liable for the acceptable performance of the Work and payment of all debts pertaining to the Work. "Design Criteria Professional" shall mean the individual or entity which holds a current certificate as a registered engineer under Chapter 471, Florida Statutes, to practice • 4 engineering and who is employed by or retained by the City to provide professional services in compliance with the requirements of Section 287.055, Florida Statutes, and in connection with the preparation of the Design Criteria Package; who shall review and provide recommendations regarding the Construction Documents prepared by the DBOM Firm; and evaluate compliance of Project construction with the Design Criteria Package. For this Project, the Design Criteria Professional is the City's Program Manager for this project, Kimley-Horn and Associates, Inc. "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the complete and final preparation of the Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Agreement, nor shall they constitute Contract Documents, until (a) the DBOM Firm has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse DBOM Firm's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. "Design Phase" means that period beginning with the City's issuance of an NTP for the Design Phase, during which phase the DBOM Firm shall cause the Design Consultant to prepare the Design Documents and Construction Documents in accordance with the Contract Documents. If necessary, City may authorize certain construction Work or portions thereof to commence during the Design Phase, provided DBOM Firm obtains all necessary permits that may be required in advance thereof and satisfies all requirements of the Contract Documents. "Design Subconsultant" means any Subcontractor (including, but not limited to, the Design Consultant) of the DBOM Firm or Design Consultant who provides architectural, design, engineering, or similar professional services, including the preparation of Shop Drawings, or any services incidental thereto for any part of the Work. The Design Subconsultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by DBOM Firm and/or its Design Consultant to perform professional design services in connection with the Project. No Design Subconsultant shall be replaced, nor will additional entities be added as Design Subconsultants, without the prior written consent of the contract Administrator or City Manager. The DBOM Firm shall be ultimately responsible for ensuring all Design Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and other Contract Documents. The DBOM Firm shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the professional licensure of the Design Subconsultants, and professional licensure documentation. However, the City's failure to request such documentation or 5 evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Contract Documents during the Project does not excuse, waive and/or condone in any way any noncompliance with the requirements set forth therein including, without limitation, the professional licensure requirements. "Device Site" means any location where Intelligent Transportation System (ITS) or Smart Parking System (SPS) equipment, supporting equipment, or associated hardware are being installed. Preliminary device sites are identified in Appendix "A" and final device sites will be identified by the DBOM Firm during the design. "Effective Date of this Agreement" means the date this Agreement is fully executed'by the Parties and attested to by the City Clerk. "Final Contract Completion" means the date upon which all conditions and requirements of the Contract Documents, permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by the City; any other documents required to be provided have been received by City; the Work has been fully completed in accordance with the Contract Documents; and the Operations and Maintenance Phase has concluded. "General Conditions" means the direct and indirect costs and expenses for facilities or performance of Work by the DBOM Firm for items which do not lend themselves readily to inclusion in a separate trade subcontract and which shall be included within the Contract Price, including, without limitation: (i) wages, salaries, benefits and costs for onsite and local office Project management staff, supervisory and other technical, administrative and clerical Project personnel engaged in supervision and management of the Work on the Project Site, including the Project Manager, Construction Superintendent, structural superintendent, assistant superintendent, shop drawing checker, secretary, layout foreman, design consultant, design subconsultants, estimators, cost controllers, accountants, office administrative personnel, time keepers, clerks, safety director, safety coordinator, safety labor, overall project schedule preparation, CPM scheduling and scheduler costs, cost of periodic site visits for supervisory, inspection, oversight, or management of the Project by specific "home office" personnel previously approved in writing by the City; (ii) field/onsite construction or maintenance offices and supplies including transportation and set-up of onsite office trailers, construction of ramps and stairs for onsite office, interior build-out of onsite office, onsite office trailer rental, first aid supplies, reproduction services, monthly office supplies, Project reference manuals, field office postage, field office furniture, onsite office computer system and software, installation and equipment of field computer ISDN line, monthly cost for field ISDN/computer line, onsite office photocopier rental and supplies, plan printing (other than revisions) or document reproduction used for bidding or information purposes required by the Contract Documents, long-distance telephone calls, telegrams, postage, package delivery and courier service, hardwired telephone service, and reasonable expenses of DBOM Firm's jobsite office if incurred at the Project Site and directly and solely in support of the Work, Project Site photographs, field office express mail/courier charges, miscellaneous onsite office supplies, 'safety material and equipment, small tools, equipment or machinery, miscellaneous hand tool rental equipment (other than that of the subcontractors), hand tool purchase, hand tool repair, hand tool rental, 6 job radios, jobsite cleaning labor and material, trash containers, final exterior and interior cleaning materials and labor other than subcontractors, miscellaneous cutting and patching, traffic control, off duty police officer(s), alarm system and monitoring for trailers; (iii) surveys, measurements and layout work reasonably required to perform the Work; (iv) retention/storage of Project records; (v) off-site secure storage space or facilities approved in advance by the City; (vi) miscellaneous expendable items, extended jobsite General Conditions, interest on monies retained by the City, escalated costs of materials and labor, home office expenses or any cost incurred that may be allocated from offices of the DBOM Firm or any of its Subcontractors; and (vii) any other items typically categorized in the construction industry as "general conditions" expenses. "Notice to Proceed" or "NTP" means a written letter or directive issued by the Contract Administrator to DBOM Firm to commence and proceed with portions of the Work as specified therein or a specific task of the Project. "Notice to Proceed Date" means the date on which the Notice to Proceed is issued to DBOM Firm, or the date stated in the Notice to Proceed as being the Notice to Proceed Date, whichever is latest. "Operational Test" is comprised of subsystem and system-wide testing of the equipment and software implemented during this project. The Operational Test shall verify and document the conformance of the equipment, subsystems, and the System to the requirements and functionality covered in the DBOM Firm's approved final design documents. The Operational Test shall therefore provide end-to-end verification of the readiness of the System provided for on-going operation. A thirty (30)-day Operational Test shall be required for the project. The Operational Test shall not be allowed to commence prior to successful completion of all individual subsystem component tests. The DBOM Firm shall operate the System during the Operational Test in conjunction with the City of Miami Beach and with City of Miami Beach oversight. "Operations and Maintenance Phase" means that period set forth in the Project Schedule beginning on the effective date as set forth in a Notice to Proceed delivered by the City to the DBOM Firm, directing the DBOM Firm to proceed with the operations and maintenance activities necessary to complete the project and ending on the date of Final Contract Completion of the Project. The Operations and Maintenance Phase will begin following the Construction Phase and the City's written notification to the DBOM Firm of System Acceptance for any Phase of the Work. "Parties" means City and DBOM Firm, and "Party" is a reference to either City or DBOM, as the context may indicate or require. "Phase" means an element or elements of the Work which must be completed within a specified period of time as described in the Contract Documents or Project Schedule, and further delineated in the Project Schedule. "Project" consists of, but is not limited to, the following improvements, all as more fully set forth and described in the Project System Engineering Management Plan (PSEMP) attached hereto as Appendix "A", and as is contemplated thereby or reasonably inferable therefrom, as. ( 7 described in Appendix "A" hereto. "Project Coordinator" means the City employee designated in writing by the City Manager or Contract Administrator, who shall be the City's authorized representative to coordinate and facilitate (on behalf of the City in its proprietary capacity as "Owner") all matters related to the Project. "Project Manager" means the authorized individual or firm which is the representative of DBOM Firm and who will administer and manage the prosecution of all Work on behalf of the DBOM Firm. "Project Schedule" or "Schedule" means the City-approved and accepted detailed master schedule that DBOM Firm develops and maintains for the Project, utilizing the latest version of Primavera software and in accordance with the specifications and other Contract Documents, and which includes the schedule for achieving the various Phases, the phasing and performance of all aspects of the Work including, but not limited to, design, construction, construction engineering and observation services (performed by others), testing, operations, maintenance, project closeout, warranty, City occupancy dates and all required updates to all of the foregoing, subject to the approval of the City as may be amended pursuant to a Change Order. At the request of the City, the DBOM Firm shall provide any additional information or further detailed breakdown as to components of the Work in the Project Schedule. "Project Site" shall have the coverage area as defined in Appendix "A". "PSEMP" or "Project Systems En_yineerincLand Management Plan" shall mean those ' certain conceptual plans and specifications and performance oriented drawings or specifications of the Project, as prepared by the Design Criteria Professional, and in compliance with the requirements of Section 287.055, Florida Statutes. For all purposes herein, the PSEMP shall be the equivalent of the "design criteria package" contemplated by Fla. Stat. 287.055. "Punch List" means the list or lists prepared by the DBOM Firm, incorporating input provided by the City and/or RPR, identifying matters that remain to be completed to achieve System Acceptance and Final Contract Completion in order that System Acceptance and Final Contract Completion can be declared by City to have occurred. Separate punch lists are anticipated for the System Acceptance of each project Phase and the Final Contract Completion. "Resident Project Representative" or "RPR" shall have the meaning and duties ascribed to it in Section 4.7 hereof. "RFP Proposal Submission" means the response,to the RFP submitted by the DBOM Firm during the selection process attached hereto as Appendix "C", including its qualifications and experience and entity and of its key personnel to be assigned to the Project, and including other relevant items describing the DBOM Firm's capabilities and proposed approach to the Project. The RFP Proposal Submission is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to DBOM Firm's representations regarding the qualifications and experience of DBOM Firm and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver 8 the Project in accordance with the Contract Documents and consistent with the all representations made therein. "Schedule of Values" means a written schedule setting forth the detailed and itemized cost breakdown, inclusive of labor, material, general conditions costs, and taxes of all elements comprising the Contract Price. Schedule of Values will be used to support progress payment in accordance with Article 8. "Shop Drawincis" means drawings, diagrams and schedules, and other data specifically prepared by the DBOM Firm or its Subcontractors, sub-Subcontractors, manufacturers, suppliers, or distributors to illustrate some portion of the Work. "Subcontractor" means any person or entity with whom the DBOM Firm contracts to perform any part of the Work or to supply any labor and/or materials in relation to the Work. In addition, the term Subcontractor shall apply to subcontractors of any tier and suppliers and materialmen • employed on or for the Project pursuant to a subcontract with a Subcontractor or lower-tier subcontractor. "Substantial Completion" shall be deemed to have occurred when the construction of the Work for each Phase, as certified in writing by the DBOM Firm, and determined by the City in its sole discretion, has been developed, designed, engineered, and constructed jri accordance with the Contract Documents and System Acceptance has been achieved as reasonably determined by the City and evidenced by (1) the issuance of a Certificate of Substantial Completion by the DBOM Firm; and (2) acceptance of such Certificate of Substantial Completion by the City pursuant to Section 6.11. herein. "Substantial Completion Date" means the date on which Substantial Completion of the Work is declared by City to have occurred. "Superintendent" means the DBOM Firm's representative who shall be responsible for continuous field supervision, coordination, and completion of the Work, and who shall maintain a full-time on-site, physical presence at the Project Site. The Superintendent is responsible for management of the Project Site and tasks including, but not limited to, organization and coordination of the Work of Subcontractor employees, keeping cost records on Work performed and materials supplied, controlling of costs in materials and wages; exercising control over rate of construction progress to assure completion of the Project within the Project Schedule; inspecting or observing the Work to enforce conformity to the Contract Documents; and supervising trades, subcontractors, clerical staff, and other personnel employed in the construction of the Project. "Surety" means the company which is bound by the performance bond and payment bonds with and for DBOM Firm who is primarily liable and which surety company is responsible for DBOM Firm's acceptable performance of the Work under the Contract Documents and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. "System" consists of, but is not limited to, the following improvements associated with the Intelligent Transportation System and Smart Parking System and supporting improvements, as more fully set forth and described in the Project System Engineering Management Plan (PSEMP) attached hereto as Appendix "A", and as is contemplated thereby or reasonably 9 inferable therefrom, as described in Appendix "A" hereto. "System Acceptance" shall be deemed to have occurred when the DBOM Firm has successfully conducted the acceptance test and the test report has been approved by the City, as outlined in the System Test Plan such that all conditions of permits and regulatory agencies have been satisfied and the Project is ready for occupancy, utilization, and continuous commercial operation for the uses and purposes intended by the City, without material interference from incomplete or improperly completed Work and with only minor punch list items remaining to be completed. Testing verifies and documents the furnished Project meets all Contact requirements. Testing requirements are further defined in Appendix"A". The Project testing culminates with the System Acceptance Test, and upon completion and approval by the City results in System Acceptance. The DBOM Firm warranty and maintenance period shall commence upon formal notification of System Acceptance by the City. "System Acceptance Date" means the date on which System Acceptance of the Work is declared to have occurred. "Vendor" or "Supplier" means any person who supplies machinery, equipment, materials, consumables, support services, utilities, etc. to DBOM Firm or to any Subcontractor in connection with the performance of DBOM Firm's obligations under the Contract, but who does not perform labor at the Project Site other than delivery. "Work" means the design, build, operations,and maintenance of the Project as set forth in the Contract Documents including, without limitation, all design, architectural, engineering and other professional services, permitting services, demolition and construction services, testing and inspection services, operations, maintenance, supervision, administration and coordination services and the provision of all drawings, specifications, labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, zoning approvals, building code changes and government approvals, licenses, tests, quality-assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total design, construction, installation, furnishing, equipping, functioning, operation, and maintenance of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. The Work also includes training in the use and operation of the completed Project (and components thereof) and completion of any and all off-site work and improvements that are reasonably required in order for the DBOM Firm to complete the Work (including, without limitation, off-site work which is not specifically identified in the PSEMP, but is reasonably inferable therefrom). 1.2. As used in the Contract Documents, (i) the singular shall include the plural, and the masculine shall include the feminine and neutral, as the context requires; (ii) "includes" or "including" shall mean "including, but not limited to" and "including, without limitation;" and (iii) all definitions of agreements shall include all amendments thereto in effect from time to time. 1.3. Whenever it shall be provided in this Agreement that the DBOM Firm is required to perform a service or obligation "at its sole cost and expense" or words of substantially similar meaning, 10 the DBOM Firm shall not be entitled to reimbursement for such item and the cost of such service or obligation shall not be included in any Application for Payment. 1.4. Contract Documents shall be construed in a harmonious manner, whenever possible. The general intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Project by the DBOM Firm. 1.5. The Contract Documents shall be taken as a whole and are complementary, and any item of Work called for in any Contract Document shall be as binding as if called for by all, so that any part of the Work shown or described in any of the Contract Documents, though not specifically referred to in other Contract Documents, shall be executed by DBOM Firm and binding as a part of the Contract Documents, as well as any Work which, in the sole opinion of City, may be fairly inferred from the Contract Documents or by normal industry practice. 1.6. Detailed plans shall take precedence over general plans for the same part of the Work. Specifications and detailed plans which may be prepared or approved by City after the execution of the Agreement and which may be fairly inferred from the original specifications and;plans are to be deemed a part of such specifications and plans, and that portion of the Work shown thereby shall be performed without any change in the Contract Price or Project Schedule. With respect to conflicts between large-scale drawings and small-scale drawings, the larger scale drawing shall govern, unless otherwise dictated by Design Consultant. 1.7. Where compliance with two or more requirements is indicated in any of the enumerated Contract Documents and where these requirements within the Contract Documents conflict in quantity or quality, the DBOM Firm shall comply with the most stringent requirement as determined by the City, unless specifically indicated otherwise in the Contract Documents. 1.8. As used in the Contract Documents, unless specifically indicated otherwise, references to an Article include all Sections, Subsections, and items within that Article; references to a Section include all Subsections and items within that Section; and references to a Subsection include all items within that Subsection. 1.9. Words which have a well-known technical or trade meaning are used herein in accordance with such recognized or well-known meaning, unless this-Agreement otherwise specifically defines such word. 1.10. The_ Recitals, Appendices, Exhibits, and Schedules attached hereto are expressly incorporated in and made a part of this Agreement as if fully set forth herein. ARTICLE 2 INTENTION OF THE CITY AND PRIORITY OF CONTRACT DOCUMENTS 2.1 Intent. The PSEMP set forth herein and attached as Appendix "A" is comprised of documents that indicate the general scope and character of the Work in terms of all applicable architectural and engineering elements. However, the PSEMP does not indicate or describe all of the work required for full performance and completion of the Project. The sizes, quantities, areas and configurations of the Work, to the extent they appear in the PSEMP, are all subject to refinement, detail and modification during the Design Phase as part of the Work. During the, Design Phase, the DBOM Firm will, as part of the Work, develop, refine, detail and modify the 11 design encompassed within the documents as set forth in the PSEMP as necessary to provide the City with a fully functional and functioning Project within the scope and intent of the Contract Documents and within the Contract Price and the Project Schedule. The DBOM Firm shall include all such refinements, details, and modifications in the Design and Construction Documents. The DBOM Firm expressly understands and acknowledges that the PSEMP is not intended to be treated as fully constructible, code compliant Construction Documents, and that DBOM Firm shall ensure that its refinements, details, and modifications shall include any and all components necessary to comply with all Applicable Laws, regulations, ordinances and codes. It is the intent of the Contract Documents that the DBOM Firm shall provide all items and services necessary for the proper design, construction, execution and completion of the fully equipped and functional Project in accordance with the Contract Documents, including any and all such necessary items and services consistent with, contemplated by, and reasonably inferable from the Contract Documents, whether or not such items and services are specifically mentioned therein. The Contract Documents are complementary, and what is required by any one shall be binding as if required by all. 2.2. Priority of Contract Documents. In the event of conflict or inconsistency among the Contract Documents, the following order of precedence shall govern the interpretation of the Contract Documents: a. Amendments to this Agreement (excluding the Design Documents and the Construction Documents); b. This Agreement and all Appendices attached hereto (excluding the Design Documents and the Construction Documents); c. Modifications or changes to the completed Construction Documents, as approved by the City; d. The completed Construction Documents, as approved by the City; e. Modifications or changes to the completed Design Documents, as approved by the City; f. The completed Design Documents, as approved by the City; g. The PSEMP and related documents as set forth in Appendix "A;" and h. The RFP. In the event of any conflict between the Agreement, as amended, and the Project Specifications, the provisions of the Agreement (or Amendment thereto) shall take precedence and control. 2.3. Nature of the Parties' Interests Pursuant to this Agreement. It is the express intent and agreement of the Parties that this Agreement shall in no way be deemed to constitute a lease to DBOM Firm, or a grant of any right, title, interest or estate in the Project, the Project Site, City right-of-ways, or of any assets incorporated into, appurtenant to, or in any way connected to the Project. It is the express intent that DBOM Firm shall not be treated as, or deemed to be, the legal or equitable owner of the Project, Project Site, City right of ways, or the Project improvements for any purpose. DBOM Firm's rights hereunder are derived solely from its status as an independent 12 contractor and not as a tenant, lessee, easement holder, optionee, lienor, mortgagee, purchaser or owner of any other interest in real property or the Project. The payments received by DBOM Firm under this Agreement are for services to be performed by DBOM Firm, and are not payments in the nature of rent, fees with respect to real property, or purchase price of real property. 2.4. Grant of Limited Rights to DBOM Firm to Design, Build, Operate and Maintain the Project. Subject to the terms and conditions of the Contract Documents, City grants to the DBOM Firm the right to design, build, operate and maintain any Phase of the Project that is approved through the issuance of an NTP by the City. DBOM Firm shall have the right to access the Project Site for purposes of carrying out its obligations hereunder, in accordance with, and subject to, the conditions of any easements, agreements or Governmental Approvals that may be required in connection therewith. 2.5. Term. This agreement shall take effect on the Effective Date, and shall remain in effect for a period of eight (8) years thereafter, unless terminated earlier pursuant to the terms of this Agreement. At any time prior to the expiration of this Agreement, the City Manager, at his sole discretion, may renew this Agreement for a period of five (5) years on mutual agreement with the DBOM Firm. Eighteen (18) months prior to the completion of the current term of the Agreement, the City and the DBOM Firm agree to formalize a renewal plan or a transition plan if project close- out is commenced in order to determine appropriate system renewal, replacement requirements, and/or hand back requirements to be negotiated by the City and the DBOM Firm at the City's sole option. ARTICLE 3 DBOM FIRM'S DUTIES AND RESPONSIBILITIES 3.1. Performance of Work. The DBOM Firm covenants and warrants that it shall be responsible for performing, completing, operating, and maintaining, and for causing all Design Consultant, Design Subconsultants, and Subcontractors to perform, complete, operate, and maintain, the Work in accordance with the Contract Documents and all Applicable Laws relating to the Project Site and/or the Work, shall be responsible for completing the Project, shall achieve System Acceptance by the System Acceptance Date, Substantial Completion by the Substantial Completion Date, as such date may be extended pursuant to the terms of this Agreement, and shall achieve Final Contract Completion of the Project by the date established therefore in the Certificate of Substantial Completion, as such date may be extended pursuant to the terms of this Agreement. The DBOM Firm shall provide all requested services according to the capabilities reflected in its RFP Proposal Submission. The services described or specified shall not be deemed to constitute a comprehensive specification having the effect of excluding services not specifically mentioned. Unless otherwise provided in this Agreement, or as agreed to in writing between City and DBOM Firm, the form and content of all systems, reports, forms and regular submittals by DBOM Firm to City shall be subject to prior approval of the City, and DBOM Firm shall submit such materials to the City for City's approval prior to implementation. City's approval thereof shall not limit City's right to thereafter require reasonable changes or additions to approved systems, reports, forms and regular submittals by DBOM Firm to City. 3.2. Scope. DBOM Firm hereby agrees to complete the Project generally described by the PSEMP, including furnishing all preliminary and final designs, drawings and specifications, job 13 site inspection,testing and test reports, administration of construction, engineering, architecture, and land surveying services, operational staff and equipment, maintenance staff, maintenance equipment, all labor, materials, equipment and other services necessary to perform, furnish, deliver, operate, and maintain all of the Work in strict and entire conformity with the Contract Documents, and in a satisfactory and workmanlike manner, within the Contract Time and for the Contract Price. 3.3. Professional Standard. The Work shall be performed in accordance with the professional standards applicable to projects, buildings, or work of complexity, quality and scope comparable to the Work and the Project, and shall be performed by the DBOM Firm, Design Consultant, Design Subconsultants, Subcontractors and specific personnel referred to in the RFP Proposal Submission or elsewhere in the Contract Documents in accordance with their respective degrees of participation provided and represented to the City by the DBOM Firm from time to time. The DBOM Firm agrees that a Subcontractor shall not be replaced unless a substitute entity approved by the City is retained by the DBOM Firm. The DBOM Firm may add a Subcontractor as it deems necessary or appropriate in order to carry out its obligations under the Contract Documents', provided such entity shall be suitably qualified ' and shall be subject to the prior approval of the City. Nothing contained in this Agreement shall be construed to create any obligation or contractual liability running from the City to any such persons or entities, including to any Subcontractors. 3.4. Independent Contractor. DBOM Firm is an independent contractor and is not an agent or employee of City or agent in performing the Work. Except as otherwise provided herein, DBOM Firm shall maintain complete control over its own employees, agents and operations and those of its Design Consultant, Design Subconsultants, Subcontractors, Vendors and their respective employees and agents. DBOM Firm hereby accepts complete responsibility as a principal for its agents, Design Consultant, Design Subconsultants, Contractor, Subcontractors, Vendors, Suppliers, their respective employees, agents and persons acting for or on their behalf, and all others it hires to perform or assist in performing the Work. 3.5. Design Documents and Construction Documents. a. Based upon the PSEMP, the other documents set forth in Appendix "A", and the other Contract Documents and all other information furnished by the City, upon receipt of the NTP,.the DBOM Firm shall cause the Design Consultant (and any Design Subconsultant retained by the Design Consultant, if any) to prepare and- submit Design Documents and Construction Documents to the City for the City's review and approval. The DBOM Firm specifically acknowledges and agrees that (i)the Design Documents shall be consistent with, and develop in detail, the intent and scope of the PSEMP; and (ii) the Construction Documents shall, in turn, be consistent with and develop in detail the intent and scope of the approved Design Documents. The Construction Documents shall include all drawings and specifications as are necessary to obtain required permits and regulatory approvals, shall provide information customarily necessary for the use of such documents by those in the building trades, and shall include all documents required for the complete and final construction of the Project, other than such 14 detail as is customarily developed in Shop Drawings and otherwise during construction. b. The City's review and approval of the Design Documents and Construction Documents shall be conducted in accordance with the procedures set forth in the Contract Documents. Such review and approval shall not relieve the DBOM Firm, Design Consultant, Design Subconsultants, or the Subcontractors from any of its or their responsibilities or liabilities under this Agreement, or be deemed to be an approval or waiver by the City of any deviation from,'or of the DBOM Firm's failure to comply with, any provision or requirement of the Contract Documents unless such deviation or failure has been specifically identified by the DBOM Firm in writing and approved by the City in an -Amendment to the Agreement. Notwithstanding any provision herein to the contrary, the DBOM Firm agrees and recognizes that the City, in reviewing, approving or rejecting any submissions by the DBOM Firm or other actions of the DBOM Firm, in no way assumes or shares any responsibility or liability of the DBOM Firm or its Design Consultant, Design Subconsultants, and/or Subcontractors. c. DBOM Firm acknowledges and understands that the City selected the design/build/operate/maintain method of project delivery in order to obtain the advantages associated with having the builder participate in the design process. Accordingly, throughout the Design Phase, the DBOM Firm shall continually provide value engineering services, all of which services shall be performed to assist the City in reducing design, construction, operation and maintenance costs with respect to the Project while maintaining or enhancing the Project's quality, efficiency, integrity, artistic content, functional performance and aesthetics. Particular attention shall be given to possible economies and identification of options which would maximize the benefits the City would derive upon completion of the Work. d. Any value engineering proposal submitted by the DBOM Firm shall include, without limitation, the following: (i) a detailed description of the difference between the requirements of the Contract Documents (including the PSEMP) and the proposed changes and comparative advantages and disadvantages of each; (ii) itemization of aspects of the Contract Documents(including the PSEMP) affected by enactment of the value engineering proposal; (iii) a declaration that the proposed changes meet all applicable codes and laws and will be acceptable to all agencies having jurisdiction; (iv) impact of the proposal upon both the Contract Price and Project Schedule; (v) other information reasonably necessary'to fully evaluate the value engineering proposal; and (vi)the date by which the City must accept the value engineering proposal in order for the DBOM Firm's cost and time estimates to remain valid. The DBOM Firm shall proceed with the performance of the Work as required by the Contract Documents and shall not implement any value engineering or other recommendations unless such recommendations are accepted by the City in writing in a Change Order or Change Directive. • 15 e. The Parties hereby acknowledge and agree that a Design Criteria Professional will be acting as the City's Consultant throughout the performance of the Work and Design Criteria Professional pursuant to Section 287.055 of the Florida Statutes. In connection therewith, the DBOM Firm acknowledges that Design Criteria Professional will not be the architect or engineer of record for the Project and will not be responsible for the preparation, adequacy, or contents of the Design Documents and Construction Documents or for the performance of the Work. Further, nothing herein shall be construed as assigning Design Criteria Professional the responsibility for, or to control, direct or supervise construction, or construction means, methods, techniques, sequences or procedures or safety measures or programs. 3.6. Operations Services a. Objective. The purpose of this Contract is to provide full operations and monitoring for the City's ITS and SPS Program commencing with the System Acceptance as the ITS and SPS devices become operational and additional devices are added to the program and the O&M NTP is received. The DBOM Firm will provide the appropriate staff necessary to manage and operate the ITS and SPS for the City at the City's Traffic Management Center (TMC) and provide the necessary training and supervision of the operations staff. The DBOM Firm will be responsible to oversee the operations of the ITS and SPS and ensure that it conforms to the Standard Operating Guidelines(SOG) and Standard Operating Procedures '(SOP) developed by the DBOM Firm' and approved by the City. Operations shall include, but are not limited to the following: i. Achieve measurable improvements for all users of the ITS and SPS ii. Provide operations and monitoring of all ITS and SPS devices within the project limits iii. Provide real-time traveler information iv. Providearterial traffic incident management v. Facilitate the implementation of improved signal operations through coordination with the local signal operating maintaining agency vi. Provide emergency management coordination vii. Provide notifications to/coordination with incident responders (i.e. law enforcement, Fire Rescue, City personnel, FDOT personnel, County personnel, etc.) viii. Provide maintenance reports on ITS and SPS infrastructure ix. Provide coordination with other TMCs • x. Provide performance measures and monthly, quarterly, and annual reports xi. Create, modify, maintain, and archive databases used to store data necessary to perform performance measure analysis and other ITS and SPS related statistical analysis xii. Monitor weather alarms and alerts xiii. Provide statewide ITS related coordination 16 xiv. Provide coordination with FDOT ITS and freeway management program xv. Administer a resource allocation plan, ensuring the appropriate resources are available and provide periodic task schedules for the project xvi. Provide adequate staff and resources for all tasks and activities throughout the duration of the Contract and provide a Management Program and Staffing Plan for operations xvii. Assist with inventory databases for equipment residing within the TMC and all equipment necessary for the operation of the ITS and SPS b. Routine Hours of Operation. The TMC will be staffed by the DBOM Firm from 7:00 a.m. until 11:00 p.m. three hundred and sixty-five (365) days a year for routine operations, unless otherwise adjusted by the City. Compensation associated with changes to the Routine Hours of Operation are documented within Appendix H. The DBOM Firm shall staff the TMC as appropriate during times of emergency and other special events,which may occur outside routine operations including weekend and late evening coverage (after 11:00 pm), to be compensated accordingly as an extra service. Special events consist of events that may result in higher than usual traffic volumes such as Art Basel, the South Beach Wine and Food Festival, or other similar events. The DBOM Firm shall respond to "operational" emergencies outside of standard staffing hours within two (2) hours of being notified by the City. In order to adapt to increased traffic, during special events, emergencies, incidents, and holidays, the DBOM Firm shall be prepared to expand routine sixteen (16)-hour per day operations to twenty-four (24)-hours per day for "Governor Declared Emergencies", "Other Emergencies", or other special events as determined by the City. The times of proposed twenty (24)- hour per day continuous operation shall be proposed annually by the DBOM Firm and may be adjusted in writing by the City during the course of the year as anticipated or actual needs change. c. Traffic Management Center. The DBOM Firm will build out the office space and provide workspace designated for the DBOM Firm operations staff at the Florida Department of Transportation, District 6 Traffic Management Center located at 1001 NW 111 Avenue, Miami, Florida ("DBOM Firm Operations Staff'). The City and its representatives will have access and use of the designated space, including offices, the control room, the server room, and other common areas of the designated facility as agreed upon in the Memorandum of Understanding (MOU) signed by the City and FDOT, and as the City's and FDOT's policies further regulate. The DBOM Firm agrees to adhere to, and be bound by, the terms of the MOU attached to this contract as Appendix "D". The DBOM Firm will be responsible for coordinating activities with and keeping a professional relationship with City and other FDOT staff. The DBOM Firm shall provide all items necessary to do business, including but not limited to, their own office supplies, computers, printers, fax machines, desks, chairs, copiers, and cellular phones for business use. The DBOM Firm shall be responsible for these fixed and recurring costs throughout the term of this Contract. Additionally, should any of the necessary, 17 aforementioned supplies need to be replaced, this will be the responsibility of the DBOM Firm through the term of the Contract. The DBOM Firm shall facilitate and maintain all system hardware and software changes that may be implemented by others during the term of this Contract as directed by the City. These changes include updating the systems to accommodate ITS and SPS expansion and as well as roadway updates and/or changes. The City reserves the right to relocate the Traffic Management Center to an alternative location. Terms for any relocation of the Traffic Management Center will be addressed through an appropriate Change Order, as described in Article 11. d. Staff. All DBOM Firm Operations Staff shall be competent in the tasks assigned to them in the TMC and provide concise and timely services required and outlined in the SOG. The DBOM Firm shall provide resumes of all proposed operation staff and all new hires, along with copies of driver's license and any other background information that may be required for approval by the City prior to hiring. Once the City ,provides this approval, all DBOM Firm staff will submit all paperwork necessary for vetting through the Florida Department of Law Enforcement, for clearance to work with the State Law Enforcement Radio System (SLERS) and other applicable City requirements. Background record checks shall be conducted by the DBOM Firm in accordance with the standards utilized by the Florida Highway Patrol for Computer Aided Dispatch operators/call takers and the City Code. Additional requirements will be delineated in the final version of the SOG. e. Public Relations.The DBOM Firm Operations Staff shall provide public relations services, including but not limited to, TMC tours, presentations to City management and other, meeting attendance, as requested by the City. All public relation activities shall be approved and performed as directed by the City. f. Criminal Record Check. A criminal history record check shall be conducted by an approved City agency and shall be provided by the DBOM Firm to the City for each employee before being employed under this contract or gain access to the TMC. The criminal record checks shall go back as far as the employee's date of birth. The City may request periodic criminal record checks on all DBOM Firm Operations Staff, or at a minimum, every two years. g. Standard Operating Procedures/Standard Operating Guidelines. Prior to City issuance of the NTP for the Operations and Maintenance Phases the DBOM Firm will provide for City approval a SOG and SOP that outline the basic tasks and administrative procedures. The SOG and SOP will be evaluated semi-annually at a minimum to ensure they remain efficient and effective. The SOG and SOP will include operations for regular and emergency operations, including but not limited to: i. Maintaining the continuity, integrity, and efficiency of traffic management operations consistent with the Performance Measures outlined in the PSEMP, including: 18 1. Staffing levels for TMC operators; 2. Monitoring system peripherals and analyzing traffic flow status; 3. Detecting. confirming and initiating response to incidents; 4. Reporting appropriate incidents to police and other emergency services; 5. Disseminating traffic information to the public via Dynamic Message Signs (DMS) and other means; 6. Providing traffic information to traveler information service providers as well as the media; 7. Keeping logs of incidents and system operations; 8. Reporting malfunctions to DBOM Firm maintenance personnel; and 9. Planning for recovery from disasters (either natural or manmade) to ensure that the ITS and SPS systems become operational in a timely manner. ii. Obtaining, retaining, processing, analyzing, manipulating, and archiving data. iii. Providing for security, operations, and administration of the TMC's software, hardware, databases, local area computer networks (LANs), communications systems, servers, etc. iv. Performing TMC functions with authorized, dedicated, and properly trained personnel. v. The Standard Operating Guidelines will identify the training plan/course outline for developing properly trained TMC personnel. vi. Communicating and coordinating with affected agencies and organizations. vii. Conducting public education and outreach plan. viii. Documenting or maintaining logs of all TMC tasks and activities. ix. Communicating personnel requirements, including: 1. Wear clean and appropriate attire at all times 2. Be well groomed 3. Be courteous at all time 4. Refrain from using personal cell phones in the control room 5. Be required to wear a picture ID at all times h. Network Management. The DBOM Firm shall provide DBOM Firm Operations' Staff responsible for the support of the TMC computer and network systems. This responsibility includes the maintenance of the TMC computer hardware, software, and network systems. The DBOM Firm is also responsible for assisting the TMC staff in applying software to improve the overall performance of database management, analysis, interpretation, and dissemination functions. The DBOM Firm will also be responsible for ensuring system security in accordance with the City and FDOT policies as applicable and confirm availability of systems only to authorized users. Performance Requirements. The DBOM Firm is expected to maintain the 19 • operations of the ITS and SPS consistentlythroughout the contract period by meeting performance specifications. Continued poor performance of work or failure to perform in accordance with the Contract Documents will cause the DBOM Firm to be declared in default of this Agreement, as more fully set forth in Appendix "A". Payment for Operation Services will be based on performance measures as defined in Appendix "A". Performance measures will commence at System Acceptance. j. Customer Service Log. The DBOM Firm shall maintain a customer service log, which shall detail complaints or requests, and the disposition of the items contained in the log. The customer service log shall specifically document response times that can be easily compared to performance measures, and will be made available to the City for review upon request. The DBOM Firm will contact the customer to formally acknowledge routine matters within one (1) working day and have resolution of the customer service request within two (2) weeks. 3.7. Maintenance Services. a. Obiective. DBOM Firm shall be responsible for all maintenance services required herein, to ensure a continuous (24 x 7 x 365) system operation and functionality of all components of the Project, and which shall include DBOM Firm's maintenance of all devices, including emergency support devices, and infrastructure installed as a part of the Project, including but not limited to, closed- circuit television (CCTV) cameras, dynamic message signs (DMS), vehicle detection systems (VDS), travel time devices, backbone and edge switches, wireless communication devices, communications, terminal servers, gas and diesel power generators, uninterruptible power supplies (UPS), camera lowering systems, control cabinets, communications hubs, ancillary facilities, environmental condition equipment, device structures, portable/arterial dynamic message signs, all related hardware, software, and firmware for the system deployed and or utilized for the City's transportation management system ("Maintenance Services"). The City reserves the right to increase or decrease the coverage area or coverage hours which the DBOM Firm monitors for maintenance. The coverage area and coverage hours shall be proposed annually by the DOBM Firm and may be adjusted in writing by the City during the course of the year as anticipated or actual needs change. Should the coverage area/hours vary from the coverage area/hours proposed in the Guaranteed Maximum Price as defined in Article 7, a Change Order or deductive Change Order, as appropriate, shall be issued to reflect the changes in the Work, with the amounts associated with such Change Order determined based the percentage of devices added or removed from the coverage area or on the percentage of increase or decrease in coverage hours. The DBOM Firm shall provide all labor, material, and incidentals required to complete the Maintenance Services including, but not limited to, the following: 20 i. Inventory control documentation; ii. Device documentation management; iii. Diagnostics and troubleshooting; iv. Technical systems support; v. Device installations and calibration; vi. Repairs and parts replacement; vii. Emergency response repair; viii. Software and firmware revision maintenance; ix. , Electrical work: inspection, repairs, new installation, and grounding; x. Communications work: inspection, repairs, new installation, testing; xi. Conduit work: repair, replacement, installation, directional boring; xii. Generators: storage, placement, maintenance, re-fueling; xiii. Data and communications cabling; xiv. Asset Management System maintenance; xv. As-Built revision maintenance in CAD; and xvi. Maintenance project management/contract administration. b. Preventative/Routine Maintenance. As part of the Maintenance Services, the DBOM Firm shall perform all preventative and routine maintenance services within the periodic intervals as recommended and specified by the equipment manufacturer and based on the equipment's operating condition over the term of the contract. The preventative Maintenance Services shall consist of consist of the DBOM Firm performing necessary; daily, weekly, bi-weekly, monthly, semi- annual and annual inspections, electrical and mechanical tests and repairs of the Device Sites to maintain the system operable on a 24x7x365 basis for the term of this Contract ("Preventive Maintenance"). Before such Preventative Maintenance services can begin,the DBOM Firm shall prepare and submit to the City a detailed Preventative Maintenance Plan for every device site. The Preventative Maintenance Plan shall be mainly based on the manufacturer's specified preventive maintenance requirements. The DBOM Firm shall also develop Preventative Maintenance activities for devices that do not have the manufacturer's specified requirements, and submit such Preventive Maintenance plans to the City for approval. c. Checklist. The DBOM Firm shall develop a detailed preventative and routine maintenance checklist with a timetable for each component of the system (e.g., CCTV Cameras. DMS components, Vehicle Detection Systems, Communications Devices, Encoders/Controllers, etc.) as part of the design phase of the project. The checklist shall be maintained and revised as may be necessary throughout the duration of the project and shall remain available for inspection at any time upon request by the City. d. The DBOM Firm shall develop a detailed preventative and routine maintenance log: The log shall be maintained and revised as may be necessary throughout the duration of the project and shall remain available for inspection at any time upon request by the City. The log shall contain a description of the 21 maintenance activities performed by device site and list any parts or materials used. The log shall list activities such as; but not limited to: i. Dust removal from all equipment, cabinets, and enclosures; ii. CCTV domes shall be cleaned, inspected, re-pressurized and video feed shall be verified for quality thereafter; iii. Paint touch-up; iv. Air filter replacement; v. Check status of door locks and any entry detection sensors, if so equipped; vi. Visual inspection of device, cabinet, and enclosure exteriors: check for corrosion, punctures, graffiti, or signs of vandalism; vii. Visual inspection of equipment to ensure connections are tight and there is no damage to the exterior of the device; viii. Visual inspection of status LEDs of equipment; ix. Visual inspection of all fans inside equipment and/or cabinet; • x. Visual inspection of all light fixtures for proper operation; xi. Visual inspection of all wiring for indication of decay, and/or inflicted damage; xii. Visual inspection of the status for all breakers and fuses; xiii. Physical test and inspection of grounding system to ensure adequate grounding at all locations; xiv. Physical inspection of all connectors and cable assemblies to verify connections, correct as needed; xv. Check UPS functionality by simulating a power failure at the disconnect xvi. Electrical and mechanical tests; xvii. Fumigation of all cabinets and enclosures against pests and/or vermin xviii. Removal of pests or vermin along with any excrement or habitat leftover from their presence; and xix. Weed and grass control within 48" around all cabinets, structures and enclosures. e. Standard Operating Procedures (SOP). The DBOM Firm shall be responsible for maintaining and further developing SOP for the Maintenance Services and shall submit the SOP to the City for its approval. The SOP shall establish guidelines and procedures for matters of the maintenance staff responsibilities. At a minimum, the SOP will be reviewed and updated as applicable every six (6) months. Any proposed revisions to the approved SOP shall be subject to the City's review and approval. f. Performance Requirements. The DBOM Firm is expected to maintain the overall Intelligent Transportation System (ITS) and Smart Parking System (SPS) consistently throughout the contract period by meeting performance specifications. Continued poor performance of work or failure to perform in accordance with the contract documents will cause the DBOM Firm to be declared in default of the contract. Payment for Maintenance Services will be 22 based on performance measures as defined in Appendix "A". Performance measures will commence at System Acceptance. g. Staffing. The DBOM Firm's maintenance staff shall cover a minimum of eight (8) work hours per day, five (5) days -per week. The DBOM Firm shall provide weekend, evening, and holiday on-call maintenance staff capable of being in- route within one (1) hour of notification during non-standard working hours. Compensation associated with changes to the hours noted above are documented in Appendix H. h. Troubleshooting. Diagnostic and troubleshooting services may be required when certain equipment is inoperable and field troubleshooting service is needed to identify the problem and, if possible, perform minor repairs to fix the problem while at the site. It is the responsibility of the DBOM Firm to service equipment and repair components to a 100% functional status. Downtime associated with any device failures no matter the cause shall be calculated in the performance measures. Should a particular device continue to fail and the issue cannot be resolved by repair or replacement, the City at it sole discretion may remove the device from the DBOM Firm's responsibility.The DBOM Firm, through diagnostic service, shall investigate the cause for the failure of equipment and determine if the failure is related to a storm event, materials or workmanship, supplied power, leased communications, warranty covered failures, electrical and/or mechanical components, hardware or software failures, etc. The diagnostic results shall define the type of repair needed to restore the device(s)to 100%functional status. If the diagnosis indicates the need for repairs or parts replacement, the DBOM Firm shall follow the procedures outlined in this Section. i. Repair. Maintenance Services shall consist of repairs and/or parts replacement consisting of, but not be limited to,the repair or replacement of damaged, missing, or malfunctioning equipment in order to maintain the system operation and functionality. Repairs consist of the following work priorities: • Work Priority I Description Response Time Emergency Any infrastructure item that is in a condition that is In route in one (1) ' unsafe and/or may present a life-threatening condition. hour (24x7x365) (e.g. Structural failure or potential structure failure due to incident or weather damage, system-wide outage, DMS message being stuck on a sign,fiber cuts, electrical risks, or potential fire risks. Any other response as deemed an Emergency by the City. Urgent Any component which results in more than one device In route in three (3) being down or unusable, by the Transportation hours (24x7x365) Management Center, or creates the potential for a system wide outage. Any other response as deemed an Urgent by the City. 23 Priority Any infrastructure or component service request for In route in five (5) general service or installation as deemed a priority by ,hours (24x7x365) the City. Routine All other calls. Next business day For all repairs the DBOM Firm is responsible for documenting the damage providing the following information at a minimum: i. Device location, type, model, serial and control number ii. Date and time of incident iii. Cause of failure or issue iv. System impacts (if any) v. Site needs analysis (if possible) vi. Photo documentation (digital only) vii. Needed parts list viii. Repair cost breakdown ix. - Repair Schedule x. General note In the event of a structural failure that is causing a safety hazard and/or obstructing a roadway or waterway it shall be the DBOM Firm's responsibility to remove the structure from the roadway completely, as feasible, within 60 minutes after arriving at the site. j. Replacement Parts. The Maintenance Services includes the furnishing of the replacement parts needed for the maintenance of the Project. Cut sheets of all new replacement parts must be submitted and approved by the City or the City's designee prior to furnishing. The proposed replacement part shall be the latest compatible technology, equal to or better in function and quality to the existing project component or equipment. The DBOM Firm shall be responsible for inventory control of all replacement equipment as required in this Section. When the City or the City's designee determines that additional parts are to be provided by the DBOM Firm as spares, the DBOM Firm shall procure and maintain the parts in City designated location(s). The DBOM Firm shall notify the City of any part or component of the system moved from its original location for the purpose of inventory control. k. Equipment Control. All equipment and component parts that are furnished as a part of the Maintenance Services shall be new, unused, shall meet all requirements of the Contract, and shall be in operable condition at the time of delivery. All parts shall be of high quality workmanship and no part or attachment shall be applied contrary to the manufacturer's recommendations or standard practice. The DBOM Firm shall maintain and store the equipment or spare parts, at location(s) approved by the City's Project Manager or designee. This location shall be marked specifically for this Contract and shall not be used for any other purposes. Parts or equipment to be stored outside the designated storage area shall be authorized by the City or its designee; by default all spare parts or 24 equipment not installed and operating shall be stored at the storage area dedicated to this project as approved by the City's Project Manager or designee. The DBOM Firm shall secure a new storage container(s), as necessary, under this Contract to store spare parts at the location designated by the City. The container shall be the property of the City. The City reserves the right to store devices and/or parts at an independent storage area. If the City chooses to do so, it shall be the responsibility of the DBOM Firm to pick-up parts as needed under the terms of this Contract and adhere to the response times as listed in the performance measures. I. On-Site Equipment. The DBOM Firm shall provide on-site equipment such as, but not limited to, bucket truck, inspection/maintenance trucks/vehicles, field engineering equipment, air compressor, machinery, tools, materials, cellular phones and other equipment necessary to perform the service required under this Contract. All equipment component parts that are furnished shall be new, unused and shall meet all requirements of this Contract. The DBOM Firm shall provide a bucket truck capable of reaching 40 ft. height for the use under this Contract. In addition, the DBOM Firm shall provide the availability of a bucket truck capable of reaching 60 ft. within 24 hours of the request by the City. The cost of the machinery, equipment tools and vehicles such as, but not limited to pliers, multi-meters, crimp tools, Ethernet packet sniffers, hammers, shovels, battery or electrical power tools, laptop computers, video monitors, pick-up truck (with trailer hitch), bucket truck (reaching height of forty feet), van, etc. shall be included in the cost. The DBOM Firm shall be responsible for maintaining devices and all fixed and recurring costs for these devices throughout the term of this Contract and shall be considered part of the basic operating expenses. All electronic preventive maintenance and measurement equipment and tools shall be calibrated by the manufacturer's certified calibrator and be calibrated on the frequency required by the manufacturer. m. Inventory. The DBOM Firm shall be responsible to maintain and inventory all equipment and tools under this Contract, including items provided by the City if applicable. The DBOM Firm shall maintain and have readily available an up to date inventory of all the Project equipment and/or parts that are under the DBOM Firm's supervision. The inventory shall contain at a minimum, but not be limited to: i. Device location and type of site (CCTV, DMS, etc.); ii. Manufacturer; iii. Model number; iv. Descriptive name; v. Manufacturer serial number; vi. Current location and condition (new, used or damaged); vii. Spare status (i.e. if it is a spare); viii. Date of purchase; ix. Photo documentation (digital only); 25 x. Failure/Repair Information: date and time of failure, description of failure or issue, report of failure source, technicians responding, site conditions noted (i.e. weather, accident, fire, etc.), actions taken, date and time of resolution, spare parts/replaced parts used, actions for replaced parts, etc.; xi. Date when scrapped; and xii. Warranty status if applicable. n. Warranty. The DBOM Firm shall ensure that all warranties remain valid on all equipment and that all equipment is properly calibrated for the duration of the Contract. To achieve this, the DBOM Firm shall perform all the preventive work specified by the manufacturer within the periods specified by the manufacturer for all equipment. An approved vendor as per the equipment specification requirements shall calibrate all electronic maintenance and, measurement equipment. o. Utility Costs. The DBOM Firm will pay all utility costs, including but not limited to ITS and SPS device electric bills and telecommunications costs, including those for remote ITS field devices. p. Emergency Power for Devices. The DBOM Firm shall be responsible for placement, security, maintenance, and all refueling of mobile generators and stationary generators. These generators will be provided by the DBOM Firm and will primarily consist of diesel type sets which shall be maintained by the DBOM Firm according to the manufacturer's operating manual. It shall be the responsibility of the DBOM to secure the generator at the site to prevent theft. The DBOM Firm shall be responsible to the City for replacement of units lost to theft or vandalism at the City's storage area and/or during deployment. The DBOM Firm shall deploy the generators on an as needed basis directed by the City. The service response time for this service shall be based on the URGENT priority as set forth above. Typical deployments may include loss of power service to a critical device or hub location, imminent loss of power to a single or multiple locations due to an approaching hurricane or terrorist threat and/or after any of the aforementioned incidents considering safe response conditions. q. Disaster Reporting. The DBOM Firm shall be responsible for providing the City -a detailed damage report after the occurrence of a disaster, natural or otherwise. This report shall include an individual site analysis with the'following information, but not limited to: i. Device Location ii. Date and time of visit iii. Description of failure or issue and system impacts iv. Site conditions noted i.e. submerged, structure down, no power v. Photo documentation (digital only) vi. Damaged parts list: type, model, serial and control number vii. Needed parts list 26 viii. Repair cost breakdown ix. General notes x. Schedule of repair duration The damage report by the DBOM Firm shall be per site and include all devices connected to the cabinet location. r. Coordination. During the services of this contract the DBOM Firm will be • required to coordinate maintenance activities and work with other agencies, including, but not limited to Turnpike, Miami-Dade County, Law Enforcement Agencies, and other City Departments and Contractors. s. City's Review.Throughout the term of the Contract, the City will conduct reviews of the DBOM Firm's Maintenance Operation. The DBOM Firm shall cooperate and assist the city, or their designated representative, throughout this review process. t. Training. Upon Project Completion, the DBOM Firm shall provide qualified instructors and all materials for training City staff or its designated representative in the maintenance, operation and troubleshooting of equipment, hardware, software, and firmware for all devices, of the system, which City staff may participate in at no additional cost. Training shall be conducted on an as needed basis. Training shall consist of formal classroom lectures as well as "hands-on" training. "Hands-on"training shall consist of working with the actual equipment in a workshop and testing of the entire system. 3.8. Permits and Compliance With All Applicable Laws. a. The DBOM Firm shall comply, and shall cause its Design Consultant, Design Subconsultants, and Subcontractors to comply, with all existing and future Applicable Laws relating to the Project Site, the Project and the prosecution of the Work; shall obtain all requisite local, State and Federal licenses to perform the Work including, without limitation, all professional licenses mandated by the State of Florida to perform the design and construction services which comprise the Scope of Work on the Project; shall timely prepare and file all documents required to obtain the necessary approvals of governmental authorities having jurisdiction over the Work, the Project Site and/or the Project; and shall secure and pay for all building and other permits (and conditions or requirements thereof) and governmental fees, licenses, approvals, temporary Certificates of Occupancy or Certificates of Completion (and conditions or requirements thereof), Certificates of Occupancy or completion and inspections necessary for the proper execution of the Work and completion of the Project. The DBOM Firm shall be responsible for providing all logs, inspections, documentation, record keeping, maintenance, remedial actions, and repairs required by Applicable Laws and/or permits including, without limitation, those relating to National Pollutant Discharge Elimination Systems (NPDES) requirements. b. The Contract Price includes the cost of compliance with all Applicable Laws in 27 effect as of the Effective Date of this Agreement in order to carry out the Work. In the event that after the date hereof there shall be a material change in any Applicable Laws relating to the Work that impact the Contract Time or Contract Price, the Project Site and/or the Project, and if as a result of any such change, the DBOM Firm and its Design Consultant, Design Subconsultants, and/or Subcontractors must institute changes in the design and/or construction of the Project or shall be required to incur additional costs in performing the Work in order to be in compliance therewith, then to the extent that any such change gives rise to a demonstrable increase in the time required to complete the Work and/or in the cost to the DBOM Firm of completing the affected portion(s) of the Work, as evidenced by documentation reasonably acceptable to the City, the DBOM Firm shall be entitled to an equitable adjustment in the Project Schedule and/or the Contract Price, as applicable, in accordance with the procedures set forth in Article 11 hereof. Notwithstanding the foregoing or anything to the contrary in this Agreement,the DBOM Firm shall not be entitled to an extension of the Substantial Completion Date, the Project Schedule, or an increase to the Contract Price in connection with any change or modification to any applicable building code, to the extent that such change or amendment to the applicable building code, as applicable.to the Project, is enacted prior to the date the DBOM Firm is issued the permit to construct the Project by the City. 3.9. Services, Facilities. The DBOM Firm shall provide, or cause to be provided, everything required for the orderly progress and proper execution and completion of the Work and the Project in accordance with the requirements of the Contract Documents, whether temporary or permanent and whether or not incorporated or to be incorporated into the Work, including, but not limited to, design, engineering, testing, demolition and construction services,,supervision, fabrication, administration and coordination seryices, operation and maintenance services, and the provision of all drawings, specifications, labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, insurance and other facilities and services. DBOM Firm shall also provide and pay for field engineering services required for the Project. This work shall include the following elements: (i) survey work required in execution of the Project; (ii) civil, structural or other professional engineering, architectural, or land surveying services specified, or required to execute the DBOM Firm's construction methods. a. Coordination.The DBOM Firm shall coordinate design, construction, operations, and maintenance requirements with government agencies, utilities, and all other parties either involved in infrastructure improvements or otherwise affected by the design, construction, operations, and maintenance requirements of the Project. DBOM Firm shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on streets, highways, sidewalks, or other public right of ways without the written consent of the proper authorities having jurisdiction including, without limitation, securing all applicable permits in connection therewith. b. Cooperation. The DBOM Firm shall cooperate with and assist the City's staff, 28 the City's legal, financial, design and construction consultants and all other consultants or designated representatives of the City at all times during the development of the Project as necessary to complete the Project in a manner reasonably satisfactory to the City. DBOM Firm agrees to meet with Contract Administrator, Project Coordinator and/or their designees at reasonable times and with reasonable notice. c. Management/Administration. The DBOM Firm shall be responsible for general management and administration of the Project and prosecution of the Work. DBOM Firm shall be responsible for maintaining the Project plans and reports set forth in Appendix "E". DBOM Firm shall implement or use the City's system for data warehousing and document management. 3.10. Means and Methods. The DBOM Firm shall control and coordinate andis responsible for all construction means, methods, techniques, sequences and procedures relating to the Work. Nothing specified or included in the PSEMP shall be construed or interpreted to mean the City and/or Design Criteria Professional assumes such responsibility. 3.11. Reports. The DBOM Firm shall prepare and submit to the City, during the Design Phase(s), the Construction Phase(s), and the Operations and Maintenance Phase(s), progress reports on the Work accomplished during the prior period, which reports shall be prepared in a manner and in a format reasonably acceptable to the City. Reporting requirements are further delineated in Appendix"E". The electronic copy and up to two (2) hard copies of all progress reports shall be submitted to the City at the time of each monthly or quarterly. Application for Payment (as defined in Article 8 hereof) during the period commencing with the first Application for Payment and ending with the Final Contract Completion of the entire Project by the City. Following the first application for payment, such progress report shall be submitted each period, even if no application for payment is submitted during that period. Each progress report shall be a comprehensive and detailed narrative report on all aspects of the Project during the previous month, and shall include the areas of (i) Project cost control and Project Budget, (ii) Project Schedule control, (iii) quality assurance program, and (iv) safety program. The progress report shall, in addition to describing the Work performed during the previous month, emphasize any problems encountered during the month and measures taken or to be taken to correct these problems. The DBOM Firm shall update and submit monthly its "critical path method" ("CPM") progress chart to the City illustrating progress which has been made, by reference to such critical path method progress chart, and specifically identifying whether the Work is on schedule or behind schedule and actions being taken to correct schedule delays or slippage. In addition, the DBOM Firm's progress report shall set forth scheduled and projected progress for the forthcoming period. 3.12. DBOM Firm's Warranty. a. Warranty. The DBOM Firm warrants to the City that all design, engineering and other professional services, and all construction services, will be performed in accordance with the professional standards described in the Contract 29 Documents, that all work and services provided under this Agreement will also be performed in a good and workmanlike manner, that all materials, supplies and equipment furnished under this Agreement will be of good quality and new, that the Work (including, without limitation, each item of equipment incorporated therein) will be of good and workmanlike quality and free from faults, defects and deficiencies in materials and workmanship, that the Work will be free from any encumbrances, liens, security interests, or other defects in title upon conveyance of title to the City, and that the Work will conform with the requirements of the Contract Documents; provided, nothing specifically set forth in this Section 3.12.a. shall be deemed a warranty of the design of the Project if such a warranty would render void or unenforceable any insurance applicable to the design services to be provided under this Agreement. The DBOM Firm's warranty shall extend until the Final.Contract Completion Date of the Work, unless a greater warranty period is applicable; provided, however, that in the event that a Subcontractor Warranty provided pursuant to Section 3.12.b. below shall extend for a term of longer than one year, such extended term shall be the term of the DBOM Firm's warranty for the pertinent portion of the Work; and provided further, however, that in the event that the DBOM Firm or any of its Subcontractors is required to repair or replace any warrantied item pursuant to this Section 3.12., the,warranty for such repaired or replaced item shall extend from the date of completion of the repair or replacement through a term equivalent in length to the term of the initial warranty. b. Subcontractor Warranties. In addition to any requirements in the other Contract Documents, the DBOM Firm shall use its best efforts to obtain additional warranties for the benefit of the DBOM Firm and the-City from material and equipment suppliers, vendors and Subcontractors in relation to their respective portions of the Work. Such warranties shall be in addition to, and not substitutes for, .those warranties mandated to be obtained pursuant to the Contract Documents. c. Warranty of the PSEMP. The DBOM Firm warrants to City that it has thoroughly reviewed and studied the PSEMP, and has determined that it is in conformance with Applicable Laws, and is complete and sufficiently coordinated to perform the Work for the Contract Price and within the Project Schedule. DBOM Firm warrants to City that the PSEMP is consistent, practical, feasible, constructible, and can be operated and maintained, and specifically warrants that the Work described in the PSEMP is constructible, operable, and maintainable for the Contract Price and within the Project Schedule. The DBOM Firm accepts all liability for, and all risk arising out of, the PSEMP and by execution of this Agreement waives any Claim for any errors or omissions in the PSEMP against the City, Design Criteria Professional, or any of their respective consultants or Subcontractors. To the fullest extent permitted by law, the DBOM Firm agrees to indemnify, defend and hold harmless City, Design Criteria Professional, and its Subcontractors against any and all Claims arising from or in connection with the DBOM Firm's or its 30 Subcontractors' use of the PSEMP. d. Warranty of the Construction Documents. THE DBOM FIRM HEREBY WARRANTS AND REPRESENTS THAT THE CONSTRUCTION DOCUMENTS ARE COORDINATED, CONSISTENT, PRACTICAL, FEASIBLE, AND CONSTRUCTIBLE. WITHOUT ANY CLAIM FOR ADJUSTMENT IN THE CONTRACT TIME OR CONTRACT PRICE, DBOM FIRM SHALL BE RESPONSIBLE FOR ALL COSTS AND EXPENSES ARISING FROM ANY AND ALL ERRORS AND/OR OMISSIONS IN THE CONSTRUCTION DOCUMENTS INCLUDING, BUT NOT LIMITED TO, CONFLICTS IN THE CONSTRUCTION DOCUMENTS; QUESTIONS OF CLARITY WITH REGARD TO THE CONSTRUCTION DOCUMENTS; AND INCOMPATIBILITY, OR CONFLICTS BETWEEN THE CONSTRUCTION DOCUMENTS AND THE EXISTING CONDITIONS, UTILITIES, CODE ISSUES AND UNFORESEEN CONDITIONS. e. DBOM Firm to Check Drawings and Data. DBOM Firm shall take measurements and verify all dimensions, conditions, quantities, and details shown on the PSEMP and any other plans or specifications provided to DBOM Firm including, but not limited to, the drawings, schedules, or other data. Failure to discover or correct errors, conflicts or discrepancies shall not relieve DBOM Firm of full responsibility for unsatisfactory Work, faulty construction, or improper operation resulting therefrom, nor shall it relieve DBOM Firm of its full responsibility for remediating such condition at DBOM Firm's own sole expense. DBOM Firm will not be allowed to take advantage of any error or omissions whether by way of seeking additional money, time and/or otherwise. f. DBOM Firm Responsible for Location of Utilities. It shall be the DBOM Firm's sole responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. City does not guarantee that all utility lines are shown in the Contract Documents, or that the ones indicated are in their true location. The DBOM Firm accepts all liability for and all risk arising out of or relating to the location of utilities and by execution of this Agreement waives any Claim against the City, Design Criteria Professional, or any of their respective consultants or Subcontractors for any errors or omissions in the PSEMP or other Contract Documents with respect thereto. i. The DBOM Firm shall schedule the Work in such a manner that the Work is not delayed by the utility providers relocating or supporting their utilities. Prior to the start of construction of any portion of the Work, DBOM Firm shall be solely responsible for arranging for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the DBOM Firm shall be paid by the DBOM Firm. All charges by utility companies for temporary support of its utilities shall be paid for by the DBOM Firm.All costs of permanent utility 31 relocation to avoid conflict shall be the responsibility of the utility company involved. It shall be the DBOM Firm's sole responsibility to coordinate with such utilities, including arranging for payment, if applicable. The City shall not be obligated in any way to assist in such coordination and, to the extent the City does attempt to assist or facilitate such coordination with utilities, it shall not in any way be construed or interpreted as the City's assumption of such responsibility which shall remain solely with the DBOM Firm. No additional payment will be made to the DBOM Firm for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. ii. The DBOM Firm shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the DBOM Firm for any loss of time or delay. iii. The DBOM Firm shall remain responsible for performing all activities related to spotting, locating, and protecting facilities installed or maintained as part of this project. This service shall be performed in response to requests originating from Sunshine One Call from the City, from other Contractors or utility owners, or from any other sources. The DBOM Firm shall also meet with the requesting party as necessary in the field to supplement marking utilities. The DBOM Firm shall document and photograph the work performed on all utility locating and daily activities. g. Primary Liability. The DBOM Firm shall have primary liability with respect to the warranties set forth in the Contract Documents, whether or not any defect, deficiency or other matter is also covered by a warranty of a Subcontractor or other third party, and the City need only look to the DBOM Firm for corrective action replacement or reimbursement. In addition thereto, the DBOM Firm's warranties expressed herein shall not be restricted in any manner by any warranty of a Subcontractor or other third party, and the refusal of a Subcontractor or other , third party to correct defective, deficient or nonconforming Work shall not excuse the DBOM Firm from its liability as to the warranties provided herein. 3.13. Taxes. The DBOM Firm shall pay and shall be responsible for, as part of the Contract Price, all existing and future applicable Federal, State, local and other sales, consumer, use and similar taxes, whether direct or indirect, relating to, or incurred in connection with, the performance of the Work. The Contract Price includes all other Federal, State, local and/or other , direct or indirect taxes which may apply. In the event the City elects to implement a direct purchase program for the purchase of materials and equipment to achieve Florida sales tax savings, DBOM Firm shall comply with the provisions set forth in Appendix "F" with respect to any such City purchases. 3.14. Access by Others. The DBOM Firm shall afford the City, Contract Administrator, Project Coordinator, and their authorized designees or representatives, safe access to the Project Site at all times. Access to the Project Site shall also be permitted at all times to all Federal, State, County and City safety, regulatory and inspection departments, personnel and 32 • agencies and other governmental entities having jurisdiction over the Work and the Project Site. DBOM Firm shall provide proper facilities and construction for such access. 3.15. Use of Site. The DBOM Firm shall, prior to any on-site testing and inspection activities and prior to on-site mobilization for demolition, excavation or construction, prepare a mobilization plan for the City's review and approval. The DBOM Firm shall at all times confine its operations to the Project Site, or to any lesser area specified by laws, ordinances, permits or any other Contract Documents. 3.16. Correction of Defective Work. The DBOM Firm shall correct Work which does not conform to the Contract Documents in accordance with the provisions of Article 13 hereof and the other Contract Documents. 3.17. Patents, Trademarks, Copyrights. The DBOM Firm shall pay all royalties and other fees for any patents, trademarks, copyrights or other proprietary rights necessary for the execution and completion of the Work. The DBOM Firm 'shall indemnify, defend and hold harmless the City from and against any and all losses, damages or expenses including, without limitation, court costs and reasonable attorneys'fees, arising or resulting from any claim or legal action that any materials, supplies, equipment, processes or other portions of the Work furnished by the DBOM Firm under this Agreement, or the use thereof, constitutes an infringement and/or violation of any patent, trademark, copyright, trade secret, intellectual property right or other proprietary right. If any such item is held to constitute an infringement, and the use of such item is enjoined, the DBOM Firm shall, at its sole expense (in addition to the DBOM Firm's indemnification obligation described above and any other remedies the City may have under this Agreement), either procure the right to use the infringing item, or replace the same with a substantially equal but non-infringing item, or modify the same to be non- infringing, provided that any substitute or modified item shall meet all the requirements and be subject'to all the provisions of this Agreement. The terms and provisions of this Section 3.17. shall survive the termination or expiration of this Agreement. 3.18. Rubbish; Debris; Cleaning. During the performance of the Work, the DBOM Firm shall at all times, as part of the stipulated Contract Price, keep the Project Site and adjacent streets, properties and sidewalks free from waste materials, debris and/or rubbish, and shall employ adequate dust control measures. If accumulation of such materials, debris, rubbish or dust constitutes a nuisance or safety hazard or is otherwise objectionable in any way as reasonably determined by the City, the DBOM Firm shall promptly remove the same at its sole cost and expense. a. The DBOM Firm shall use its best efforts to assure that no burning of trash or by the DBOM Firm or its Subcontractors occurs on the Project Site and that no dust or trash from Work in progress creates a public nuisance. In the event of any such occurrence, the DBOM Firm shall promptly cause the abatement thereof. The DBOM Firm shall remove all spillage and tracking arising from the performance of the Work from streets and sidewalks around the Project Site, and shall establish a regular maintenance program of sweeping and hosing to minimize accumulation of dirt and dust upon such areas. If the DBOM Firm fails, promptly after written notice from the City, to keep the Project Site and the surrounding 33 properties clean, the City may thereafter perform any such cleaning services and deduct,the cost of those services from amounts otherwise payable to the DBOM Firm under this Agreement. No assumption by the City of such cleaning services shall waive any future obligation of DBOM Firm to perform said services. Further, the City's deduction of the costs of those services from amounts otherwise payable to DBOM Firm under the Agreement shall not constitute a waiver of the City's right to place DBOM Firm in Default for such noncompliance. b. Upon Substantial Completion of the Work, or any portion or component thereof acceptable to the City, the DBOM Firm (i) shall remove from the Project Site, or applicable portion thereof, all tools, construction equipment, machinery, surplus materials, waste materials and rubbish, and (ii) shall leave the Project Site, or applicable portion thereof, in a thoroughly clean condition, and perform any other cleaning services described in the Project Specifications. c. All Work shall be cleaned using only specific materials recommended for the surfaces to be cleaned. Damage to any surfaces due to improper cleaning methods or materials used by the DBOM Firm or its Subcontractors shall be repaired and replaced by the DBOM Firm at its sole cost. 3.19. Members of DBOM Firm's Team. The personnel and firms presented in the DBOM Firm's RFP Proposal Submission shall staff key positions including, but not limited to, the DBOM Firm, Design Consultant, Design Subconsultants, Subcontractors, Project Manager and Superintendent, if specified ("Key Personnel"). Such Key Personnel shall remain assigned to the Project through the duration of this Project and shall not be reassigned without the prior written approval of the Contract Administrator, unless the individual has left the employment of the DBOM Firm. The City will not unreasonably withhold its consent to additions of or substitutions for, Key Personnel, with new personnel of comparable qualifications in the event of death, promotion, retirement, job changes, firing, failure to perform or other good cause shown. The Construction Superintendent and Project Manager shall be authorized to act on behalf of the DBOM Firm to coordinate, inspect, and provide general direction of the Work in progress. The DBOM Firm's Superintendent shall be assigned to the Project to meet the needs of the City and shall be available when requested by the City. The Design Consultant shall act under the authority and direction of the DBOM Firm, provided, however, that nothing herein shall limit the Design Consultant's duty to act in accordance with its professional obligations as architect/engineer of record for the Project. r a. Responsibilities of DBOM Firm's Project Manager. DBOM Firm herein represents that its Project Manager, at a minimum, will provide the following services: i. If not selected earlier or identified as part of the RFP Proposal Submission, at least thirty (30) days prior to the commencement of the Construction Phase of the Project, the DBOM Firm will identify and provide the qualifications of a suitably qualified and experienced Project Manager. ii. DBOM Firm will use reasonable efforts to have the same Project Manager on the Project full time to its conclusion, and any new proposed Project 34 Manager shall first be approved in writing by Contract Administrator before permanent assignment; City's approval shall not be unreasonably withheld. iii. The Project Manager will conduct bi-weekly on-site meetings with the DBOM Firm and its Subcontractors at regular times, as previously agreed upon and approved by the Project Coordinator, and shall issue weekly reports on the progress of the Work and the minutes of the previous weekly on-site meeting. The City may request for design, construction, operations, or maintenance staff to be in attendance at these bi-weekly meetings. iv. Project Manager will be the lead representative of DBOM Firm with the primary responsibility for the administration of all of DBOM Firm's Work. v. The Project Manager shall maintain and monitor the CPM Project Schedule, subject to Project Coordinator's prior written approval, and implement updates as required. vi. The Project Manager shall coordinate the processing of shop drawings and material submittals. vii. The Project Manager will endeavor to achieve satisfactory performance by DBOM Firm and, if required by the Design Consultant or City, shall cause for corrections to DBOM Firm's Work including, but not limited to, maintaining punch lists and observing testing. viii. The Project Manager will monitor and maintain oversight of the cost of the Project, including payment applications and the preparation thereof. ix. The Project Manager will assist in the preparation of record drawings or Construction Documents, and shall transmit to the Design Consultant requests for additional information concerning the design. The Project Coordinator shall be copied on these requests for monitoring purposes. x. The Project Manager will observe testing and start-up activities of all equipment, machinery and utilities to ensure a fully operational Project. xi. The Project Manager will secure all equipment brochures and warranties from the DBOM Firm and Subcontractors. xii. The Project Manager will coordinate the correction and completion of the Work including that required by any and all punch lists. b. Other Personnel. At any time, the Contract Administrator has the reasonable right to request removal and replacement of any of DBOM Firm's personnel. Once in place, the DBOM Firm shall not change any person filling a position listed in the organizational charts without the prior written consent of the Contract Administrator unless the City requests it or unless the person is leaving the employ of the DBOM Firm. The employee(s) of the DBOM Firm and Subcontractors shall be considered to be at all times employee(s) of the DBOM Firm or the Subcontractors, as applicable, and not an employee(s) or agent(s) of the City or any of its department offices or divisions. The DBOM Firm and Subcontractors agree to adjust staffing levels or to increase or replace 35 any staff personnel if so requested by the Contract Administrator or its designees, should the Contract Administrator make a determination that said staffing is unacceptable or that any individual is not performing in a manner consistent with the requirements for such a position. c. Responsibilities of Design Consultant. DBOM Firm herein represents that the DBOM Firm, and by and through its Design Consultant when directed by the DBOM Firm pursuant to the project, or otherwise as required in order to comply with the Design Consultant's professional obligations to the City as architect/engineer of record for the Project (including, without limitation, rejection of Work that does not conform to the Contract Documents or Applicable Laws), will at a minimum provide the following services: i. Perform all of the engineering services necessary to describe, detail and design the Project consistent with the PSEMP and in accordance with all requirements of the Contract Documents and Applicable Laws. ii. Design the Project so as to comply with Applicable Laws. iii. Prepare the Construction Documents, as well as obtain all required and necessary reviews and approvals (or take other appropriate action upon) for same, and/or other submittals including, but not limited to, Shop Drawings, product data, and samples. iv. Submit the Construction Documents to the Design Criteria Professional, with a copy to Contract Administrator, for the Design Criteria Professional's review and approval of the Construction Documents as being in general conformance with the PSEMP. Design Criteria Professional's confirmation of the Construction Documents as being in general conformance with the PSEMP shall not constitute acceptance of any design work which does not comply with Applicable Laws and/or the Contract Documents, nor shall it excuse any obligations of the Design Consultant to comply with the PSEMP, Applicable Laws and/or the Contract Documents. v. Assist in the administration of construction including, but not limited to, the approval of materials, equipment, and apparatus used in the Work; periodic engineering inspections of all Construction Work; and review and certification of all Applications for Payment for Work performed in compliance with the Contract Documents. Design Consultant's certification for payment shall constitute a representation to the City, based on the Design Consultant's observations at the Project site and on the data comprising the DBOM Firm's Application for Payment, that the Work has progressed to the point indicated and that, to the best of the Design Consultant's knowledge, information and belief, the quality of the Work is in accordance with the Construction Documents, the PSEMP and/or any other applicable Contract Documents. The Design Consultant shall attend, as necessary, Project construction meetings to facilitate the prosecution of the Work. 36 vi. Have a representative at the Project Site periodically to observe the progress and quality of the Work. On the basis of its on-site observations as an engineer, the Design Consultant shall ensure (i) the faithful performance of the Contract Documents; and (ii) that the Work has been or is being installed in accordance with the Contract Documents before allowing it to be covered. The Design Consultant shall be obligated to provide the DBOM Firm and the City with written notice of any defects or deficiencies in the Work observed by the Design Consultant within five (5) days from date of discovery. If the DBOM Firm does not, within a reasonable period of time, remedy to the reasonable satisfaction of the Design Consultant the defective or deficient conditions so reported to the DBOM Firm,the Design Consultant shall provide both the DBOM Firm and the City with written notice of the defective or deficient condition not remedied and the Design Consultant's recommendation of the actions that are necessary to remedy such condition with an estimated time period within which such actions could reasonably be performed. vii. Reject Work which does not conform to the Contract Documents, provided that the Design Consultant obtains the prior written consent of the Project Coordinator and the DBOM Firm. viii. Render interpretations (in writing or in the form of drawings) necessary for the proper execution of the Work and/or relating to interpretations of the requirements of the Construction Documents, on written request of the Resident Project Representative or Project Coordinator. All such written interpretations must be consistent with and conform to all requirements of the PSEMP and the Construction Documents. ix. Review, approve, reject or take other appropriate action pertaining to construction-related inquiries and submittals, such as shop drawings, product data and, samples. All of Design Consultant's actions related thereto shall conform to the PSEMP, the Construction Documents and Applicable Laws. x. If a Change Order is approved, Design Consultant shall prepare and finalize the updated Construction Documents required to implement the Work associated with the Change Order. xi. Conduct inspections to assist the City in its determination of System Acceptance, Substantial Completion, any Milestones (as applicable) and Final Contract Completion, and shall receive and review for compliance with the Contract Documents all written warranties and related documents required pursuant to the Contract Documents to be assembled and furnished to the City upon Substantial Completion and Final Contract Completion. The Design Consultant shall not tender any Certificate of Substantial Completion to the City for its final determination of whether Substantial Completion has been achieved, unless and until the Design Consultant has determined to the best of its knowledge, information and belief that the DBOM Firm has achieved Substantial Completion of the 37 Work (or portion or component thereof covered by such Certificate) in accordance with the Contract Documents. xii. The approved and permitted Construction Documents shall constitute a representation by the Design Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. No action or omission by City shall waive or excuse DBOM Firm's obligations under the Agreement and/or other Contract Documents and that DBOM Firm shall remain fully liable for all work performed by the Design Consultant including, without limitation, any design errors or omissions. 3.20. Records. At all times during the Design Phase(s), the Construction Phase(s), and the Operations and Maintenance Phase(s), and for a period of five (5) years after Final Contract Completion of the Project,the DBOM Firm shall preserve, and the City shall have access during reasonable business hours to, all documents, books and records of the DBOM Firm relating to the Project and covering the period from and after the Contract Date through the completed performance of this Agreement including, without limitation, all bids and bid documents received by the DBOM Firm from Subcontractors, permitting records, plans and drawings, submittals and correspondence. 3.21. Construction Documents; As-builts; Surveys. a. The DBOM Firm shall maintain in good order at the Project Site at a specific location determined by the City at least one record copy of the Construction Documents (including drawings, specifications, and the like), addenda, product data, samples, Shop Drawings, Change Orders and other Amendments, marked currently to record changes made during construction. In addition, all record copy files shall be maintained electronically and on a site and format accessible to City staff. These shall be available to the City for inspection at all times. Upon completion of the Project, these record Construction Documents, addenda, product data, samples, Shop Drawings change orders and other Amendments shall be delivered to Contract Administrator. b. City, through its Contract Administrator, shall have the right to require the DBOM Firm to modify the Construction Documents, to supplement same with additional plans, drawings, specifications, or additional information that are within the specific intent and stated scope of the Project and which do not cause increase in Contract Price or Contract Time, all of which shall be considered as part of the Contract Documents, at no additional cost to the City. All things which, in the opinion of the Contract Administrator, may reasonably be inferred from the Contract Documents including, but not limited to, the Construction Documents, shall be executed by DBOM Firm under the terms of the.Contract Documents. The Contract Administrator shall determine whether said Construction Documents conform to the Contract Documents. c. DBOM Firm shall be solely responsible for establishing and maintaining a line and grade in the field. DBOM Firm shall maintain an accurate and precise 38 horizontal and vertical record of the existing pavement conditions; final pavement conditions; and all pipe lines, conduits, structures, underground utility access portals, handholes, fittings, and similar items encountered or installed during construction. DBOM Firm shall deliver these records in good order to the Contract Administrator as the Work is completed. These records shall serve as a basis for "as-built" drawings. The cost of all such field layout and recording work is included in the Contract Price. d. Final "as-built" drawings which accurately reflect the "as-built" conditions of the new facilities shall be supplied on compact discs ("CD"), not compressed, in a multi-layered, manipulable,Autodesk AutoCAD Version 2016 format(or the most current format then being used by the City) or other format specified by the City, and shall be delivered to the City upon Final Contract Completion of the Project and prior to Final Progress Payment pursuant to Article 8, together with a final "as-built" critical path method schedule. If the DBOM Firm or its Design Consultant prepares any of the Design Documents or Construction Documents on Building Information Modeling ("BIM") software, the DBOM Firm shall furnish the City with such documents on CDs in multi-layered, manipulable format, along with notice of the specific version of the BIM software used to produce the documents. The verifiable evidence of progress with "as-built" information, as required by Article 8, shall be submitted electronically and in print format at least once a month to the Contract Administrator. These "as-built" drawings e,ectronic and paper format and the latest version of the AutoCAD format media must be delivered and found to be acceptable to the City prior to the Final Progress Payment. e. The City requires two (2) paper copies of the as-built drawings signed and sealed by a registered professional, three (3) sets of CDs with CAD files of the as-built drawings, and three (3) sets of CDs with pdf files of the as- built drawings all of which shall be clearly legible. A copy or copies of each such document shall also be retained by the DBOM Firm. The DBOM Firm shall also comply with all other documentation requirements set forth in the Contract Documents. f. The DBOM Firm shall provide survey services as identified below: i. Surveys are anticipated for the following system components: DMS Structures and new electrical power service. ii. Surveys will be executed during the preparation of the 90% system plans. iii. The surveys will be prepared by a surveyor licensed in the State of Florida in accordance with the Minimum Standard Detail required for Land Title Surveys adopted in 1999 by the American Land Title American Land Title Association and the American Congress of Surveyors and Mappers. iv. Surveys shall include Right of Way Demarcation lines and site elevation. This information shall be provided to the Design Build Firm, by the Survey company, in electronic format compatible with Bentley Microstation 39 software. 3.22. Number of Submittals. Certain Design Documents and Construction Documents are required pursuant to the Contract Documents (to be submitted and/or provided by the DBOM Firm to the City). In addition to the document submittal requirements set forth elsewhere ' in the Contract Documents, the DBOM Firm shall submit the following documents to the City as soon as they are available and shall submit the minimum number of copies listed below: a. Drawings. Submit one set of full-sized reproducible drawings in native AutoCAD format and one copy in .pdf format; one 11" x 17" set of reproducible drawings; one set of half-sized reproducible drawing one set; of half-sized blue-line drawings; and one electronic copy of the drawing so that the City may reproduce drawings as needed. b. Narratives. For all narrative documents (including documents referenced in Appendix"E" and (the Project Specifications), submit one paper copy and one electronic copy thereof. c. Progress Reports. DBOM Firm shall submit with at least one hard copy and at least one electronic copy (in both .pdf and native file format) of all reports specified in Appendix "E", and Project Schedules and Updates thereto. The City shall have no obligation to review and/or approve Progress Reports, Project Schedules, and Updates or any such other documents, except as specifically set forth herein. d. Shop Drawings. Provide quantities required pursuant to the terms of the Project specifications. The City shall have no obligation to review and/or approve Shop Drawings. e. Product Data. Provide quantities required pursuant to the terms of the Project specifications. The City shall have no obligation to review and/or approve product data. f. Samples. Provide quantities required pursuant to the terms of the Project specifications. The City shall have no obligation to review and/or approve samples. g. Quality Control and Testing Laboratory Reports. Provide one paper and one electronic copy, both upon submittal;to the DBOM Firm, and upon return by the DBOM Firm with its comments and directions. The City shall have no obligation to review and/or quality control and testing laboratory reports. The City's receipt, review and/or approval of such reports shall not in any way constitute approval or acceptance of the Work which is the subject matter thereof. The DBOM Firm remains fully responsible for ensuring its receipt, review and approval of all such reports and the contents thereof to ensure the Work is in conformance with the Contract Documents. h. Contract Agreements. Provide one paper and one electronic copy of all agreements by, between or among DBOM Firm, Design Consultant, Design 40 r Subconsultants, and any Subcontractors. The City shall have no obligation to review and/or approve any of the foregoing agreements. i. Guarantees and Warranties. Provide, at a minimum, three (3) copies of all guarantees, warranties, maintenance instructions and manuals, operating manuals, catalogs and operational data that relate to the Project or its components. The City shall have no obligation to review and/or approve any of the foregoing materials. j. Transition Plan. Provide plan describing the hand back, requirements and a detailed plan to transition the device operations and maintenance from the DBOM Firm to the City at the end of the operations and maintenance phase, or at an earlier date as may be identified by the City. The Transition Plan will be submitted by the DBOM Firm to the City no less than ninety (90) days prior to transition. The Transition Plan will be subject to the City's review and approval. If requested by the City, the DBOM Firm shall also submit any of the preceding documents on compact disc (and in a format reasonably acceptable to the City). r In addition to the number of copies specified above in (a) through (i), the DBOM Firm shall provide to the City six (6) copies of each document provided to the City (in its regulatory capacity)and all other governmental bodies in their role as regulatory agencies, simultaneously with their delivery to the City or such other governmental bodies. 3.23. Availability of Prosect Site. Subject to the terms herein, the City shall deliver the Project Site or parcels thereof (as depicted in Appendix "A" attached hereto) to the DBOM Firm for purposes of commencing demolition, excavation, remediation and construction activities on the date described in the appropriate Notice to Proceed. a. Use of the Project Site or any other City-owned right-of-way for the purpose of storage of equipment or materials, lay-down facilities, pre-cast material fabrication, batch plants for the production of asphalt, concrete or other construction-related materials, or other similar activities, shall require advance written approval by the Project Coordinator. If approved by the City at its sole and absolute discretion, use of the Project Site or any other City-owned right-of-way • for the foregoing storage purposes at any given point in time shall be expressly limited to equipment necessary for the then current and active prosecution of the Work and shall be comprised of no more than two (2) weeks' worth of materials or products to be incorporated as part of the Project within the next month, as noted in the most recent approved Project Schedule. The City may, at any time, in its sole and absolute discretion, revoke or rescind such approval for any reason. Upon notice of such rescission, DBOM Firm shall, within twenty-four(24) hours, remove and relocate any such materials and equipment to a suitable, approved location. b. Notwithstanding any other provision in the Contract Documents to the contrary, the conditions or requirements of right-of-way permits established by the authorities having jurisdiction including, without limitation any regulatory 41 authorities of the City, shall take precedence over any provision in the Contract Documents that may provide any right whatsoever to use of the Project Site for staging, material and equipment storage, lay-down or other similar activities. 3.24. Testing and Inspection; Responsibility. In addition to the tests and inspections provided for below and elsewhere in the Contract Documents, the City shall have the right (but not the obligation) at any time to inspect or test any portion of the Work or the Project. a. The DBOM Firm shall perform and/or obtain all tests and inspections necessary to ensure the proper execution, completion, operation and maintenance of the Work including, without limitation, all tests and inspections provided for by the Contract Documents (including, but not limited, to any tests and inspections pursuant to Appendix "A" or by laws, ordinances, rules, regulations or orders of governmental authorities, including the City). The DBOM Firm shall make arrangements for tests and inspections conducted by any independent testing laboratory engaged by the City, or tests or inspections conducted by any agency having jurisdiction. The City's direct engagement of any independent testing laboratory or agency shall in no way be construed, interpreted or deemed as the City's assumption of any obligations or requirements of DBOM Firm to ensure such testing and inspections are performed, to review and analyze the results thereof and to properly address any portions of the Work which fail to meet the acceptable standards or requirements for which such test or inspection was conducted to evaluate. Rather, the City's engagement of such independent testing laboratory or agency should be interpreted as for convenience of payment purposes only. The DBOM Firm shall give the City timely notice of when and where tests and inspections are to be made so the City and/or the Resident Project Representative may observe such procedures. Inspections shall be made promptly and, where practicable, at the source of supply. If Work should be covered up without required inspection/approval, it must, if required by the Contract Administrator or Design Consultant, be uncovered for examination, and properly restored at DBOM Firm's expense. b. If the Contract Administrator determines that the Work, portions thereof, or goods, materials, or components required as provided for by the Contract Documents, require additional testing or inspection not included under the above paragraph, the City may instruct the DBOM Firm to make arrangements for such additional testing or inspection (including uncovering the Work) as part of the stipulated Contract Price by an entity acceptable to the City, and the DBOM Firm shall give timely notice to the City of when and where such tests and inspections are to be made so the City may observe such procedures. The City's presence during any such testing or inspections shall in no way be construed, interpreted and/or deemed to constitute acceptance of such testing or inspection (including the procedures implemented) or the results thereof. c. The Contract Administrator may order re-testing or re-inspection of Work (including uncovering thereof at any time in its sole discretion). If re-testing or re- 42 inspection of Work is found to be in accordance with the Contract Documents, the City shall pay the cost of re-inspection, re-testing and replacement. If such Work is not strictly in accordance with the Contract Documents, DBOM Firm shall pay such cost. d. Testing requirements are provided in Appendix "A" culminating in System Acceptance. System Acceptance shall be deemed to have occurred when the DBOM Firm has successfully conducted the acceptance test and the test report has been approved by the City, as outlined in the System Acceptance Test Plan. The DBOM Firm shall submit a System Acceptance Test Plan and Procedure at least thirty (30) days prior to the commencement of the Systems Acceptance Test. The System Acceptance Test Plan and Procedure will be reviewed and approved by the City or its designated representative. The DBOM Firm shall use the approved plan and procedure to verify all Project components are working in accordance with the Contract Requirements. During System Acceptance, a final inspection of the System shall be conducted by the City in the presence of an authorized DBOM Firm representative. The City shall prepare a final inspection report regarding the results of the System Acceptance Test and final System inspection. Once the DBOM Firm has addressed all comments and/or deficiencies noted in the final inspection report to the satisfaction of the City, they City shall issue a formal notification of System Acceptance. The DBOM Firm operations and maintenance period shall commence upon formal notification of System Acceptance by the City. 3.25. Local Conditions; Site Conditions. a. Local Conditions. The DBOM Firm represents and warrants that it has taken all steps reasonably necessary to ascertain the nature and location of the Work, and that it has investigated and satisfied itself as to the general and local conditions which can,affect the Project, the performance of the Work and/or the Project Site including, but not limited to i) conditions bearing upon transportation, ' disposal, handling, and storage of materials; ii) the availability of labor, water, electric power, and roads; iii) uncertainties of weather and observable physical conditions at the Project Site or otherwise affecting the Project, including sub- tropical and/or coastal conditions in South Florida; iv) the adequacy of the Project Site for lay-down, storage and parking in accordance with Applicable Laws and permit requirements of agencies having jurisdiction; and v) the character of equipment and facilities needed prior to and during the performance of the Work. The DBOM Firm agrees that it bears all risk associated with any general or local condition that can affect the Project, the Project Site and/or the performance of the Work. Any act or omission by the DBOM Firm with respect to the actions described and acknowledged in this subsection will not relieve the DBOM Firm from responsibility for properly estimating the difficulty and cost of successfully performing the Work, or as time is of the essence for proceeding to successfully perform the Work within the Project Schedule and the Contract Price. In confirmation and furtherance of the foregoing, the DBOM Firm acknowledges and 43 agrees that it shall not be entitled to an adjustment in the Project Schedule, the Substantial Completion Date or the Contract Price, based on general or local conditions, affecting the Project, the Project Site and/or the performance of the Work, and the DBOM Firm hereby waives and releases City from any and all Claims associated therewith. b. Site Conditions. The DBOM Firm acknowledges and agrees that it has satisfied itself as to what the DBOM Firm anticipates will be the character, quality and quantity of soil, surface and subsurface materials, or obstacles that may be encountered by the DBOM Firm at the Project Site including, but not limited to, the nature or amount of any kind of soil material, the location of any utilities or structures on the Project Site, the composition or condition of any utility or structure and its contents, the fitness of any material for use as fill or drainage, or the amount of water to be expected, and that the entire cost risk of such matters, as well as any soil, surface, subsurface/underground, concealed, unknown, known, latent or other conditions (collectively, the "Site Conditions"), shall be borne by the DBOM Firm as part of the Contract Price unless such conditions could not have reasonably been identified upon reasonable investigation by the DBOM Firm. City makes no representations or warranties whatsoever as to the' Site Conditions. Any information provided by City relating to Site Conditions is provided as advisory only, as DBOM Firm recognizes and agrees that Site Conditions may vary from those observed by City. Without limiting the generality of the foregoing, but rather in confirmation and furtherance thereof, the DBOM Firm agrees that it shall have no Claim for any increase in the Contract Price in the event that Site Conditions are encountered or discovered at the Project Site in the performance of the Work where such conditions could reasonably have been identified upon reasonable investigation thereof. The DBOM Firm expressly acknowledges and agrees that its pricing of the Work and the determination of the Contract Price were expressly based upon the DBOM Firm's assuming the foregoing cost risks of Site Conditions. i. If Site Conditions that could not have reasonably been identified by DBOM Firm upon prior investigation are encountered at the Project Site that are materially differing from those indicated in the Contract Documents, or if unknown physical conditions of an unusual nature differ materially from those ordinarily encountered and generally recognized as inherent in the Work provided for in the Contract Documents are encountered at the Project Site, DBOM Firm shall promptly notify the City within two (2) business days of the specific materially differing Site Conditions before the DBOM Firm disturbs the conditions or performs the affected Work. ii. Upon receipt of written notification of differing Site Conditions from the DBOM Firm, the City will investigate the Site Conditions and, if it is determined that the Site Conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work, an equitable adjustment may be made in accordance with Article 11 herein 44 and the other Contract Documents. An adjustment for differing Site Conditions shall not be allowed, and any Claim relating thereto shall be deemed conclusively waived, if the DBOM Firm has not provided the required written notice within two(2) business days of discovery of the Site Conditions, or has disturbed the Site Conditions prior to City's examination thereof. Should the City determine that the Site Conditions of the Project Site are not so materially different to warrant a change in the Contract Price or Contract Time or any other terms of the Contract Documents, DBOM Firm shall be notified of the reasons in writing, and such determination shall be final and binding upon the Parties hereto. iii. For purposes of this Section 3.25., a "materially differing" Site Condition is one that (1) is not identified in the Contract Documents and is not reasonably inferable therefrom; (2) could not have reasonably been identified by DBOM Firm upon prior investigation, provided DBOM Firm reasonably undertook such prior site investigation; and '(3) requires a change to the Work that increases DBOM Firm's costs and/or impacts the critical path for completion of the Work. iv. Where Site Conditions delay the Project, and said delay could have been avoided by reasonable,investigations of the Project Site at any time prior to commencement of the Work in question, such delay shall not be considered to be an Excusable Delay beyond the control of the DBOM Firm, and no time extension shall be granted pursuant to Article 12. No request for an equitable adjustment or change to the Contract Time for differing Site Conditions shall be allowed if made after the date certified as the Substantial Completion Date. 3.26. Subcontractors; Design Subconsultants. DBOM Firm agrees to bind specifically every Design Consultant, Design Subconsultant, and Subcontractor to the terms and conditions of the Contract Documents for the benefit of the City, and shall incorporate all applicable terms and conditions of the Contract Documents into any and all Consulting Agreement, Subconsulting Agreements, and Subcontracts, to the full extent of the Work to be performed by each Design Consultant, Design Subconsultant, and Subcontractor. DBOM Firm shall submit a copy of each'Consulting and Subconsulting Agreement.and Subcontract at all tiers to the City for its examination and approval prior to the execution of such Consulting or Subconsulting Agreement or Subcontract. a. The DBOM Firm shall make available to each proposed Design Consultant, Design Subconsultant, and Subcontractor, prior to execution of the Subcontract, Consulting or Design Subconsulting Agreement, copies of the Contract Documents to which the Design Consultant, Design Subconsultant, Contractor, or Subcontractor will be bound, and require that each Design Consultant, Design Subconsultant, and Subcontractor shall similarly make copies of applicable portions of such documents available to their respective proposed sub- subcontractors. b. The City will not unreasonably withhold its consent to substitute a Design 45 Consultant, Design Subconsultant, or Subcontractor in the case of a matured and uncured default by such entity in its contract with the DBOM Firm resulting in -- termination of the DBOM Firm's contract with such entity, impossibility of performance or other good cause shown. Any substitute party, however, must possess comparable experience, skill, and character to that of the entity being replaced. c. Conditional Assignment. DBOM Firm conditionally assigns to the City all the rights, title and interest of DBOM Firm in, to and under any and all Consulting and Subconsulting Agreements and Subcontracts. The assignment is exercisable by the City, at its election, in the event that the City has exercised its right to terminate this Agreement for any reason in whole or in part or to take control Of, or cause control to be taken of, the Work or any portion thereof. The City may reassign the Consulting and Subconsulting Agreements and Subcontracts to another contractor, design professional, or any other qualified person or'entity, (as the case may be) and such assignee may exercise the City's rights in the Consulting and Subconsulting Agreements and Subcontracts. Each Design Consultant, Design Subconsultant, or Subcontractor shall, upon written notice that the City has exercised its rights under the Contract Documents (or the portion thereof applicable to the materials or services being furnished by such Subconsultant or Subconsulting Agreement or Subcontractor), continue to perform all of its obligations, covenants and agreements under such Subcontract for the benefit of the City. d. The DBOM Firm's Consulting Agreement with the Design Consultant and the Design Subconsulting Agreements with the Design Subconsultants, respectively, shall also set forth the Design Consultant's and/or Design Subconsultants acknowledgment and agreement that (i) the Design Consultant shall at all times during on-site construction activities have a representative at the Project Site to observe the progress and quality of the Work; (ii) the Design Consultant shall, pursuant to such on-site observations as a Design Consultant, endeavor in good faith to guard against defects and deficiencies in the Work; (iii) the Design Consultant shall be obligated to provide the DBOM Firm and the City with written notice of any defects or deficiencies in the Work observed by the Design Consultant; (iv) if the DBOM Firm does not within a reasonable period of time remedy to the reasonable satisfaction of the Design Consultant the conditions so reported to the DBOM Firm, the Design Consultant shall provide both the DBOM Firm and the City with written notice of the condition not remedied and the Design Consultant's recommendation of the actions that are necessary to remedy such condition; and (v) the Design Consultant shall conduct inspections to assist the City in making its final determination of whether the DBOM Firm has achieved, Substantial Completion of the Project, or any applicable portion thereof, and shall not tender any Certificate of Substantial Completion to the City unless and until the Design Consultant has determined to the best of its knowledge, information and belief that the DBOM Firm has achieved Substantial Completion of the Work 46 l l } (or portion or component thereof covered by such certificate) in accordance with the Contract Documents. 3.27. THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE DBOM FIRM'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE DBOM FIRM SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF DBOM FIRM'S OBLIGATIONS, A WAIVER OF DBOM FIRM'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY DBOM FIRM OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF DBOM FIRM'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING DBOM FIRM IN DEFAULT FOR,DBOM FIRM'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE DBOM FIRM EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM,ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE,THE CITY'S PARTICIPATION,ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF DBOM FIRM'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR - ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. ARTICLE 4 CITY'S DUTIES AND RESPONSIBILITIES 4.1. City Representatives. The City shall designate, from time to time, one or more representatives authorized to act on its behalf with respect to the Project. No representative or designee of the City shall have any authority to adjust the Contract Price or the Substantial Completion Date unless memorialized in a duly executed Change Order.,The City shall examine documents submitted by the DBOM Firm and shall utilize its reasonable efforts to render necessary decisions pertaining thereto in accordance with the Project Schedule. a. The Contract Administrator and Project Coordinator shall have the authority to issue directives and notices on behalf of the City. The Contract Administrator and Project Coordinator shall have the authority to issue Change Directives. b. Approval of Change Orders/Amendments. The City Manager or Contract Administrator may approve Change Orders or other Amendments to the Contract Documents involving extensions to the Contract Time and/or adjustments to the Contract Price, up to an amount equal to the total amount remaining in the City's Contingency. i. The City Commission may approve any Change Order or other Amendment to the Contract Documents. ii. Change Orders exceeding any available amounts in the City's 47 Contingency shall require the advance approval of the City Commission. 4.2. City's Project Coordinator. The Project Coordinator shall serve as the person designated by the City to provide direct communication with the DBOM Firm with respect to the City's responsibilities or matters requiring the City's approval, in its proprietary capacity as Owner, under the Contract Documents. The Project Coordinator shall have full authority to require the DBOM Firm to comply with the Contract Documents. However, any failure of the Project Coordinator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the DBOM Firm's obligation to comply with the requirements of the Contract Documents. The City's Project Coordinator will be responsible for the following: a. Review of draft and completed Applications for Payment and coordination of the processing thereof with the City. b. Monitoring of all aspects of the Work, Project Site, and Project Schedule including, but not limited to, attending Project-related meetings and reviewing and observing the Work and testing thereof for general conformance and compliance with the intent of the PSEMP and Contract Documents, provided, however, that Project Coordinator's failure to monitor any aspect of the Project shall not relieve DBOM Firm of its obligations to perform and deliver the Project in accordance with the Contract Documents. c. Tracking, logging and reviewing all required Project-related documents and serving as the day-to-day City liaison for addressing Project-related issues with the DBOM Firm. 4.3. Communications. In communications relating to the Project, the City shall communicate with Subcontractors, and such Subcontractors shall communicate with the City, only through the DBOM Firm's Project Manager. Nothing herein shall preclude City or Subcontractor from directly communicating with each other with respect to any default of the DBOM Firm or other matter of public concern. 4.4. Cooperation. Whenever the City's cooperation is required by the DBOM Firm in order to carry out the DBOM Firm's obligations hereunder, the City agrees that it shall act in good faith in so cooperating with'the DBOM Firm. 4.5. City Information. Any information provided by the City to the DBOM Firm, its Design Consultant, Design Subconsultants, or Subcontractors relating to the Project and/or existing conditions upon, about, beneath or adjacent to the Project Site including, without limitation, any geotechnical or environmental reports, or other information pertaining to subsurface exploration and conditions, borings, test pits, tunnels, as-built drawings and other conditions affecting the Project Site, whether or not included in the PSEMP, are provided only for the convenience of the DBOM Firm and the Subcontractors. The City makes no representations or warranties as to, and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information and makes no guarantee, either express or implied, that the conditions indicated in such information or independently found by the DBOM Firm, its Design Consultant, Design Subconsultants, or the Subcontractors as a result of any 48 examination, exploration or testing, are representative of those existing throughout the performance of the Work or the Project Site, and there is no guarantee against unanticipated or undisclosed conditions. 4.6. City's Reviews and Comments. All plans, tests, and procedures (e.g. maintenance, operations, staffing levels, etc.) shall be subject to the City's review and acceptance. The City's review, evaluation, or comment as to any documents prepared by or on behalf of the DBOM Firm shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the DBOM Firm, any Design Consultant, Design Subconsultant, Subcontractor, or any other third party as a substantive review thereof. The City, in reviewing, evaluating, commenting on or monitoring any progress of the Work, shall have no responsibility or liability for the accuracy or completeness of the Work, for any defects or inadequacies therein, or for any failure to comply with the requirements set forth in the Contract Documents, the responsibility for all of the foregoing matters being the sole obligation of the DBOM Firm; nor shall the City's review or monitoring of the Work constitute acceptance of the Work or in any way excuse or limit the obligations of the DBOM Firm to comply with the Contract Documents as set forth therein. 4.7. Resident Project Representative. The City may retain an independent professional engineering firm or other firm duly qualified and licensed to serve as Resident Project Representative and assist the City with observing, reviewing, and documenting construction activities on the Project. The Resident Project Representative shall monitor DBOM Firm's progress and performance in accordance with the Contract Documents. The Resident Project Representative shall have the authority to assist the City with the following: a. Reviewing DBOM Firm's Project Schedule submissions and confer with the DBOM Firm and/or Design Consultant regarding acceptability thereof; b. Reviewing draft Applications for Payment, forwarding comments and recommendations to the Design Consultant, and approving Applications for Payment as complying with the requirements of the Contract Documents following Design Consultant's certification of such Applications for Payment; c. Observing all aspects of the prosecution of the Work including, but not limited to, verifying that Work has been completed and that material and equipment certificates, operation and maintenance manuals, guarantees and warranties and any other data or documents required by the Contract Documents have been provided to the City; d. Participating in inspections and testing required by the Contract Documents, including System Acceptance, Substantial Completion and Final Contract Completion inspections, and assisting City in connection with its determination of System Acceptance, Substantial Completion, any applicable Milestones and Final Contract Completion. The role of the Resident Project Representative is to facilitate information to the City and Design Consultant. In no event shall the Resident Project Representative be authorized to 49 approve substitutions or deviations from the Contract Documents; to undertake any of the obligations,and responsibilities of DBOM Firm; direct the means and methods of DBOM Firm; or to advise on, issue direction on, or assume control over safety practices of the DBOM Firm. If no RPR is appointed or assigned to the Project, the duties of the RPR shall be performed by the Design Criteria Professional, or Contract Administrator (or his or her designee). 4.8. DBOM Firm Not Relieved By City, Project Coordinator or Resident Project Representative Activity. The responsibility of the DBOM Firm for faithful performance of the Contract Documents shall not be relieved or affected in any respect by the presence, inspections, or approvals by the City (whether in its proprietary or regulatory capacity), Project Coordinator, or Resident Project Representative or their designees. 4.9. Permitting & Code Inspections. The City may retain a threshold inspector, if required by Chapter 553, Florida Statutes, and any other inspectors as the City deems necessary, provided, however, the failure of the City, threshold inspector, or any other inspector to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the DBOM Firm's obligation to comply with the requirements of the Contract Documents. ARTICLE 5 EMPLOYMENT CONDITIONS 5.1. No Discrimination; Affirmative Action. The DBOM Firm shall not discriminate against any workers, employees, or applicants, or any member of the public, because of race, creed, color, religion, age, sex, sexual orientation or national origin, nor otherwise commit an unfair employment practice. The DBOM Firm shall take affirmative action to ensure that applicants are granted or denied employment, and that employees are treated during employment, without regard to their race, creed, color, religion, age, sex, sexual orientation or national origin. Such affirmative action shall relate to, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The DBOM Firm shall post (or cause to be posted) in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. The DBOM Firm. further agrees that this clause will be incorporated in all contracts entered into with Design Consultant, Design Subconsultants, Subcontractors, and all labor organizations furnishing skilled, unskilled and craft labor or performing any such labor in connection with the Work. 5.2. Civil Rights Act. The DBOM Firm shall comply with, and shall require all Subcontractors to comply with, all Federal, State, and local laws, rules, regulations and ordinances relating to employment and the design and construction of the Project, including without limitation the Civil Rights Act of 1964, Pub. L. 88-352. July 2. 1964. 78 Stat. §701 et seq., as amended; the Americans With Disabilities Act of 1990, Pub. L. 101-336, July 26, 1990; and the City's Human Rights Ordinance, as same may be amended. 5.3. Equal Benefits. The DBOM Firm certifies and represents that it shall comply with all applicable provisions of Section 2-373 of the City Code, as same may be amended from 50 time, with regard to equal benefits for domestic partners of employees. The failure to comply with this Section shall constitute a material event of default of this Agreement. 5.4. Compliance Reports. To demonstrate compliance with the foregoing, the DBOM Firm shall furnish, and shall-cause its Subcontractors to furnish, such reports and information and in such form and substance as may be reasonably requested by the City or any other governmental body or agency requesting the same. 5.5. Prevailing Wages. If specified as applicable to this Project in the RFP, the DBOM Firm shall comply with, and shall require all Subcontractors to comply with, Sections 31-27 through 31-30 of the City Code, as same may be amended from time to time, with regard to minimum hourly wage rates for all employees who provide services pursuant to this Agreement, as follows: a. The rate of wages and fringe benefit payments for all laborers, mechanics, and apprentices shall n`ot be less than those payments for similar skills in classifications of work in a like construction industry as determined by the Secretary of Labor and as published in the Federal Register. All mechanics, laborers, and apprentices, employed or working directly upon the site of the Work shall be paid in accordance with the above referenced wage rates. The DBOM Firm shall post notice of these provisions at the site of the Work in a prominent place where it can be easily seen by the workers. b. If the Parties cannot agree on the proper classification of a particular class of laborers or mechanics or apprentices to be used, the Parties shall submit the question, together with its recommendation, to the City Manager for final determination. c. In the event it is found by the City that any laborer or mechanic or apprentice employed by the DBOM Firm, or any Subcontractor directly on the site of the Work has been or is being paid at a rate of wages less than the rate of wages required by the ordinance, the City may by written notice to DBOM Firm terminate its right to proceed with the Work or such part of Work for which there has been a failure to pay said required wages; and (ii) prosecute the Work or portion thereof to completion by contract or otherwise. Whereupon, City and its sureties shall be liable to City for any excess costs occasioned to City thereby. d. The DBOM Firm shall maintain payrolls and basic records relating thereto during the course of the Work and shall preserve such for a period of three (3) years thereafter for all laborers, mechanics, and apprentices working at the site of the Work. Such records shall contain the name and address of each such employee; its current classification; rate of pay (including rates of contributions for, or costs assumed to provide, fringe benefits); daily and weekly number of hours worked; deductions made; and actual wages paid. e. The DBOM Firm shall be required to submit, with each requisition for payment, any signed and sworn statement of compliance with the prevailing wage rate ordinance, as may be required by the City. The DBOM Firm shall submit certified 51 payrolls for each requisition period. Certified payrolls should include employee name, address and social security number, labor classification, hours worked, hourly base rate, hourly fringe rate and hourly benefit rate f. The City may withhold or cause to be withheld from the DBOM Firm so much of the payments requisitioned as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and guards employed by the DBOM Firm or any Subcontractor on the Work, the full amount of wages required by the Contract Documents or terms of the applicable subcontract. g. If the DBOM Firm or any Subcontractor fails to pay any laborer, mechanic, or apprentice employed or working on the site of the Work all or part of the wages required by the Contract Documents or terms of the applicable subcontract, the City may, after written notice to DBOM Firm, take such action as may be necessary to cause suspension of any further payments or advances until such violations have ceased. ARTICLE 6 PROJECT SCHEDULE AND BREAKDOWN OF PROJECT COSTS 6.1. Project Schedule and Notices to Proceed. TIME IS OF THE ESSENCE THROUGHOUT THIS AGREEMENT. The DBOM Firm shall complete the planning, design, development, construction, completion, operation, and maintenance of the Work and the Project in accordance with the approved Project Schedule and within the Contract Time, which schedule defines major design and construction Milestones, System Acceptance, their sequences, Substantial Completion, and Final Contract Completion as determined from the date of the Notice to Proceed., The Parties hereto recognize and acknowledge that the Project Schedule has been established in order to meet the requirements of the Parties hereto for the design, development, construction, completion, operation, and maintenance of the Project and to coordinate the design, development, construction, completion, operation„and maintenance of the Project. The DBOM Firm shall be instructed to commence the Work by written instruction issued by the City in the form of one or more Notices to Proceed for the Design Phase(s), Construction Phase(s), and for the Operations and Maintenance Phase(s). a. Funding and Other Contingencies for Notices to Proceed As set forth more fully in Appendix "A” and Appendix "G", the City intends to award the Work in up to six separate phases, Phase 1 through Phase 6 (each, a"Phase"), via a separate Notice to Proceed for the design and construction Work for each Phase, and a separate Notice to Proceed for the Operations and Maintenance Work for each Phase. The issuance of any Notice to Proceed shall be further subject to and contingent upon a funding appropriation by the City Commission, at its sole discretion, and DBOM Firm's satisfaction of all of the foregoing conditions precedent to issuance of a Notice to Proceed to mobilize on 'the Project Site and commence with physical construction work, as set forth in this Article 6. The issuance of any Notice to Proceed for any Operations & Maintenance work shall commence with System Acceptance and be subject to and contingent upon a funding appropriation by the City 52 Commission, at its sole discretion, and DBOM Firm's satisfaction of all requirements relating to System Acceptance. The DBOM Firm shall have no entitlement under this Agreement to perform any Work for any Phase, unless a funding appropriation is made by the City Commission, at its sole discretion, and the Work authorized pursuant to a Notice to Proceed. DBOM Firm further acknowledges that the Operations and Maintenance Phase for Phase 1 through Phase 6, and the design and construction Work for Phase 3 through Phase 6, are currently unfunded and that award of any Work for Phase 3 through 6 (or any portion thereof) shall be subject to and contingent upon City Commission funding appropriation, at its sole and absolute discretion, and DBOM Firm further acknowledges that such funding may not be forthcoming. In the event the City does not appropriate the necessary funding for any Operations and Maintenance Phase or for the design and construction Work for Phase 3 through 6 (or any portion of any Phase thereof), the City shall notify DBOM Firm in writing, and City and DBOM Firm shall have or owe no further obligation to each other with respect to any such Phase. 6.2. Time For Completion. THE TIME FOR COMPLETION WILL BE ESTABLISHED IN THE NTP FOR EACH PHASE. SPECIFICALLY, THE DATE THE DBOM FIRM SHALL ACHIEVE SUBSTANTIAL COMPLETION OF THE WORK AND SHALL ACHIEVE FINAL CONTRACT COMPLETION, WITH THE PROJECT COMPLETED AND READY FOR SUBSTANTIAL PROGRESS PAYMENT IN ACCORDANCE WITH ARTICLE 8 WILL BE ESTABLISHED IN THE NTP FOR EACH PHASE. a. NTP. NTP will not be issued until the DBOM Firm's submission to City of all required documents and after execution of the Agreement by both Parties. However, the submission to City of all required documents and execution of the Agreement shall not automatically mandate any obligation of the City to issue NTP. The issuance of NTP shall be in the City's sole discretion. i. The DBOM Firm shall complete the Construction Phase and permitting based on the DBOM Firm provided schedule approved by the City. ii. All required performance testing, training, installation certification and acceptance by the City shall be performed prior to System Acceptance. b. The DBOM Firm shall submit to City all of the following items for City's review and approval: i. A proposed Project Schedule in compliance with the requirements of the Contract Documents; ii. A preliminary schedule of Shop Drawing submissions; iii. A payment milestone Schedule of Values(Appendix"H") in sufficient detail to serve as the basis for progress payments during the Construction Phase(s). Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. iv. Utility Coordination Schedule. The DBOM Firm shall meet with all utility owners and secure from them a schedule of utility relocation. City shall not be responsible for the nonperformance of utility relocation or any other 53 failure to cooperate or coordinate by the utility owners. Any efforts by the City to facilitate such coordination or cooperation by or with the utility owners shall be solely at the City's discretion and shall not in any way be construed or interpreted as the City's assumption of such obligation,which obligation shall, at all times, remain the full responsibility of the DBOM Firm. v. All permits required by authorities having jurisdiction, unless otherwise provided by the Contract Documents. vi. Identity and location of storage yard for storage of materials and equipment relating to the Project. c. The DBOM Firm shall not be entitled to compensation of any kind until issuance - of NTP. The DBOM Firm shall bear the responsibility for re-performing any Work, including design and permitting costs, should the respective regulatory agencies require changes thereto. The DBOM Firm expressly acknowledges and agrees that its pricing of the Work and the determination of the Contract Price were expressly based upon the DBOM Firm's assuming the foregoing cost risks of taking all steps that may be necessary to sequence and prosecute the Work as contemplated by the Project Schedule. 6.3. Schedule. The schedule, with updates approved by the City, shall be incorporated into this Agreement pursuant to an Amendment in substitution of the schedule attached as Appendix "G" hereto. a. Schedule. Submit to the City for acceptance a Critical Path Method (CPM) Schedule for, the project within thirty (30) calendar days after execution of the Contract or at the preconstruction conference, whichever is earlier. The Schedule shall include detailed schedule diagrams and schedule data as described below for the entire Contract Period. The Contract schedule shall be consistent with the Contract Maintenance of Traffic plan, showing activities for each discrete Contract activity to be accomplished within each Maintenance of Traffic phase. The DBOM Firm will include activities for deliverables and reviews in the schedule. Sufficient liaison shall be conductedand information provided to indicate coordination with utility owners having facilities within the project limits. The Schedule must reflect the utility adjustment-schedules included in the. Contract Documents, unless changed by mutual agreement of the utility company, the DBOM Firm and the City. The DBOM Firm shall incorporate such City review periods into its Schedule. If the City's reviews take longer than the periods set forth within the schedule, the DBOM Firm must immediately request an extension of time and comply with the notice and other requirements of Article 12. Time extensions for such delays shall not be automatic and must be requested in accordance with the Contract Documents. After award, but prior to the submission of the final "Base Line" Schedule, the 54 City's Project Coordinator and/or Contract Administrator and the DBOM Firm shall meet with all utility owners and secure from them a schedule of utility relocation; provided, however, that the City shall not be responsible for non- performance of utility relocation or any other failure to cooperate or coordinate by the utility owners. Any efforts by the City to facilitate such coordination or cooperation by or with the utility owners shall be solely at the City's discretion and shall not in any way be construed or interpreted as the City's assumption of such obligation, which obligation shall, at all times, remain the full responsibility of the DBOM Firm. Failure to include any element of work or any activity relating to utility work will not relieve the DBOM Firm from completing all work within the Contract Time at no additional time or cost to the City, notwithstanding the acceptance of'the schedule by the City. The Schedule may indicate a completion date in advance of the expiration of Contract Time. However, the City will not be liable in any way for the DBOM Firm's failure to complete the project prior to expiration of Contract Time. Any additional costs, including extended overhead incurred between the DBOM Firm's scheduled completion date and the expiration of Contract Time, shall be the responsibility of the DBOM Firm. The DBOM Firm shall not be entitled to claim or recover any such costs from the City. The DBOM Firm shall submit an update of the schedule with each application for payment. The City will withhold payments due for failure of the DBOM Firm to submit an acceptable schedule or monthly updates within the time frame described herein. b. Schedule Submissions: The DBOM Firm will develop the schedule in Precedence Diagram Method (PDM) format. All schedule submittals, shall have a copy of the schedule files on a Windows compatible CD or DVD attached. The files shall be in Primavera formats. The DBOM Firm shall use "Backup" menu selection and ensure that the option "Remove access list during backup" is checked. Each schedule submission and monthly update shall include a minimum of the following four items: i. A Critical Path Method (CPM) Network Diagram in time-scale logic diagram, by week starting on Monday, grouped (banded) by phase and location, and sorted by early start days. Prominently identify the critical path activities, defined as the longest continuous path of work activities. Submit the Network Diagram, printed in color on D size, 22 by 34 inch or E size, 34 by 44 inch paper. The network diagram shall contain, as a minimum, the following information for each schedule activity: identification, activity description, total duration, remaining duration, early start date, late finish date, and total float. 55 ii. A report with the following schedule activity information for each construction activity: identification, description, original duration, remaining duration, early start, early finish, total float, percent complete, and budgeted cost. The bar chart diagram shall not be included in this report. It will be submitted on 8.5 by 11 inch paper. iii. A schedule narrative report describing current project schedule status and identifying potential delays. This report will include a description of the progress made since the previous schedule submission and objectives for the upcoming thirty (30) calendar days. It will be submitted on 8.5 by 11 inch paper. This report shall at a minimum include the following information: 1. This report shall indicate if the project is on'schedule, ahead of schedule or behind schedule. If the project is ahead of schedule or behind schedule, the report shall include the specific number of calendar days. If the project is behind schedule, the report shall include a detailed recovery plan that will put the project back on schedule or include a properly supported request for Time Extension. 2. The report will describe the current critical path of the project and indicate if this has changed in the last 30 calendar days. Discuss current successes or problems that have affected either the critical path's length or have caused a shift in the critical path within the last thirty (30) calendar days. Identify specific activities, progress, or events that may reasonably be anticipated to impact the critical path within the next thirty (30) calendar days, either to affect its length or to shift it to an alternate path. 3. List all schedule logic or duration changes that have been made to the schedule since the previous,submission. For each change, describe the basis for the change and specifically identify the affected activities by identification number. 4. Identify any and all activities, either in progress or scheduled to occur within the following thirty (30) days that require City participation, ' review, approval, etc. iv. A copy of the schedule files on a Windows compatible CD or DVD in Primavera. The City will have thirty (30) days to accept the Schedule or to schedule a meeting, if needed within that time, with the DBOM Firm to resolve any problems that prevent acceptance of the schedule. Attend the meeting scheduled by the City, and submit a corrected schedule to the City within seven (7) days_after the meeting. The process will be continued until a Schedule is accepted by the City. Upon the City's acceptance of the Schedule, submit monthly updates of the Schedule reflecting progress through the monthly estimate cut-off date within seven (7) calendar days after the monthly estimate cut-off date. 6.4. NOT USED. 56 6.5. NOT USED. 6.6. NOT USED. 6.7. Computer-Generated Reports. As a condition to the DBOM Firm receiving each monthly or quarterly progress payment identified in Article 7, the DBOM Firm will submit to the City a report identifying the progress of the Work in comparison with the Schedule, which report shall be computer-generated. The report shall clearly delineate the critical path and shall reflect the current status of all float time in the Schedule. At a minimum the performance measures will be reported monthly. Appendix "E" provides more details on the required reports. 6.8. Contents of Reports. The computer-generated reports provided for in Section 6.7 above will consist of the following: a. Detailed Activities - Reports showing starting and completion floats; b. Detailed Critical Activity Report; c. Buyout Report of Long Lead Equipment and Contracts; d. A written report showing actions taken to correct any Schedule slippages; and e. A written report showing an updated Project Cash Flow Report. 6.9. Progress in ,Accordance with Schedule/Recovery Schedule. The Schedule and Substantial Completion Dates shall not be modified except by an Amendment to this Agreement. The DBOM Firm shall prosecute the Work, and shall cause all Design Consultant, Design Subconsultants, and Subcontractors to prosecute the Work, so that the delivery of the Project by the Substantial Completion Date(s) shall be in accordance with the approved Schedule. a. If the Work on any critical path item or activity delineated in the Schedule is_ delayed for a period which exceeds 5% of the days remaining until a completion deadline for an item in the Project Schedule(including delays for which the DBOM Firm may be entitled to a,time extension under Article 12), and it reasonably appears that the DBOM Firm will be unable to meet the deadlines of the Schedule, the City may notify the DBOM Firm of the same and, in such event, the DBOM Firm shall have the right to demonstrate DBOM Firm's proposed recovery plan to regain lost schedule progress and to achieve such progress in accordance with the Contract Documents ("Recovery Schedule"), after taking into account Excusable Delay (as hereinafter defined) and permitted extensions of the Project Schedule. b. The City shall notify the DBOM Firm within five (5) business days after receipt of each Recovery Schedule, whether the Recovery Schedule is deemed accepted or rejected. Within five (5) business days after City's rejection of any Recovery Schedule, the DBOM Firm will resubmit a revised Recovery Schedule incorporating City's comments. If the City accepts the DBOM Firm's Recovery Schedule, the DBOM Firm shall, within five (5) business days after City's acceptance, incorporate and fully include the Recovery Schedule into the Project Schedule and deliver same to City. 57 , c. If the DBOM Firm fails to provide an acceptable Recovery Schedule, as determined by City in its sole discretion, that demonstrates the DBOM Firm's approach to follow the Schedule, the City may, without prejudice to any other rights and remedies available to the City hereunder or otherwise,order the DBOM Firm to employ such extraordinary measures, including acceleration of the Work, and other measures, including substantially increasing manpower and/or necessary equipment, as may be necessary to bring the Work into conformity with the Schedule. 6.10. Substantial Completion. As a condition of Substantial Completion, all of the following must occur: a. All Work affecting the operability of the Project or safety has been completed in accordance with the Contract Documents; b. The Work may be operated within manufacturers' recommended limits, in compliance with Applicable Laws, and without damage to the Work or to the Project; c. The DBOM Firm has corrected all defects, deficiencies and/or discrepancies to the entire Work as identified by RPR and RPR confirms such corrections have been made in writing; d. When the DBOM Firm believes it has achieved Substantial Completion, the DBOM Firm shall request an inspection by the City and the RPR, and shall provide the City with evidence supporting its assessment of Substantial Completion, including any specific documents or information requested by the City to assist in its evaluation thereof. The DBOM Firm shall, prior to said inspection, develop its preliminary Punch List for input and comment by the City and the RPR. Once the preliminary Punch List is submitted to the City and RPR, the City and its representatives shall then schedule a walk-through of the Project with DBOM and the Design Consultant. Following the walk-through, the DBOM Firm shall develop and provide City with the list of all remaining items of Work to be completed or corrected, and which incorporates items and comments identified or provided by the City and RPR comments and is certified for completeness and accuracy by the Design Consultant ("Punch List"), provided, however, that failure to include any items on such Punch List does not alter the responsibility of the DBOM Firm to complete all Work in accordance with the Contract Documents; and e. With respect to any Project for which a permit is required from the City of Miami Beach's Public Works Department, in no event shall Substantial Completion occur prior to the final Miami-Dade County, Florida Department of Transportation, or any other agency acceptance thereof by the agencies having jurisdiction (including, without limitation, the City's Public Works Department). 6.11. Certificate of Substantial Completion. Any determination by the Design Consultant and the DBOM Firm of Substantial Completion shall not be binding on the City, and the ultimate 58 determination of Substantial Completion shall rest with the City and shall be evidenced by the City's executing and returning to the DBOM Firm its Certificate of Substantial Completion (or Notice of Partial Substantial Completion, as applicable). a. When the City, on the basis of an inspection, determines that the Work or designated portion thereof, is substantially complete, and when the DBOM Firm has complied with all other conditions precedent to Substantial Completion provided for in Section 6.10. and the other Contract Documents, the City will then prepare a Certificate of Substantial Completion which shall establish the Substantial Completion Date, shall state the responsibilities of the DBOM Firm, if any, for security, maintenance, heat, utilities, damage to the Work, and insurance, and the DBOM Firm shall complete the items listed in the Substantial Completion Punch List within sixty (60) days following the Substantial Completion Date. If the City issues a Certificate of Substantial Completion on the basis of partial completion of the Project, or upon the basis of a partial or temporary certificate of occupancy or certificate of completion, as applicable, City may include such additional conditions, as it deems appropriate to protect its interests pending substantial completion of the entire Project or issuance of a permanent certificate of occupancy or certificate of completion, as applicable. b. The City shall not unreasonably withhold or condition acceptance and execution of a Certificate of Substantial Completion (or a Notice of Partial Substantial Completion); provided, however, the Project shall not be deemed Substantially Complete and the City shall not execute a Certificate of Substantial Completion until all of the criteria for achieving Substantial Completion as identified in Section 6.10. and any other Contract Documents have been satisfied. 6.12. Partial Substantial Comoletiorl. Partial Substantial Completion of the Work shall occur when the City determines that a portion of the Work, as defined in the4Contract Documents and/or otherwise by logical boundaries, is-Substantially Complete in accordance with the Contract Documents. The City may (but shall not be obligated to) agree that a portion or component of the Work, acceptable to the City in its sole discretion, may be certified as Substantially Complete provided that: a. The requirements provided under Sections 6.10. and 6.11. above for issuance of a Certificate of Substantial Completion are complied with for the portion of the Work for which a Certificate of Partial Substantial Completion is being sought; b. Such portion and any and all appurtenances, utilities, transportation arteries and any other items required under the Contract Documents and necessary to serve that portion of the Work are sufficiently completed, a temporary certificate of completion or Certificate of Occupancy, as applicable, is issued for the portion of the Work for which a Certificate of Partial Substantial Completion is being sought and/or all conditions or jequirements of authorities having jurisdiction are complied with, to permit the City to utilize and occupy that portion for its intended • use in accordance with the Contract Documents without material interference from any incomplete or improperly completed items of Work; 59 c. The City is fully able to use and occupy the portion of the Work for the purposes intended and the DBOM Firm separates the portion of the Work which is Substantially Complete from non-complete-areas of the Project in order to prevent noise, dust and other construction disturbances which would materially interfere with the use of such portion for its intended use in accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying the Substantially Completed portion of the Work; and ' d. Partial Substantial Completion shall not constitute Final Contract Completion of the Work or Substantial Completion of the Project, nor shall it relieve the DBOM Firm of any responsibility for the correction of Work (whether or not included in portion of Work Substantially Complete) or for the performance of Work not complete at the time of Partial Substantial Completion. 6.13. Final Contract Completion. Final Contract Completion of the Project shall be deemed to have occurred if all the following have occurred: a. Substantial Completion of the entire Project has occurred; b. The Work can be used and operated in accordance with Applicable Laws and applicable permits; c. All equipment, spare parts, and special tools purchased by the DBOM Firm as part of Vendor supplies shall have been delivered to City and clear of all Liens; d. All items on the Substantial Completion Punch List shall have been completed by the DBOM Firm to City's satisfaction and all final inspections have been performed; e. The DBOM Firm has satisfied the additional conditions prescribed by the City in conjunction with a Certificate of Substantial Completion issued on the basis of Partial Substantial Completion of the Project, or a partial or temporary Certificate of Occupancy or Certificate of Completi'on, as applicable; f. The DBOM Firm has delivered evidence to the City that all permits have been satisfied and closed, and that a certificate of completion and/or certificate of occupancy (as applicable) has been issued by the authority having jurisdiction, and the Project or designated portion thereof is sufficiently complete in accordance with the Contract Documents,and can be used for its intended purpose for uninterrupted operation including, without limitation, acceptance if completed as-built if required by the agency having jurisdiction; g. The DBOM Firm shall have provided to City final releases and complete and unconditional waivers of liens for all Work performed by the DBOM Firm and each Subcontractor Supplier where the applicable contract price or purchase order value exceeds $10,000; h. The DBOM Firm shall have delivered to City a certification identifying all outstanding Claims (exclusive of any Liens or other such encumbrances which must have been discharged) of the DBOM Firm (and of its Subcontractors, 60 Suppliers and any other party against the DBOM Firm)with written documentation reasonably sufficient to support and/or provide detail to substantiate such Claims; i. Operational testing, whether by Subcontractor, Manufacturer, Supplier and/or the DBOM Firm:has been successfully completed; j. The DBOM Firm shall have made a written assignment to City of all warranties and guarantees which the DBOM Firm received from Subcontractors, Vendors, and Suppliers; k. The DBOM Firm shall have delivered to City a complete set of as-built documents and Project Records prepared in accordance with the Contract Documents; I. The DBOM Firm has delivered to City all other submittals required by the Contract Documents including, but not limited to, all installation instructions, operations and maintenance manuals for equipment furnished, by the DBOM Firm and all product data sheets for all materials furnished by the DBOM Firm; m. All rubbish and debris have been removed from the Project Site; n. All Construction aids, equipment and materials have been removed from the Project Site; o. The DBOM Firm has delivered to the City all executed warranties and guarantees required by the Contract Documents; and p. The DBOM Firm has drafted, received approval from City, and completed the Transition Plan detailing how the DBOM Firm will work with other service providers to ensure a seamless transition of Maintenance Services and ensure a continuous (24x7x365) system operation and functionality of all Project components. Final Contract Completion of the Work shall be achieved at the end of the operate and maintain period and with the completion of the Final Contract Completion Punch List. City shall deliver to the DBOM Firm a Certificate of Final Contract Completion as soon as practicable following declaration by City that Final Contract Completion has occurred. Final Contract Completion is a condition precedent to Final Progress Payment. 6.14. Liquidated Damages. a. The failure of the DBOM Firm to complete the Project by the System Acceptance by Phase (as such date may be extended in accordance with the terms of this Agreement) will deprive the City and the residents and visitors of the City of a valuable asset. Therefore, the DBOM Firm agrees that the DBOM Firm shall begin the Project in conformity with the provisions set forth herein and shall prosecute the same with all due diligence and adequate manpower, so as to timely achieve the Milestones (if any), System Acceptance of each project phase identified in the NTP (as such date may be extended in accordance with the terms of this Agreement). Failure to achieve System Acceptance, Substantial Completion, and/or Final Contract Completion, shall be cause for the City to 61 deduct from monies otherwise due the DBOM Firm the liquidated amounts as set forth below: i. System Acceptance. Upon failure of the DBOM Firm to achieve System Acceptance Completion of the Project within the time specified for system Acceptance within the NTP for each project phase, plus approved time extensions, City shall deduct from monies otherwise due the DBOM Firm a liquidated amount assessed daily until Substantial Completion of the Project, in the amount of $2,811 per day, commencing on the first day following the date the DBOM firm was to achieve Substantial Completion of the work, pursuant to the approved and updated Project Schedule. b. The DBOM Firm acknowledges and agrees that the foregoing Liquidated Damages amounts are not penalties and have been set based on an evaluation by City of damages to City and the public caused by the DBOM Firm's untimely performance. Such damages may include, without limitation, additional costs of administering this Agreement (including Project staff, legal, accounting, consultants, overhead and other administrative costs). The DBOM Firm and City have agreed to such Liquidated Damages in order to fix the DBOM Firm's costs and to avoid later disputes over which items are properly chargeable to the DBOM Firm as a consequence of the DBOM Firm's delays, in view of the Parties' recognition of the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay. By entering into this Agreement, the DBOM Firm acknowledges that the amounts established for Liquidated Damages are fair and commercially reasonable. Such Liquidated Damages shall apply separately to each Milestone containing the right to assess Liquidated Damages. c. Liquidated Damages shall be deducted from monies otherwise due the DBOM �4 Firm, whether or not the City terminates"the DBOM Firm for cause and whether or not Surety completes the Project after a Default by the DBOM Firm.The DBOM Firm further acknowledges and agrees that Liquidated Damages may be owed even though no Event of Default has occurred. d. Liquidated Damages shall apply solely to Claims arising from delay in timely achieving any Milestone for which the right to assess Liquidated Damages is specified, including, without limitation, Substantial Completion or Final Contract Completion, in accordance with the Contract Documents, for which the foregoing Liquidated Damages amounts are set, and are not intended to, and do not, - liquidate the DBOM Firm's liability under any other provision of this Agreement or for other events for which no liquidated damage amount is set. Liquidated Damages shall not liquidate the DBOM Firm's liability under the indemnification provisions of this Agreement. e. The DBOM Firm, in addition to reimbursing City for Liquidated Damages for untimely performance, shall reimburse City for all costs incurred by City to repair, restore, and/or complete the Work. All such costs shall be deducted from the 62 monies otherwise due the DBOM Firm for performance of Work under this Agreement by means of unilateral credit or deductive Change Orders issued by City. ARTICLE 7 THE DBOM FIRM'S COMPENSATION 7.1. Contract Price. In full consideration of the complete performance of the Work and all other obligations of the DBOM Firm under the Contract Documents and subject to the issuance of Notices to Proceed for Phases 1 through 6 as provided in Section 6.1, City agrees to pay the DBOM Firm the total GMP amount stipulated herein in the amount of Twenty-Five Million Dollars ($25,000,000) ("Total Contract Price"). The initial contract price for the design and construction of Phase 1 and.Phase 2 is$12,468,178 ("Initial Contract Price") Except for the Initial Contract Price (for Phase 1 and Phase 2), all Work for all other Phases shall be subject to a funding appropriation by the City Commission, at its sole and absolute discretion, as provided in Section 6.1. Unless such funding is identified by the City Commission, Contractor shall have no entitlement, and City shall have no obligation to Contractor, with respect to any Phase (other than the design and construction of Phase 1 and Phase 2). 7.2. Payments. The sum of all payment amounts for Work awarded-in all Notices to Proceed for the Project shall equal the Contract Price. The payments shall consist of fees for the Design Phase(s), the Construction Phase(s), and the Operations and Maintenance Phase(s) as described in the payment milestones Schedule of Values as included in Attachment H. The DBOM Firm shall submit an Application for Payment with appropriate back-up documentation in accordance with the requirements of Article 8. a. Construction Phase. The portion of the Contract Price allocated to Construction Phase Work for each Phase shall be paid based on the DBOM Firm's achievement of installed and accepted devices as indicated in the Schedule of Values identified in Appendix "H", or shall otherwise be paid in accordance with payment schedules approved by the Contract Administrator. The DBOM Firm shall submit an Application for Payment with appropriate back-up documentation in accordance with the requirements of Article 8. b. Operations_and Maintenance Phase. The DBOM Firm's fees for Operations and Maintenance for each Phase shall be subject to and contingent upon the DBOM Firm's satisfaction of all of the Performance Measures per the Operations and Maintenance Performance Measure Requirements and Goals (Updated February 2019). The Performance Measures points table attached as Appendix "A"sets forth a table for the identification of certain DBOM Firm's acts, omissions, breaches, or failures to perform its obligations under the Agreement ("Non- Compliance"), that will result in the assessment of non-compliance points ("Non- Compliance Points") and the cure period (if any) available to the DBOM Firm for each such Non-Compliance. The City reserves the right to modify performance measures at their sole discretion. Modifications to the performance measures following the execution of this agreement may be subject to a change order pursuant to Article 11. The Non-Compliance Points are a system to measure the 63 DBOM Firm's performance levels pursuant to this Agreement, and shall trigger the remedies and monetary deductions set forth in Appendix"A". The Non-Compliance Points table in Appendix "A" sets forth the number of Non- Compliance Points that the City may assess for each type of Non-Compliance specified therein. Each act, omission or breach that gives rise to an event of Non- Compliance in Appendix"A" shall be assessed Non-Compliance Points separately. To the extent that a single act, omission or breach of DBOM Firm's obligations under the Agreement gives rise to more than one event of Non-Compliance, such act, omission, or breach shall be deemed to be the event of Non-Compliance to which the greatest number of Non-Compliance Points applies. The Non-Compliance points assessed by the City shall be used to calculate the amount of the fees for Operations and Maintenance that the DBOM Firm has earned. For the avoidance of doubt,the DBOM Firm's Operations and Maintenance fee for each Phase constitutes a maximum not-to-exceed fee,the payment of which shall be subject to and contingent upon satisfying all Performance Measures. If City believes any Non-Compliance has occurred, City shall notify DBOM Firm, in writing by electronic means, identifying the Non-Compliance, the applicable cure period, if any, and the Non-Compliance Points to be assessed with respect thereto ("Non-Compliance Notice"). The DBOM Firm must then cure the Non-Compliance within the applicable cure period, which shall be deemed to start upon the date of • delivery of the Non-Compliance Notice to DBOM Firm. If DBOM Firm determines that it has completed a cure of any Non-Compliance, DBOM Firm shall deliver written notice to the City's Project Manager (by electronic means), stating that DBOM Firm has completed the cure, and briefly describing the cure. Thereafter, City shall inspect to verify completion of the cure and, if its inspection verifies completion of the cure, deliver to DBOM Firm a written notice of the cure. If the Non-Compliance is not fully and completely cured by the expiration of the applicable cure period, Non-Compliance Points shall be deemed assessed in accordance with the table set forth in Appendix"A",without further notice, and such Non-Compliance Points shall thereafter be used by the City to calculate (i.e., reduce)the fees for Operations and Maintenance due to DBOM Firm based on the formula set forth in Appendix "A", without prejudice to any other rights and remedies that may be available to the City under the Contract Documents for any Default, including, without limitation, termination of this Agreement for cause, in accordance with the Contract Documents. DBOM Firm hereby acknowledges and agrees that the monetary deductions set forth in Appendix "A" for Non-Compliance constitute reasonable liquidated damages in order to compensate City for the reduction in the quality of the services and of the Project associated with each such Non-Compliance with the performance requirements and standards contemplated in the Contract 64 Documents, and the increased costs to the City associated with monitoring and administering the Project. DBOM Firm acknowledges and agrees that such increased costs and loss of value and quality would be difficult and impracticable to otherwise measure and quantify, and that therefore such liquidated damages constitute an appropriate remedy for any Non-Compliance that is not cured within the applicable cure period. If DBOM Firm disputes the assessment of any Non-compliance Points, it must submit a Claim in accordance with the requirements of the Contract Documents. During the Operations and Maintenance Phase Work, the DBOM Firm shall submit an Application for Payment monthly with appropriate back-up documentation in accordance with the requirements of Article 8. 7.3. No Adjustments to the Contract Price during the Design Phase. As the Construction Documents will not be finished at the time the Contract Price is established, the DBOM Firm shall provide for in the Contract Price all development of the Construction Documents by the Design Consultant, consistent with the PSEMP and the Contract Documents and/or reasonably inferable therefrom. Such further development does not include Scope Changes pursuant to Article 11 which, along with any adjustment to the Contract Price as may be required, shall be incorporated by Change Order at the City's sole discretion. 7.4. No Compensation Prior to Notice to Proceed. Prior to the City's issuance of any Notice to Proceed, the DBOM Firm shall,not incur any cost to be reimbursed as part of the Project, except as the Contract Administrator may specifically authorize in writing. 7.5. City's Contingency. The City's Contingency is available at the sole discretion of the Contract Administrator to cover and/or defray additional expenses relative to design and construction of the Project not included in or reasonably inferable from the PSEMP or the DBOM Firm's scope of Work, or for additional changes or adjustments to Work items deemed desirable by the City to be included as part of the Contract Documents, or for additional costs expressly chargeable to the City or for which the City is responsible pursuant to the Contract Documents. a. The DBOM Firm shall have no entitlement whatsoever to any amounts in the City's Contingency, and City is under no obligation to assign any monies from the City's Contingency to the DBOM Firm. Use of funds from City's Contingency shall be approved in writing by the Contract Administrator or City Manager prior to the prosecution of the related Work. Failure to obtain such prior authorization in accordance with the Contract Documents shall be grounds for non-payment of any expenses incurred in connection with such unauthorized Work. b. Any unused amounts in the City's Contingency shall accrue solely to the City. The DBOM Firm shall have no entitlement what so ever to any unused Contingency amounts. 7.6. The DBOM Firm shall not be entitled to any compensation for the completion of all Work beyond the Contract Price stipulated herein, as may be adjusted pursuant to the Contract Documents. Costs which would cause the Contract Price to be exceeded shall be paid by the DBOM Firm without reimbursement by the City. 65 7.7. The total maximum contract amount shall be subject to such additions and deductions as may be provided in the Contract Documents. Retainage shall be withheld in accordance with the provisions of Article 8. Partial and final payments shall be made in accordance with the provisions of the Contract Documents. ARTICLE 8 APPLICATIONS FOR PAYMENT 8.1 Applications for Payment. The DBOM Firm shall deliver to the City on a monthly or quarterly basis, and review with the City in person in order to obtain the City's approval, itemized Applications for Payments (each, an "Application for Payment"). Each Application for Payment shall be submitted to the City and RPR immediately after the end of the expiration of the period. (i.e., the month) (herein each called a "Payment Period") covered by such Application for Payment. Payment during the Design Phase(s) will be based on the milestones as described in Article 7. Payment during the Construction Phase will be based upon percentage of Work completed for each item installed and accepted by the City in the approved payment milestones Schedule of Values in Attachment "H". Payments during the Operations and Maintenance Phase(s) shall be based on a maximum monthly or quarterly amount with a reduction applied based on Performance Measures as described in Section 7.2. Applications for Payment shall be in a form and substance reasonably satisfactory to the City. The requirements of this Article 8 shall take precedence and control over any conflicting requirements in the Project Specifications or other Contract Documents. a. Form of Application: Projected Payment Schedule. The DBOM Frim shall make each Application for Payment on a form approved by the City. The DBOM Firm shall provide at least three (3) hard copies of each Application for Payment, including supporting documentation, and one electronic copy in native and .pdf format. b. Supporting Documentation. Together with each Application for Payment, the DBOM Firm shall submit the progress report required by Section 3.11. to the City. Payment will be made on the basis of approved Applications for Payment certified by the DBOM Firm and recommended for payment by the RPR and/or the City and such supporting documentation as the City may reasonably require including, without limitation, any DBOM Firm and Subcontractor lien waivers/releases of claims and consents of surety releasing the City from any and all present or future liability for payment which accrued or may accrue against the City on account of the Work that is the subject of the Application for Payment (conditioned only on payment); provided, however, such lien waivers from Subcontractors need only cover the immediately preceding Application for Payment period. Such supporting documentation will include, but shall not necessarily be limited to, the following: i. The DBOM Firm's payroll records or certified copies thereof, pertinent to the Work for which payment is requested, if applicable to the Project pursuant to the terms of the RFP (i.e. to address federal grant requirements and the like). The DBOM Firm's payroll records shall contain the name, address and social security number of each 66 employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made and actual wages paid, with hourly base rate, hourly fringe rate and hourly benefit rate clearly indicated. ii. An updated progress schedule acceptable to City as required by Article 6 of this Agreement; iii. A list of Subcontractors that worked during the Application for Payment period; iv. A release of lien/claims from the DBOM Firm in favor of the City, and releases of Liens/Claims from each Subcontractor in favor of the DBOM Firm and the City, relative to the Work which was the subject of previous Applications for Payment v. A Consent of Surety relative to the Work which is the subject of the pending Application for Payment; vi. Aerials and photographs of the areas of Work for the period that is the subject of the pending Application for Payment, dated within its NATIVE DIGITAL/media format; vii. Verifiable evidence of updated as-built information for Work performed during the payment period in CAD format; viii. Documentation of Performance Measures and monthly achievement; and ix. Any other documentation requested by the Contract Administrator Project Coordinator RPR or any other City designee, to assist in the City's review of applications for payment, including, without limitation, cancelled checks for prior payment periods covered by prior Applications of payment if requested by Contract Administrator, Project Coordinator or any other City designee. Contract Administrator may elect to waive submission of any particular supporting document on a case-by-case basis if the DBOM Firm demonstrates extraordinary extenuating circumstances for being unable to provide the required documentation, and provided further that any such waiver in any specific instance shall not in any way constitute a waiver of the requirement to provide all supporting documentation in every other instance, including any other Application for Payment. c. Review Process. Pencil copy draft Applications for Payment shall be submitted to the DBOM Firm by Subcontractors and,Subconsultants on the 20th of each month. The DBOM Firm will review and have a draft pencil copy ready for City's and RPR's review and conduct each field walk ("Project Site Walk-through") with Design Consultant and/or RPR as soon as possible thereafter. City, RPR, and Design Consultant shall submit all final comments to the DBOM Firm after the Project Site Walk-through/pencil copy review. The DBOM Firm will then submit completed, certified and corrected final edits with all backup to the City or the City's agent (the RPR) no later than the first day of the following month. City acceptance of Applications for Payment will occur and will only be considered 67 effective after all of the following have been completed; i)Application for Payment is certified by the DBOM Firm; ii) Application for Payment is approved and/or certified by the RPR; iii) all releases of liens/claims are properly notarized and submitted to the City; iv) all required supporting documentation in accordance with Section 8.1.b. of this Agreement and as may be otherwise required by the other Contract Documents, is submitted; and v)comments provided by City, RPR, and Design Consultant from draft review are satisfactorily addressed. Applications for Payment shall be subject to final approval by the City. Failure to furnish supporting evidence for amounts invoiced shall result in a reduction of the amount otherwise due to the DBOM Firm. Incomplete Applications for Payment will not be processed. The DBOM Firm must submit an Application for Payment once each Payment Period, with the exception of Applications for Payment for release of retainage only, which the DBOM Firm must submit separately from Applications for Payment for Work performed during a Payment Period. 8.2. Right to Withhold Payments. Notwithstanding any provision hereof to the contrary, the City may withhold payments to the DBOM Firm in the following circumstances: a. In addition to the Performance Bond and Payment Bond and any other security or retainage then being held by the City, the City may withhold from any payment due or to become due to the DBOM Firm, amounts sufficient to reimburse the City for its expenditures incurred or that may be incurred on account of the DBOM Firm or to secure the following: i. correction or re-execution of Work which is defective or has not been performed in accordance with the Contract Documents and which the DBOM Firm has failed to correct in accordance with the terms of this Agreement or any other Contract Documents; ii. past due payments owed to Subcontractors for which City has not been provided an appropriate release of lien/claim (whether or not the Work in question is the subject of any dispute); iii. the City's remedies arising from any failure to perform the Contract Documents' requirements or uncured Default of this Agreement by the DBOM Firm; iv. damage to another contractor or third-party (including, without limitation, the property of any resident or business in the area surrounding the Project Site) which has not been remedied or, damage to City property which has not been remedied; v. liquidated damages and/or any other costs incurred by City for extended construction administration, to the extent permitted by the Contract Documents; vi. failure of the DBOM Firm to provide any and all documents required by the Contract Documents including, without limitation, the failure to maintain as-built drawings in a current and acceptable state; and vii. pending or imminent Claims of the City or others including, without limitation, Claims which are subject to the DBOM Firm's indemnity 68 obligation under Article 14 hereof, for which the DBOM Firm has not posted bonds or other additional security reasonably satisfactory to the City. Except as otherwise specifically provided in this Agreement, in no event shall any interest be due and payable by the City to the DBOM Firm or any other party on any of the sums retained by the City pursuant to any of the terms or provisions of any of the Contract Documents. 8.3. NOT USED. 8.4. Effect of Application. In presenting an Application for Payment to the City, the DBOM Firm warrants that: a. Title to the Work, including all materials and equipment, covered by such Application for Payment will pass to the City, free and clear of any and all liens, claims, security interests or other encumbrances (for purposes of this Article 8, hereinafter referred to as "Liens"), either by incorporation in construction or upon receipt of payment by the DBOM Firm, whichever occurs first, and such Work shall not give rise to any valid Claims against the Performance and Payment Bond furnished by the DBOM Firm. The DBOM Firm shall provide evidence demonstrating the above facts to the reasonable satisfaction of the City upon the City's request; b. No Work, or any materials or equipment constituting a portion of the Work, covered by such Application for Payment will have been acquired by the DBOM Firm, or any other person performing work at the Project Site or furnishing materials or equipment for the Project, subject to an agreement under which a Lien is retained by the seller or otherwise imposed by the DBOM Firm or such other person; c. The design and construction progress has progressed to the point indicated in the Application for Payment; the quality of the Work and any goods and materials covered by such Application for Payment are in accordance with the Contract Documents and Applicable Laws, codes, ordinances, rules and regulations of governmental authorities having jurisdiction over the Project; and the DBOM Firm is entitled to payment in the amount requested; and d. The DBOM Firm and its Design Consultant, Design Subconsultants, and Subcontractors of any tier are not in breach of applicable conflict of interest provisions of state law with respect to this Agreement and have not been debarred from bidding on work by the State or the City. 8.5. Payments to Design Consultant, Design Subconsultants, and Subcontractors. No Application for Payment shall include any request for payment of amounts that the DBOM Firm or the Design Consultant does not intend to pay to a Subcontractor, or Design Subconsultant because of a dispute or for any other reason. The DBOM Firm shall pay each Design Consultant, Design Subconsultant, and Subcontractor, except for payments already made directly by the DBOM Firm, promptly out of the amount paid to the DBOM Firm on account 69 of such Design Consultant, Design Subconsultants, and/or Subcontractor's work, goods and/or materials, the amount to which said Design Consultant, Design Subconsultant, and/or Subcontractor is entitled in accordance with the terms of the DBOM Firm's contract with such Design Consultant, Design Subconsultant, and/or Subcontractor. The DBOM Firm shall, in its agreement with each Design Consultant, Design Subconsultant, and Subcontractor, require each Design Consultant, Design Subconsultant, and Subcontractor to make payments to its Design Subconsultants and Sub-subcontractors in similar manner. The City shall have the right to withhold from payments to the DBOM Firm amounts that the City reasonably believes are owing to a Design Consultant, Design Subconsultant, and/or Subcontractor (from City's past payments) unless the DBOM Firm explains the circumstances of such nonpayment to the satisfaction of the City. Notwithstanding the foregoing, the City shall have no obligation to pay or to be responsible in any way for payment to any Design Consultant, Design Subconsultant, and/or Subcontractor. 8.6. Subcontractors' Rights/ No Mechanics' Liens. The rights of all persons supplying labor, materials and supplies, used directly or indirectly in the prosecution of the Work covered by the Contract Documents, are governed by the provisions of Section 255.05, Florida Statutes. Nothing in the Contract Documents shall be construed to confer any benefits or rights or to create any relationships whatsoever between the City and any Subcontractor, supplier, laborer or any other party except as same may be granted, conferred or created by Section 255.05 of the Florida Statutes. a. If any Subcontractor, supplier, materialman, or laborer, of any tier, or any other person files or provides notice of a Lien, demand or Claim relating to the Work, or any part thereof or any interest therein, or any improvements thereon, or against any monies due or to become due to the DBOM Firm on account of any Work, labor, services, materials, machinery, equipment or other items performed or furnished for or in connection with the Work, the DBOM Firm shall cause such Liens or Claims to be satisfied, released or discharged within thirty (30) days from the date of filing or notice thereof; provided, however, that the City may extend • the thirty (30) day period if the DBOM Firm demonstrates to the satisfaction of the City that such Lien or Claim cannot be so satisfied, released or discharged in such time period and that the DBOM Firm is proceeding diligently to cause such Liens or Claims to be satisfied, released or discharged. The City will withhold the amount of the Lien or Claim from payments to be made to the DBOM Firm, pending the satisfaction, release or discharge of the Lien or Claim, in accordance with all requirements of Florida law including, but not limited to, Sections 255.05 and 255.078, Florida Statutes. b. To the fullest extent permitted by law, the DBOM Firm shall defend, indemnify and hold the City harmless against any and all Liens Claims, suits, judgments, costs or expenses, including reasonable attorneys'fees (including those of its in- house attorneys and outside counsel) arising from, by reason of, or in connection with any such Liens, Claims, suits or judgments. The City shall have the right, at its sole option, to participate in the defense or resolution of any such Liens or Claims, suits or judgments, without relieving the DBOM Firm of its obligations 70 hereunder or waiving any rights and remedies the City may have in connection therewith. 8.7. Retainage. The City shall withhold from each progress payment relating to design and construction work made to the DBOM Firm retainage in the amount of ten percent(10%)of each , such payment until fifty percent(50%)of the Design and Construction Work has been completed and certified by the Design Consultant, RPR, and the City. The Work shall be considered 50% complete at the point at which the City'has expended 50% of the Design and Construction Contract Price together with all costs associated with existing Change Orders or other additions or Amendments to the construction Work provided for in this Agreement. There shall be no retainage withheld on Operations and Maintenance Phase payments. Thereafter, the City shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the DBOM Firm, until the beginning of the Operations and Maintenance Phase. Any reduction in retainage below five percent (5%) shall be at the sole discretion of the City after written request by DBOM Firm. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until System Acceptance of the Project. Any such request shall be made independently of and separately from any Application for Payment or other document required by the Contract Documents. Upon receipt by the DBOM Firm of a Certificate of System Acceptance, fully executed by the City establishing the System Acceptance Date, and after completion of all items required for System Acceptance and/or other incomplete Work, the DBOM Firm may submit a payment request for all remaining retainage. It shall be the City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to two times the total cost to complete such items. In the event that all or any of the items required for System Acceptance have not been completed on or before the System Acceptance Date, then City, in its sole discretion, may elect to complete some or all of such items and apply the retainage held with respect thereto towards the costs of completion thereof; provided, however, in the event that such retainage amounts are not sufficient to complete the remaining items, the DBOM Firm shall promptly pay to or reimburse the City for the amount of any deficiency. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the retainage amounts withheld upon the City's acceptance of the completion of the items for which they were withheld and, assuming that no other items or conditions have arisen with respect to the Work, including, without limitation, any defects or other noncompliance with the Contract Documents. 8.8. No Acceptance. No progress payment made by the City to the DBOM Firm shall constitute acceptance of any portion of the Work, any goods or materials provided under this Agreement or any portion thereof. No partial or entire use or occupancy of the Project by the City shall constitute an acceptance of any portion of the Work or the complete Project which is not in accordance with the Contract Documents. 8.9. Payment by the City. 71 a. Approval of Applications for Payment. The City shall use good faith reasonable efforts to approve or reject (specifying, in the event of rejection, the reasons therefor) each- of the DBOM Firm's certified Application for Payment within fourteen (14) days after receipt thereof, or within such period of time as may be otherwise permitted by Fla. Stat. 218.735. If reasons for rejection apply only to a portion of such Application for Payment, only such portion shall be rejected. An Application for Payment or portion thereof that has been approved by the City is herein referred to as an "Approved Application for Payment." b. Frequency of Payments. In accordance with Section 218.735 of Florida Statutes, the City shall make, subject to the terms and conditions of this Agreement, progress payments for Approved Applications for Payment, less Retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents (including, without limitation, withholding of payment pursuant to Article 8 and any other provisions of the Contract Documents), and shall use good faith reasonable efforts to make such payments within the twenty-five (25) days after the applicable certified Application for Payment is marked as received, in accordance with Section 218.74(1) of the Florida Statutes. c. No Diversion. The DBOM Firm agrees that monies received for the performance of this Agreement shall be used first for payment due for labor, material, and services for the Project and taxes thereon, and said monies shall not be diverted to satisfy obligations of the DBOM Firm on other contracts or accounts and/or in • any manner which may constitute a violation of Florida Statute 713.345. 8.10. Release of Subcontractor Retainage. If a Subcontractor has completed its portion of the Work (including all Substantial Completion Punch List items relating to the Subcontractor's portion of the Work) pursuant to any given Subcontract, the DBOM Firm may request the City to disburse the Retainage being held by the City in respect of such Subcontractor, after delivering to the City any necessary consent to such disbursement from any bond sureties in form reasonably satisfactory to the City. If the City is reasonably satisfied the Subcontractor's work has been completed in accordance with the Contract Documents and the City has received satisfactory final releases of lien with respect to the Subcontractor's work, the City may, at its sole discretion, disburse said portion of Retainage, provided that all other requirements of the Contract Documents are satisfied. Regardless of whether the City has disbursed said Retainage with respect to any Subcontractor, the twelve (12) month period referred to in Section 13.2. herein and as otherwise required by the Contract Documents shall not begin with respect to the portion of the Work performed by such Subcontractor until the Substantial Completion Date. 8.11. Maximum Reimbursement. Notwithstanding anything to the contrary set forth in the Contract Documents, in no event shall the DBOM Firm be entitled to reimbursement from the City with respect to the Work for any amount that exceeds the Contract Price. 8.12. Final Progress Payment/Final Contract Completion. At such time as all Work, including all Substantial Completion Punch List items, is complete in accordance with the Contract Documents and accepted by the City(except as provided in Section 13.2.),the DBOM 72 Firm may apply for the Final Progress Payment in accordance with this Section. Upon receipt of written notice from DBOM Firm that the Work is ready for final inspection and acceptance, Design Consultant. City and RPR shall, within ten (10) days, make an inspection thereof. If the Design Consultant and Contract Administrator find the Work acceptable, the requisite documents set forth below have been submitted, the requirements of the Contract Documents have been fully satisfied, and all conditions of the permitsand regulatory agencies have been met, a Final Certificate of Payment in the form.set forth in Appendix "I" hereto shall be issued by Design Consultant, evidenced by its signature, certifying under oath that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. The City will pay the remaining amount of money due the DBOM Firm under this Agreement, provided that the DBOM Firm has submitted the following to the City: a. Consent of any bond sureties to such payment, in a form reasonably satisfactory to the City; b. Any other documentation establishing and evidencing payment or satisfaction of obligations including, but not limited to, receipts, releases and final waivers of lien from the DBOM Firm and all Design Consultant, Design Subconsultants, and Subcontractors, to the extent and in such form as may be reasonably required by the City; c. Final bill of materials, if applicable, and final invoice; d. Any and all manufacturers' warranties, guarantees, maintenance instructions, catalogs and other similar documentation; all such warranties and guarantees shall be in the name of the City and run to the benefit of the City; and e. As required by the Contract Documents, a complete set of the "field-set" of drawings in .pdf format, final"as-built" drawings, as specified in Article 3 stamped, signed and sealed by a registered professional' and approved by the Design Consultant and the DBOM Firm, together with the compact disc of such drawings and the final "as-built" critical path method schedule referenced in said Article 3. 8.13. Waiver of Claims. The release by the City and acceptance of the'Final Progress Payment by the DBOM Firm shall operate as and shall be a release to the City from all present and future Claims or liabilities, of whatever kind or nature, arising under, relating to or in connection with this Agreement for anything done or furnished or relating to the Work or the Project, or from any act or omission of the City relating to or connected with the Contract Documents,the Work or the Project, except those Claims or liabilities, if any,for which the DBOM Firm has provided the City with written notice pursuant to and in strict compliance with Article 15 herein and containing a detailed reservation of rights that identifies the precise nature of the dispute, all facts in support of the DBOM Firm's Claim, the particular scope of Work giving rise to the Claim, and the amount and/or time sought in connection with the Claim. ARTICLE 9 PROTECTION OF PERSONS AND PROPERTY • 73 9.1. Project Site Safety. Notwithstanding anything contained to the contrary herein, as between the DBOM Firm and the City, the DBOM Firm has sole responsibility for safety throughout the term of this Agreement. The DBOM Firm shall be solely responsible for initiating, maintaining and providing supervision of safety precautions and programs in connection with the Work, and shall also comply with any and all insurance carrier-mandated safety requirements and programs. The Parties acknowledge and agree the DBOM Firm's responsibility for,review, monitoring and coordination of the safety programs of Subcontractors shall not extend to direct control over execution of Subcontractors'safety programs. Each Subcontractor shall remain the controlling employer with respect to its portion of the Work and shall be responsible for the safety programs and precautions applicable thereto as well as the activities of others' work in areas designated to be controlled by such Subcontractor. 9.2. Security. The DBOM Firm shall take any and all precautions that may be reasonably necessary to render all portions of the Work, the Project Site and any adjacent areas affected by the Work secure in every material respect, to decrease the likelihood of accidents from any cause, and to avoid vandalism and other contingencies which may delay the Work or give rise to any Claims or liabilities. The DBOM Firm shall furnish and install all necessary facilities to provide safe means of access to all points where Work is being performed. The DBOM Firm shall take all precautions and measures as may be reasonably necessary to secure the Work and Project Site at all hours, including evenings, holidays and non-work hours. Such precautions may include but not be limited to, provision of security guards, locked gates or fences and/or installation of security cameras. 9.3. Severe Weather. During such periods of time as are designated by the United States Weather Bureau as being a tropical storm watch or warning or a hurricane watch or warning, the DBOM Firm, at no cost to the City, shall take all precautions necessary to secure the Project Site in response to all threatened storm events, regardless of whether the City has given notice of same. Compliance with any specific tropical storm or hurricane watch or warning precautions will not constitute additional Work including, without limitation, physically securing and/or removing on-site materials or equipment which may pose a hazard if left in the Project Site during a severe weather event. 9.4. Prevention of Damage or Injury. The DBOM Firm shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury or loss to a) persons performing the Work and other persons who may be affected thereby; b) the Work and materials, fixtures and equipment to be incorporated therein; and c) other property used in connection with the Work, whether or not located at or adjacent to the Project Site. Only such materials and equipment as are reasonably necessary or appropriate for the Work under this Agreement shall be placed or stored at the Project Site. If gasoline,flammable oils or other highly combustible materials are to be stored at the Project Site, they shall be stored in safety containers and placed in clearly marked safe areas. 9.5. Jobsite Accidents. In case of a jobsite accident, the DBOM Firm shall immediately furnish the City with full data and all documents relative to such accident including, without limitation, any accident and/or incident report prepared in connection therewith. 9.6. Notices. In connection with the performance of.the Work, the DBOM Firm shall give 74 notices and comply with all Applicable Laws, ordinances, rules, regulations and orders of Federal, State and local governmental authorities bearing on or pertaining to the safety of persons and property and their protection from damage, injury or loss. 9.7. Damage to Property at Project Site. The DBOM Firm shall be liable for any and all damage or loss to property belonging to the City or others at the Project Site to the extent caused by the DBOM Firm, any Design Consultant, Design Subconsultant, Subcontractor, or anyone directly or indirectly employed by any of them, or anyone for whose acts they may otherwise be liable. The costs and expenses incurred by the DBOM Firm under this Section 9.7. shall not be reimbursable by City and shall be borne by DBOM Firm at its sole cost and expense. Nothing in the foregoing shall preclude the DBOM Firm from paying such costs and expenses out of any insurance proceeds received by the DBOM Firm under the policies of insurance maintained under this Agreement. 9.8. Damage to Others' Property. The DBOM Firm shall exercise due care and take all precautions during prosecution of the Work including, but not limited to, construction or excavation, to avoid damage, as a result of the DBOM Firm's and its Subcontractors' operations to existing sidewalks, curbs, streets, alleys, pavements, utilities, adjoining property, the work of Separate Contractors, and the property of the City and others. The DBOM Firm shall repair any damage thereto caused by the DBOM Firm or its Subcontractors' operations. DBOM Firm shall immediately report any damage caused to others' property to the Contract Administrator, provided, however, that the costs and expenses incurred by the DBOM Firm under this Section 9.8. shall not be reimbursable by City and shall be borne by DBOM Firm at its sole cost and expense. Nothing in the foregoing shall preclude the DBOM Firm from paying such costs and expenses out of any insurance proceeds received by the DBOM Firm under the policies of insurance maintained under this Agreement, provided that in no event shall the processing of any insurance claims in any way relieve, excuse or delay the DBOM Firm from remediating, repairing, and/or otherwise completing all Work in accordance with the requirements of the Contract Documents. In connection therewith, the City hereby waives all Claims against the DBOM Firm for loss or damage to any of the City's properties which currently adjoin the Project Site, but only to the extent of the City's actual recovery of property insurance proceeds from its property insurers. If the DBOM Firm fails to repair such damage, then after ten (10) days prior notice from the City to the DBOM Firm,the City shall be entitled to repair such damages occurring to its property with its own forces or other contractors and to deduct from payments due or to become due to the DBOM Firm amounts paid or incurred by the City, including overhead, in repairing such damages if, within the ten (10) day period after the City's delivery of such written notice to the DBOM Firm, the DBOM Firm has not commenced and diligently proceeded with any such repairs and/or completed such repairs if feasible within the ten (10) day period. 9.9. Utilities. The DBOM Firm shall be solely responsible for verifying location of utilities and for preserving all existing utilities within the Project Site limits and utilities otherwise affected by the DBOM Firm's Work, whether shown in the Contract Documents or not. If utility conflicts are encountered by the DBOM Firm during construction, the DBOM Firm shall re-design its proposed improvements, at its sole cost, to avoid utility conflicts, and/or provide sufficient notice to the owners of the utilities, and it shall be the sole responsibility of the DBOM Firm to resolve any conflicts and make all necessary adjustments, at no additional cost to the City. The DBOM 75 Firm shall not be entitled to rely on as accurate any information and/or documentation provided by the City which may identify locations of any utilities. The DBOM Firm shall independently confirm the location of all such utilities and any potential conflicts therewith. 9.10. Protection of the Work. The DBOM Firm shall protect the Work, including Work that is factory finished, during transportation, storage, during and after installation. Where applicable, and as required, the DBOM Firm shall close off spaces of areas where certain Work has been completed to protect it from any damage caused by others during their operations. The DBOM Firm shall store all materials related to the Work, and shall be responsible for and shall maintain partially or wholly finished Work through Substantial Completion of the Project. If any materials or part of the Work should be lost, damaged, or destroyed by any cause or means whatsoever, the DBOM Firm shall satisfactorily repair and replace the same at DBOM Firm's own cost. The DBOM Firm shall maintain suitable and sufficient-guards, if necessary, and barriers, and at night, suitable and sufficient lighting for the prevention of accidents and/or any damage to the Project Site and the Work. To all applicable areas where preparatory work activity is part of the Work, the DBOM Firm shall carefully examine surfaces over which finished Work is to be installed, laid or applied;before commencing with the Work. The DBOM Firm shall not proceed with said Work until defective surfaces on which Work is to be installed, laid or applied are corrected to the satisfaction of the Contract Administrator and/or RPR. Commencement of Work shall be considered acceptance by the DBOM Firm of surfaces and conditions. 9.11. No Interference. The DBOM Firm covenants and agrees that it shall at all times perform the Work, and cause all Subcontractors and representatives of DBOM Firm to perform the Work, so as to prevent interference with the residential areas•adjacent to or near the Project Site, business operations of the City, members of the public and employees and other parties associated with adjacent businesses and/or operations, including, without limitation prevention of, the following types of interference: (a)fumes, odors, dust, debris, noise, vibration and safety hazards; (b) obstructions of access and obstructions of traffic flow to or from any building, roadway, entryway, parking garage or parking lot in the vicinity of the Project Site, and (c) interruption in the availability and normal operation of water, sewer, electricity, gas, telephone, HVAC systems, computer systems and other utility services and systems relating to properties adjacent to and around the Project Site. The DBOM Firm must plan ahead in detail, schedule accurately,anticipate problems, and communicate clearly in writing to the City in a timely manner its plans and intentions clearly in writing to the City in a timely manner to avoid creating any of the types of interference described in this Section. If any such interference does occur, the DBOM Firm must act immediately to remedy the same. If any of the DBOM Firm's construction or other activities interferes with or otherwise disrupts the City's operations, the DBOM Firm shall, within one (1) hour of notice from the City, remedy or otherwise correct the cause of such interference or disruption. ARTICLE 10 BONDS AND INSURANCE 10.1. Project Insurance. The DBOM Firm shall furnish to Department of Procurement Management, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that it has obtained all insurance 76 coverage has been obtained which meets the requirements as described in Appendix"J" of this Agreement prior to commencing performance of the Work. At the request of the City,the DBOM Firm shall also provide copies of such insurance policies. 10.2. Performance Bond And Payment Bond. The DBOM Firm shall, within ten (10) business days of the Contract Date, furnish and deliver to the City a payment bond and a performance bond, in a form to be provided by the City, issued by sureties licensed and authorized to do business in the State of Florida, covering the faithful performance and completion of this Agreement, including the performance and completion of those services provided by Design Consultant, Design Subconsultants, and Subcontractors of any tier and covering the payment of all obligations arising hereunder including but not limited to,the payment for all materials used in the performance of this Agreement and for all labor and services performed under this Agreement (including materials, labor and/or services provided by Design Consultant, Design Subconsultants, and Subcontractors of any tier), whether by Subcontractors or otherwise. Each of the aforesaid bonds (collectively herein referred to as the "Performance Bond and Payment Bond") shall have a penal amount equal to the Contract Price, unless otherwise approved by the City and to the extent permitted by law. Each bond shall be increased in the amount of any change to the Contract Price. Each bond shall continue in effect for one (1) year after System Acceptance for each Phase of the Work. The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the requirements of Appendix"J" and the Performance Bond and Payment Bond shall each be in the form set forth in Appendix "K" hereof, or shall otherwise be acceptable to the City in its reasonable discretion. If any of the sureties on the Performance Bond and Payment Bond at any time fails to meet said requirements, or is deemed to be insufficient security for the penalty of said bond, then the City may, on giving thirty (30) days' notice thereof in writing, require the DBOM Firm to furnish a new and/or additional bond(s) in the above amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and as shall be satisfactory to the City. The DBOM Firm shall pay all costs of compliance with this Article 10 as part of the Contract Price. 10.3. Performance Bond for Operations and Maintenance Work. As a condition precedent to the issuance of any NTP for the Operations and Maintenance period for any Phase, and prior to the TMC becoming fully staffed and operational, the DBOM Firm shall, at a minimum, submit annually a Performance Bond and Payment Bond to cover the Operations and Maintenance period of this Contract.This Bond shall be in the amount of the estimated annual payment amount for the remaining years of the initial contract period, and shall be in a form approved by the City. The DBOM Firm will ensure that there is not a lapse in the coverage for the Performance Bond and Payment Bond for this project. All bonds shall be provided by a surety company authorized to do business in the State of Florida. Failure to provide'the Performance Bond and Payment Bond required herein shall constitute an Event of Default of the Contract. ARTICLE 11 CHANGES IN THE WORK 11.1. Contract Amendments. The City, without invalidating this Agreement, may order changes in the Work within the general scope of the Contract Documents consisting of additions, 77 deletions or other revisions, with the Contract Price and the Contract Time being adjusted accordingly. Amendments to the Contract Documents may be issued by the City on its own initiative or in response to a proposal by the DBOM Firm for the Work. a. Changes in the Work may be accomplished after execution of this Agreement, and without invalidating this Agreement, by Change Order or Change Directive. A Change Order shall be based upon agreement between the City and the DBOM Firm. Changes-in the Work shall be performed under applicable provisions of the Contract Documents, and the DBOM Firm shall proceed promptly, unless otherwise provided in the Change Order or Change Directive. b. If City requests a change in the Work, it shall submit a change request to the DBOM Firm, in writing. Within seven (7) days of its receipt of any such request from the City, the DBOM Firm shall submit a detailed proposal to the City stating (i) the proposed increase or decrease, if any, in the Contract Price which would result from such a change,'(ii) the effect, if any, upon the Contract Time and/or achievement of any Milestone by reason of such proposed change, and (iii) all supporting data and documentation, including any requested by the City in its change request. c. If the DBOM Firm proposes an increase or decrease in the Contract Price, such proposal must be accompanied by a detailed cost breakdown in relation to the. Project Budget and sufficient substantiating data to permit evaluation by the City. If the DBOM Firm does submit a proposal within the preceding seven (7) day time period, the City shall, within thirty (30) days following its receipt of such proposal, notify the DBOM Firm as to whether the City agrees with such proposal and wishes to accept the DBOM Firm's proposal. d. In the event the City agrees to accept the DBOM Firm's proposal in relation to the City's request for a change in the Work,the Parties shall execute a Change Order, stating their agreement upon all of the following: (i) in the scope of the change in the Work; (ii) the amount of the adjustment in the Contract Price, if any; and (iii) the extent of the adjustment in the Substantial Completion Date and/or Milestone, if any. In addition to the circumstances described above, the Parties may enter into a Change Order to the extent otherwise expressly provided in this Agreement. The increase or decrease in the Contract Price resulting from a change in the Work shall be determined in one or more of the following ways: i. by mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation by the Contract Administrator and RPR; or ii. by time and materials cost and a mutually acceptable fixed or percentage fee for the DBOM Firm. The DBOM Firm expressly acknowledges and agrees that it has sufficiently calculated and incorporated any and/or all overhead and profit into its cost proposal using any of the aforementioned methodologies. 78 e. If none of the methods set forth above are agreed upon, the City may either (i) notify the DBOM Firm that the City has decided not to proceed with the requested change; or (ii) issue a Change Order for the maximum amount and time agreed to by the City, with the difference subject to a reservation of rights by the DBOM Firm. The cost of such Work shall then be determined on the basis of the reasonable expenditures and savings of those performing the Work attributed to the change, including a reasonable overhead and profit in accordance with this Article 11. The Project Coordinator, with the input of the Design Consultant and/or RPR, will establish an estimated cost of the Work and the DBOM Firm shall not perform any Work whose cost exceeds that estimate without prior written approval by the City. In such case, and also under Section 11.1.d. above, the DBOM Firm shall keep and present, in such form,as the City may prescribe, an itemized accounting together with appropriate supporting data of the increase in the Contract Price as outlined in Article 7. In such event, the DBOM Firm shall promptly proceed with the Work involved. f. If the City elects not to proceed with a change after reviewing the DBOM Firm's proposal submitted in response to a change request by the City, the DBOM Firm shall be reimbursed for costs reasonably incurred by it for design services or preparing proposed revisions to the Contract Documents in connection with such change request by only under the following circumstances: (i) such change is a material and substantial deviation from the scope of the Work and is not contemplated by or reasonably inferable from the Contract Documents; and (ii) the DBOM Firm received written approval from the City in advance of incurring such design costs and the City approved the specific amount of design costs being sought for reimbursement, at the rates the City customarily pays for comparable design services. If the preceding conditions are satisfied, the DBOM Firm shall be reimbursed for the specific design costs, as approved by the City for design services or preparing approved revisions to the Contract Documents at the rates the City customarily pays for comparable design services. In furtherance thereof, such rates must be set forth in documentation to be submitted and approved by the City in its reasonable discretion. g. Notwithstanding any other provision of the Contract Documents to the contrary, the DBOM Firm acknowledges and agrees that after the Contract Price has been established, no Change Order shall be approved for any matters referenced in Sections 3.12.a. through 3.12.g., and 3.25.a: through 3.25.b., including all subparts thereto. h. The DBOM Firm shall furnish to the City all supporting documentation evidencing all of its proposed expenditures, demonstrating that the costs are necessary for the completion of the Project, and the reasons the amounts should be payable by the City. If the DBOM Firm disagrees with City's decision to deny a request for a Change Order and/or to utilize the City's Contingency, any such dispute may be resolved in accordance with the dispute resolution procedures set forth in Article 15. 79 11.2. Change Directives. The Contract Administrator or RPR shall have the right to approve and issue Change Directives setting forth written interpretations of the intent of the PSEMP or the Contract Documents (other than the Construction Documents) to the DBOM Firm and ordering minor changes in execution of the Work, provided the Change Directive involves no change in the Contract Price or the Contract Time. 11.3. No DBOM Firm Changes. The DBOM Firm shall not initiate changes in the scope of the Work; it being acknowledged and agreed by the DBOM Firm that the Work can be successfully completed within the Contract Price and by the System Acceptance Date. 11.4. Claims Regarding Scope Changes. A"Scope Change" shall mean a material change in the Work which either (i) is not reasonably inferable from the Construction Documents and other Contract Documents, or (ii) is a substantial increase or decrease in the Work arising from any changes required to the Construction Documents by agencies having jurisdiction and which were not reasonably foreseeable. The DBOM Firm acknowledges and agrees that increases or decreases in the Work arising from (i) any matters implicating or covered by Sections 3.12.a. through 3.12.g., and Sections 3.25.a. through 3.25.b. including all subparts thereto, or (ii) gaps between Subcontractors' bids, shall not constitute a Scope Change unless the DBOM Firm can demonstrate that such Work was not reasonably inferable from the Construction Documents and other Contract Documents. a. If the DBOM Firm believes that any direction, action, comment or approval by the City or Design Consultant gives rise to or constitutes a Scope Change for which a Change Order may be required, but for which a Change Order has not yet been issued, the DBOM Firm must submit notice to the City within ten (10) days,of such direction, action, comment or approval which it believes constitutes a Scope Change that may require a Change Order, which shall constitute a Claim. b. Any such notice shall include the DBOM Firm's good faith estimate as to the cost and schedule impact to the DBOM Firm resulting from the direction, action, comment or approval. The DBOM Firm must submit, in accordance with Article 15 of this Agreement, a final Claim to the City within thirty (30) days of such direction, action, comment or approval, which Claim shall include the actual cost (including a detailed cost breakdown in relation to the Project Budget and sufficient substantiating data to permit evaluation by the City) and schedule impact to the DBOM Firm resulting from the direction, action, comment or approval. c. Such notice and final Claim are conditions precedent to any cost or schedule adjustment on the basis of such Claim and, if the DBOM Firm does not submit such a notice within such ten (10) day period and a final Claim within such thirty (30) day period,the DBOM Firm shall be deemed to have waived its right to make such Claim in the future. If the DBOM Firm follows the preceding notice and Claim procedures and the City agrees with the Claim, the Parties shall execute a Change Order implementing the changes requested in the Claim. If the City does not agree with such a Claim, the Parties shall resolve their disagreement is accordance with Section 15 of this Agreement. 80 • 11.5. Waiver of Claims. By executing a Change Order, the DBOM Firm thereafter waives all Claims and the right to assert any further Claim for an increase in the Contract Price or an extension in the System Acceptance Date(s), Substantial Completion Date(s) or other Milestone or overall Contract Time based on the Work that is the subject of such Change Order; it being acknowledged and agreed by the DBOM Firm that any such Change Order shall completely address any schedule or cost impact associated with the subject matter of the Claim. 11.6. Cost and Schedule. Notwithstanding anything to the contrary contained in this Agreement,the Contract Price, System Acceptance Date(s),the Substantial Completion Date(s), and any Milestone may only be adjusted by Change Order. ARTICLE 12 NO DAMAGES FOR DELAY; EXTENSIONS TO THE CONTRACT TIME 12.1. No Damages for Delay. a. No Damages for Delay. NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS including, without limitation, any Claim for an increase in the Contract Price, or payment,or compensation to the DBOM Firm (or its Design Consultant, Design Subconsultants, and Subcontractors) of any kind for direct, indirect, consequential, impact, or other costs, expenses, lost profits, compensation, reimbursement or damages including, but not limited to, costs of acceleration or inefficiency arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference, or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable, and irrespective of whether such delay constitutes an Excusable ,Delay and irrespective of whether such delay results in an extension of the Contract Time; provided, however, the DBOM Firm's hindrances or delays are not due(solely to fraud, bad faith or willful or intentional interference by the City in the performance of the Work, and then only where such acts continue after the DBOM Firm's written notice to the City of such alleged interference. b. The DBOM Firm acknowledges and agrees that Excusable Delay shall not be deemed to constitute willful or intentional interference with the DBOM Firm's performance of the Work without clear and convincing proof that they were the result of a deliberate act, without any reasonable and good-faith basis, and were specifically intended to disrupt the DBOM Firm's performance of the Work. The City's attempts to facilitate or assist the DBOM Firm in performance of the Work shall in no way be construed, interpreted and/or be deemed to constitute willful or intentional interference with the DBOM Firm's performance of the Work. c. Except as provided herein, the DBOM Firm hereby waives all other remedies at law or in equity that it might otherwise have against the City on account of any Excusable Delay and any and all other events that may, from time to time, delay the DBOM Firm-in the performance of the Work. The DBOM Firm acknowledges 81 and agrees that, except as specified herein, all delays or events and their potential impacts on the performance by the DBOM Firm are specifically contemplated and acknowledged by the Parties in entering into this Agreement and that the DBOM Firm's pricing of the Work and the determination of the Contract Price shall be expressly based on the DBOM Firm's assumption of the risks thereof, and the DBOM Firm hereby waives any and all Claims it might have for any of the foregoing losses, costs, damages and expenses. 12.2. Extensions to the Contract Time. a. Excusable Delays. The DBOM Firm's sole remedy for Excusable Delay is an extension of the Contract Time for each day of critical path delay, but only if the pre-requisites and notice requirements of Section 12.4. below have been timely and properly satisfied. An Excusable Delay is one that (i) directly impacts critical path activity delineated in the Project Schedule and extends the time for completion of the Work; (ii) could not reasonably have been mitigated by the DBOM Firm', including by re-sequencing, reallocating, redeploying and/or increasing the amount of its forces to other portions of the Work; and (iii) is caused by Force Majeure (as defined in Section 12.2.c. below) or other circumstances beyond the control and due to no fault of the DBOM Firm or its Subcontractors, material, persons, Suppliers, or Vendors ("Excusable Delay"). If two or more separate events of Excusable Delay are concurrent with each other, the DBOM Firm shall only be entitled to an extension of time for each day of such concurrent critical path delay, and the DBOM Firm shall not be entitled to double recovery thereon. For illustration purposes only, if two (2) events of Excusable Delay are concurrent for two (2) days, the DBOM shall only receive a time extension of a total of two (2) days, and not four (4) days. b. Inclement weather may be grounds for an Excusable Delay when rains or other inclement weather conditions result in the DBOM Firm being unable to work at least fifty percent (50%) of the normal work shift on controlling items of Work identified on the accepted updated progress schedule submitted pursuant to Article 3 of this Agreement. Time extensions for weather delays shall not be automatic and must be requested in accordance with the notice and other requirements of Article 12 hereof. No time extension for weather-related delays will be permitted until the DBOM Firm demonstrates that the total number of days in any given month by which.the DBOM Firm has been delayed due to adverse weather conditions in accordance with this Section exceeds the number of days corresponding with each month below, as follows: Month: JAN. FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC Days: 06 06 06 06 10 15 16 17 17 13 08 06 Time extensions in any given month shall only be allowable for adverse weather days in excess of the days corresponding for each respective month as set forth above. 82 c. A Force Majeure event may be grounds for an Excusable Delay. A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of a Party's obligations under the Contract Documents, and (ii) is beyond the reasonable control of the Party incurring the delay, and (iii) is not due to an intentional act, error, omission, or negligence of such Party, and (iv) could not have reasonably been foreseen and prepared for by such Party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, floods, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, failure of equipment supplied by the DBOM Firm, receipt of and incorporation of defective materials into the Work, failure of Suppliers to deliver equipment and materials except where such failure is itself the result, of a Force Majeure event, or failure of the DBOM Firm to secure the required permits for prosecution of the Work. i. If the DBOM Firm's performance of its obligation under the Contract Documents is prevented or delayed by an event believed by the DBOM Firm to be Force Majeure,the DBOM Firm shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case exceeding the time period set forth in Section 12.4., provide, written Notice to the City, (i) of the occurrence of the delay, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Work, (vi) of the anticipated period of the delay, and (v) of what course of action the DBOM Firm plans to take in order to mitigate the detrimental effects of the event. The DBOM Firm's timely delivery to City of the Notice of the occurrence of a Force Majeure event is a strict condition precedent to allowance of an extension of time under this Section; however, receipt of such Notice by City shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure. The burden of proof of the occurrence of a Force Majeure event shall be on the DBOM Firm. Failure to give such Notice promptly within such time limit and/or without the information required as set forth herein may be deemed sufficient reason for denial by City of any extension of time. ii. If in the opinion of City the event was a Force Majeure event, the DBOM Firm shall be entitled to such extension of time for completing the Project as, in the opinion of City, is reasonable and equitable. iii. The suspension of the DBOM Firm's performance of the Work due to a Force Majeure event shall be of no greater scope and no longer in duration than is absolutely required. The DBOM Firm shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing 83 performance and otherwise to remedy its inability to perform the Work to the extent its inability to perform is the direct result of the Force Majeure event. iv. The DBOM Firm's obligations that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. d. If an event of delay satisfying all requirements herein to constitute Excusable Delay directly arises from an act or omission of the City relating to its obligations under the Contract Documents, no such act or omission shall be deemed an Excusable Delay unless and until the DBOM Firm,shall have first provided the City with written notice setting forth a description of the specific acts or omissions adversely affecting the progress of the Work and the City shall have failed, within ten (10) business days after receipt of such written notice, to have responded in any way to the written Notice, (whether agreeing or disputing the DBOM Firm's claimed event of delay) or commenced to address or correct the act or omission described in the DBOM Firm's notice; and provided further, if the City fails to correct such act or omission, the period of any such Excusable Delay shall be deemed to have commenced on the date the City received the aforesaid written notice from the DBOM Firm. e. Any extension of time for Excusable Delay will depend upon the extent to which the delay affects the Project Schedule and will only extend the scheduled dates for the items of theVork so delayed and shall be net of any available "float" time included in the Project Schedule or Construction Schedule. Scheduled dates for other portions of the Work not so delayed will remain unchanged. Delays which do not affect the Critical Path of the Project Schedule will not entitle the DBOM Firm to an extension of time regardless of whether they may otherwise satisfy the other requirements for an Excusable Delay. f. The DBOM Firm's sole remedy for the occurrence of Excusable Delays shall be an extension of time for the activities on the Project Schedule, in accordance with Section 12.2.a. In lieu of providing a time extension for an Excusable Delay, subject to City's approval at its sole discretion, City and the DBOM Firm may agree for the DBOM Firm to work on approved evening or Saturday shifts. However, nothing contained herein, shall require the City to agree or permit the DBOM Firm to work on any evening and/or Saturday shifts and the failure to grant such permission shall not, in any way, excuse the DBOM Firm from timely performing the Work in accordance with the approved Project Schedule. 12.3 Inexcusable Delays. "Inexcusable Delay" shall mean any delays not included within the definition of Excusable Delay as set forth above including,without limitation, any delay which 84 extends the completion of the Work or portion of the Work beyond the time specified in the Project Schedule including, without limitation, the System Acceptance Date(s), the Substantial Completion Date(s)and any Milestone and which is caused by the act,fault, inaction or omission of the DBOM Firm or any Design Consultant, Design Subconsultant, Subcontractor, Supplier or other party for whom.the DBOM Firm is responsible; any delay that could have been limited or avoided by the DBOM Firm's timely notice to the City of such delay; or any delay in obtaining licenses, permits or inspections that are the responsibility of the DBOM Firm or its Design Consultant, Design Subconsultant, Subcontractors, Suppliers or any other party for whom the DBOM Firm is responsible. An Inexcusable Delay shall not be cause for granting an extension of time to complete any Work or any compensation whatsoever, and shall subject the DBOM Firm to damages in accordance with the Contract Documents. In no event shall the DBOM Firm be excused for interim delays which do not extend the Project Schedule, including the Substantial Completion Date, or any Milestones. 12.4. Prerequisites and Notice Requirements for Extensions of Time. Except as provided in Article 11 with respect to Changes in the Work, an extension of the Contract Time will only be granted by the City under the following circumstances: (i) if a delay occurs as a result of an Excusable Delay, and (ii) the DBOM has complied with each of the following requirements below to the reasonable satisfaction of the City: a. The DBOM Firm shall provide written notice to the City of any event of,delay or potential delay within two (2) business days of the commencement of the event giving rise to the request. The DBOM Firm, within ten (10) days of the date upon which the DBOM Firm has knowledge of the delay, shall notify the City, in writing, of the cause of the delay, stating the approximate number of days the DBOM Firm expects to be delayed, and must make a request for an extension of time, if applicable, to the City, in writing, within ten (10) days after the cessation of the event causing the delay, specifying the number of days the DBOM Firm believes that its activities were in fact delayed by the cause(s) described in its initial notice. b. The DBOM Firm must show to the reasonable satisfaction of the City that the activity claimed to have been delayed was in fact delayed by the stated cause of delay', that the critical path of the Work was materially affected by the delay, that the delay in such activity was not concurrent with any Inexcusable Delay, and that the delay in such activity will result in a delay of the Substantial Completion Date in the Project Schedule or any other Milestone. c. The initial notice provided by the DBOM Firm under Section 12.4.a. above shall. provide an estimated number of days the DBOM Firm believes it will be delayed and describe the efforts of the DBOM Firm that have been or are going to be undertaken to overcome or remove the Excusable Delay and to minimize the potential adverse effect on the cost and time for performance of the Work resulting from such Excusable Delay. The mere written notice of an event of delay or potential delay, without all of the aforementioned required information, is insufficient and will not toll the time period in which the DBOM Firm must provide proper written notice under this Article. 85 d. The DBOM Firm's strict compliance with this Section is a condition precedent to receipt of an extension of the Contract Time. Failure of the DBOM Firm to comply with all requirements as to any particular event of delay, including the requirements of this Section, shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any entitlement to an extension of time and all Claims resulting from that particular event of Project delay. Once the Parties have mutually agreed as to the adjustment in the Contract Time due to an Excusable Delay if any, they shall enter into a Change Order documenting the same. e. If the City and the DBOM Firm cannot resolve a request for time extension made properly and timely under this Section within sixty (60) days following submission, the DBOM Firm may re-submit the request as a Claim in accordance with the procedures set forth in Article 15 of this Agreement. f. The DBOM Firm's Duty. Notwithstanding the provisions of this Agreement allowing the DBOM Firm to claim delay due to Excusable Delay, whenever an Excusable Delay shall occur, the DBOM Firm shall use all reasonable efforts to overcome or remove any such, Excusable Delay, and shall provide the City with written notice of the DBOM Firm's recommendations on how best to minimize any adverse effect on the time for performing the Work resulting from such Excusable Delay. In furtherance of the foregoing, whenever there shall be any Excusable Delay, the DBOM Firm shall use all reasonable efforts to adjust the Project scheduling and the sequencing and timing of the performance of the Work in a manner that will avoid, to the extent reasonably practicable, any Excusable Delay giving rise to an actual extension in the time for performance of the Work. ARTICLE 13 CORRECTION OF WORK 13.1. Correction of Work Prior to Completion. Prior to the System Acceptance Date(s),the DBOM Firm shall, at the earliest practical opportunity, correct Work (including any drawings, plans, specifications, items of construction or fabrication, or any other product constituting a part of or component of the Work) (i) which the City, RPR and/or Design Consultant-reasonably rejects as defective or nonconforming to the Contract Documents(whether arising from a design or construction defect, error, omission or deficiency) in a written notice delivered to the DBOM Firm at any time, or(ii)which is otherwise known by the DBOM Firm or any Design Consultant, Design Subconsultant, Subcontractor or Supplier to be defective or nonconforming to the Contract Documents. If other portions of the Work are adversely affected by, or are damaged by, such defective Work,the DBOM Firm shall, at the earliest practical opportunity, correct, repair or replace such affected or damaged Work as well as any other property of the City damaged by such defective or nonconforming Work, whether or not such Work is fabricated, installed or completed. The cost of correcting any such Work shall not be reimbursable by the City and shall be borne by the DBOM Firm at its sole cost and expense. Nothing in the foregoing shall preclude the DBOM Firm from paying such costs and expenses from any.insurance proceedsreceivedby the DBOM Firm under the insurance maintained under this Agreement. 13.2. Correction of Work after Substantial Completion. For a period of twelve (12) months 86 from the System Acceptance Date(s), the DBOM Firm shall, promptly after receipt of notice from the City, and at its sole cost and expense, including the cost and expense of additional architectural, engineering and other professional services and inspection and testing services, re-execute, correct, repair and replace all Work found to be defective or nonconforming to the Contract Documents (whether arising from a design or construction defect, error, omission or deficiency) and,all portions of the Work adversely affected by or damaged by such defective or nonconforming Work and all other property of the City which is damaged by such defective or nonconforming Work. The Parties understand and agree that the preceding language shall in no way limit the City's right or ability to recover from the DBOM Firm for defective or nonconforming , Work, or errors or omissions, to the extent such defective or non-conforming Work, errors or omissions constitute a breach of the Contract Documents, or otherwise constitutes the negligent performance of the Work or the obligations of the DBOM Firm hereunder. The DBOM Firm shall use its best efforts to remedy any of the foregoing matters so as to minimize revenue loss,to the City and to avoid disruption of the City's operations at, or adjacent to,the Project Site.The DBOM Firm shall initiate and diligently pursue corrective action within seven (7) days after receipt of notice from the City, unless such matters involve life safety issues, in which case the DBOM Firm shall immediately initiate all corrective actions asmay be necessary. All such corrective work must be completed within thirty (30) days of receipt of notice from the City. In the event of a reoccurrence of defective or nonconforming Work,the City may require replacement of the Work, at the DBOM Firm's sole cost and expense, if any prior correction action was insufficient. If the DBOM Firm undertakes any corrective action to repair or replace any defective or nonconforming Work, and such Work is subsequently found to be defective or nonconforming, the City may undertake the repair and.perform the Work at the DBOM Firm's sole cost and expense. 13.3. No Limitation. Nothing contained in Section 13.2 of this Agreement shall be construed to establish a period of limitation with respect to other obligations of the DBOM Firm under the Contract Documents, nor shall any such provisions be construed to establish a period of limitation with respect to the City's rights and remedies in the event of the discovery of any defects in the Work whether or not such defects are discussed before the System Acceptance Date(s). The preceding Section 13.2 relates only to the specific obligation of the DBOM Firm to personally correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced against the DBOM Firm, nor to the time within which proceedings may be commenced to establish the DBOM Firm's liability with respect to the DBOM Firm's obligations or recover damages in connection therewith. 13.4. City's Right to Stop Work. If, prior to the System Acceptance Date(s), the DBOM Firm persistently fails to correct defective Work as and when required hereunder, or persistently or materially fails to carry out the Work in accordance with the Contract Documents, the City may deliver a notice to the DBOM Firm's Project Manager setting forth that such a persistent or material failure is occurring and has occurred, and demanding that the DBOM Firm commence to cure such persistent or material failure within fourteen (14) days and diligently pyrsue such cure thereafter. In the event that the cure is not commenced and pursued to the reasonable satisfaction of the City within such 14-day period, the City may, by written directive or consent of the Contract Administrator, order the DBOM Firm to stop the Work, or the portion of the Work to which such notice relates, until the cause for such order has been eliminated; provided, however, 87 the City's right to stop the Work shall not have given rise to a duty on the part of the City to exercise the right for the benefit of the DBOM Firm or other persons or entities and shall not give rise to any liability of the City to the DBOM,Firm resulting from delay. The DBOM Firm shall not have any Claim for an increase in the Contract Price or a change in the Project Schedule due to stoppage in the Work or restarting the Work pursuant to this Section. 13.5. City's Right to Correct Deficiencies. If, prior to the System Acceptance Date(s), the DBOM Firm fails, within fourteen (14) days after receipt of written notice from the City, to commence and continue correction of any defective or nonconforming Work with diligence and promptness to the satisfaction of the City, without prejudice to any other remedies the City may have, including declaring the DBOM Firm in Default, and with or without terminating this Agreement in whole or in part, the City may correct such deficiencies, and deduct an amount equal to the expenditures incurred by the City in so doing from amounts due or to become due to the DBOM Firm. If the payments then or thereafter due to the DBOM firm are not sufficient to cover the amount of the expenditures incurred by the City which are subject to deduction or Final Payment to DBOM Firm has been made, upon demand, the DBOM Firm shall pay the difference to the City. ARTICLE 14 INDEMNIFICATION 14.1. In consideration of the sum of Twenty-Five Dollars($25.00) and other good and valuable consideration, the sufficiency of which the DBOM Firm hereby acknowledges,to the fullest extent permitted by law, the DBOM Firm shall defend, indemnify and save harmless City and Design Criteria Professional, and their respective officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the DBOM Firm and persons employed or utilized by the DBOM Firm in the performance of this Agreement. 14.2. The DBOM Firm shall also, at its own expense, defend any and all claims asserted against the City resulting from, arising out of, or incurred in connection with the DBOM Firm's obligations under this Agreement. The DBOM Firm shall be entitled to select counsel of the DBOM Firm's choice to defend the claim asserted against the City; provided, however, that such counsel shall first be approved by the City Attorney, which approval shall not be unreasonably conditioned, withheld, or delayed; and, provided further, that the City shall be permitted, at its cost and expense, to retain independent counsel to monitor the claim proceeding. The duty to defend set forth in this Section 14.2. shall be severable and independent from the indemnity obligations otherwise set forth in this Article 14, to the extent that if any other provisions and/or subsections of this Article 14 are deemed invalid and/or unenforceable, this duty to defend provision shall remain in full force and effect. 14.3. Sums otherwise due to the DBOM Firm under this Agreement maybe retained by City until all of City's Claims for indemnification under this Agreement have been settled or otherwise resolved. Any amount withheld pursuant to this Section 14.3. or otherwise under Article 14 shall not be subject to payment of interest by City. 14.4. The execution of this Agreement by the DBOM Firm shall operate as an express 88 acknowledgment that the indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the monetary limitation on indemnification in this Section 14 bears a reasonable commercial relationship to the Agreement. 14.5. Nothing in this Article 14 is intended, or should be construed, to negate, abridge or otherwise reduce the other rights and obligations of indemnity that may otherwise exist as to a party described in Section 14.1. Nothing in this Article,14 is intended to create in the public or any member thereof, a third-party beneficiary hereunder, or to authorize anyone not a party to this Agreement, to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. 14.6. Subject to the applicable statutes of limitations, the defense and indemnification obligations set forth in this Article 14 shall survive the termination and/or expiration of this Agreement. a. The DBOM Firm's total liability to the City for any and all liabilities arising out of or related to the Agreement, from any cause or causes, and regardless of the legal theory, including breach of contract, warranty, negligence, strict liability, statutory liability, liquidated damages, or any indemnification obligation, shall not, in the aggregate, exceed two (2) times the design and construction amounts paid to the DBOM Firm under the Agreement excluding any insurance coverages that apply. b. IN NO EVENT SHALL EITHER PARTY BE LIABLE TO THE OTHER FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL, OR ECONOMIC DAMAGES (INCLUDING, BUT NOT LIMITED TO LOST PROFITS, LOST REVENUE, AND LOST BUSINESS OPPORTUNITY), REGARDLESS OF THE LEGAL THEORY UNDER WHICH SUCH DAMAGES ARE SOUGHT, AND EVEN IF THE PARTIES HAVE BEEN ADVISED 'OF THE POSSIBILITY OF SUCH DAMAGES. ARTICLE 15 CLAIMS, DISPUTE AVOIDANCE AND RESOLUTION 15.1. Claims. a. Claims must be initiated by written notice and, unless otherwise specified in Article 11 or otherwise in this Agreement, submitted to the other party within twenty-one (2\1) days of the event giving rise to such Claim or within twenty-one (21) days after the claimant reasonably should have recognized the event or condition giving rise to the Claim, whichever is later. Such Claim shall include sufficient information to advise the other party of the circumstances giving rise to the Claim, the specific contractual adjustment or relief requested including, without limitation, the amounts and number of days of delay sought, and the basis of such request. The Claim must include all job records and other documentation supporting entitlement, the amounts and time sought. In the event additional time is sought, the DBOM Firm shall include a time impact analysis to support such Claim. The City shall be entitled to request additional job records or documentation to evaluate the Claim. The' Claim shall also include the DBOM 89 1 Firm's written notarized certification of the Claim in accordance with the False Claims Ordinance, Sections 70-300 et seq., of the City Code. b. Claims not timely made or otherwise not submitted in strict accordance with the requirements of this Article 15 or other Contract Documents shall be deemed conclusively waived, the satisfaction of which shall be conditions precedent to entitlement. c. The DBOM Firm assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the DBOM Firm's Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 15.2.' Dispute Avoidance and Resolution. a. Claims shall first be submitted to the City for initial recommendation for determination by the City at the time and in the manner specified in Section 15.1. herein unless otherwise specified in this Agreement or other Contract Documents. The City shall render an initial recommendation for determination of such Claim, in writing, as soon as practicable, but not later than forty-five (45) days of receipt of such Claim, unless the parties mutually stipulate otherwise in writing or other circumstances warrant a time extension as determined by the City. Failure to render a written decision within the forty-five (45) days, or a later date if stipulated by the parties, shall be considered a denial of the Claim submitted by the claimant. b. In order to preserve for review an initial recommendation for determination of the City at mediation and/or by a court of competent jurisdiction (as applicable), then the party seeking review shall notify the other party in writing within fifteen (15) days of such recommendation by the City or, if no recommendation, within fifteen (15) days of when the Claim is denied as a result of inaction by the City. Failure to timely preserve review of the City's written recommendation or denial by inaction shall constitute a waiver of such Claim or entitlement to such objection and the recommendation of the City (whether by affirmative written recommendation or denial by inaction) shall be deemed final and binding, but subject to mediation and litigation (as applicable). c. If the City agrees to pay a portion of the Claim, the DBOM Firm may reserve the remaining portion of the Claim by executing a conditional release in a Change Order, which states the remaining amount and time sought and identifies the 90 particular scope of Work to which the reservation applies. Unspecified amounts or time claimed will not preserve a Claim or right to a Claim. Each Change Order shall contain a release and waiver of all Claims as of the date the DBOM Firm executes the Change Order, except as specifically included in a reservation of Claims within the Change Order. The reservation of Claims shall, as to each reserved individual Claim, state the amount and time sought in the Claim and identify the scope of Work giving rise to the Claim. Any Claim not included in the reservation of Claims or that fails to specify the amount and/or time sought are deemed waived and abandoned. d. In the event any Claims which have been timely preserved remain unresolved by Substantial Completion, then the parties shall participate in mediation within sixty (60) days, unless the City terminates the Agreement, which shall render such \ mediation moot. If the City determines, at its sole and absolute discretion, that it would be beneficial to mediate any particular Claims at any time prior to Substantial Completion, then any such Claims shall be submitted to mediation at the City's election. The parties shall mutually agree to the selection of a mediator, and mediation, which shall be confidential in the same manner as Court-ordered mediation, shall take place within the sixty (60)-day post-Substantial Completion time period, unless both parties mutually agree otherwise. The parties shall split the mediator's fees equally. Participation in mediation shall be a condition precedent to filing suit in a court of competent jurisdiction unless otherwise excused by the terms of this Article 15 or stipulated by both parties in writing. e. In the event of a dispute arising after Substantial Completion, Final Progress Payment or Final Contract Completion,,mediation is encouraged but is not a condition precedent to litigation. 15.3. Duty to Continue Performance. Pending resolution of any dispute, the DBOM Firm shall proceed and shall cause its Subcontractors to proceed diligently with the performance of its duties and obligations under the Contract Documents and the City shall continue to make payments of undisputed amounts in accordance with the Contract Documents. The failure of the DBOM Firm to continue prosecution of the Work in the event of a pending dispute shall be deemed a Default pursuant to Section 16.2. of this Agreement. 15.4. Final Dispute Resolution. In the event of a dispute arising after Final Progress Payment or Final Contract Completion, or a dispute which arose prior to Substantial Completion, has been preserved and which was not successfully resolved at mediation, a court of competent jurisdiction in Miami-Dade County shall hear such disputes. The parties hereby waive a trial by jury, which requirement shall be included in each and every Subcontract, sub-consulting agreement and purchase order that DBOM Firm executes, in connection with its Work on the Project. ARTICLE 16 TERMINATION 16.1. Termination for Convenience. In addition to other rights the City may have at law 91 and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the DBOM Firm. The City shall effectuate such Termination for Convenience by delivering to the DBOM Firm a Notice of Termination for Convenience, specifying the applicable scope and effective date of termination, which termination shall be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the DBOM Firm shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 16.1. i. Stop the Work specified as terminated in the Notice of Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; iii. Immediately deliver to the City all Design Materials as defined in Section 22.10. hereof, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased. The DBOM Firm acknowledges and agrees that all amounts previously paid to the DBOM Firm with respect to the creation and preparation of Design Materials, Operation Manuals and Procedures, Maintenance Logs and Procedures, other project records, etc. in approved Applications for Payment, along with the final payment for the Design Materials, Operation Manuals and Procedures, Maintenance Logs and Procedures, other project records, etc. to be based on the percent completion of the materials, shall include the consideration to DBOM Firm for City's ownership and receipt of materials, with final payment for materials shall be provided after receipt of materials; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of DBOM Firm under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City(i)the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and 92 • other material produced or required for the Work terminated; and (ii) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City (if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in the DBOM Firm's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any). b. Upon issuance of such Notice of Termination for Convenience, the DBOM Firm shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Design Materials less all amounts previously paid to the DBOM Firm with respect to the creation and preparation of Design Materials in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs,, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the DBOM Firm. The DBOM Firm shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within thirty (30) days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the DBOM Firm and absent such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the DBOM Firm with written notice of the amount the City intends to pay to the DBOM Firm. Such final payment so made to the DBOM Firm shall be in full and final settlement for Work performed under this Agreement, except to the extent the DBOM Firm disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. The DBOM Firm may, in its sole discretion and upon advance written notice, terminate for convenience for any Operations and Maintenance Phase of the Project, with such termination effective at the end of the twelfth (12th) month following written notice thereof. Thereupon, the DBOM Firm will enter into a twelve (12) month transition period. During this time, the DBOM Firm will provide continuous O&M services. The DBOM Firm will also work with the City in the transition of Work responsibilities to a successor party. 16.2. Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to the DBOM Firm specifying such Default, the DBOM Firm fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty (30) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City 93 to terminate the DBOM Firm for cause: a. Failing to perform design services or any other portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; or failing to use the, Subcontractors, entities and personnel as identified and set forth, and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; b. Failing, for reasons other than an Excusable Event of Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time; d. Failing, for reasons other than an Excusable Event of Delay, to timely complete the Project within the specified time; e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; f. Discontinuing the prosecution of the Work, except in the event of: (i) the issuance of a stop-work order by the City; or(ii)the inability of the DBOM Firm to prosecute the Work because of an event giving rise to an Excusable Event of Delay as set forth in this Agreement for which the DBOM Firm has provided written notice of same in accordance with the•Contract Documents; g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the DBOM Firm's financial ability to complete the Project; h. An indictment is issued against the DBOM Firm; i. Failing to make payments to for materials or labor in accordance with the respective agreements; j. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; k. Fraud, misrepresentation or material misstatement by the DBOM Firm in the course of obtaining this Agreement; I. Failing to comply in any material respect with any of the terms of this Agreement or the Contract Documents; m. Failing to cure any Non-Compliance or otherwise satisfy DBOM Firm's obligations relating to Performance Measures, provided, however, that City's termination rights pursuant to Section 16.3. for a Default pursuant to this Subsection shall only apply if the DBOM Firm is assessed, in any given consecutive 365 day period, Non-Compliance Points in excess of 75% of the total number of Non- 94 Compliance Points in the Appendix "A" table. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 16.3. Termination of Agreement for Cause. a. The City may terminate the DBOM Firm for cause upon the occurrence of an Event of Default as defined in Section 16.2., or for any other breach of the Agreement or other Contract Documents by the DBOM Firm that the City, in its sole opinion, deems substantial and material, following written notice to the DBOM Firm and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 16.2., or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause to the DBOM Firm, copied to the Surety, rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety: i. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the DBOM Firm; ii. Accept assignments of subcontracts; iii. Direct the DBOM Firm to transfer title and deliver to the City (i) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (ii) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and expedient. iv. Finish the Work by whatever reasonable method the City may deem expedient. c. Upon the issuance of a Notice of Termination for Cause, the DBOM Firm shall: i. Immediately deliver to the City all Design Materials as defined in Section 22.10. hereof, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already • installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of the DBOM Firm under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; iii. As directed by the City, transfer title and deliver to the City(i)the fabricated 95 and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (ii) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and property related to this Agreement that is in the DBOM Firm's possession and in which the City has or may acquire an interest. d. The rights and remedies of the City under Article 16 shall apply to all Defaults are non-curable in nature (including, without limitation, a breach of Section 22.23. of this Agreement), or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the DBOM Firm, the City may (i) make demand upon the Surety to perform its obligations under the Performance and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of the DBOM Firm as a condition precedent to assuming the bond obligations; or(ii)in the alternative,the City may take over and complete the Work of the Project, or'any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the DBOM Firm under all subcontracts as contemplated by Article 16. b. The-City, may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the DBOM Firm's late cure of such Default), together with the costs of a completing the Work, shall be deducted from any monies due or to become due to the DBOM Firm under this Agreement, Irrespective of whether the City ultimately terminates DBOM Firm. b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay the DBOM Firm, and the DBOM Firm shall not be entitled to receive, any 96 money until such time as the Project has been completed and the costs to make repairs and/or complete the Project have been ascertained by the City. In case such cost and expense is greater than the sum which would have been due and payable to the DBOM Firm under this Agreement for any portion of the Work satisfactorily performed, the DBOM Firm and the Surety shall be jointly and severally liable and shall pay the difference to the City upon demand. 16.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the DBOM Firm was not in default under the provisions of this Agreement, or that any delayhereunder was an Excusable Event of Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The DBOM Firm shall have no further recourse of any nature for wrongful termination. 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 16.8. Design/Builder Right to Stop Work. If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) days due to no act or fault of the DBOM Firm or persons or entities within its control, or if the City should fail to pay the DBOM Firm any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the DBOM Firm identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment pursuant to Article 8) hereof or any other provision of this Agreement which entitles the City to so withhold such payment, the DBOM Firm shall have the right upon the expiration of the aforesaid ninety (90) day period to stop its performance of the Work, provided that the DBOM Firm has sent a Notice to Cure to the City via certified mail, allowing for a seven (7) day cure period. In such event, the DBOM Firm may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by Article 15 and other provisions of the Contract Documents). In the alternative to termination, the DBOM Firm shall not be obligated to recommence the Work until such time as the City shall have made payment to the DBOM Firm in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8., no act, event, circumstance or omission shall excuse or relieve the DBOM Firm from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. 97 16.9. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this Article 16 at any time shall not constitute a waiver of such rights and remedies. ARTICLE 17 SEPARATE CONTRACTS 17.1. Right to Award Separate Contracts. The City reserves the right to perform construction or operations related to the Project with the City's own forces, and to award separate contracts to other,contractors, including subcontractors, in connection with other portions of the Project or other construction or operations on and/or adjacent to the Project Site (collectively, "Separate Contractors"). 17.2. Integration of Work with Separate Contractors. The DBOM 'Firm shall afford Separate Contractors reasonable access to the Project Site for the execution of their work. Following the request of the City, the DBOM Firm shall prepare a plan in order to integrate the work to be performed by the City or by Separate Contractors with the performance of the Work, and shall submit such plan to the City for approval. The DBOM Firm shall arrange the performance of the Work so that the Work and the work of the City and the Separate Contractors are, to the extent applicable, properly integrated,joined in an acceptable manner and performed in the proper sequence, so that any disruption or damage to the Work or to any work of the City or of Separate Contractors is avoided. 17.3. Coordination. The DBOM Firm shall conduct its Work so as not to interfere with, or hinder the progress of, completion of the construction performed by Separate Contractors, and the DBOM Firm and such other Separate Contractors shall cooperate with each other as directed by the Contract Administrator. a. When directed to do so by the City, the DBOM Firm shall coordinate the activities of the DBOM Firm's (and its Subcontractor's) own forces with the activities of other Contractors and the City to coordinate schedules of the City and Separate Contractors with the Project Schedule. If applicable, the DBOM Firm shall make revisions to the Project Schedule deemed necessary after a joint review with the City and mutual agreement. b. Coordination with Separate Contractors shall not be grounds for an adjustment in the Contract Price. The DBOM Firm agrees that its pricing of the Work and the determination of the Contract Price were expressly based upon the DBOM Firm's assumption of the foregoing cost risks. 17.4. Use of Project Site. The DBOM Firm shall afford the City and all Separate Contractors reasonable opportunity for storage of their materials and equipment, and performance of their work on and/or adjacent to the Project Site.The DBOM Firm shall also coordinate its construction and operations with the City and all Separate Contractors' construction and operations as 98 required by the Contract Documents. 17.5. Deficiency in Work of Separate Contractors. If to properly execute a portion of the Work, the DBOM Firm depends upon the construction or operations by the City or a Separate Contractor, the DBOM Firm shall, prior to proceeding with that portion of the Work, promptly report to the City apparent discrepancies or defects in such other construction that renders it unsuitable for proper execution of the DBOM Firm Work. The Parties shall resolve in good faith any such discrepancies or defects or any disagreements relating thereto. Failure of the DBOM Firm to so report shall constitute a representation by the DBOM Firm to the City that the City's or Separate Contractor's completed or partially completed construction is fiLand proper to receive the DBOM Firm's Work. However, although such representation constitutes a waiver of any rights of DBOM Firm against the City for discrepancies or defects in such Separate Contractor's work, such representation shall not constitute a waiver of any rights of the DBOM Firm against such Separate Contractor as a result of such discrepancies or defects. 17.6. Claims Involving Separate Contractors. Except as provided below, the DBOM Firm shall assume all liability, financial and otherwise, in connection with the Work. To the fullest extent permitted by law, the DBOM Firm shall defend and save harmless the City against any Claims for damages, losses and costs, including, but not limited to reasonable attorney's fees, that may arise by a Separate Contractor or any other third party to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the DBOM Firm and persons employed or utilized by the DBOM Firm in the performance of the Agreement. a. In the event that the DBOM Firm unnecessarily and unreasonably delays the work of Separate Contractors by not cooperating with them, or by not affording them reasonable opportunity or facility to perform their work as specified, the DBOM Firm shall, in such event, pay all reasonable costs and expenses incurred by such Separate Contractor(s) due to any such delays. The DBOM Firm hereby authorizes the City to deduct the amount of such reasonable costs and expenses from any monies due or to become due, including Retainage, to the DBOM Firm under this Agreement. b. If, through the acts and/or omissions of the DBOM Firm or any Subcontractor, any Separate Contractor shall suffer loss or damage to its work, the DBOM Firm agrees to compensate such Separate Contractor for any such loss or damage. If such Separate Contractor shall assert any Claim or bring any action against the City on account of any damage alleged to have been sustained, the City shall notify the DBOM Firm, who, at its sole cost and expense, shall defend, indemnify and save harmless the City and pay and satisfy any judgment or award entered against the City in any such action and shall pay all costs and expenses, legal and otherwise, incurred by the City therein or thereby, including reasonable attorney's fees. c. Subject to the last sentence of this paragraph, the DBOM Firm agrees that, despite the fact that such Separate Contractor is not in privity of contract with the DBOM Firm, such Separate Contractor shall have the right to bring a direct cause of action against the DBOM Firm for its (and its Subcontractors') acts and/or 99 omissions under this Agreement which result in damages or losses to such Separate Contractor. The foregoing agreement of the DBOM Firm shall, however, only be enforceable by Separate Contractors who grant such a direct cause of action to the DBOM Firm under their respective separate contracts with the City and who have also agreed to assume the liabilities and obligations assumed by the DBOM Firm under this Section 17.6. d. , The DBOM Firm shall promptly remedy damage caused by the DBOM Firm or its Subcontractors to completed or partially completed construction or to property of the City or Separate Contractors. The City shall incorporate provisions comparable to those set forth in this Article 17 into each contract it enters into with a Separate Contractor, and accordingly notify the DBOM Firm in writing. ARTICLE 18 GUARANTEES AND WARRANTIES 18.1. Guarantees and Warranties required by the Contract Documents shall commence on the System Acceptance Date(s) of the Work (or date of Partial Substantial Completion, as applicable), unless otherwise provided, and shall be in effect fora period of one (1)year, unless otherwise provided in the Contract Documents. To the extent there is any conflict as to the applicable time period of coverage for any Guarantee or Warranty to be provided by the DBOM Firm under the Contract Documents, the longer period of time for any such Guarantee or Warranty shall govern, without regard to any Guarantees or Warranties provided by Subcontractors. The DBOM Firm shall provide the Guarantees and Warranties required by the Contract Documents, without regard to whether the Subcontractors or Suppliers provided the Guarantees and Warranties. 18.2. The DBOM Firm shall correct all defects discovered within one (1) year (or such longer period of time if provided in the Contract Documents)following the System Acceptance Date(s). The DBOM Firm shall commence repairs and/or replacement within ten (10) days after being notified by the City of the defect and will prosecute the repairs and/or replacement diligently until completed. For any replacement Work performed during the one- year period after the System Acceptance Date(s), the DBOM Firm shall provide a new one-year Warranty for such replacement Work. 18.3. If the DBOM Firm fails to act within ten (10) days, the City may have the repairs and/or replacement performed by others at the expense of the DBOM Firm. 18.4. Written warranties furnished to the City are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under Applicable Law or the Contract Documents. The DBOM Firm shall also furnish any special Guarantees or Warranties called for in the Contract Documents. ARTICLE 19 PRODUCT REQUIREMENTS/SUBSTITUTIONS 19.1. Whenever a material, article or piece of equipment is identified in the Contract Documents including, without limitation, in the PSEMP, by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, it is intended merely to establish 100 a standard and, unless it is followed by words indicating that "no substitution is permitted," any material, article, or equipmentof other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the material, article or equipment so proposed is, after review and evaluation of the materials that must be submitted in support of the substitutions set forth in Section 19.2. herein, in the opinion of the Design Criteria Professional: (i) at least equal in quality, durability, appearance, strength and design; (ii) performs at least equally the function imposed in the general design for the Project; (iii) conforms, to the detailed requirements for the items as indicated by the Contract Documents; and (iv) carries the same Guaranty or Warranty of the specified equipment. 19.2. All substitution requests will be made in accordance with the requirements in the Project specifications, via written request which shall include a Shop Drawing and/or Change Order which shall be attached to a detailed description of the originally specified item and a detailed description of the proposed substitution. A comparison letter itemizing all deviations from specified items must be included for the Design Criteria Professional to properly evaluate any proposed substitution. Failure to provide the deviation comparison letter shall automatically constitute a denial of the request. 19.3. Any changes, inclusive of design changes, made necessary to accommodate substituted equipment under this paragraph shall be at the sole expense of the DBOM Firm. 19.4. The Design Consultant's written consent will be required as to acceptability, and no substitute will be ordered, installed or utilized without the Design Criteria Professional's prior written acceptance, which will be evidenced by an accepted Shop Drawing or other written approval provided by the Design Criteria Professional or Contract Administrator. City may require the DBOM Firm to furnish, at the DBOM Firm's expense, a special performance Guarantee or other warranty with respect to any substitute. 19.5. As required by the Contract Documents, installed products are required to be on the FDOT Approved Product List (APL) and the Miami-Dade County Qualified Product List (QPL). With concurrence from the City, FDOT, and Miami-Dade County, nbn-APL/QPL products may be installed at the recommendation of the DBOM Firm based on value engineering or cost saving opportunities for the City. In the event non-APL/QPL products are installed and rejected at a later date by FDOT or the County for poor performance against APL comparable equipment, the City will reimburse the DBOM Firm for the cost differential documented during negotiation between the non-approved and approved devices and the DBOM Firm will replace the devices at no cost to the City. For any non-APL/QPL products all warranty requirements specified in the Contract Documents shall be maintained. ARTICLE 20 PUBLIC INFORMATION The DBOM Firm shall coordinate with and assist the City and its Public Information Officer with respect to all matters relating to the Project. At all times,the DBOM Firm shall provide accurate and current information to the fullest extent possible, and shall assist in identifying potential impacts that should be communicated in advance with the public including, but not limited to, matters relating to maintenance of traffic plans, road closures, and other Work that may involve 101 substantial noise or other disruptions. The DBOM Firm shall participate in public meetings and other public relations efforts with the community, as necessary. ARTICLE 21 QUALITY CONTROL/QUALITY ASSURANCE In accordance with the requirements of Appendix"A" and the Project Specifications, the DBOM Firm shall be responsible and accountable for the quality control of the Work including, without limitation, all quality control testing and inspections for the Work. The DBOM Firm shall supervise the Work of all Subcontractors, reviewing construction means, methods, techniques, sequences and procedures, providing instructions to each when their Work does not conform to the requirements of the Contract Documents. The DBOM Firm shall be responsible for ensuring that each Subcontractor makes whatever necessary corrections are required in a timely manner, so as to not affect the efficient and timely progress of the Work. The DBOM Firm shall receive copies of all Claims or reports issued by the Design Consultant (with copy to the City) relative to the performance or acceptability of Work. Should disagreement occur between the DBOM Firm and either the Contract Administrator or the Design Consultant over acceptability of Work and its conformance with the requirements of the Contract Documents of the Project,the City shall be the final judge of performance and acceptability, and noncompliant Work shall be corrected accordingly. The City may employ independent firm(s) for verification testing of the quality control testing performed by or on behalf of the DBOM Firm. However, the City shall not be obligated to have such verification testing performed, nor shall its commissioning, or election not to commission, such verification testing relieve the DBOM Firm of its independent obligations under the Contract Documents to perform such quality control testing and inspections and ensure the Work complies with the Contract Documents. The DBOM Firm will exercise reasonable care and diligence in discovering and promptly reporting to City any defects or deficiencies in the Work. The DBOM Firm shall establish the Project Schedule and review the progress schedules submitted by Subcontractors in order to ensure proper and timely completion of the Work. ARTICLE 22 ADDITIONAL TERMS & CONDITIONS 22.1. Representations and Warranties. The DBOM Firm further represents and warrants as of the date hereof and throughout the term of this Agreement: That it has the financial resources, is solvent, and is sufficiently experienced, fully and properly licensed (to the extent required by Applicable Laws) and competent to properly and timely perform this Agreement, that the material facts stated or shown in any papers submitted or referred to in connection with this Agreement, including, without limitation, the DBOM Firm's responses to the City's RFP, and all other Contract Documents, and'any subsequent additions thereto, are true in all material respects. a. That is has full power and authority, and has obtained all corporate approvals necessary, to execute and perform this Agreement, and the same is a legal, valid and binding obligation of the DBOM Firm, enforceable against the DBOM Firm in accordance with its terms, subject to bankruptcy, equitable principles and laws 102 affecting creditor's rights generally; b. That it has the required authority, ability, skills and capacity to perform, and shall perform, the Work in a manner consistent with sound engineering and construction principles, Project management and supervisory procedures, and reporting and accounting procedures; c. That it has carefully examined and analyzed the provisions and requirements of this Agreement as of the Effective Date, that it has thoroughly inspected the Project Site and satisfied itself from its own investigations as to the general nature of the things needed for the timely and proper performance of this Agreement; d. That the Project is constructible, the performance of the Work within the timeframe established in the Project Schedule and for an amount not to exceed the Contract Price in accordance with the provisions and requirements of the Contract Documents is feasible and that it can and shall perform its responsibilities and duties within the Project Schedule and for an amount not in excess of the Contract Price and in accordance with the provisions and requirements of the Contract Documents; e. That no member of the City Commission, or other City official, agent or employee has a financial interest directly or indirectly in this Agreement or the compensation to be paid hereunder, or will have such an interest for the term of this Agreement; and that no individual has, or will have, any interest in the Project or this Agreement which is prohibited by law; f. That, exceptonly for those representations, statements or promises expressly contained in the Contract Documents, no representation, statement or promise, verbal or in writing, of any kind whatsoever by the City, its Commission members, officials, agents, employees or consultants has induced it to enter inta this Agreement or has been relied upon by it, including any referring to: (i) the meaning, correctness, suitability, or completeness of any provisions or requirements of this Agreement; (ii)the nature, existence or location of materials, structures, obstructions, utilities or conditions, surface or subsurface, which may be encountered at or on the Project Site; (iii) the nature, quantity, quality or size of the materials, equipment, labor and other facilities needed for the performance of this Agreement; (iv) the general or local conditions which may in any way affect this Agreement or the DBOM Firm's performance thereof; (v) the price of performing Work under this Agreement; or (vi) any other matters, whether similar to or different from those referred to in (i) through (v) immediately above, having any connection with this Agreement; the negotiation thereof, any discussions thereof, the performance thereof or those employed or connected therewith; g. That it was given ample opportunity and time, and was hereby requested by the City to review thoroughly all documents forming or relating to this Agreement prior to execution of this Agreement; and h. That it has knowledge of all the Applicable Laws in effect on the Effective Date of 103 the Agreement and of all business practices in the jurisdiction within which the Project Site is located that must be followed to properly and lawfully perform the Work. The DBOM Firm shall provide to the City evidence of its authority to do business and perform certain professional services in the State of Florida including, without limitation, certificates of good standing, authority and/or registration issued by the Office of the Secretary of State of Florida and Florida's Department of Business and Professional Regulation (as applicable). The City's failure to request such information should the DBOM Firm fail to timely produce such evidence shall not, in any way, relieve the DBOM Firm of its obligation to obtain, maintain current or furnish evidence of, any and all applicable licenses, certifications, registrations and permits as required herein and/or as required by the other Contract Documents. If, following the DBOM Firm's furnishing of such evidence, the City determines it requires further evidence regarding same, upon City's request; the DBOM Firm shall furnish such additional evidence to City in a form and manner acceptable to the City. 22.2. Counterparts. This Agreement is comprised of several identical counterparts, each to be fully executed by the Parties and each to be deemed an original having identical legal effect. 22.3. Amendment. Except as otherwise expressly provided in this Agreement(including with respect to Change Directives), no Amendments or changes to the Contract Documents, or any part thereof, shall be valid unless in writing and signed by both of the Parties hereto, or their respective successors and assigns. 22.4. Applicable Laws. The DBOM Firm shall comply, and shall cause all Subcontractors to comply with all Applicable Laws and governmental agencies and authorities having jurisdiction over the Work,the Project and/or the Project Site, now existing or hereinafter in effect. Each and every provision required by law to be inserted in this Agreement shall be deemed to be inserted herein and this Agreement shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not so inserted or is not correctly inserted, or is inserted but is subsequently amended, then upon the application of either Party, this Agreement shall forthwith be amended to make such insertion or to incorporate such amendment. In no event, however, shall the failure to insert such provision into this Agreement prevent the enforcement of same or relieve the DBOM Firm of its obligation to fully comply with the same. Nothing contained herein shall be deemed to impose upon the DBOM Firm any obligation to perform acts or furnish services in violation of Florida law or condone the performance of such acts or furnishing of such services in violation of Florida law, it being understood that the professional architectural, engineering and other design services covered by the aforesaid Agreement including, without limitation, the preparation of the Design Documents and Construction Documents and the operation and maintenance of the completed system shall be provided by the Design Consultant, Design Subconsultants, or its Subcontractors as applicable. 22.5. Interpretation. Any and all headings of this Agreement are for convenience of reference only and do not modify, define or limit the provisions thereof. Words of any gender shall be 104 deemed and construed to include correlative words of the other gender. Words importing the singular number shall include the plural number and vice versa, unless the context shall otherwise indicate. All references to any exhibit or document shall be deemed to include all supplements and/or amendments to any such exhibits or documents entered into in accordance with the terms hereof and thereof. All references to any person or entity shall be deemed to include any person or entity succeeding to the rights, duties, and obligations of such person or entity in accordance with the terms of this Agreement, unless expressly stated otherwise. 22.6. Severability. If any provision of this Agreement shall be held to be inoperative or unenforceable as applied in any particular case in any jurisdiction because it conflicts with any other provision hereof or any constitution, statute, ordinance, rule of law or public policy, or for any other reason, such-holding shall not have the effect of rendering the provision in question inoperative or unenforceable in any other case, or of rendering any other provision herein contained inoperative or unenforceable to any extent whatsoever. The invalidity of any one or more phrases, sentences, clauses or sections contained in this Agreement shall not affect the remaining portions of this Agreement or any part hereof, and they shall otherwise remain in full force and effect. 22.7. Publicity. Except as coordinated with the Public Information Officer pursuant to Article 20 herein, the DBOM Firm, its officers, agents, employees and its Design Consultant, Design Subconsultants, Subcontractors, Suppliers and their respective officers, agents and employees, shall not issue publicity news releases or grant press interviews relating to the Project without the express prior written consent of the City. In addition, except as may be required by law during or after performance of this Agreement, the DBOM Firm shall not disseminate any information of any nature whatsoever regarding the Project without the express prior written consent of the City. In the event the DBOM Firm, its officers, agents, employees and its Design Consultant, Design Subconsultants, Subcontractors, Suppliers and their respective officers, agents and employees, are presented with a subpoena duces tecum regarding the Project records, data, or documents, then such person or entities shall immediately give written notice to the City and the City Attorney with the understanding that the purpose of so doing is to provide City the opportunity to contest such process by any lawful means available to it before such records, data, or documents are submitted to a court or other third parties; provided, however, the DBOM Firm shall comply with all such legal processes when required to do so. 22.8. Public Entity Crimes Act. In accordance with the Public-Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a DBOM Firm, contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a Public Entity Crime, may not submit a bid on a contract to provide any goods or services to the 4 City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work under a contract with the City and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, as amended, for category two purchases for a period of thirty-six(36) months from the date of being placed on the convicted vendor list. Violation of this Section shall result in cancellation of the City 105 purchase and may result in debarment. 22.9. No Waiver of Legal Rights. No approval given by the City under this Agreement shall operate to relieve the DBOM Firm from any of its responsibilities under this Agreement or be deemed as an approval by the City of any deviation contained in any items or documents subject to such approval , or of any failure by the DBOM Firm to comply with any requirement of this Agreement or any provision of the other Contract Documents, unless such deviation or failure has been specifically identified by the DBOM Firm and approved by an Amendment to this Agreement. Unless the City has specifically approved a deviation from the Contract Documents in writing by an Amendment, the City shall not be precluded or estopped by any City approval, review, measurement, estimate or certificate made by City either before or after the completion and acceptance of the Work and/or any payment therefor, from (i) showing the true amount and character of the Work performed and goods and materials furnished by the DBOM Firm, or showing that any measurement, estimate or certificate is untrue or incorrectly made, or that the Work or goods and materials do not conform in fact to this Agreement or any other Contract Documents, or (ii) recovering from the DBOM Firm and its sureties such damages as it may sustain by reason of the DBOM Firm's failure to comply with the terms of this Agreement. Except as provided herein, neither the acceptance by the City, or any representative of the City, nor any payment for or acceptance of the whole or any part of the Work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver of any portion of this Agreement, or of any power herein reserved or any right to damages herein provided. A waiver of any breach of this Agreement shall not be held to be a waiver of any other breach whether prior to or subsequent thereto. The City's delay in declaring that a breach has occurred or otherwise asserting its rights under this Agreement shall not constitute a waiver of such breach or limit any of the City's rights under this Agreement. 22.10. Ownership of Design Materials and Documents. The copies or other tangible embodiments of all design materials, whether or not such materials are subject to copyright or other intellectual,property protection, including documents, Shop Drawings, Construction Logs, Maintenance Logs and Reports, Standard Operating Guidelines and Procedures, Operating Logs and Reports, computer programs and electronic information developed for the Project (or to the extent that such programs and electronic information are not the property of the DBOM Firm, the Design Consultant, Design Subconsultant, or Subcontractor, the results of the use thereof by the DBOM Firm), data, plans, drawings, sketches, illustrations, specifications, descriptions, models, the Schematic Design Documents, the Design Documents, the -Construction Documents, and any other documents developed, prepared, furnished, delivered or required to be delivered by the DBOM Firm, the Design Consultant, Design Subconsultant, or Subcontractor to the City under the Agreement (collectively, "Design Materials") shall be and remain the property of the City, whether or not the Project and/or Work is commenced or completed. During the term of this Agreement, the DBOM Firm shall be responsible for any loss or damage to the Design Materials, while such Design Materials are in the possession of the DBOM Firm or any of its Design Consultant, Design Subconsultants, or Subcontractors, and any such Design Materials lost or damaged shall be replaced and restored at the DBOM Firm's expense. The intellectual property rights, if any, to the Design Materials or the contents of or concepts embodied in the Design ,Materials shall belong to the DBOM Firm, the Design 106 Consultant, Design Subconsultants, or Subcontractors in accordance with their contractual relationship and may be copyrighted or made the subject of any other form of intellectual property protection by them in the United States or in any other country. As to those Design Materials subject to, or which will be subject to, any form of intellectual property protection, the DBOM-Firm hereby grants (and will cause to be granted and delivered to the City from the Design Consultant, Design Subconsultants, and Subcontractors), as of the date that such Design Materials are delivered or required to be delivered to the City, a worldwide, paid-up, exclusive, irrevocable, transferable license for the term of the intellectual property protection, for the City to use, reproduce and have reproduced, display and publish (and to allow others to use, reproduce and have reproduced, display and publish, in any manner, at any time and as often as such others desire, with or without compensation to the City), such Design Materials and any derivative thereof without further compensation to the DBOM Firm, Design Consultant, Design Subconsultant, Subcontractor or any third party beyond the payments specified for design fees in Article 7 herein, subject to the restrictions set forth below: a. The City shall not, without the prior written consent of the DBOM Firm, the Design Consultant, or appropriate Design Subconsultant, or Subcontractor, as the case may be, use such Design Materials or documents, in whole or in part, for the construction of any other project. The City may, however, at no cost to the City, use such Design Materials and documents.for additions, improvements, changes, repairs, maintenance or alterations to the Project. In the event of termination of this Agreement the City shall be entitled to use such Design Materials for completion of the Project by others without additional compensation. b. Any reproduction of any Design Materials or part thereof shall be faithful and accurate to the original and of good quality. c. The City shall not remove or alter, and shall reproduce and prominently display on all copies made by the City, the copyright notice and other proprietary legends appearing on such Design Materials when delivered to the City. 7 i. Within ten (10) days of the earlier of the Substantial Completion Date of the Project or the date of termination of the Agreement, the DBOM Firm shall deliver to the City all of the Design Materials referred to in Section 22.10. above which have not yet been submitted to the City. d. The City shall have full and complete ownership of any and all software developed pursuant to this Contract, after eight (8) years and at Final Contract Completion, including without limitation: the written source code, the source code files, the executable code, the executable code files, the data dictionary, the data flow diagram, the work flow diagram, the entity relationship diagram, and all other documentation needed to enable the City to support, recreate, revise, repair, or otherwise make use of the software. 22.11. Non-Collusion. The DBOM Firm, in performing its obligations under this Agreement, shall comply with all Federal, State and local laws, rules and regulations regarding collusion and 107 bribery. 22.12. Right to Entry. The DBOM Firm shall uses and shall cause its Design Consultant, Design Subconsultants, and Subcontractors to use, a reasonable degree of care when entering upon any property owned by the City in connection with the Project. In the case of property not owned by the City, the DBOM Firm and its Design Consultant, Design Subconsultants, and Subcontractors shall comply with any and all instructions and requirements for the use of such property. In the case of property owned by any other entity, the DBOM Firm shall separately negotiate and obtain any license or permission to enter upon such property. 22.13. No Personal Liability of Public Officials. In carrying out any of the provisions of this Agreement or in exercising any power City granted to them hereby, there shall be no liability upon any City official, their authorized representatives, or any employee of the City, either personally or as employees or officials of the City, it being understood that in such matters they act as agents and representatives of the City. 22.14. Project Commencement. The DBOM Firm shall commence perfo'rmance of its Design Phase obligations under this Agreement and may commence performance of its Construction and Operations and Maintenance Phase obligations under this Agreement promptly following the date the NTP is delivered by the City. The DBOM Firm shall not be required to perform any construction, and shall not be entitled to receive any payments with respect to construction, until the issuance of the NTP. r' 22.15. Risk of Loss. Regardless of passage of title, the risk of loss to any of the Work and to any goods, materials and equipment provided, or to be provided, under this Agreement, shall remain with the DBOM Firm until System Acceptance. Should any of the Work, or any such goods, materials and/or equipment, be destroyed, mutilated, defaced or otherwise damaged prior to the time the risk of loss has shifted to the City at the expiration or earlier termination of this Agreement, the DBOM Firm shall repair or replace the same at its sole cost. The Performance and Payment Bond or other security or insurance protection required by the Contract Documents or otherwise provided by the City or the DBOM Firm shall in no way limit the responsibility of the DBOM Firm, under this Section. 22.16. Right to Apply Monies Due. In addition to other available remedies,the City shall have the right to deduct from any funds and monies due or thereafter to become due, to the DBOM Firm, including funds retained by the City under the retainage provisions of this Agreement, any amounts due to the City from the DBOM Firm as a result of any losses, expenses, damages, obligations or liabilities for which the DBOM Firm is responsible pursuant to the provisions of this Agreement, including liquidated damages and costs to repair and/or replace defective work not properly and/or timely repaired or replaced by DBOM Firm, and apply said funds deducted toward the satisfaction of such losses, expenses, damages, obligations or liabilities. 22.17. It is expressly provided, however, that the deduction and application of such funds shall not apply if the DBOM Firm undertakes and makes payment in full of the amounts so due and payable. However, such payment by the DBOM Firm shall not, in any event, relieve the DBOM Firm of its responsibility or liability for any amounts owed in addition to those amounts deducted by the City. 108 22.18. Work Zone Skins,. The DBOM Firm shall install and maintain until-System Acceptance Date(s) of the Project signage as required by the Contract Documents. Prior to installation, the work zone signs shall be subject to the review and approval of the Contract Administrator, said approval not to be unreasonably withheld. Also, subject to the prior approval of the Contract Administrator, the DBOM Firm may choose and subsequently change the location of the signs. Except for signage necessary for safety or traffic control, neither the DBOM Firm, nor any Subcontractor shall be permitted to display or install any other signs or any advertising, including signs or identification on sidewalk canopies or trailers, at the Project Site, other than those/signs customarily appearing on the DBOM Firm's or a Subcontractor's construction equipment. The City reserves the right to install signs at the Project Site, provided that such signs do not unreasonably interfere with the Work. 22.19. Venue and Governinci Law. a. This Agreement shall be governed as to performance, interpretation and jurisdiction by the laws of the State of Florida, without regard to conflicts of law rules. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall be in Miami-Dade County, Florida. BY ENTERING INTO THIS AGREEMENT, THE DBOM FIRM AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF THE PROJECT. THE DBOM FIRM SHALL SPECIFICALLY BIND ITS PROJECT TEAM MEMBERS, DESIGN CONSULTANT, DESIGN SUBCONSULTANTS, CONTRACTOR,AND SUBCONTRACTORS TO THE PROVISIONS OF THIS AGREEMENT AND THE CONTRACT DOCUMENTS. IN THE EVENT OF A CONFLICT BETWEEN THIS PROVISION AND ANY TERM OR CONDITION IN ANY PROJECT-RELATED AGREEMENT, THE CONTRACT DOCUMENTS SHALL GOVERN AND TAKE PRECEDENCE. b. The DBOM Firm hereby irrevocably submits itself to the original and exclusive jurisdiction and venue of the Circuit Court of Miami-Dade County, Florida, with regard to any controversy in any way relating to the award, execution or performance of this Agreement. The DBOM Firm agrees that service of process on the DBOM Firm may be made, at the option of the City, either by registered or certified mail addressed to the Management Representative, by registered or certified mail addressed to any office actually maintained by the DBOM Firm, or by personal delivery on the DBOM Firm's Project Manager or any officer, director, or managing or general agent of the DBOM Firm. 22.20. Notices. All notices and other communications given or required under this Agreement shall be in writing and may be delivered personally, by recognized overnight courier (such as Federal Express, DHL, or the like), or by placing in the United States mail,first class and certified, return receipt requested, with postage prepaid and addressed: 109 a. If to the City, to the Contract Administrator, at such address specified in writing by the Contract Administrator, provided that copies of notices pertaining to a failure on the part of the City to perform in accordance with the terms of this Agreement shall be sent to the Contract Administrator and to the following, and to such other persons as may be designated in writing by the City: Transportation Department Director. b. If to the DBOM Firm, to the DBOM Firm's Attention, at such address specified in writing, provided that copies of notices pertaining to a failure on the part of the DBOM Firm to perform in accordance with the terms of this Agreement shall be sent to attention and to such other persons as may be designated in writing by the DBOM Firm. Attention: Roger Marrero, Vice President. c. Notices may also be sent by a-mail,provided that such notice is followed up with a hard copy in a manner set forth above. d. Notices delivered by mail shall be deemed effective three (3) business days after mailing in accordance with this Section. Notices delivered personally, by e-mail, or by overnight courier shall be deemed effective upon receipt. 22.21. Successors and Assigns. No part of this Agreement shall be assigned by the DBOM Firm, nor shall any Agreement funds or Claims due, or to become due, be transferred or assigned (other than to the sureties issuing the Performance and Payment Bond, to the extent required as a condition to the issuance thereof), without the prior written approval of the Contract Administrator, but in no case shall such consent relieve the DBOM Firm from its obligations or change the terms of this Agreement in any way. The transfer or assignment of any Agreement funds which shall be due, or become due, to the DBOM Firm either in whole or part, or any interest therein, without prior written approval by the Contract Administrator, shall cause the annulment of said transfer or assignment. The DBOM Firm shall not delegate any of its duties hereunder except as provided in this Agreement. However, the DBOM Firm's delegation of any of its duties under this Agreement shall in no way relieve DBOM Firm of its obligations under the Agreement including, without limitation, , ensuring the Work complies with the Contract Documents and the Project is delivered properly and timely to the City and able to be fully functional and used for its intended purpose. In the event that the City approves the transfer or assignment of this Agreement, this Agreement shall become binding on successors and assigns and this requirement shall survive completion or termination of this Agreement. 22.22. Entire Agreement The Contract Documents shall constitute the entire ,agreement between the Parties, and no inducements, considerations, promises, or other references shall be implied in this Agreement that are not expressly addressed herein: 22.23. Recycled Content. In support of the Florida Waste Management Law, the DBOM Firm is encouraged to supply any information available regarding recycled material content in the products provided. City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. City also requests information regarding any known or potential material content in the 110 product that may be extracted and recycled after the product has served its intended purpose. 22.24. No Contingent Fee. The DBOM Firm warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the DBOM Firm,to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the DBOM Firm, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, City shall have the right to terminate the Agreement immediately without liability at its discretion, to deduct from the Contract Price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. 22.25. Audit and Inspections. Upon reasonable verbal or written notice to the DBOM Firm, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the Contract Administrator or City Manager may, in his/her reasonable discretion and judgment, deem necessary, the City shall have the right to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. The DBOM Firm shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement on the date first written above. Attest: CITY OF MIAMI BEACH, FLORIDA .„ maxwevttiiiii Api 13&4144•414110P- .J.„ ........... City Clerk s . ,.., ':{ .,t-� :INCORP ORATED: ' Attest: . 9 :.DB"1 FIRM: TransCore ITS, LLC .//' Zvi), � • s ./ 4114 L'H 26 n8k R \‘. - •rs Sigyature Signature ‘ 'vACT-1100r0A\ I ��� �Ccc 1 vKc p resioteh i- Name tle Name/Title ;�`� Gof e• .T& APPROVED AS TO „S%...• ( FORM &LANGUAGE oRPoRA •' 2. &FOR EXECUTION SEAL 111 3� (�- i41 • %did'';'awa�0•��� City Attorney // Date ., 4a r y 9 1 P /-1 APPENDIX A: PROJECT SYSTEM ENGINEERING MANAGEMENT PLAN The PSEMP includes the following documents: 1. PSEMP a. ConOps i. SkiData PARCS Contract ii. Market,Service Packages. iii. Notice to Municipalities iv. Signal Maintenance Agreement v. Enforcement Correspondence b. TIGER Grant c. Project Plan i. Meeting Summaries ii. VDS Manufacturer Details iii. LPR Schematics iv. PGS Schematics v. TIP Details d. Performance Requirements e. High-Level System Requirements (MTR) f. Concept Plans 1 A- 1 ■ Miami Beach Intelligent Transportation System and Smart Parking System Project Systems Engineering Management Plan February 2019 QMIAMBEACH • Prepared for: City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Prepared By: Kimley-Horn and Associates, Inc. Kimley>>>Horn PSE_biP for Miami Beach ITS and SPS DOCUMENT CONTROL PANEL File Name: PSEMP 2019Feb27.docx File K:\FTL ITS\040223101-Miami Beach CSO Location: #1\Deliverables\PSEMP\PSEMP2019Feb27.docx I Deliverable 2 Number: Version Version 3 Number: Name Date Created By: Ekaete Ekwere, KHA 6/23/16 Reviewed Jill Capelli, KHA 6/30/16 By: Alexandra Lopez, FDOT District 6 8/26/16 Modified Ekaete Ekwere, KHA 9/26/16 By. Jill Capelli, KHA 2/27/19 Completed Jill Capelli, KHA 3/30/17 By: February 2019 1 PSL,LMP for Miami Beach ITS and SPS Table of Contents List of Appendices, Tables, and Figures iii 1. Document Overview 1 2. Need for a Project Systems Engineering Management Plan 1 2.1. Project Identification 1 2.2. Purpose and Scope 2 2.3. Technical Project Summary Schedule 3 2.4. Relationship to Other Plans 3 3. Applicable Documents 5 4. Systems Engineering Processes 5 4.1. Developing the Project Intelligent Transportation System Architecture 6 4.2. Creating High-level Functional Requirements . 6 4.3.- Creating Detailed Functional Requirements 6 4.4. Trade-Off Studies, Gap Analyses, or Technology Assessments 8 4.5. Technical Reviews 8 4.6. Identifying, Assessing, and Mitigating Risk 9 4.7. Creating the Requirements Traceability Verification Matrix 10 4.8. Creating Performance Measure Metrics 11 4.9. System Integration, Testing, and Acceptance 11 5. Project Management and Control 13 5.1. Organizational Structure 15 5.2. Managing the Schedule 17 5.3. Procurement Management 17 5.4. Risk Management 17 5.5. Subcontractor Management 20 5.6. Engineering Specialty Integration 20 5.7. Monthly Project Status Reviews 21 5.8. Change Management 21 5.9. Quality Management 21 5.10. Systems Acceptance 21 5.11. Operations and Maintenance, Upgrade, and Retirement 22 5.12. Lessons Learned 22 February 2019 ii PSE_lIP for Miami Beach ITS and SPS List of Tables, Figures, and 'Appendices • List of Tables Table 2-1: Miami Beach TIP Projects 4 Table 3-1: Applicable Documents 5 Table 5-1: Risk Matrix 18 List of Figures Figure 5-1: Project Stages 14 Figure 5-2: Project Organizational Structure 16 List of Appendices Appendix 1: Concept of Operations Appendix 2: TIGER Discretionary Grant Application, City of Miami Beach ITS and Parking Management System Appendix 3: Project Plan Appendix 4: Operations and Maintenance Performance Measure Requirements and Goals Appendix 5: Minimum Technical Requirements Appendix 6: Concept Plans Appendix 7: RTVM (to be developed by DBOM Firm) February 2019 iii PSEMP for Afiarni Beach ITS and SPS List of Acronyms ATMS Advanced Traffic Management System ATSC Adaptive Traffic Signal Control CCTV Closed-Circuit Television CFR Code of Federal Regulations CFP Cost Feasible Plan ConOps Concept of Operations DBOM Design, Build, Operate, and Maintain DMS Dynamic Message Signs DTPW Department of Transportation and Public Works EOC Emergency Operations Center FDOT Florida Department of Transportation FHWA Federal Highway Administration FY Fiscal Year ITS Intelligent Transportation System MOA Memorandum of Agreement MOE Measures of Effectiveness MOP Measures of Performance MPO Metropolitan Planning Organization NTP Notice to Proceed O&M Operations and Maintenance PARCS Parking Revenue and Control System PITSA Project ITS Architecture PSEMP Project Systems Engineering Management Plan QC Quality Control QM Quality Management RFP Request for Proposal RITSA Regional ITS Architecture RTVM Requirements Traceability Verification Matrix SEP Systems Engineering Process SITSA Statewide ITS Architecture SOG Standard Operating Guidelines SPS Smart Parking System TCC Traffic Control Center TIP Transportation Improvement Program TMC Traffic Management Center TSS Traffic Signals and Signs VDS Vehicle Detection System February 2019 iv PSE QIP for Beach ITS and SPS 1. Document Overview This document is the Project Systems Engineering Management Plan(PSEMP)for the Miami Beach Intelligent Transportation System (ITS) and Smart Parking System (SPS) in Miami- Dade County, Florida. A PSEMP is a plan that helps manage and control a project utilizing systems engineering processes (SEPs). The document is organized as follows: • Section 2—Need for a PSEMP • Section 3—Applicable Documents • Section 4—Applicable Systems Engineering Processes • Section 5—Project Management and Control 1 2. Need for a Project Systems Engineering Management Plan The Federal Highway Administration (FHWA) requires' states that desire federal assistance for ITS deployment projects to use an SEP to qualify for financial assistance. The PSEMP documents the tasks to be performed for the coordination and control of all ITS device deployments. The Florida Department of Transportation(FDOT) guide to writing a PSEMP2 was used as a reference guide in the creation of this PSEMP. 2.1. Project Identification The ITS and SPS Project will provide for integrated management of the Miami Beach roadway network through the implementation of the SPS and ITS devices (i.e. closed circuit television (CCTV) camera systems, and travel-time data collection systems). Adaptive'Traffic Signal Control (ATSC) may be included in future phases and is considered an optional project component. These systems will support a Traveler Information Systems (TIS) consisting of dynamic message signs (DMS). A Design, Build, Operate, and Maintain(DBOM) Firm will be selected by the City following the standard procurement process. With a DBOM contract, a private entity is responsible for design and construction as well as long-term operations and maintenance services. The project's financing shall be secured by the City of Miami Beach with potential to be supplemented by federal grants in a phased approach. Future phases of the project are subject to availability of City funds. ' 23 CODE OF FEDERAL REGULATIONS(CFR) PART 940,Intelligent Transportation System Architecture and Standards—Final Rule(January 2001).Available online at http://www.iteris.com/itsarch/. r 2 Florida Department of Transportation,Project Systems Engineering Management Plan Template(November 2015).Available online at http://www.dot.state.fl.us/trafficoperations/ITS/Projects_Deploy/SEMP.shtm. February.2019 1 PSEMP for Miami Beach ITS and SPS 2.2. Purpose and Scope This document serves as the PSEMP for the Miami Beach ITS and SPS Project in Miami- _ Dade County, Florida. It provides guidance for the technical management, procurement, installation, and acceptance of ITS infrastructure and ITS subsystem components along major corridors in Miami Beach, Florida. This ITS and SPS deployment includes technology enhancements that could be integrated into the City of Miami Beach's operations and management systems. The goal of this project is to enhance current levels of interoperability between field elements through continued collaboration, replacement/upgrade of existing ITS infrastructure,and deployment of new ITS and SPS infrastructure in order to address existing congestion and to establish an integrated approach to resolve city-wide problems. The ITS sub-systems for the project are defined as: a vehicle detection system(VDS),a CCTV camera system,a travel-time data collection system,DMS,and ATSC(optional) for the traffic corridors. The SPS sub-systems for the project are defined as: wayfinding systems, parking space count systems (e.g. occupancy systems), parking locator systems, DMS to display parking availability, and a smartphone parking availability application. These systems are inclusive of central control software, local software, and hardware and the communications required to support the systems. Central command operations for the signal system are currently performed at the Miami Dade County Department of Transportation and Public Works (DTPW), Traffic Signals and Signs Division (TSS) Traffic Control Center (TCC). During special events, the central operations `- for the existing ITS devices is at the City of Miami Beach Emergency Operations Center (EOC). However, during daily operations, these devices are managed remotely. Parking management is overseen at the City of Miami Parking Department offices. Long term locations for the future City of Miami.Beach Traffic Management Center (TMC) will be established based on the City's requirement and are envisioned to allow operations of all sub- systems from the consolidated location. ;, Preliminary inventory of existing assets in the region, including infrastructure services, ITS, and operational strategies, are as follows:. • Real-time traffic information for travelers—FDOT and Waze Smartphone Application • CCTV cameras—owned by FDOT and the City • Traffic flow monitoring detectors-owned by FDOT and the City • Dynamic Message Signs—owned by FDOT and the City • Advanced Traffic Management System (ATMS) software for signal coordination — owned by Miami-Dade County • Parking Revenue and Control System (PARCS) —owned by the City Further details of the project can be obtained by reviewing supporting documents, such as the April 2016 TIGER Discretionary Grant Application. The document is included in the Appendix. February 2019 2 PSECIdP for Miami Beach ITS and SPS I ' 2.3. Technical Project Summary Schedule An overview of the anticipated project milestones is presented below. As the project progresses,the milestones and corresponding dates indicated below are subject to change and will be reflected in updates to the program schedule. • • Concept of Operations June 2016 • Project Plan June 2016 • Advertisement September 2016 • DBOM Notice to Proceed(NTP) June 2017 • Construction — June 2017—June 2018 • Unit Testing July 2018 • Burn-In October 2018 • Final Acceptance January 2019 2.4. Relationship to Other Plans 2.4.1. Relationship to Florida's Ten-Year ITS Cost Feasible Program The FDOT Ten-Year ITS Cost Feasible Plan (CFP) is a 10-year program and resource plan that identifies ITS projects in the overall context of Florida's ITS Corridor Implementation Plans (FY 15/16). It represents a commitment of state- and district-managed funds over a 10- year period to provide ITS funding in a coordinated statewide program in order to develop ITS infrastructure on Florida's major intrastate highways. The CFP is limited access facility specific, as published to date. The Miami Beach ITS and SPS Project is an arterial facility deployment and therefore is not included in the Ten-Year ITS Cost Feasible Plan. 2.4.2. Relationship to the Florida Statewide Intelligent Transportation System Architecture The ITS devices are already included within several market packages of the FDOT District Six Regional ITS Architecture (RITSA), which was developed as part of the original Statewide ITS Architecture (SITSA). The FDOT District Six RITSA was last updated in January of 2016. More information on the_current RITSA and SITSA is available online at http://www.consystec.com/florida/default.htm. Additional information on the applicable market packages is available in Section 4.1. 2.4.3. Quality Control and Assurance Plan A Quality Control and Assurance Plan will be developed by the DBOM Firm as part of the future design initiative. 2.4.4. Regional Transportation Plans The current Transportation Improvement Program(TIP) covers the period from October 1st, 2015 through September 30th, 2020, and was approved by the Metropolitan Planning Organization (MPO) governing board on May 21, 2015. This document includes a listing of February 2019 3 PSEMP Jot•Miami Beach ITS and SPS the transportation improvement projects within Miami-Dade County planned for the next five fiscal years. Current TIP projects within Miami Beach are listed in the table below. The document is available online at http://miamidadempo.org/transportation-improvement- program.asp. The City of Miami Beach adopted its current Transportation Master Plan in April 2016. The ITS and SPS Project is included in this Master Plan and the City of Miami Beach is currently working with the MPO to integrate the project into the current 5 Year TIP Plan.' Table 2-1: Miami Beach TIP Projects z Type of Work Project Description Agency From To Name I i ' 53rd Street including Mddle Beach Rec; FDOT Bike Path/Trail 47th Street Beach View Park at Phase 1 District 6 53`d Street New Bridge West Avenue ' FDOT North of Lincoln South of 18th Street Construction Connector l3ridge District 6 Road Flexible I i FDOT - South of Ed Sullivan Pavement: SR 907/Alton Road " District 6 Michigan Avenue Reconstruction Drive/43`d Street Intersection SR 907/Alton Road FDOT At Michigan Avenue . - - Improvement District 6 Flexible Pavement SR 907/Alton Road FDOT South of 43`d Street East of Allison Road Reconstruction _ District 6 Resurfacing- Ride SR A1A/Indian Creek 1 FDOT . SR 907/West 63rd Only Drive District 6 Abbott Avenue Street Pedestrian Safety Safe Routes to School 4 FDOT . ' Biscayne School - Improvement Infrastructure Project District 6 Stud , Venetian Causeway Miami Dade - - y Bridges PWWM West Avenue Bridge Miami Dade. Bridge 1 - _over Collins,Canal PWWM February 2019 4 PSEMP for Miami Beach ITS and SPS 3. Applicable Documents The following documents form a part of this PSEMP to the extent specified herein. Should a conflict exist between the contents of the documents referenced herein and the contents of this PSEMP, this PSEMP shall be considered the superseding document. Additionally, noted documents will be developed in support of, or in conjunction with, the preparation and definitions of this PSEMP. Table 3-1:Applicable Documents Document Contact National ITS United States Department of Transportation Architecture 400 Seventh Street, Southwest • Version 7.0 Washington, D.C. 20590 http://www.standards.its.dot.gov/LearnAboutStandar (January 2012) ds/NationalTTSArchitecture Statewide and Regional ITS Information on Statewide and Regional ITS Architecture Architecture is available online at http://www.consystec.com/florida/default.htm (January 2016) The following additional supporting documents are to be considered part of this PSEMP: • TIGER Discretionary Grant Application, City of Miami Beach ITS and Parking Management System, Dated April 2016 This document is included in the Appendix. In addition to the aforementioned document, five additional documents have been developed by the City's Consultant: Concept of Operations (ConOps), Project Plan, Performance Measures, Minimum Technical Requirements, and Concept Plans. These documents are included as appendices of the PSEMP. 4. Systems Engineering Processes Key processes that will be used are: • Developing the Project ITS Architecture (PITS4) • Development and/or Validation of High-level Functional Requirements • Development and/or Validation of Detailed Functional Requirements • Technology Assessments • Technical Reviews • Risk Identification, Assessment, and Mitigation • Creation of Performance Measures Metrics February 2019. 5 PSEIvIP for Miami Beach ITS and SPS • System Test, Integration, and Acceptance 4.1. Developing the Project Intelligent Transportation System Architecture Elements of the project are identified in the RITSA. The market packages that have been selected from the RITSA to develop the PITSA include: Advanced Traffic Management System (ATMS) ATMS01 Network Surveillance ATMS03 Surface Street Control ATMS07 Regional Traffic Management ATMS17 Regional Parking Management. Maintenance and Construction Management MC04 Weather Information Processing and Distribution Although the market packages and elements exist, updates to the market packages will be needed to change some of the information flows from planned and future flows to existing flows. Additional information on the market packages is provided in the ConOps. 4.2. Creating High-level Functional Requirements The high-level functional requirements for the ITS and SPS Project were developed by the City's Consultant. The tasks associated with developing the high-level functional requirements to support the ITS and SPS deployment are: • Identify high-level performance requirements • Idents interface requirements (i.e.; external, ITS devices, data warehouse) • Idents high-level data requirements • Idents enabling requirements (i.e., testing training, warranty, maintenance) • Idents constraints (i.e., hardware, software) • Idents verification methods (i.e., demonstration, testing analysis, inspection) These requirements were developed as part of Phase 2 of the project procurement and are included in the PSEMP as the Minimum Technical Requirements Appendix. 4.3. Creating Detailed Functional Requirements For the City of Miami Beach ITS and SPS Project, stakeholders chose to procure services using a DBOM criteria package that will include moderately detailed minimum technical requirements. The project stakeholders will rely on the DBOM to provide the required additional details as part of their proposal. The proposal will include requirements for each of the project components including: ITS, SPS, ATSC (optional), and TMC. The SITSA included functional requirements by functional area as summarized below: l - February 2019 6 PSEVIP for Miami Beach ITS and SPS ▪ Roadway Surveillance and Data Collection (ITS) o The field element shall collect,process, digitize, and send traffic sensor data(speed, volume, and occupancy) to the center for further analysis and storage, under center control. o /The field element shall collect, process, and send traffic images to the center for further analysis and distribution. o The field element shall return sensor and CCTV system operational status to the controlling center. o The field element shall return sensor and CCTV system fault data to the controlling center for repair. • Roadway Signal Controls (ATSC) o The field element shall control traffic signals under SunGuide TMC control. o The field element shall respond to pedestrian crossing requests by accommodating the pedestrian crossing. o The field element shall provide the capability to note the traffic management center of pedestrian calls and pedestrian accommodations. o The field element shall report the current signal control information to the SunGuide TMC. o The field element shall report current preemption status to the SunGuide TMC. o The field element shall return traffic signal controller operational status to the TMC. o The field element shall return traffic signal controller fault data to the SunGuide TMC. o The field element shall report current transit priority status to the SunGuide TMC. • Parking Coordination (SPS) • o The parking element shall exchange parking management data with other parking facilities including location, hours, availability, status, lot usage, operating strategies, and charging information. o The parking element shall provide parking management data to traffic management centers upon request as part of the implementation of demand management and traffic analysis programs in the region. This could include changes to hours of operation or pricing. The TMC shall only have "read-only" access to the provided parking management data. o The parking element shall distribute parking lot information to traffic management centers upon request to support integrated regional traffic control and parking management. This could include information on facility hours of operation and current parking availability. The TMC shall only have "read-only" access to the provided information. o The parking element shall distribute parking lot information upon request to transit management centers for park and ride facilities, parking shuttle services, and other applications that integrate transit and parking services. The TMC shall only have "read-only"access to the provided information. o The parking element shall distribute parking lot information upon request to traveler information providers to support travel planning. o The parking element shall support requests for parking reservations. February 2019 7 PSEI/IP for Miami Beach ITS and SES • Collect Traffic Surveillance/Regional Traffic Management(TMC) o The center shall monitor, analyze, and store traffic sensor data (speed, volume, occupancy) collected from field elements under remote control of the center. o The center shall monitor, analyze, and distribute traffic images from CCTV systems that are under remote control of the TMC operators. o The center shall distribute roadway network conditions data (raw or processed) based on collected and analyzed traffic sensor and monitoring data to other centers. o The center shall respond to control data from center personnel regarding sensor and monitoring data collection, analysis, storage, and distribution: o The center shall maintain a database of monitoring equipment and sensors and associated data(including the roadway on which they are located, the type of data collected, and the ownership of each). o The center shall support an interface with a map update provider, or other appropriate data sources, through which updates of digitized map data can be obtained and used as a background for traffic data. o The center shall exchange traffic information with other traffic management centers including incident information, congestion data, traffic data, signal timing plans, and real-time signal control information. o The center shall exchange traffic control information with other traffic management centers to support remote monitoring and control of traffic management devices (e.g. signs, sensors, signals, cameras, etc.). The final Detailed Functional Requirements will include a combination of functional, performance, and physical requirements. As the project progresses through design, the Detailed Functional Requirements will be refined into a Requirements Traceability , Verification Matrix(RTVM) to be produced by the DBOM Firm. 4.4. Trade-Off Studies, Gap Analyses, or Technology Assessments The ConOps compares the program needs with the capabilities of the existing system components, functions, and features. The ConOps also summarizes the proposed system and analyzes where "gaps" exist between the existing system components and the program needs. The ConOps is attached as an Appendix. Technology Assessments and Trade-Off Studies were also conducted. The attached Project Plan summarizes the additional assessments. 4.5. Technical Reviews The following items were completed during the detailed program planning period by the City of Miami Beach Program Manager: February 2019 8 PSEMP for Miami Beach ITS cind SPS • Concept of Operations—complete • Project Plan—complete Under the design scope, it is anticipated that the DBOM Firm will develop and submit the following ITS plans and documents for review and approval during the design period: • 30%Submittal • 60%Design Plans and Specifications • 90%Design Plans and Specifications • Final Design Plans Submittal During implementation, it is anticipated that the DBOM Firm will submit the following for review and approval: • Test Plan and Procedures • System Integration Plan • RTVM, updated at project milestones • System and Verification Plan Guidelines • Data Security and Safety Plan • Subsystem Acceptance Plan and Procedures • System Acceptance Plan and Procedures • Final Acceptance Plan and Procedures • Subsystem Component Documentation • System Component Documentation • Operations and Maintenance Plan • Repair Plan • Staffing Plan • Training Plan and Materials • Transition Plan 4.6. Identifying, Assessing, and Mitigating Risk Risk assessment and control procedures have been established for the project. These procedures provided a method for determining the inherent risk in the project and for evaluating of the effectiveness of risk reduction efforts. The procedures also prepared and implemented plans for mitigating risk. The preliminary risk identification is incorporated into the list below. The.City of Miami Beach will review these risks and may add additional project-level or external risks as the project progresses. These risks will also be evaluated as the project progresses, especially during or after major reviews and construction activities. The following is an assessment of risks that could affect the scheduled completion of the project. 1. Support System—The software that will be used to collect data from the devices and systems, and more importantly efficiently process the data, has not been decided upon by the City of Miami Beach. Although the support system may be a disparate system, February 2019 9 PSEMP,for Miami Beach ITS and SPS this software may require integration with SunGuide®. Integration requirements for SunGuide® will need to be specifically included in the Detailed Functional Requirements. Risk Category: Medium 2. Business Rules and Information Sharing — Several stakeholders are included in the project, including the City, Miami-Dade County, and FDOT. A clear delineation of the information shared between agencies will be required to efficiently/make use of all available information. Due to multiple' stakeholders with different operational objectives, clear business rules need to be established. To mitigate the risk, the market packages from the PITSA can be leveraged to communicate the desired information flows and shared data. Then the business rules associated with the data, such as sharing frequency, etc., can be developed based on the updated market packages and established in Memorandums of Agreement (MOA) with stakeholder agencies. Risk Category: Medium. 3. Corridor Prioritization—A clear study area needs to be defined, particularly in order to identify arterial roadways that will comprise top priority corridors. The risk is associated with the balance between a manageable size project and a corridor that offers significant benefit to users. Partnership with regional organizations, such as FDOT District Six, is also expected. FDOT has arterial and freeway devices installed that can benefit the selected corridors. Risk Category: Low 4. Software Integration — The systems will be integrated into a single system for operators to use at the TMC. The TMC operators will also require access to the County's ATMS software. To mitigate the risk, the Request'for Proposals (RFP) will direct the DBOM Firms to review the legacy device/protocol information before and during the preparation of their submittal packages. Risk Category: Medium. 5. Local Utility Coordination — The subsurface utility engineering for the project will need to be conducted during the design phase. Coordination with the existing utility companies will be critical to the project schedule. To mitigate the risk, constant communication must be established between the City of Miami Beach Program Manager, the DBOM Firm, the City personnel supervising the construction, and the local utility companies. Risk Category: Low. 4.7. Creating the Requirements Traceability Verification Matrix The project requirements will be defined in the future Detailed Functional Requirements.The DBOM Firm will be responsible for the completion of the RTVM. Once completed, the RTVM will become an Appendix to this PS EMP. February 2019 10 PSEPvIP_for Miami Beach ITS and SPS 4.8. Creating Performance Measure Metrics Performance measures were established to achieve the intended goal of establishing performance-based transportation management. Performance measures should be established for use in determining whether or not the anticipated level of performance is being achieved once the project is completed and operational. The DBOM Firm Agreement will be a performance-based contract and the contract documents will include performance measures. 4.8.1. Measures of Performance Measures of Performance (MOP) are the measures that are required to achieve positive Measures of Effectiveness (MOE). They are typically related to system or component availability, operating performance,and data quality. The following measures of performance are anticipated at a minimum in the functional requirements: • Hours of Operation/Staffing • Incident Response/Validation • Equipment Accuracy (e.g.parking occupancy validation) • Equipment Availability/Spare Parts • Subsystem Availability (i.e. uptime) • Others o Standard Operating Guidelines (SOG) Development/Updates o Meetings/Training(i.e. SunGuide® Training) o Preventative Maintenance 4.8.2. Measures of Effectiveness The MOEs are used to determine how well the system design meets the requirements and to quantify the project benefits. At a minimum,the following MOEs will be summarized by the DBOM Firm for the City of Miami Beach on a monthly and an annual basis:. • Travel Time Reliability • Corridor Throughput `. • Incident Management Metrics o Detection and Verification Time , o Response Time o Clearance Time • Increased/Balanced Parking Occupancy 4.9. System Integration, Testing, and Acceptance 4.9.1. System Integration The DBOM Firm will be responsible for the project system integration. As a part of this integration, the DBOM Firm is responsible for integiating all ITS and SPS components installed,in this contract, testing, and making operational a fully functioning ITS and SPS system for the Project. February 2019 11 PSELI,IP for Miami Beach ITS and SPS The future DBOM Firm will be responsible for: • Furnishing and installing all signal detection systems and other monitoring hardware throughout the selected corridors and surrounding roadway networks • Furnishing and installing the SPS throughout the selected corridors and parking facilities • Integrating ITS installed as a part of this project with the existing ITS communications system and building/upgrading any out-of-date communications systems necessary for project implementation • Integrating the SPS and ITS , • Equipping a TMC at a locationidentified by the City of Miami Beach • Furnishing and installing the central operating system for the ITS and SPS • Operating and Maintaining the ITS, SPS, TMC, and ATSC (optional)for a contract specified time period • Staffing the TMC for satisfactory operations of the ITS, SPS, TMC and ATSC (optional) 4.9.2. System Testing The DBOM Firm will be responsible for all testing of replaced/upgraded devices and new equipment. For the applicable tests, the DBOM Firm will develop and submit for approval a test plan and test procedures for testing applicable project hardware, software, and/or infrastructure installed. The) test plan and procedures will be developed and executed, to , confirm that all functionality of the existing ITS system, along with all requirements covered by the approved component designs, are met by the equipment and/or system elements once they are in place and/or operational per•the requirements of the contract documents. The test plan, procedures, and subsequent testing activities are to be developed and executed for all required tests. Each required testing stage will commence only after successful completion of the previous phase. The test plan shall reference the required Performance Measures and the testing shall demonstrate the DBOM Firm's ability to exceed required performance measures. Execution of the test phases will be the responsibility of the DBOM Firm and, minimally, includes the following testing stages: • Standalone/Unit • Subsystem • System • Final Acceptance The test plans and procedures will be reviewed and approved by the City of Miami Beach and/or its designated representatives. The approved plans and procedures must be adhered to and final test results will be submitted by the DBOM Firm to the City at the completion of each test for approval. The City of Miami Beach, and/or its designated representative will be permitted to witness any and all tests. 4.9.3. Burn-in Period Following the system testing a 90-day system burn-in will be completed by the DBOM Firm. February 2019 12 PSEMP for Miami Beach ITS and SPS 4.9.4. System Acceptance The Final Acceptance will be granted by the City of Miami Beach upon the DBOM Firm's successful completion of the Standalone Tests, Subsystem Testing, System Testing, 90-day system burn-in, and the approval of all required submittals per the procurement documents by the City or its designated representatives. 5. Project Management and Control Figure 5-1 depicts the anticipated stages for the project.There are some slight variations from a typical ITS project; however, the figure presents the assumed DBOM process for this project. February 2019 13 • PSEt IP for,l iianri Beach ITS and SPS _ Figure 5-1:Project Stages • • • iy°r i 177' . 0-veep iii ► CL G� RcwmK-t .C-G ► an( f3 . I . 1. . LttOyryt/ +•r (lt ° 1 l Ope •tions • Cwt • February 2019 14 •. • • • • PSEt1'IP.for Miami Beach ITS and SPS The City of Miami Beach will conduct the procurement process, selection, and award of the DBOM contract. The City's Consultant will complete the Minimum Technical Requirements that will be provided in the procurement documents based on input from the City, Miami- Dade County, and FDOT District Six. The Design Consultant from the DBOM Firm will complete the design documents in compliance with the pre-defined Minimum Technical Requirements. The DBOM Firm will perform construction/installation, which will be supervised by the City of Miami Beach Project Manager, or its designated representative. System acceptance will be supervised by the City or its designated representative. The following areas will be covered in this section: • Organizational Structure • Managing the Schedule • Procurement Management • Risk Management • Subcontractor Management • Engineering Specialty Integration • Monthly Project Status Reviews • Change Management • Quality Management(QM) • Systems Acceptance • Operations and Maintenance/Upgrade/Retirement • Lessons Learned • 5.1. Organizational Structure Figure 5-2 shows the Project's organizational structure. The City of Miami Beach Project Manager provides the oversight for the Project. February'2019 15 PSE fP for Miami Beach ITS and SPS Figure 5-2: Project Organizational Structure City of Miami Beach Transportation Director City of Miami Beach Project Manager Design-Build-Operate- Program Firm Program Manager For support on the Project, the City has retained a Pro.gram Management Consultant Firm. It is anticipated that the Program Manager will provide the City the following support: • Project Communications • Stakeholder Coordination, Agreements, and Documentation • Review Costs and Determine Breakdowns Throughout Project • Prepare Design/Pre-proposal/Bid/Construction Documents and Meetings • Review Documents and Plans, Make Recommendations, Value Management • Monitor/Track Budgets, Schedules, and Funding • Maintain Project Records It is anticipated that the DBOM Firm will provide the following: • Design • Construction • Testing _ • Integration • Training February 2019 16 PSEMP for Miami Beach ITS and SPS • Operations • Maintenance The DBOM Firm will perform the integration of new field devices; and their associated sub- system and system-level testing. 5.2. Managing the Schedule The high-level schedule milestones are discussed in Section 2.3. The Project Plan details the tasks associated with these key milestones and is included in the Appendix.An initial schedule was developed by the City of Miami Beach Program Manager and will be fine-tuned with the DBOM Firm schedule once.selected.Following selection,the DBOM Firm will be responsible for developing a construction schedule and providing periodic updates to the City's Project Manager. 5.3. Procurement Management All procurement will adhere to the standards and specifications.set forth by the State of Florida and the City of Miami Beach. All procurement will also adhere to specific project requirements to be defined in the Request for Proposals (RFP). When the City Commission approved the project,they recommended a DBOM procurement.The City will usea two-step, qualifications based procurement to select a DBOM Firm responsible for the design, installation, integration, operation, and maintenance of the system. The DBOM Firm will procure the contractual items to comply with the contract documents and the technical requirements contained within. 5.4. Risk Management The preliminary risk identification, assessment, and mitigation strategies were completed in Section 4.6 and were incorporated into the below risk matrix. The City of Miami Beach Project Manager reviewed these risks and may add additional project-level or external risks as the project progresses. These risks will be evaluated by the DBOM Firm as the project progresses, especially during or after major reviews and construction activities. The DBOM Firm is responsible for coordinating all project activities that interface or physically integrate with the aforementioned projects, and/or other projects in the region to avoid possible conflicts. February.2019 17 PSE.t/P far a/ianu Beach ITS and SPS Table 5-1:Risk Matrix Item Risk Name Description Mitigation Strategy No. Assessment The software that will be used to collect The SEP will be used as documented in this data from the devices and systems,and PSEMP.Specifically the development of more importantly efficiently process the the High-level Requirements will identify data,has not been decided for the City of the integration requirements and form the 1 Support Miami Beach.Although the support system basis for the Detailed Functional Medium System may be a disparate system,this software may require integration with SunGuide®. Requirements. Integration requirements for Integration requirements for SunGuide® SunGuide®will need to be specifically will need to be specifically included in the included in the Detailed Functional Detailed Functional Requirements. Requirements. Several stakeholders are included in the Project,including the City,Miami-Dade The market packages from the PITSA can County,and FDOT.A clear delineation of be leveraged to communicate the desired Business Rules and the information shared between agencies information flows and shared data.Then 2 Information will be required to efficiently make use of the business rules associated with the data, Medium Sharing all available information.Due to multiple such as sharinOrequency,etc.,can be stakeholders with different operational developed based'on the updated market objectives,clear business rules need to be packages. established. A clear study area needs to be defined,in particular the arterial roadways that will The Project Plan prioritizes the corridors 3 Corridor comprise top priority corridors.The risk is and has been shared with the project team Low Prioritization associated with the balance between a for approval. manageable size project and corridors that offers significant benefit to users. February 2019 18 PSE.4IP for Ilicrrrri Beach ITS and SPS The systems will be integrated into a single To mitigate the risk,the RFP will direct the Software system for operators to use at the TMC. DBOM Firms to review the legacy 4 Integration The TMC operators will also require access device/protocol information before and Medium to the County's ATMS software. during the preparation of their submittal packages. The subsurface utility engineering•for the To mitigate the risk,constant a project will need to be conducted during communication must be established 5 Local Utility the design phase.Coordination with the between the City's Program Manager,the Low Coordination existing utility companies will be critical to DBOM Firm,the City personnel the project schedule. supervising the construction,and the local utility companies. February 2019 19 PSEALIP for ,Lliami Beach ITS and SPS 5.5. Subcontractor Management The selected DBOM Firm will be responsible for managing any subcontractors that may be needed for the project. The DBOM Firm will provide a subcontractor management plan to the City of Miami Beach for review and approval. Scheduled reviews of project subcontractors will be conducted. The frequency of these reviews will be defined within the subcontractor management plan after the DBOM Firm is selected. 5.6. Engineering Specialty Integration Engineering specialties are highly specialized engineering disciplines included in the project to support the City of Miami Beach Project Manager. These specialists increase the expertise available-to the project team and support the specialty requirements of the project.The DBOM Firm will include the following specialties during the appropriate project phase as required. The DBOM Firm representatives will be supported by other resources as required. 5.6.1. Data Management Engineering The data management engineering specialty will address the overall data management for the project. The primary functions of the data management specialty will consist of: • Administration of contract deliverables and records • Data quality and`copy control • Maintenance and control of supplier-developed and purchaser furnished information The data management engineering will be provided by the DBOM Firm. ' 5.6.2. Configuration Management The configuration management engineering specialty will address the configuration management of the installed/upgraded device . This specialist will also be responsible for the documentation and application source codes,as applicable. The configuration management engineering specialty will be provided by the DBOM Firm. 5.6.3. Test Engineering The test engineering specialist will verify the compliance of the functional requirements and identify any special tests or test equipment. Additional information on testing is provided in Section 4.9.2. The test engineering specialist will be provided by the DBOM Firm. 5.6.4. Logistics Support and Maintenance Engineering The logistics support and maintenance engineering specialty will be responsible for determining the total support required for the system to ensure operational "readiness and sustainability throughout its lifecycle: The logistics support and maintenance engineering specialist will be provided by the DBOM Firm. February,2019 20 PSEMP for Miami Beach ITS and SPS This specialty provides the following project input: • Defines support requirements—for example, the mean time to repair • Supports considerations.that influence requirements and design • Provides the necessary support package L • Provides operational support at a minimum cost 5.7. Project Status Reviews During the design, the City of Miami Beach will at a minimum conduct bi-weekly meetings with the DBOM Firm coinciding with key project milestones. During construction, the City will at a minimum conduct bi-weekly project status reviews with the DBOM Firm throughout the contract duration. Agenda items and meeting notes will be provided by the DBOM Firm for each meeting. At the review meetings, items such as project schedule, cost, action items, etc., will be discussed in detail and documented. 5.8. Change Management The Project will follow the standard City ofMiami Beach change order process for all changes on design and construction projects. The City Project Manager will generally decide the acceptance of design changes and construction changes. Furthermore, statewide impacts associated with this project, as such resolutions, will be required from the Change Management Board. 5.9. Quality Management The selected DBOM Firm will provide a Quality Control/Quality Assurance Plan to the City of Miami Beach for review and approval. The City of Miami Beach will evaluate the quality of the project deployment from the selected DBOM Firm. A Quality Control/Quality Assurance Plan will be developed as part of future design initiative and will include a plan to implement Quality Control (QC) and a plan to monitor and verify that quality standards are being achieved. 5.10. Systems Acceptance The Final Acceptance will be granted by the City of Miami Beach upon the DBOM Firm's successful completion of the Standalone Tests, Subsystem Testing, System Testing, and 90- day system burn-in and upon the approval of all required submittals per the contract documents by the City. The selected DBOM Firm is responsible for providing a system acceptance test plan to the City for review and approval. The procurement document will describe in detail the contents of the system'acceptance test plan. February 2019 ' 21 PSEMP for Miami Beach ITS and SPS After the DBOM Firm has performed the acceptance test, the final inspection of the system will be performed by the City in the presence of an authorized DBOM Firm representative. The City of Miami Beach, or its designated representative, will prepare a final acceptance test report based on the results of the systems acceptance test and final system inspection. Once the DBOM Firm has addressed all comments and deficiencies.noted in the final acceptance test report to the satisfaction of the City of Miami Beach Project Manager, they will issue a formal notification of system acceptance. Upon System Acceptance, the City will accept the system, and the DBOM Firm will become responsible for all ITS and SPS hardware maintenance and software warranty and for operation within the operations and maintenance ( phase of the project. The warranty periods are specified in the attached Minimum Technical Requirements. 5.11. Operations and Maintenance, Upgrade, and Retirement At the start of construction, the DBOM Firm will be responsible for the maintenance of devices. As a part of this maintenance support, the DBOM Firm will prepare a Repair Plan for submittal and approval by the City. Once completed, the Repair Plan will become an Appendix to this PSEMP. This plan will be supplemented with a written assessment of all existing devices and acceptance of the current condition of all ITS and SPS devices and infrastructure on the project. The DBOM Firm will be responsible for all aspects of operations and maintenance, upgrade, and retirement for the Project at the conclusion of the warranty period. Details on the City's and agency roles and responsibilities are provided in the Project Plan and the Contract documents. Payment to the DBOM Firm will be through a performance based contract. The Performance Measures are attached. The selected DBOM Firm will prepare an Operations and Maintenance(O&M)Plan that will be reviewed and approved by the City of Miami Beach prior to system implementation. The O&M Plan,which will include all relevant policies and procedures,will address all scheduled and unscheduled maintenance responses for all hardware and software, communications links and networks, power supplies, and processing systems. The plan will also detail any upgrade or retirement activities that may be required during the contractual period. 5.12. Lessons Learned Lessons learned will be documented both during project execution and after final acceptance of the project. The lessons learned is a critical component to the improvement of future projects within the City of Miami Beach and is important in defining critical project phasing events and resolution to design and construction issues related to the project. A "lessons learned" depository will be created at the onset of the design phase and will be maintained throughout the lifecycle of the project. Updates to the PSEMP will be reflected at the various stages of submittal that will document the lessons learned. February 2019 22 PSEi1IP for Miami Beach ITS and SPS As the project progresses, key comments and subsequent action items from design review and/or construction phase progress meetings will be tracked and documented. The system engineering process will assist project stakeholders in evaluating project performance and tracking of pertinent issues to ensure that all project requirements are met. • • • February 2019 23 PSE LIP for Miami Beach ITS and SPS Appendix 1: Concept of Operations February 2019 Appendix Miami Beach Intelligent Transportation System and Smart Parking System • Concept of Operations Version 2 March 2017 Prepared for: City of Miami Beach 1700 Convention Center Drive OMIAMI B Miami Beach, Florida 33139 In Partnership With: FDDTu'°' °'f*i MIAMI•DADE ` ` o „.1 COUNTY rrbx® . Ts' E-,9 `�y• • �y(yffAY11l�pCB�� MIAMI-DADS EXPRESSWAY AUTHORITY Managing and Operating.*an Efficient Transportation System Prepared By: Kimley-Horn and Associates, Inc. Kirriley>>)Horn r Concept of Operations for Miami Beach ITS and SPS DOCUMENT CONTROL PANEL File Name: Miami Beach ConOps 2017Apr03.docx File Location: K:\FTLITS\040223101-Miami Beach CSO #1\Deliverables\ConOps\Miami Beach ConOps 2017Apr03.docx Deliverable 1 Number: Version 2 Number: Name Date Ekaete Ekwere, KHA Created By: Jill Capelli, KHA 06/30/16 Jon Chambers, KHA 06/05/16 Samuel Trotman, KHA 06/20/16 Alexandra Lopez, FDOT District 6 08/26/16 Reviewed By: • Ekaete Ekwere,KHA 09/26/16 Ekaete Ekwere, KHA 11/08/16 ' Modified By: Completed By: Jill Capelli, KHA 03/30/17 March 2017 Concept of Operations for Miami Beach ITS and SPS Table of Contents 1 Overview 1 1.1 Identification 1 1.2 Document Overview 1 1.3 System Overview 2 2 Referenced Documentation 5 3 Current System Situation 9 3.1 Background, Objectives, and Scope 9 3.2 Operational Constraints 11 3.3 Description of the Current System or Situation 13 3.4 User Profiles 17 3.5 Support Environment 19 4 Justification and Nature of the Changes 19 4.1 Justification for Changes 19 4.2 - Description of the Desired Changes 20 4.3 Change Priorities 23 4.4 Changes Considered but Not Included 23 4.5 Assumptions and Constraints 24 5 Concepts for the Proposed System 24 5.1 Background, Objectives, and Scope 24 5.2 Operational Policies and Constraints 25 5.3 Description of the Proposed System 28 5.4 Modes of,Operation 42 5.5 User Involvement and Interaction 42 5.6 Support Environment 44 6 Operational Scenarios 45 7 Summary of Impacts 56 8 Analysis of the Proposed System 57 9 Notes 57 10 Appendices 57 11 Glossary 57 March 2017 ii Concept of Operations/br Miami Beach ITS and SPS List of Tables Table 1: Miami Beach State Transportation Improvement Program Projects 8 Table 2: Miami Beach Transportation Improvement Program Projects 8 Table 3: Applicable Market Packages 17 Table 4: Project Roles Matrix 27 Table 5: Summary of Impacts 56 List of Figures Figure 1: Existing and Proposed System 4 Figure 2: Miami Beach Causeways 12 Figure 3: Existing Detector Locations 14 Figure 4: ParkMe Mobile Application 16 Figure 5: Cameras 30 Figure 6: Microwave Vehicle Detection System 31 Figure 7: Video Vehicle Detection System 31 Figure 8: Bluetooth Travel Time System 32 Figure 9: WI-Fl Travel Time System 32 Figure 10: Color Dynamic Message Signs 34 Figure 11: Parking Garages for SPS Implementation 36 Figure 12: Surface Lots for SPS Implementation 38 Figure 13: Network Access Points 40 Figure 14: FDOT District Six TMC 41 Figure 15: Congestion Illustrated in Waze 47 Figure 16: West 63rd Street Bridge Incident 49 Figure 17: MacArthur Causeway Incident 50 Figure 18: Alton Road Construction 51 Figure 19: Existing Convention Center and Proposed Rendering 52 Figure 20: Transit Routing for Art Basel 54 Figure 21: Parking Wayfnding Example 55 List of Appendices Appendix A: Parking and Revenue Control System Contract Appendix B: Market Service Packages Appendix C: Notice to Municipalities Appendix D: Signal Maintenance Agreement Appendix E: Enforcement Correspondence I'vlarch 2017 iii Concept of Operations for Miami Beach ITS and SPS List of Acronyms and Abbreviations APL Approved Product List ATSC Adaptive Traffic Signal Control ATIS Advanced Traveler Information Systems ATEC Advanced Transportation Engineering Consultants ATMS Advanced Traffic Management System CCTV Closed Circuit Television ConOps Concept of Operations DBOM Design, Build, Operate, and Maintain DMS Dynamic Message Sign DTPW Department of Transportation and Public Works EOC Emergency Operations Center FAU Florida Atlantic University FDOT Florida Department of Transportation FHWA Federal Highway Administration ' FPS Frames per Second GHz Giga-Hertz GIS Geographic Information Systems ICWW Intracoastal Waterway IT Information Technology ITS Intelligent Transportation Systems MOU Memorandum of Understanding MDX Miami-Dade Expressway Authority OnSSI On-Net Surveillance Systems, Inc. PARCS Parking and Revenue Control System PTZ Pan-Tilt-Zoom QPL Qualified Products List SOG Standard Operating Guidelines SOP Standard Operating Procedures SPS Smart Parking System STIP State Transportation Improvement Program TCC Traffic Control Center TERL Traffic Engineering Research Lab TIGER Transportation Investment Generating Economic Recovery TIP Transportation Improvement Program TIS Traveler Information Systems March 2017 iv • Concept of Operations for Miami Beach ITS and SPS TMC Traffic Management Center TSC Technical Steering Committee TSS Traffic Signals and Signs TTS Travel Time System VDS Vehicle Detection System VMS Video Management System • WI-FI Wireless Frequency • • iVfar.ch 2017 • V Concept of Operations for illiami Beach ITS and SPS 1 Overview 1.1 Identification This document will serve as the Concept of Operations(ConOps)for the Intelligent Transportation System(ITS) and Smart Parking System(SPS)for the City of Miami Beach,Florida. The existing and proposed ITS projects, devices, and system components are discussed, as well as the relationships and responsibilities of the various agencies utilizing the data obtained through these systems. This ConOps is a deliverable document .as defined by the Miami Beach Program Management Services for an Intelligent Transportation Management System and Smart Parking System Professional Services Agreement between the City of Miami Beach and Kimley-Horn and Associates, Inc. dated October 23, 2015. 1.2 Document Overview The ConOps specifically describes the existing ITS components and those being proposed for future deployment in the City of Miami Beach to support the needs of the agencies and the public. The project will provide for integrated management of the Miami Beach roadway network through the implementation of ITS devices (i.e. Closed Circuit Television system, travel time data collection system) to support Traveler Information Systems (TIS) consisting of dynamic message signs (DMS), and the SPS. The implementation of Adaptive Traffic Signal Control (ATSC) technology is an optional component of the project. This document is organized as follows: • Section 1 —Overview • Section 2—Referenced Documentation • Section 3 —Current System Situation • Section 4.—Justification and Nature of the Changes • Section 5 —Concepts for the Proposed System • Section 6—Operational Scenarios • Section 7—Summary of Impacts • Section 8—Analysis of the Proposed System • Section 9—Notes • Section 10—Appendices • Section 11 —Glossary The ConOps is the first step in the structured Systems Engineering Process recommended by the Federal Highway Administration(FHWA) for ITS projects. The primary functions of the ConOps are listed below: • To establish goals and objectives of each planned system • , To ensure that the implementation is linked to agency mission, goals, and objectives • To identify existing operational environment • To identify where the system could enhance existing operations • To illustrate the future environment with the system • To establish a list of operational requirements March 2017 1 Concept of Operations for the City of Miami Beach ITS and SPS • To begin the traceability of the Systems Engineering Process The development of this ConOps and other project management materials for the Miami Beach ITS and SPS Project were developed in accordance with guidelines and information presented at the FDOT SEMP website, which can be found at the following link: http://www.dot.state.fl.us/trafficoperations/ITS/Projects_Dep loy/SEMP.shtm The targeted audience for the ConOps includes agencies with roles throughout the project cycle, from developing and managing the program to operating and maintaining the systems. These agencies include but are not limited to the Miami-Dade Expressway Authority (MDX), Florida Department of Transportation\(FDOT) District Six, Miami-Dade County, and various City of Miami Beach agencies including the Transportation, Parking, Police, and the Information Technology (IT) departments. The ConOps is developed to help create a strong basis of communication among stakeholders, promote the development of consensus regarding system operations and policies, and facilitate the design and implementation of viable systems. Given the vast array of individuals potentially interested in the document, discussions are kept in relatively general terms to enable use from individuals of all professional backgrounds. 1.3 System Overview The Miami Beach proposed ITS and SPS is being deployed to more effectively and proactively manage traffic throughout the city.The City of Miami Beach serves as a popular tourist destination with a rapidly increasing population. Currently, the city's roadway network faces various deficiencies that impact transportation operation. These deficiencies are exacerbated with limited capacity enhancement possibilities for the existing roadway network due to build-out conditions and limited right-of-way. Since the City of Miami Beach has extremely limited right-of-way available to augment the network,the proposed ITS and SPS will better equip the traffic network and engineers with the capability of mitigating traffic during high traffic periods. The proposed ITS and SPS will provide a means of effectively and proactively managing traffic throughout the city during weekday peak hours, weekends, special events, peak seasons, and incidents. This planned project consists of the design, construction, operation, and maintenance of the ITS and SPS infrastructure and sub-system components along the,arterial corridors,in the City of Miami Beach. The relevant ITS infrastructure and'sub-systems are defined as: • Communications system consisting of wireless communications segments(short-term)and fiber optic network(long-term) • Closed Circuit Television (CCTV) camera system • Vehicle Detection System(VDS) such as microwave, video, or wireless magnetometer • Travel-time data collection system, such as Bluetooth or wireless frequency (WI-FI) readers • DMS system • ATSC system for the signalized corridors (optional) March 2017 2 Concept of Operations for the City of Miami Beach ITS and SPS The relevant SPS is further prioritized in the Project Plan, but the general infrastructure and sub- systems are defined as: • Wayfinding systems • DMS system • Parking space count (e.g. occupancy) systems • Parking locator systems c • Smartphone parking availability application These systems are inclusive of central control software, local software, and hardware. The technologies are also inclusive of monitoring at a Traffic Management Center (TMC). Figure 1 outlines the system overview of the proposed and existing Miami Beach ITS and SPS. The communications system being installed will provide the local agency operators with the ability to communicate to the field devices, allow them to receive data and video images, and allow them to control of the devices as appropriate. Each system will provide benefit to both the TMC operations personnel and the motoring public. TMC operations personnel will utilize the ITS devices to find areas of congestion, identify the cause of the congestion, provide motorists with traffic information related to the cause of the congestion, and coordinate with emergency responders. These actions will reduce congestion within the area of the incident,reduce emergency responder notification times, reduce incident durations, and result in more accurate and reliable travel times throughout the City. The objective of the proposed SPS is to improve the management of available parking at garages -and surface lots through the use of various sensing, computing, and communication technologies and communicate the parking availability to drivers to minimize their driving time and circulation. It seeks more specifically to provide an ability to monitor parking supply in real-time and to disseminate this information to travelers utilizing Advanced Traveler Information Systems (ATIS), such as roadside DMS, future Miami Beach Traffic and Parking application phone applications, and web applications. Additional information on the proposed system is provided in Section 5. March 2017 3 • . •;, 1`...-Woo..X.'4,111111..'41111 Concept of Operations far'Ilium/Beach ITS and S PS„..------'- ''..-;'-'t,',''' '. *4'',.''''.'..••. i3.''.•..;.,10.1:11.4i.i.,,,.,-•...'... • - -- ..1 ittit . , .1 __ , ,?, „11,,s,,,..,,,,,,_:it44..,a.„.. .1...r .7.,,,,:_c_.:: :‘'0,4:;•4:;.7.51.1:10.41;111111.11,.:11,1,,Fr"..71,ril..,k",: , —,-.-.4,--f.c.I.;-.1.31*„.- --',',„-, ••••':j 413 ,.•4 ,:l- .'"io '•'''''.- _..,_.„.,.4.,... , __ .......Kr.,.,„„„.."'-°-'•.-.!" _..*;rxr:.- , . ' .:. -a94,1".2tWX-----4't,;,0;,'iSzliV. :40. -•,-„:52,,_". .: ,••• f,i'f,-,titi."'Ff":.-4'Jilt"'"--- - :.'"f.*-7-..*.vve.t. ,. • '' mirgs,,;,, i,... .114,..z.z.,-Grip',.N..;. ,...”."4tg.ilitimi.1-7.--7 ',- . . ',4.',,,.. .; ...'" ,,,,,,t4'''/::;',:t„,,_. - ..A.M.,A,IL iii 1" ' • '11 ,..L.-=7,,,-1..,..'-illfril".7-. . •--.:-COAtilial l':.t,.. -,,...„,,--- . ,.... ; '-' ,,c'...t.' ''.'4,-4-r'1".'. ' td-1140:-774,16,,t4 sal '..- .4--7:317k---- 1_, 2,..:,,,- i,.‘4,,z,,,,,:•;,;,,,,i.il.A.„..7.;0„0,,, ,, ,.d.:,,t,„,,,,,tfit,- ,„,,,,_ --,1,045.45tin.?„-.,. ..„ ... • „..., ,.„ ,,,,,, ,...A. •."...'....Wit W ,,-'•'.' W.,w,,,,.„ ,..r.,..N,„,...3„1,4,-.,..„ ,„,,s:,„.,.,.,c,,L:;;rr-,-,,„. . ,...,.,,,,14.; , ...;,,,,,,--i.-#.,,....i#,4'',0.' ,...—T,',.7..Q-;,-;,7"',,,,............,....,,4,41: •-•• • - ,,,,,,-10F•r.,,,,s-m.,.,44=,..c.4,:ort.:',Ar.......41. ,,,,•=:„.;.t., 4: ,,,.-4.4,-..,- , , 444.0,- ...„..'" ••,.k .• ,„,-,-4.,,,,.„..:4.,:"..7or.. ......,...0-tt_.•?..1 ' ..' '. 51.‘.tite.F.M.,43'....A.91,'?..i".".4'.71 .fig..Xi..77. 1.4.;= • =':..' ' - ' ''.'10'''‘' '''''.'"' '''S!''': ':,,,;21....;;;.t.j..•.4.t. ttlitAl "4-'04:APC*131ttri31.-rtilL7 i 4'''''ilL'Itl'A'"I'l 1 .A" ',' ''',•: , .. ' :,;-''4.,,' ..,4,1*-".-7/. "..., ,,,4•41..rept*P;t‘ %.,•,al, ' ' pf4g1,;•*;:perx,.3ar...4:i.",i; ,;14:71,6.1`.•':.'V•7- 1.1 .1' ,,,''., ' " ' ...'9,...„4„:'",L,.':2,••4''''.'"..''..';'..,• .;=4r., ,,,-•:::_,..=40. \At.... — ,X.reets44.47.4&•61,&'45,77,:. t4', . . ...&°',--'"."41.1%!"'„:!-/' ,,-.4:11.0. --...F,.. V 74.4.- 4,,, ....41, 4114„,_;4549,W.•- ,rig*.-,...768i1.7%=_,,ar ,." - _a. 'tigt• , ,,,, ,.,1-',.*,\,:, 'z-:---.;.: tv re-V. .54, 44 . 1r --....:1,.; t.--.i.,_-. .:,•.t...,,k-:.,,•4,-Ipti5i',,,., ....,.--.--..,.-.-f. fei.liT•-1.1'7'‘ ' t _.,..",- , ,, -.1.-1, -..-, ,,,,,: - ,,-,, ,,,-.t,..,,,,-46'1 6-"V•41' ' .'7'. 7•O"it'LT-eaij.,63.,r!g=„,i4".ar4T,74°.4:•'11,4T7 ".Z..----' 4116',17:104.13,-;7•P'V.;!.. .''i•'''''''.;;'''?i''..' ' '144'.-A'1A. 4 'e7:-.. 1' , .i.,,i1:1,11.44;1-41,.Vit•41.F- 1-24.-7i,,faar-...g., '• - ,Piii,g.. LIE 44`'.„';''"- - 1-1 '''•.•,•,,, s ;,,,A4,4%41,1 ,,,,, . , . .C.4-',,r.A.TP ,...0,1-...r-^", ......---4•,,;94 . ;....1.--1.,,,;''.;°.tri-?;,.6 , ... ,,., ..,'A-4. ''7. o,,g ', qr•N•-,:rgir•biii.:.• ....r.e-,. ''''iot.., , '- :;',',1*.,,,Z,,,., ,,-,0",1,!...,' .4:-. 9;4. Ill .,..., ,, 'iljilitrAlk'74", r 1,.. -*It15,t,,,/,,„;,44! i„, ' . ' ''''''''''' .V.1'''•"' .' 49.7' ' 4 ' •°;,41,i,'„. 41 •R .W'..',....i,„;tyr.,inhg.,67,,,,•141,15.•:.,_„--.. ,...,%,41;7, ..;•, • - 4', ''' •.l',`''' ,s:4 ."'` •,"--. -Titz..- .,. I--•'•'' ' -C 41 lr•X!'tmeit 7.,.,..- r--"r--::-":,-17--U4,,,z,'",,.',44... -4-,- .:, ,. , ‘,-..,'.:,.4 :' , . '•:. A ..,...,:p ;,. 1.41.1,‘Altk---ii, 411,-,ta,--4,,,-",:', ,,,t.'1:;;;;r:'.' "*.- " ' ".•`, ,^;- "" .4''''' ,.,,,,, .i,.....': ..ii +Id,, Ijr .4',2,.....,.I.E.v.„ ....,..,. .4,--::4,3,1{- _.:,-,:•Fr.:„..4.-- -'•: , '"",."..' -. 4t: • — -' --'" ' -, -'2 ''Ilik' N W^'-',,‘,ti.mritli,4=4:1...-,,Tr.;„i•IZ . ' ..._',..';:„.,..,.' '-.. ' '''',..-4 ''. --"'" - . ..,;,.; )71,4,3? , , 44,w,-----....-...-,....-ltqa' 4.1.4'--.4t...6.' r?) .f. .4",,‘,- .. , ' . .•• -'''*-44:•• ,,,.7••F .„ :-, •" :,,,/4„,,-,,•;11-?••40,1, 1ft- . - _--4,..,-„rm- ••.%.4.--_,-ir, 4 ',! ,,,.,1„.. ..:,,:o. ' , , . . ,.'.. ,;•„=44.... ... , .....,94/44X,„. ./.!..._ea ar '1:15 R.,i,..4.`_.".7173 64,3;4 • t,,,,,..44e,'''''' -,A 4V,":`.:'":',1 .:.0•4.....°4::.r.i.r•-;4•• . . "eb 4.FV1.7,---.4?.?..1, ." ;•tgb.:5104..11.4biotht,;;Ai•o•Syt4'41;N, ;.4,'" l'',..'-or..4.,:...'4,7:4•30' ', . ."..4,.'- .., , „ 4,-.4t.. Av.. .4, Wt.gi,1•11.;.,•p•;49• ItVithiN;r:§ ''.. '41 1'''-'1.:34 f''4' '1- i,t.,,- 4,4;."1-•':'7''''4. ;'*. /Y./t---tr:71''';1,1113,/•• .. — 6yrirtjr•-- EcT.,A-0;s.',.,4:: .:' 4 4i,.1...u..'.., -.4.,;-,. ..,i ,-- ,v...;:y.•-;,.:-.„:•4,,,, Y. , /wreifyiTIVIIiiir.;,,t : , r--17.WN.,M5Ofgar.1:•2"Kti. ';.*:-L';'.'.“4"7.fi••4*'•, 7 ' ' '''' '/•4."',`',i..-, 191V10,4,1irefi'r- ," L ' 'WI -,"-FLTARAir"Ra•;•451 :1•• e ''''.; '„ '•-'.z--,•,..`„,,-:,' • . .-,-•:•,---t:•"".. • ''- ... ;:..46A-4.-4".44ft„.4/.....i iti. • Oalftls•virar•---; ..-= ii.i.• ' i. ..:.'°'-..C...';;....-:•,',...•..,..-..; :,...d:-,,t'','"44=. . .1•,-kromlifirk,gt, ig REA„..1. --",' o',-i-7.--. , ;',..-4-.-..',..,--..1.--:,,..-,,' •"'-.` .'; ... ,'..''''r i.i...,,..,in-04a1"/i Amr d-1';.. ..41-;,- , - t 0.::: -,„1,-,-is-N,v, -.,,,,1'..,'::`,..- :.-.Alog,w4i.' "--Ilt..toNi'-'371: 1,Vi•h.,"i• tzz-.N.,,,,47w-'1&-s.f.L.?,,•1.4.,i,V.•;`,47 ,,k• .'• .1 4 .,`•;VP',".41,.. F4'.7,41.t.x.„,,,,,;.h,.......4,-....4.-v.. .-41.•,.:,..N!,',":-.4..0*" "4 ''.'...,,,:,, "",..,.;‘,.:',-„,,':7Y• !,,,,, ,...,.-• ..,....1.,;*..11,'"'". ...,. ..,,...*Itti..k..40-rg ,,, §,NM!•:.", $,Vaii ' ',..41•!;- . ,,,,....._.- ,44';''-'- :; . f''''':••••r'.."'''424,`,, 4,L-g?7,,,c11.1/iikitt;titiW i ,,..?,...,r ..p..i.m.,:•..m:/:,..,-; 4,,oe, .,,., . __--77,-- ., . . . ,,,,,,,,--:;,,,e,-7-i.-"L'i-1...-1,-IN " 1 .., '"-""--;'',,-..'A;-;?(t.,.'',.4.,:-.4.,.;'-„:,...,,. Avral-g-Orpt.,• it=li - .4,111117- . - ,.4 ,. -,.:'.',.,•..--',,..:-.... ..y.„-...,- -- '- .T.04.tt...P.,-i-11.0%-.?;,: .-Elva,. '.--,•ar•',30.411s,--'--41zt,*, ' ' '''''4'''''':": '-...'-'1,•••k'''-.1."''',.-'. i'i,' 41.-K-1-',:;,..qt-il!••••,..20.'"if4fitkotgr ,....„ 4 • i‘ , ,...;-:,` .,,..-,-, ri-0?,..,,,,z• ,•-4,..It :-.41,11.,544•0"14,,,Erg•• ,1,,,,,A,..„."447,...,+......7. . Sttirt,714.:40114, ',7. ' • .,•....,,.'l--.:,-, --- • --',.. - .4f.r.1.-i; v? Iff,- fx1.40-7 '--4;l-1,, vt.•ka.... • ---.0.k.:,.- i. §.. ,t . '. ' ,'*;-4'i. 4 --""‘t•-; --..":•-•,1 4'••''' :-(014)i.v.,---11.-r1,-'4.--i... _, ' --!. .. • ;'`'`CV.,, 'I*:' ••ti:\•Virtto^"'1.091.1. 11' 174..:m::' • ! •oOlflgii.41.. ...; !'i S ..--,-:‘,..,,, '''•'' ,l'i'‘.%.i-, • ..'''• •P'°;7:..'”'Itg, L/'\'•VtAla qi,i4. .1 . 1 ,,w:;,,:-.,;4'.4.: 4',.14.4„'. : ..„,-Toji-A,,,.,7,41ew'•, • *•"-,.--,,.'----,,,,..'14.-', -*• .,irif,51§.5..-a.itiltpe-T, , ' ....--ii.,,ngliP-4-„-1..gri•vel ,r , ' ':;,,." ''''' ''5, •4_,.I.VI' !RI ;,:ill'gr..4' Nfl'it:F "i4;1'Zij41;i•:-.itS• !I •'` ..E. ilitai.---il r ... - .,'2)--1:';\ n....lir;y•'---'‘,1,40,4'0,1{!''''411•;•44 .k24,,4: W'')-'gf.iiP1-6' 12.1) • ' - '' '4' :itg-t-"'ift'l ti4 .. , : ,4441?..41.,i,,,l_ r '.•.:-'41.14„-,I,."y•...-4•%, '• - , „„,„..!...- all,-,kfil t;.',V,- v"ii•Atit'Vt.' -10,„.,-- -i,, -_...• ' ' •It'.1'43•"Api%'''''". '," v-.-•'''.4', . . '- ."'%,41117:4:4-4, a-'4V , .,, , „ .„6,,,, ;.. .„. vii,Ta\.,s---.- .4•A" 4..?•,r;,4-5.] .1„' KF:545-,:4-41- ° -,, 0,. ; -0,;-.;-,,t ',,,, g4p4114,010.tivislivr.c. .? • kAll,. PqL...,:::'•.trr?.61% ,...v-,4d....t-,'Ir.: 1 A.:.• ;114..[.4.1.. ' - ' . ;0;.•-k"i. '-'4,....*-1-',' —4,--• rt- `/.. ,---,,-; 'iff°1-2. t ' . t`ziT"tr.V 17101114 --A . 14-4q.;`1,174.PWAIMIL..,„, .1 .,i.„1 ..z.rkb._ '''''',?';',...:::..1.;•`-'4''' .,r;rrr.0..4.., \..e. r'r fri4gaTtil TAAA/Cigte:4.1.‘*-V* 1.:Z%.. LI ''--.....'T. .X .,.....ee., \'•r fg d:d.j. • • '4,,,tpV.-.'• •••• •t. ,..• ....4..... .....,a.•:' '4,n, W.t 11W4,ri",,,, grt'ell'it'..;, IP'...... Itirli;;?/,,,,-'Ws7,114416,-", '-1 -it.,:-"' 4`'''.!..1-•tik.lt, - -,,.t.i:Vii.'7•t'-'. . -•,..z•hita, -244. ._,0t,g--., .,... -',-;,;:;,/,t4.0,,," --S,...,i ,.....-..-44pk- - :-.---,...,..._''`-1 ,, ..' %-,..,'-.041:,0‘. 4144277°I.-'4 'k r):'-' 1....,;'•'‘.:- i';'-‘47,64.'r- • .-;-'-'' ,,'' '-'' '''''t•t:'3s• i ' ': :•!'''-`1644,,fg.T,_.int'''''''114. '. ''' ' ''' .. ,. - $‘4,—,T.* -"' -.-• '....1/4--.15,:..tittv.' ELE;_ :.,•_!.: --_,„"...-",a.,......g...., sr.,,,,_„:,_ ) ii,,,,oi.i.ix.7.- v-,,..;........„- .- ._ •r"..,,,,,...•.,;-:°:::', , ---- ....._ , . go,-64.,ipk-ka aWr, , .1, ,;.,.,«':-, ' ,- ..,,paro, 3.4t-,,4reritk-J.AFig:4 :. - /I .,• .g - . ,:"k*:`, "f -t-'.*6 .v::-71.0',4-,::,:t;;....,,' ..,--,.:'.,!..,,..t:. ,.. . .,-.-,,,L,,.;.:.?„,•fre:? , . ,__ rA,10711-21.470 ' s ' r./.. Ici‘r..14,4 int.:4,--4- ,•,-: „ f ,.„.„.,. .„ .!...i64.. . . . t'44‘..F.:"Strifte...,' ; •• P -''. ..40? '-t4• '4.7c- `" risLOCAIMNS NG SYSTEM PROJECT SMART PARK! ,........ • 0,4'6y ,,,...4,4„0-w , :',,4 . 'i • ..4:;. , " - sYMEM 4 ..••••3 ITS mANAGEMENT ,L7......... ii..,,,,,,,:..?,...„!„-4„..°-%•-••''' ..,..7., „•• art or,Am!B • .„...st_ 1:1/.`"" ......,..... ,.,...;:r.... ,.,.,.....„ 1.7AN"'"a°RoaDERRIDAn . I I/' 16 V*HOM .--.5=:*''''' •.x. KIM •-'1 a.. 74,:,.....,..4 d System 4 d Proposed f ........Th..2..!5 an .. ( 1:Existing /. ........."'."'''' Figure • 1arch 2017 Concept of Operations for Miami Beach ITS and SPS The following outlines the roles and responsibilities for the ITS and SPS Project: • Project Sponsors — Agencies that are involved in funding the system and defining the system goals, objectives, and requirements for Miami Beach. The Project Sponsor is the City of Miami Beach. • User Agencies — Agencies that will utilize the devices and infrastructure installed under this system for traffic monitoring, congestion management, traffic incident management, performance measures, and data collection. The User Agencies include the following: o City of Miami Beach Transportation Department, Traffic Operations o City of Miami Beach Parking Department o City of Miami Beach Police Department o Miami-Dade County Department of Transportation and Public Works (DTPW) o FDOT District Six • Maintenance and Support Agencies —The project is envisioned to be implemented as a Design,Build,Operate, and Maintain(DBOM)project.The City of Miami Beach will fund the maintenance and support through the DBOM contract. Other agencies that may have maintenance and support requirements based on existing agreements include: o City of Miami Beach IT Department o City of Miami Beach Parking Department o Miami-Dade County DTPW o FDOT District Six • Operating Centers — Facilities that will perform central command operations utilizing central software, local software, and hardware to control the ITS and SPS devices implemented as part of this project. In the short-term, an interim location is desired to finalize operations, standard'operating procedures, and staffing needs. Through a series of stakeholder meetings, several short-term TMC locations were identified: o Conference room in new City of Miami Beach Transportation Department offices o Workstation or office space at existing FDOT District Six SunGuide Center o Existing, unoccupied MDX Tolling Facility It was decided that the office space at the existing FDOT District Six SunGuide Center was the preferred short-term TMC location. Other locations for the future City of Miami Beach TMC may be established based on the City's future requirements and project operational needs. 2 Referenced Documentation Several available documents were referenced in the preparation of the ConOps ranging from ITS studies and scope of services to parking demand analyses. The documents reviewed are summarized in the sections below as they relate to the ITS and SPS ConOps. City of Miami Beach Intelligent Transportation Systems and Parking Management Systems Project; U.S. Department of Transportation's National Infrastructure Investments, TIGER Discretionary Grant Application — City of Miami Beach Transportation Department; April 2016 R/Iarch 2017 5 Concept of Operations for the City of Miami Beach ITS and SPS The Transportation Investment Generating Economic Recovery (TIGER) grant allows the US Department of Transportation to invest in road, rail, transit and port projects that promise to achieve national objectives. The City of Miami Beach submitted an application for the 2016 round of funding for the ITS and SPS Project. The application details the existing conditions of Miami Beach mobility and plans for future ITS implementation. The City of Miami Beach was not selected as a 2016 recipient, and may submit again in 2017. As identified in the TIGER grant application, the City)of Miami Beach has a consultant in place to implement pan-tilt-zoom (PTZ) cameras, travel time devices such as Bluetooth or Wi-Fi, and implement manual signal timing adjustments.The signal timing adjustments are a part ofthe Event Traffic Monitoring and Management project that provides traffic monitoring and management for six special events in the city. Due to the success of the temporary program, the City of Miami Beach desires to use more advanced technologies and methods to further improve mobility. With limited possibility of geometric expansion, ITS solutions are needed to make the existing network more efficient. Parking Demand Analysis, South Beach — Walker Parking Consultants, August 2014 Parking Demand Analysis, Middle Beach — Walker Parking Consultants, October 2014 Parking Demand Analysis, North Beach — Walker Parking Consultants, July 2015 Parking Study Supplemental Reports — Walker Parking Consultants, September 2015 A series of four related parking studies were developed to evaluate the entire Miami Beach Area's parking inventory and demand in three areas — South, Middle, and North Beach. The analysis identified current high occupancy areas by block and identified future growth scenarios up to 2024 by zone. Key findings from the studies are summarized by zone below. South Beach • Zone 4 (Ocean Drive) is projected to reach deficit levels in overall demand the earliest out of all zones • Residential parking zones have high occupancy and low turnover o Suggests 24/7 enforcement, adding paid parking for times during unrestricted parking, adding time restrictions during unrestricted parking periods, adding restrictions for nonresidents while providing exemptions to permit holders Middle Beach • Middle Beach area and 41' Street Corridor were the only areas studied • Three sites were suggested for additional parking-structures: o MB71 surface lot(46th Street and Collins Avenue) o MB63 surface lot(42nd Street and Royal Palm Avenue) o MB55 surface lot(27th Street and Collins Avenue) • Several blocks in Middle Beach have parking adequacy issues; demand was consistently high • 41St Street does not project future parking issues, as the-area is well established March 2017 6 J Concept of Operations for the City of Miami Beach ITS and SPS North Beach • To address future parking inadequacy,, the study suggests partnering with a private developer to build additional public parking spaces • Overall,parking is adequate in North Beach area, but'many spaces are private or restricted for specific users o Some blocks have inadequate parking; inadequacy could increase if area buildings are redeveloped City of Miami Beach 2016 — 2017 Active Traffic Management Scope of Services — October 2016 to May 2017—Advanced Transportation Engineering Consultants This scope details the contract between Advanced Transportation Engineering Consultants (ATEC), newly acquired by Metric Engineering, and the City of Miami Beach. Metric/ATEC provides traffic monitoring services for Miami Beach during high impact periods and six major events. The events for the years 2016 and 2017 are as follows: • Halloween 2016 • Art Basel 2016 • Miami International Boat Show 2017 • Winter Music Conference 2017 • Ultra.Music Festival 2017 • Memorial Day Weekend 2017 The City may use this temporary coverage until the implementation of the ITS and SPS Project, when the DBOM Firm would then be responsible for event management. FDOT District Six ITS Regional Architecture This architecture defines the Regional ITS Architecture modeled after the National ITS Architecture. It is found at the following web site: http://www.consystec.com/florida/index.htm. The Architecture was updated in January 2016 and currently reflects three ITS Elements: field equipment, parking management system, and the City's TMC. Additional information on the ITS System Architecture is provided in Section 3.3.4. State Transportation Improvement Program This document includes a listing of projects planned throughout the State of Florida with federal participation in the next four fiscal years. Current State Transportation Improvement-Program (STIP) projects within Miami Beach are listed in Table 1. Statewide projects can found at the following web site: http://www2.dot.state.fl.us/fmsupportapps/stipamendments/stip.aspx March 2017 7 Concept of Operations fin. the City of Miami Beach ITS and SPS Table 1: Miami Beach State Transportation Improvement Program Projects (1) Component Project Description Phase Responsible Group Agency Highways City of Miami Beach Venetian f Construction FDOT Causeway r Highways City of Miami Beach— Construction City of Miami Pedestrian and Bicycle Pathway Beach Maintenance i City of North Miathi Beach NW i Bridge/ FDOT 1St Avenue Intracoastal Roadway/Contract I _WaterwaySICWWD Maintenance Maintenance City of Miami Beach I-195 Bridge/ FDOT Waterway Bridge to Alton Road Roadway/Contract Maintenance Maintenance City of Miami Beach From Bridge/ i FDOT i I-395/Watson Island to E Roadway/Contract Channel Bridge Maintenance Maintenance SR AIA City of Miami Beach Bridge/ FDOT Roadway Lighting Maintenance Roadway/Contract Maintenance Transit City of Miami Beach—North Operations City of Miami Beach Trolley Service Route Beach Miscellaneous City of Miami Beach from Preliminary City of Miami 23`d Street to 64th Street Engineering Beach Miscellaneous City of Miami Beach from Preliminary FDOT 23rd Street to 64th Street Engineering Note: (1)All project information sourced directly from FDOT STIP webpage. MPO's Transportation Improvement Program This document includes a listing of transportation improvement projects within Miami-Dade County planned for the next five fiscal years. Current Transportation Improvement Program(TIP) projects within Miami Beach are listed in Table 2. Countywide projects can be found at the following web site: http://miamidadempo.org/transportation-improvement-program.asp Table 2:Miami Beach Transportation Improvement Program Projects Type of Work- Project i Agency From To Description Name _ Bike Middle Beach FDOT 47th Street 53rd Street including Path/Trail Rec-Phase 1 District Six Beach View Park at i 53rd Street New Bridge West Avenue FDOT North of Lincoln South of 18th Street Construction Connector District Six Road Bridge March 2017 8 Concept of Operations for the City of Miami Beach ITS anti SPS I— Flexible SR 907/Alton j FDOT I Michigan Avenue South of Ed Sullivan Pavement Road j District Six Drive/43rd Street Reconstruction r Intersection SR 907/Alton FDOT At Michigan Improvement Road I District Six Avenue Flexible ( SR 907/Alton T FDOT ! South of 43rd East of Allison Road Pavement I Road j District Six .( Street Reconstruction Resurfacing- SR AIA/Indian FDOT Abbott Avenue SR 907/West 63rd • Ride Only Creek Drive District Six Street 1 Pedestrian Safe Routes to FDOT Biscayne School - Safety School District Six Improvement Infrastructure Project Study Venetian Miami Dade - - Causeway County Bridges Bridge West Avenue Miami Dade - - Bridge over County Collins Canal 3 Current System 'Situation 3.1 Background, Objectives, and Scope The established method of planning, developing, implementing, and sustaining-a transportation • management system is to create a vision,and identify goals,objectives,and performance measures for the system that are the consensus of the system's stakeholders. This vision was discussed among the principal stakeholders to confirm this is appropriate and gain their commitment to work towards it becoming a reality. The overall mission of this project is to improve traffic conditions and level of service by implementation of existing and emerging technologies that provide systematic monitoring, management, control; and information sharing. The sections below summarize the vision, highlight the operational needs of the City, and identify the project goals. 3. 1.1 Project Vision The goals are targeted to meet the regional vision for the City of Miami Beach Transportation Department as summarized below: Our vision for the 1TS and SPS is to create a robust system that enhances transportation through the safe and efficient movement of people, goods and information with greater mobility andfuel efficiency, less pollution, and increased operating efficiency. illarch 2017 9 Concept of Operations for the City of Miami Beach ITS and SPS This vision is extensive and is based upon the operational needs summarized in the following section. This vision also resonates well and is consistent with the City of Miami Beach's Transportation Mission as summarized below: To ensure the safe, secure, and efficient movement of people and goods in a transportation system that provides mobility, livability, and accessibility, and promotes alternative modes of travel, while ensuring environmental and economic sustainability, and improving the quality of life for all who live, work, and play in our vibrant, tropical, historical community. 3.1.2 Operational Needs The City of Miami Beach ITS and SPS Project was conceptualized due to specific operational . needs within the City of Miami Beach. The four operational needs identified and discussed with stakeholders are summarized below: 1. Manage Congestion - The first operational need is to decrease congestion in the City of Miami Beach. In addition, the need to monitor and manage the traffic congestion is an associated operational need. 2. Improve Signal Timings - The second operational need is the ability to improve signal timings to improve mobility within the city. To achieve this operational need, the City identified the need for adaptive signal control although this is currently an optional task in the ITS and SPS Project. 3. Parking Wayfinding—It is anticipated a significant portion of the congestion is related to parking activity; more specifically, the inability to find parking spaces within the city. When travelers are not able to quickly find the available parking, it results in additional • traffic circulating the roads to find spaces. This results in the operational need of directing people to available parking, quickly and efficiently to reduce circulation traffic. 4. Leverage Technology — The fourth operational need is the City's desire to leverage technology to facilitate their operational needs. Technology such as CCTV cameras, Parking Guidance Systems, and DMS will be strategically placed to solve the City's operational needs. 3.1.3 Project Goals Three project goals were identified based on addressing the aforementioned operational needs.The specific project goals include: 1. Improve Quality of Life — Miami Beach is a very desirable community and was recognized by Livability.com as one of the top small to mid-sized cities to live in Florida. The City of Miami Beach wants to maintain that high quality of life for residents and visitors, enhancing mobility helps to achieve this goal. 2. Increase Tourism — Tourism is an economic engine for the City of Miami Beach; but traffic and congestion negatively impacts tourism. Miami Beach has over 62 events a year where visitors must travel into and out of the city and often have trouble finding parking. The tourism also has an impact on residents and the City desires to ensure events are a good experience with minimal impact on the transportation network. March 2017 10 Concept of Operations for the City of Miami Beach ITS and SPS • 3. Economic Growth — Contributing to help the events operate smoothly will lead to better events with greater economic impacts and ultimately higher quality events. 4. Improved Predictability — With an improved understanding and assessment of the existing transportation and parking systems through the ITS and SPS Project, the system predictability and reliability is anticipated. For example, improved assessments of historical trends (i.e. identification of peak trends, event impacts, etc.) can help quantify and predict general parking and transportation trends for future events and typical occurrences. 3.2 Operational Constraints Several significant operational constraints exist for the City of Miami Beach including geographical constraints, right-of-way and development constraints, and parking capacity. constraints. The existing transportation system, although considerable, is not sufficient to ease congestion throughout the city. Each of the operational constraints and their impacts are summarized below. The City of Miami Beach is a barrier island, only accessible through four causeways (MacArthur, Julia Tuttle, John F. Kennedy, and Venetian)to the west and Highway AlA to the north, as shown in Figure 2. Two of the four causeways, Julia Tuttle Causeway(I-195) and MacArthur Causeway (I-395), are uninterrupted flow facilities and carry more than 70% of ingress and egress traffic. The Venetian Causeway is an interrupted flow toll corridor that passes through the man-made Venetian Islands.John F.Kennedy Causeway and AlA(Harding Avenue and Collins Avenue)are also interrupted flow corridors. Due to these geographical capacity constraints, popular times to visit the City result in significant traffic congestion at these access points. Since Miami Beach is fully developed, there are little to no opportunities to geometrically expand the roadway network to increase capacity. In addition to the right-of-way constraints, another contributing factor to the capacity shortage on Miami Beach's principal arterials is traffic signal spacing. In accordance with the FHWA's Benefits of Access Management t documentation, roadways with eight signals per mile were reported to have their travel time adversely affected by 39%. 5th Street(SR Al A) has seven signals in approximately half a mile, Alton Road (SR 907) south of 16th Street has an average of nine signals per mile, and Collins Avenue (SR AlA) has approximately 12 signals per mile. Given the heavy use of private autos by visitors and residents,the City has continuously struggled with parking supply versus parking demand. In accordance with the projections made in the 2014 Walker Parking Study prepared for the City of Miami Beach, parking demand exceeds parking supply in many areas of South and Middle Beach. This phenomenon greatly affects traffic performance because drivers who do not find parking will continue to drive in a particular area until they locate a parking space. The parking study revealed that during the peak hour, parking demand exceeds capacity by approximately 877 parking spaces. Federal Highway Administration (FHWA). Benefits of Access Management. Document Number FHWA-OP-03- 066.FHWA,Washington,DC,2003 - March 2017 11 Concept of Operations j r litany Beach ITS and SPS F -a � • to .In**rY` s� , i�{ri `L x t.. ''`! �• 1i( + "t `. � , A i' W �,.„,— , l„*^-i'4, v •••,1.. . t' 3 I l © r �k �1{ •1L► • '�3•' t,"t`O 1'Q�l-.'i•-•!`;.•`"'•"F .+ra t..,k'',' rV '9 S 4, .i;q • ' j : i..T.; .. d 4�{1=1 alt• +; Q .Y.;y, ^gy+ 1�'tfl» p •1 !�? 4 M° 'Z .--- ..'0-4,1.'0' V''';...,4 A. • '''774:',',4•:jj ..„..„,„....,Lti :;4,4.1 AO" ili"i'l Vill4' ..'''''e A' 1,74 :A ' 21 �, � I .- tiI1a4TutueC • j' r i� ®-r.r.- •, 41t 195 o,`'r1 r i s ,r�1�f,i.. . .,..:*(.47,c,, e 1 s _ .4. ..1/.f4•-• _f r„'.�'„- '1..;•,�'j4• 1 1 f,"3� 't5 r Azo.-_;; g °-, ~g. ,xt,,, �� �? y1 'rltl fSi 3 r�tltR '3A6 �� '71'�' C' .,;....2,14:,-s ! ir .......,„.,w, 'a' i - tri. v. p� 124,4' rilirre v....;,,.s rs **ll , .<Z is -fa ,”j y,, 3 ,i J yz.. .�' {fig Iam! }• J+i'Rr. •... 4 '' s.. �.v...uy''st 1:74 ,t t.r,IN 4.,..:7•r' :2y1,7yr: �- r y,. °. 1.$,1 r,,,4,! '� . �it 4,4 r tj •!• r"„.rt� ie P r y a ! \�4t`.141 ) %ç& t 1:-...-7.____,:v.-_ ,-- .:A + ,„i4. t '3l1 . •� f.p; tet: tr G w•:= � G^`\ wJIL 4 1,, iJ � Ven- n CausYa r- '1, 1c) \ , ia �'�.'° - r �`;..�. JJI1 ... -!„ 1'` \,:.,...1:41 d' ?er.i + E > .da �; I1. �t �, ` Figure 2:Miami Beach Causeways Alarch 201 I2 4 Concept of Operations for!l,fiami Beach ITS and SPS 3.3 Description of the Current System or Situation 3.3. 1 Traffic Signal System The City of Miami Beach traffic signal system consists of approximately 400 traffic signals operated by the Miami-Dade County DTPW Traffic Signals and Signs Division (TSS). The Miami-Dade County Traffic Control Center(TCC)monitors and controls over 2,700 traffic signals on all major arterials in Miami-Dade County. Signal Operations Engineers adjust the operation of the traffic signals to maximize the safety and throughput of vehicles and pedestrians to cater to demands as they change throughout the day and from day to day.Traffic signal technicians oversee the maintenance and repair of the signalized intersections, as well as the over 130 school and intersection warning signals throughout the city. The technicians are required to be on call for emergency repairs at any time. 3.3.2 Event Management/Traffic Monitoring Currently the City of Miami Beach utilizes a consultant to provide signal timing support for traffic monitoring and management for six special events in the City. To support in the event management, temporary ITS field devices, such as PTZ cameras and portable DMS, have been implemented throughout the city. Traffic monitoring has enabled the City and its consultant to identify operational problems in the network and to make changes to signal timing that would correspond to traffic demand. Traffic monitoring currently occurs from the City's Emergency Operations Center (EOC). Metric/ATEC, the consultant responsible for the project, observes the travel time results collected by Bluetooth devices and PTZ cameras for deterioration in traffic conditions. A signal operations engineer from the consultant team recommends signal timing changes to the county to reduce congestion when deterioration is observed. To supplement the Consultant's coverage,the City hired a signal timing engineer as a representative for the City who operates out of the Miami-Dade Traffic Control Center. The Metric/ATEC scope of services was previously summarized in Section 2. The existing traffic system detector locations are illustrated in Figure 3. • March 2017 13 l Concept of Operations.for the City of Miami Beach ITS and SPS • C fi� �•' , �T Detector Locations Advanced Transportation °'• - Engineering Consultants n South'Network-, vi,' -- r +' w_ P'AiSinat0 oe 9 I-395/MacArthur Causeway and Bridge Rd 1 -,,ii-,, _� ,Medical Center`• • i 9 5th St and Mon Rd r' 0- =---q 5th St and Meridian Ave r O .." t ��uCil a-ilk, '!9 5th St and'Washington Ave `I, as I s� ; 9 5th St and Collins Ave 9 Alton Rd and 8th St 1":„s ,, i;, . ',` _ iry ' _9 1-195pulia Tuttle Causeway and Miami Beach Entrance _ F: - 4iler4„),:b ay L. '9 �� 41st Stand Alton Rd t ��irt73ai'L { ��f 9 41st St and Pine Tree Dr I PA r t Beach 0 olf Ckio ;��l1. l ll } 1° 41st SI Indian Creek Dr E t IOr !It I 9 41st St and Collins Ave .r. . cho01 r,,, I i Centrale NetworkIr'''';'' rICD � I R+' s' tang] each { : Alton Rd and Michigan Ave ® _ so. ,Dnve tion • ,, ' ' , i, 9 Venetian Causeway and Eastmost Bridge f r � - ' " t®I - ® `,` t to Dade Blvd and Purdy Ave 1 is ! ;E'&, Inh t e�, -' 9 Dade Blvd and Alton RdY �"' '' '`� Lt coln' l 1to Dade Blvd and Meridian Ave r '� 'Roo i Mall, ! ' v Dade Blvd and Washington Ave - — -I J .St=='-.- "' - "9 17th 5t and Alive Rd x • r i ''J i I I9 17th St and Meridian Ave ' � - C,9_ e. 9 1 9 17th Si and Washington Ave t ', 9 17th St and Collins Ave ^''' a 7"J-. ,ArtOeCo i ,,' 9 Collins Ave and 23rd St ' x ;�' i pistrict > - South'.eac Mr . "n. . Corp ratio 1-5- Srar island k. • I � .'• _ e � Dodge : . d� c` 1 island '' '`o I 4 Le dDetector Location Monitored Roadway y. I � a 9 en9 — pORPtt?f af1C. Figure 3:Existing Detector Locations 11'Iarch 2017 14 Concept of Operations for the City of Miami Beach ITS and SPS Through the existing event management contract, temporary ITS technologies and active traffic management are used to optimize the use ofthe existing roadway network and alleviate congestion. The roadway network in Miami Beach is an orthogonal grid, allowing for traffic to redirect to other paths when some links are congested due to construction, incidents,or high demand.The following corridors are considered major ingress and egress routes for the majority of special events: • 41st Street—Julia Tuttle Causeway(1-195) to Collins Avenue • SR 907/Alton Road—south of 41St Street to Dade Boulevard • Pine Tree Drive—south of 41' Street to 23`d Street • Indian Creek Drive—south of 41St Street • SR Al A/Collins Avenue—south of 41St Street • 17th Street—between SR 907/Alton Road and Washington Avenue • 5th Street—MacArthur Causeway (1-395) to SR AlA/Collins Avenue • Washington Avenue—5th Street to Dade Boulevard • Venetian Causeway—east of Harold Plaza to SR 907/Alton Road and Dade Boulevard • SR 907/Alton Road—5th.Street to Dade Boulevard • SR AlA/Collins Avenue—5th Street to 15th Street 3.3.2.1 Website The,City offers an interactive map for residents and visitors to detail real-time traffic alerts. The Live Traffic Map uses Geographic Information Systems (GIS) for mapping and analyzing current roadway conditions. The live map provides information including road closures, traffic incidents, and traffic flow. The map can be accessed at the following link http://gis.miamibeachfl.gov/roadclosure/. 3.3.3 Parking Parking throughout the city includes ten garages with approximately 5,500 spaces and 35 surface lots totaling 3,465 spaces. Parking generates nearly $50M in revenue annually for the City of Miami Beach. As summarized in Section 2, previous parking studies identified parking demand frequently exceeds capacity. Technology components of the current parking system include the mobile applications for payment and the Parking and Revenue Control System (PARCS). The existing technology components are summarized below. 3.3.3.1 Smartphone Applications The City of Miami Beach offers two mobile parking applications, ParkMobile and ParkMe, covering the garages and metered parking throughout the city.The mobile applications can be used to identify municipal parking facilities, including directions to their facility of choice. Upon arrival, users may then pay for their parking session by selecting the payment option. Features of the smartphone application include: • Remote initiation of parking session on your phone/smart phone from the comfort of your vehicle March 2017 15 Concept of:Operations for the City of Miami Beach ITS cane!SPS • Text message alerts with reminders alerting users when parking sessions are about to expire • Parking session extension (e.g. ability to add more time) via smartphone application from any location throughout City • Real-time parking availability for select parking lots, garages, and structures The City of Miami Beach application also complements the features to include the location of parked vehicles and identification of nearby municipal parking facilities based on location with turn-by-turn directions. /7 Parhme ;'n1:e1e_'rou o eaowse• Nowlr wolixs --7-- Nolwre aaa a sno ioem ...1111 I. 1r Ism ',.,p'-''' j* ,'"'-' 75""*"' yr Pa0M9 TYPe: D.'uy� Licata./ Stnst :- + � �s 1,.• ��, �m°`z« '^ � r.� 4 ,�� � }P'.�� �r, � . StwrWg rales fof.�har P� ,4 1 `r ,rr as �j•T ' �. jj 1 --t4,,,,,t ,p ,le "�0.,a Sol•,9y.Ptos11eo0m r t.,.um / I ,+s'" ? , if " �4 '�ti. Ili $ { z r,� �y? t$� �"�' a C "err � -'� � i....r. f .' "i'� rsvtrnst l „ ,,q.10,,,,77.21„, >,at }' : j e F' i{ ; t. s _33trms k -6 s ..,.}1).4:y �. ,F. 'rNa i fk i. eta 'Ij Y� N.°I"y r5 3 ;yl1 _1 13„ 'w T' 2 ' =93 _ • , t `s3 t J 3�i'} ^,."� f�m'_114,' „Ap litr � .�/"'� •�-�.n n �----`-!1:,`;`,4'. Y F 9 f��' ?h � - e +ww,+•,.,. , Tne Llllmin Garage 85.00 ♦ 1 Iend nfant!Y • New J {e` •' " /1 dR S 31 11rR;aR�G -2 • r{� F3 t b JI (i,3rAFL11 , 1 � i_ M tmr B a ti ,.zs ,1°"" ;;1;.'1 �+ la as rt �� � v �• j x '� { ,,_ • r�, �. y �. i w„sa 3R%Fw I-)(,. t-e # 4 4 JI 6S� xYy. y- f 1b,n % 1 1 j f J TO i M Ort" 1 ! 3c nlsw3rast ,®, , ^, i�gt",d ,: ,.- CJs. Y„,,,i-----,,s.'1,-_-46.;,,4..'41 n t-� —�f I. S. • 4y"',, Nmi FL 33130 a Ai .sT-. ' ' 3� ! .. {r�Fsav k �' .{�5 .3h a.o5 -.M atmru;nxasl 5,yA.:4:',.,0:: �,y I{ i I `r 7A1"~� ( V 1 1 Y „,1- i 1 ,-,,,,t 7271.Fu0 e$` "3� i U d W. ,�'S+}. I� ! I, d +Ny a F 1 I1'`MI',,.,,,r- I6. x :'1J1l1 �d To rf,1^ Y , Ne Nofk7 'et Gata92 � "*a '�. Y 1 11N5 1 63 1 ,_,,,,c„, �` �" "f? �.+"w Ff S ' 0 11 o a��v,r3w3 ° + ” 8 :�_ I _ A �,x fi ,� ., ka ,.,'1h ~ • taklm, '."%NDiuv Js M k— .1' Pf.,#. (J .r �ta k ', `'r d "..'3:, L 33132 us �' ;'~ i 3 0.w c� :.e„G.wax ` '` ' 4-,,iy. , i -,�T C a. < ", 79%FUY ,Rt�rt os :y t" x_:. 1 i lsl f RGO/( I t ,,tis v ai ,,. •,� 1 Llnmlttr,rnAre '® s :• � rm i Y °�, - x� a <. i '+'En•".�•yy. rL33t35 t1- f r 51.Is/nd 3 3 '. I M J , i 3 h).{ �am "` mss,,..\2- ..,,,,.. r P J.:4‘,*.;,,,#� j �I $ 3 M. - � "� { �,-'F'-' ms 1 Y r oda iS rb�wry II. .� � 3s%Fw ,-„De...,, y Avg,. I i 1 r' x t �y ° ;'1'''',4c: �'t iii' A4.• ' s . + ::'`t-7.;e; s 1 .'C `",iy`iB',:r W" w Y ,•,.. ;1 Ta7,8:0-j,' Ave .„ ;1,,, �" v ms sp 7 f t I. "+f [ , .. tx & - p _,. M .15'.6 n 33139 •=13 efhn � 3 7! d -1.'0'.••"","''`i.,_ } 4 q 3 o tz m�smm!!.was 't+ra a yaw x '., �._I'1 .t t 2 Y m 1Ho a t t0%rw � I=J ' a;r,Y "t?'''_ s I r z ea,k'�i; a:, ' a JJ • h.,4; ' e*y,'i.t. 1! 1r !. t r1 #�-.-y}., _ t e_�_: $t___ \ . 5,� _r#ih t N � � =a•'suo Figure 4: ParkMe Mobile Application 3.3.3.2 Parking and Revenue Control System The current PA. RCS is in the process of being upgraded. SKIDATA is the selected vendor and their contract is provided in Appendix A. 3.3.4 System Architecture The system architecture is used to identify ITS project elements, describe the stakeholder services for each of the project elements, and list the interfaces between different ITS elements of the different stakeholders. The statewide architecture is found at the website http://www.consystec.com/florida/index.htm. The recently updated architecture reflects the envisioned City project elements including: 1 Llarch 2017 16 Concept of Operations for the City a/Miami Beach ITS and SPS • City of Miami Beach Field Equipment • City of Miami Beach Parking Management Systeme • City of Miami Beach TMC These project elements are appropriately identified as existing and the architecture information is documented in a market package. The applicable market packages are identified in Table 3. The market package diagrams are included in Appendix B. Table 3:Applicable Market Packages Advanced Traffic Management System ATMS01 Network Surveillance ATMS03 Surface Street Control ATMS07 Regional Traffic Management ATMS17 I Regional Parking Management Maintenance and Construction Management MC04 j Weather Information Processing and Distribution: • 3.4 User Profiles A brief description of the current user classes for the system is presented below. A user class is distinguished by the way users interact with the system, and is classified according to common responsibilities, skill levels, work activities, and the ways they interact with the system. ITS Operator — This user accesses and controls the ITS devices to monitor and manage traffic flow on the arterial corridors throughout the city. The ITS operator is able to pan, tilt, and zoom the cameras, post messages to the DMS, ensure the traffic signal controlsystem is working properly, and gather data collected by the VDS. The operator also verifies the overall health of the system and dispatch maintenance crews to fix any ITS devices that are not functioning properly.' The Operator will also assist Emergency Response Teams to decrease emergency response times and manage the traffic while an incident is occurring. The ITS Operator is provided through a consultant contract and is only active during events. The ITS Operator is located at the EOC and in the field. Parking Operator—The City of Miami Beach Parking Department is responsible for oversight of the parking garages. They have hired SKIDATA to upgrade their PARCS. City staff oversees the parking operations, reviews occupancy and other data reports, and sets pricing based on location and demand.Parking operator staff is located in the parking offices at the City.There are currently no cameras monitoring the garages, or other ITS technologies in place. ITS Network Support Personnel— This user accesses the network and ensures it is operational and fully functional. This user will also be responsible for implementing any necessary network 'Although the architecture refers to the Parking Management System,the City of Miami Beach will refer to the system as SPS. March 2017 17 Concept of Operations.for the City of Miami Beach ITS and SPS updates or device integration and is responsible for the overall architecture of the system.This user also verifies the wireless communications network is maintaining signal strength. Currently the City of Miami Beach IT department provides the majority of the network support. The IT department is supported by the City of Miami Beach Police Department IT staff for the wireless network. In 2013 the Police Department took over the wireless network and have since supported the maintenance of the system. Maintenance of the wireless system is provided through a consultant contract. Traffic Operation Engineers — Traffic operation engineers analyze and utilize the ITS data to make decisions in real-time and for future roadway and safety projects. The analyzed data is used to make roadway and safety improvement decisions in areas that are congested regularly or may have re-occurring incidents. This user is also responsible for signal timing changes. Miami-Dade County DTPW TSS is responsible for all traffic signal operations throughout the County.The City of Miami Beach provides supporting staff in the TCC to complement the County's Signal Timing Engineering. The City of Miami Beach support is provided by a City of Miami Beach staff member, but previously this support was provided through a consultant. Traffic Control Device Installation—All traffic control devices, such as signalized intersections, are currently installed through Miami-Dade County DTPW TSS. In the December 4,2015 "Notice to Municipalities" (Appendix C) the County allows local jurisdictions with a written agreement to install their own traffic control devices at their own cost, but requires devices to be on the County's Qualified Products List(QPL). Emergency Response Personnel — Due to the co-location of the ITS operators at the EOC, dispatchers for emergency responders(e.g. City of Miami Beach Police Department)may have the capability to view the traffic videos and receive travel time information to analyze the roadways near an incident scene and determine the best route for the responders to take to arrive on scene in an expeditious manner. No dedicated video feeds or other data sharing is currently in place. Florida Department of Transportation Personnel—Several state roadways are located in the City of Miami Beach. FDOT has responsibility over the roadways, but partners with Miami-Dade County DTPW for signal maintenance through a Signal Maintenance Agreement (Appendix D). In addition, FDOT maintains ITS devices including DMS and CCTV cameras along several causeways and throughout the City. The ITS devices are monitored and controlled at the District Six TMC. FDOT invites agencies to have viewing access to the cameras through a video sharing agreement. The City of Miami Beach is in the process of executing the agreement for access to the FDOT cameras. Motoring Public—The public is informed of incidents and congestion during events'through the DMS system. Parking availability is provided via the Miami Beach ParkMe smartphone application. Congestion routing throughout the city is provided through private smartphone applications such as Waze. March 2017 18 Concept of Operations for the City of Miami Beach ITS and SPS 3.5 Support Environment The support environment differs for traffic control/ITS devices and the parking system. Public outreach and communications are also discussed as they relate to the support environment. The support environment for each area is summarized below. 3.5. 1 Traffic Management/ITS As previously mentioned in Section 3.3 and Section 3.4, Miami-Dade County DTPW TSS is primarily responsible for the operations of traffic control devices in Miami Beach. All traffic signals are controlled through the County's Advanced Traffic Management System (ATMS), KITS. The City. of Miami Beach currently holds a verbal agreement with Miami-Dade County DTPW TSS allowing the City's consultant to access the County's server and adjust traffic signaling within their jurisdiction, if necessary. For normal business operations, the City must request signal timing changes through .the County's Signal Timing Engineer. In emergency situations or after hours, the City may be required to provide signal timing changes within their jurisdiction upon County approval. In addition to-signal timing support,the County allowed the installation of temporary ITS devices, including cameras and DMS for event management. The City is responsible for installing, operating, and maintaining the event management ITS devices through their subconsultant. 3.5.2 Parking Parking management and PARCS is supported by the City of Miami Beach Parking Department. A consultant, SKIDATA, is upgrading the PARCS and will provide maintenance support as identified in their contract, (Appendix A). The City of Miami Beach IT department supports parking management in their network and any technology needs. 3.5.3 Communications/Outreach The Miami Beach Communications Department will remain in charge of the public information dissemination. For consistency, this includes both parking and traffic management. The City has been approved to share information with Waze,allowing the Communications Department to send information to Waze and its IT department. The Communications Department controls all social media messages as well. 4 Justification,and Nature of the Changes 4.1 Justification for Changes Over 90,000 people live within the,City of Miami Beach. However, given the City's natural characteristics and ambitious event calendar, average daily population is nearly 206,000 people. Given the geometric characteristics of the City,the limited capacity of the street grid, and existing March 2017 19 • Concept of Operations for the City of Miami Beach ITS and SPS right-of-way constraints, there are limited to no opportunities to widen roadways or add lanes; thus, it is critically important for special traffic patterns to be implemented and traffic signals to function efficiently to accommodate the increased vehicular demand throughout the City. Failing corridors and intersections also affect other aspects of daily life in the City. FHWA case studies have indicated that traffic congestion adversely affects the local economy, air quality, and safety of pedestrians and drivers. The increased congestion also has a direct effect on law enforcement. The City endures a cost for every police traffic detail deployed during high impact periods and special events. Research has also demonstrated that as congestion continues to increase, more valuable hours are being spent driving and more dollars are being spent on fuel consumption; resources that could be spent on activities to improve the quality of life of residents. The reconstruction of major corridors and an intense event calendar burden the local corridors., During events the traffic dramatically increase and parking is often limited and results in significant recirculating traffic. However, the event calendar has a significant, positive financial impact to the City of Miami Beach and must be maintained and possibly expanded.The SPS phase of the project will improve the way drivers receive parking information and reduce the recirculating congestion. ITS technologies are an integral part of providing innovative services, which help allevi'ate traffic congestion on local roadways and provide traffic information to motorists in the City.The benefits of ITS have been proven in the temporary deployments used to support event management. Based on the proven benefits, additional ITS corridors in a permanent deployment are needed. The need for incident verification through cameras was a critical need identified, as currently the City of Miami Beach relies on a limited number of roving on-site personnel for incident confirmation at the many locations not covered by cameras. Partnership among the regional transportation agencies has also occurred through development of this Concept of Operations document.A Technical Steering Committee(TSC)with representatives from FDOT District Six, several City of Miami Beach departments(Transportation, Parking, IT, Police Department), the MDX, and Miami-Dade County DTPW was developed. Bi-weekly TSC meetings occurred to identify the required changes and support the systems engineering process. Through these meetings stakeholders agreed that traffic operations will be monitored and controlled in a shared environment and this partnership is mutually agreeable to all parties. The deployment of the City of Miami Beach ITS and SPS will improve transportation efficiency, promote safety, increase traffic flow, reduce emissions, and improve traveler information within the City of Miami Beach and beyond. 4.2 Description of the Desired Changes The ultimate system envisioned for the ITS and SPS Project consists of the following four components: ITS, SPS, ATSC (optional), and a TMC. A discussion on the communications network supporting the project components is also provided.A high-level discussion on the desired changes is provided in this section, but a more thorough description of the proposed system is provided in Section 5. March 2017 20 Concept of Operations for the City of Miami Beach ITS and SPS 4.2. 1 ITS The coverage of the existing ITS for event management is limited and is only permitted through the County for"temporary" installation. Based on the success of the event management program, more coverage is desired. The additional roadways must be instrumented and roadways which already have some ITS instrumentation must be upgraded to include more travel time, CCTV cameras, and DMS capabilities. The additional infrastructure and devices shown within the previous Figure 1 will provide the local agencies with the ability to more efficiently and effectively monitor traffic in real-time and relieve congestion. Desired.ITS components include: • - CCTV camera system • VDS such as microwave, video, or wireless magnetometer • Travel-time data collection system, such as Bluetooth or WI-FI readers • DMS system The increased need for the installation of PTZ cameras stem from a critical"gap"with the inability for City staff to quickly and efficiently confirm incidents. The City of Miami Beach would like a central system that provides as much information about traffic'patterns and parking availability to travelers prior to traveling to Miami Beach. The current process for communicating incidents is locally based, not regional. Coordination with surrounding municipalities and communities should be made to improve the sharing and communication of information. As a separate initiative,the City is undertaking a security camera project; however, in an effort to consolidate costs and hardware, City Administration expressed interest in having some ITS and SPS cameras serve the ancillary purpose of performing security functions. It is a desire of the City to• have dual purpose cameras for the Police and the Transportation Department. Previous correspondence between the City and FDOT (Appendix E) documented devices used for "enforcement" are not allowed on FDOT right of way. Further technology research for the dual purpose cameras was completed and is summarized in the Project Plan that further details the proposed system components and corresponding research. 4.2.2 SPS The City of Miami Beach Parking Department wants to leverage its upgrade to the PARCS solution and add additional parking infrastructure to support the SPS. The relevant SPS infrastructure is further prioritized in the Project Plan, but the general sub-systems are defined as: • wayfinding systems • DMS system • parking space count(e.g. occupancy) systems • parking locator systems • smart phone parking availability application The City of Miami Beach SPS includes ATIS and wayfinding to assist travelers' planning and decision making in order to improve efficiency of travel. Planned infrastructure provides the City with an opportunity to distribute information to travelers for more efficient trip. Uninformed March 2017 21 Concept of Operations for the City of_Miami Beach ITS and SPS travelers make inefficient transportation choices which lead to greater strain on the limited'capacity of the transportation infrastructure, adding to congestion. The project's goal is to provide travelers with real-time information regarding travel times, incidents, road closures and parking availability through a new Miami Beach Traffic and Parking application that will be developed. Additionally, the same information would be provided via DMS along major roadways. The City also wants to have the potential to incorporate demand based pricing, similar to how the express lanes are managed. The shift to dynamic or demand based pricing will not be implemented immediately, but the City desires that functionality as an option in the future. 4.2.3 ATSC As an optional project component,the City desires additional flexibility in signal timing,primarily through an ATSC. The goal of the adaptive system will be to use real-time data to adapt signal timing changes based on the current traffic conditions. Upgrades to existing signal intersection detection will further upgrade the overall management system of these corridors by allowing remote access and control of the sub-systems. The adaptive signal control, timing plans analysis, and development for the traffic management of the signalized intersections throughout the corridors shall be generated and refined through adaptive signal timing operations.These upgrades will allow Miami Beach to operate and maintain the corridors in a more efficient and cost-effective manner. The ATSC is anticipated to meet the operational needs of reducing congestion and improving signal timings. In a parallel effort, the City is doing an evaluation of different ATS -.systems through Florida Atlantic University (FAU). This study is evaluating different ATSC systems and identifying the anticipated cost/benefit for ATSC specific to a corridor in the City of Miami Beach. This study is ongoing. 4.2.4 TMC The City desires their own TMC with the ability to control and monitor the ITS systems, ATSC (optional), and have access to the County's ATMS. In addition,the City would like to have remote monitoring of the FDOT.CCTV cameras. To help identify the City's requirements for the TMC, a benchmarking analysis was completed summarizing the functions, layouts, and staffing for several TMCs throughout the state. The results of the benchmarking analysis are summarized in the Project Plan. 4.2.5 Communications Ultimately the City desires a fiber network for communications. A full fiber network will benefit the ITS and SPS significantly and can also be leveraged by other City Departments. However, due to the time and cost constraints of this project and the desire of the City to quickly implement ITS and SPS, upgrades to the existing city wireless network will be incorporated into the early phases of the project. March 2017 22 • Concept of Operations for the City of:Miami Beach ITS and SPS 4.2.6 Personnel/Staffing The City of Miami Beach has limited personnel to support these initiatives.As such it is anticipated the procurement for installation of the ITS and SPS will also include staff to operate and maintain the systems. 4.3 Change Priorities The highest priority for the City of Miami Beach is the implementation of the ITS as incident confirmation was noted as one of the critical "gaps" in the current system. This will provide multiple agencies with access to the existing ITS devices and the new ITS devices that will be installed under this project. However to implement the ITS upgrades to the existing wireless communication network is a priority. The next highest priority is the device installation and integration of the SPS that will improve the way drivers receive parking information, followed by the TMC where the information can be seen. As an optional task, ATSC will benefit the City and help to facilitate the operational needs of the.City; but due to'the timing of the FAU study the implementation of ATSC was given a lower priority. Finally the communications network upgrades to fiber are extremely beneficial, but is outside the timing of the immediate project deployment. The change priorities are summarized below: Priorities of Initial Phase 1. Upgrade existing wireless network to accommodate ITS and SPS 2. Implement ITS 3. Implement select SPS sub-systems 4. FDOT TMC • Priorities of Future Phases 5. Implement additional SPS sub-systems 6. ATSC (optional) 7. Install Citywide Fiber Network 8. Implement City TMC (long-term potential) 4.4 Changes Considered but Not Included . • The intent of the Miami Beach ITS and SPS is to optimize the movement of people throughout the city on arterial roadways. As such, there are many enhancements that could be made in an effort to make the system as technologically advanced and robust as possible. However, the proposed expansion projects,technologies, and methodologies have been developed with the understanding that funding for the deployment, operations, and maintenance of the system is limited and as such must make the best use of the funds available. As a result, anything thought to be excessive in cost or requiring excessive maintenance has been excluded from consideration. Two items specifically discussed that will not be included in the first phase of the project are the installation of a citywide fiber optic network and the implementation of a large-scale city-owned March 2017 23 Concept of Operations for the City of Miami Beach ITS and SPS ' TMC. These changes were considered but not included due to the available funding and schedule for installation. 4.5 Assumptions and Constraints The equipment and software chosen for this project will be compatible with the components that already exist for the City of Miami Beach to provide a homogeneous system that facilitates the operation and maintenance of all ITS devices. All applicable devices will be listed on the FDOT Statewide Approved Products List (APL), which will ensure they have been tested by the FDOT Traffic Engineering Research Lab (TERL) and certified to meet FDOT standards. This is a requirement of FDOT for all traffic control devices. The Miami-Dade County Notice to Municipalities (Appendix C) also references the requirement for traffic control devices to be on the County',s Qualified Product List(QPL) (http://www.miamidade.gov/gpII). However, based on the few number of devices currently on the QPL, the City is only requiring devices to be on the APL. One of the main constraints imposed by the City is the schedule.The City Commission understands the need for improvement in the transportation system and desires immediate implementation. As such, the City Transportation Staff and the TSC stakeholders have been diligently meeting bi- weekly to follow the systems engineering process and develop this Concept of Operations. However,the expedited time schedule adds a constraint where certain construction items, such as a full fiber network, cannot be implemented in sufficient time to coincide with the Commission desires. This results in the need for a phased project implementation that is documented in the Project Plan. All proposed systems listed within this document are dependent on the programming of funding and the availability of funding at the start of construction. Funding levels will determine whether portions of the project must be removed and installed under future projects. The abilityof the operating and maintaining agencies to provide adequate staff and maintenance is also dependent upon availability of sufficient funding. Without funding for operations and maintenance of the system, the system will not operate as proposed and will therefore not provide the-benefits stated throughout this document. As such, the Project Plan prioritized the ITS and SPS corridors to provide the City with additional flexibility in implementation. 5 Concepts for the Proposed System This section describes the anticipated operation of the City of Miami Beach ITS and SPS. Further details of the proposed system were researched and documented in the Project Plan. Specific content within the Project Plan include technology research, estimated implementation schedule, prioritization of project corridors, and budgetary estimates for the project. 51 Background, Objectives, and Scope The proposed City of Miami Beach ITS and SPS will provide traffic management, congestion management, traffic incident management, parking management, and traffic information assets March 2017 24 Concept of Operations for the City of Miami Beach ITS and SPS ,and benefits to user agencies and the motoring public. The proposed system, when complete, will include a communications network to communicate with cameras, DMS, travel time monitoring equipment, and optional ATSC components throughout the City of Miami Beach. The system components and project limits were shown in the previous Figure 1 of this document. The project vision, operational needs, and project goals were summarized in Section 3.1. 5.2 Operational Policies and Constraints The geographical constraints, right-of-way and,development constraints, and parking capacity constraints existing in the current system summarized within Section 3.2 will continue with the proposed system. In addition, when the system is expanded and new partnerships are required among stakeholders, additional operational policies and constraints exist as summarized below. 5.2.1 Hours of Operation The City of Miami Beach is an active city with events that extend into late hours and on weekends. Traffic and congestion occur with these events typically during after-hour operations. The City of Miami Beach needs operator support during all high traffic periods, and providing operators on- call for these events as well as the weekday periods will be required. Core office hours, after-hour coverage, and weekend coverage hours are to be established by the DBOM Firm in conjunction with the City of Miami Beach. During the core hours, the TMC operators provide on-site support at the TMC. The primary responsibility of the operators will be to optimize and implement, signal timing changes as directed by the City and overseen and approved by Miami-Dade County DTPW. The operations primarily consists of signal timing support. Other operator tasks that may occur during the core hours include conducting corridor travel time runs, documentation of standard operating procedures, updating DMS messages, communication with City Departments and outside agencies,or other tasks as directed by the City. During the after-hour coverage the operators respond to City requests for signal timing changes. The requests for signal timing changes are anticipated to come from the City's Traffic Flow Specialists or via the City's emergency notification system (e.g. text, email, etc.). The target response time for initial acknowledgement of a request for signal timing change is 15 minutes. Following acknowledgement, the operator will recommend a signal timing change toiaddress the request. The target response time for the recommendation is 15 minutes following the initial acknowledgement of the signal timing request. During after-hour coverage, the operators will provide remote support and is not expected to be on-site. From the remote location, the operators monitor the traffic conditions hourly via Waze (https://www.waze.com/livemap) and the new central system and log the traffic conditions. If congestion or incidents are noted by the operator, the operator will notify the City's Traffic Flow Specialists to verify the incident/event and use the remote access to view available cameras. /vfcrrch 2017 25 Concept of Operations for the City of Miami Beach ITS and SPS 5.2.2 Space Constraints Property and rental prices are extremely high in the City of Miami Beach and finding office space for the TMC is a constraint. Interim options for the TMC were identified, but long-term the City may desire a TMC to house a large number of co-located staff within the City of Miami Beach. To overcome this operational constraint in the short-term, an-interim location was identified at the FDOT District Six SunGuide Center. A co-location Memorandum of Understanding (MOU) is currently being circulated and approved between the City and FDOT District Six. Then as the operations are solidified, a long-term design based on the actual functions completed and realized operations can be designed and implemented in the future if desired by the City. . 5.2.3 Integration Constraints There are currently several disparate systems in place and envisioned for the TMC. The systems envisioned for use are summarized below: • SunGuide®: FDOT interface for CCTV cameras, DMS, and incident management • OnSSI: City of Miami Beach Police Department Video Management System(VMS) • Future VMS: Interface for new cameras • ITS Interface:Interface for other ITS devices including DMS,VDS, and travel time readers • Parking Interface: Interface for SPS , • SKIDATA Interface: PARCS interface The City desires one common user interface that integrates the required independent software packages. 5.2.4 Overlap of Roles As discussed in Section 3.4,there are several entities responsible for transportation in the City of Miami Beach. The roles and responsibilities of the City of Miami Beach, Miami-Dade County DTPW TSS, and FDOT District Six have the potential to overlap. To facilitate in the definition of operational policies, a MOU or Memorandum of Agreement (MOA) will be developed and executed by the individual parties to delineate responsibilities. 5.2.5 Agency Involvement A list of agencies involved in the project are detailed below. The table that follows lists their respective roles and responsibilities delineating primary responsibilities. March 2017 26 is , Table 4:Project Roles\latrix .a. _ O — G y •G o bA y y O 'U •� - 0 y ` `° O ° U L 3 4. 1 tr' S. T•.., by.0 C% E C . i. E E g ,c, 2.' a ° - ro ^ U — a. Fes- `. Proposal Preparation and Submission Prepare technical proposal X X Reviews requests for proposals for technical requirements and city X X X X compliance Conduct industry review meeting X X X X Operations Roles and Responsibilities Prepare standard operations guidelines X X X X X X X X Recruit,train and certify new systems operators X X Form a multi-agency team to periodically review traffic operations and X X X X X X safety,issues Incident Management Services X X X X X \laintenancC Roles and Responsihilitic� Shall serve as the manager of the TMC facility,and will be responsible for operating,repairing,and overall maintenance of the X facility through a DBOM Firm .1./arch_, Concept of Operations for.Rami Beach ITS and SPS 5.2.6 Staffing Constraints The City of Miami Beach Transportation Department is growing, but has limited staff to accommodate the maintenance and operation of the ITS and SPS. To accommodate the staffing constraints the DBOM Firm will provide the operations and maintenance staff required for the project.In addition,the City of Miami Beach hired a Program Manager to facilitate in the planning, procurement, and oversight of the ITS and SPS Project. 5.2. 7 Hardware Constraints Florida Statute 316.0745 requires all devices, installed in Florida associated with transportation must be on the FDOT Approved Products List (APL). This applies to any transportation equipment, regardless if on a local road or owned and funded by an individual municipality. Contractors,manufacturers or suppliers who intend to sell or install a transportation device within the State of Florida must follow the FDOT approval process. And it is unlawful for any public body or official to purchase, or for anyone to sell, any traffic control signal or device unless it conforms to the manual and specifications published by the FDOT and is certified to be of such conformance prior to sale. The FDOT APL can be accessed at https://fdotwpl.dot.state.fl.us/ApprovedProductList/Specificat ions. In addition to the FDOT APL,Miami-Dade County DTPW TSS is developing a Qualified Products List (QPL) for traffic signal devices. It is under development, but can be accessed at http://www.miamidade.gov/qp V. Hardware requirements also covers mounting requirements. Any devices on County traffic signal mast arms must be on both the FDOT APL and the County QPL. However, at the request of the City, devices deployed for this project do not need to be listed on the QPL. In addition,the County indicated the existing signal controllers cannot house any additional equipment. Finally, permits with structural calculations will be required through Miami-Dade County DTPW and FDOT District Six. 5.3 Description of the Proposed System The proposed system will consist of five project components: ITS, SPS, Communications, ATSC (optional), and a TMC. Each of the components are summarized in the sections below. To support in the project development, technology in each of these areas was researched and is summarized in the Project Plan. 5.3. 1 ITS The City of Miami Beach ITS will replace the current system that monitors travel times on major thoroughfares during peak periods to identify when mitigation strategies are needed. Cameras and travel time detectors are used for monitoring. DMS are strategically placed throughout the City and serve to notify drivers of traffic conditions, incidents, and detours. DMS will be programmed March 2017 28 Concept of Operations_for the City of Miami Beach ITS and SPS remotely or from the TMC on a real-time basis based on congestion, traffic accidents, lane closures, and other incidents that disrupt traffic flow. The relevant ITS infrastructure and sub-systems are defined as: • CCTV camera system • VDS such as microwave, video, or wireless magnetometer • Travel-time data collection system, such as Bluetooth or WI-FI readers • DMS system These systems are inclusive of central control software, local software, and hardware. The ITS technologies are also inclusive of monitoring at a TMC.The previous Figure 1 outlines the system overview of the proposed and existing Miami Beach ITS and SPS. Additional detail on the ITS components is summarized in the sections below with further technology descriptions and research in the Project Plan. 5.3.1 .1 CCTV Cameras One of the critical gaps identified during the stakeholder meetings was the inability for the ITS operators to quickly and efficiently verify incidents. Temporary cameras are installed and monitored during events, but their coverage is limited. The proposed ITS system will expand the coverage throughout the City of Miami Beach and significantly improve incident verification. The purpose of the CCTV cameras is for traffic incident management, but also to monitor traffic and provide overall surveillance of traffic conditions and operations. The location of the existing and proposed CCTV cameras was previously illustrated in Figure 1. There are several types of cameras on the FDOT APL including: • PTZ cameras — allow the users to change the view of the camera by panning the camera side to side, tilting the camera up and down, or zooming the camera to a smaller coverage area • Fixed cameras—remain fixed and are used to keep a continuous image; fixed cameras are typically used for vehicle detection at signalized intersections or for set coverage areas • Panoramic cameras—provide a larger viewing angle such as 180°/360°coverage • Fisheye cameras — are typically installed at a higher height and can oversee larger areas with a"fisheye"type view • Thermal cameras—sense thermal heat to provide night or low-light viewing conditions • License Plate Recognition (LPR) cameras - cameras with a specific viewing focused on the license plates of vehicles used for parking revenue control and/or enforcement The FDOT APL has several manufacturers including Axis Communications, Bosch Security Systems,Cohu,GovComm,TKH Security Solutions,and Vicon Industries. There are currently no cameras on the specified County QPL. Images of some cameras are provided in Figure 5. March 2017 .�-----_--- 29 Concept of Operations for the City of:Miami Beach ITS and SPS il t4 1 F »y0001 ' Y ` t Figure 5:Cameras Each of the cameras offer different technology features. Some of the cameras also include intelligent video analytics such as motion detection and tracking internal to the cameras. Minimum features discussed in stakeholder meetings required for the ITS CCTV cameras include high- definition cameras (i.e. 1080p). Vandal resistance and the minimum frame rate will also be specified within the procurement documents. Additional information on the technology features and requirements is provided in the Project Plan. The purpose of the CCTV cameras installed along the roadways is for traffic monitoring and management. However, the camera "feeds" will be shared with the City of Miami Beach Police Department. The DBOM Firm will be responsible for providing the camera feeds to the City of Miami Beach Police Department and providing remote, or web, access to the cameras for City users. The ITS operators will be responsible for controlling the cameras. In addition to the shared video feeds, the City of Miami Beach wanted an evaluation of cameras that can be used by both the Police Department and Transportation Department. Additional technology research including the Police Department needs for camera functionality is provided in the Project Plan. March 2017 30 Concept of Operationv fnr the Citiof_Miami Beach ITS and SPS 5.3.1 .2 VDS VDS are used to detect vehicles on individual roadway sections. The detection is used to identify vehicular volumes along roadway links and identify real-time speeds. The VDS can be used to identify when the average vehicle speed drops below a specified threshold and identify the start of congestion or queuing along a roadway. VDS are also used to detect vehicle presence at intersections. There are three different types of VDS: magnetometer, microwave, or video. The microwave VDS Wavetronix SS225 SmartSensor Matrix and the video VDS from Iteris are on both the FDOT APL and the County's QPL. There are additional VDS of all types on the FDOT APL. Regarding the use of VDS, both the City and County requested the specification of color video VDS. The black and white version of the video VDS have issues distinguishing grey and silver vehicles. Image of some microwave VDS and video VDS are shown in Figure 6 and Figure 7, respectively. , TC-CK 1-BBE Motion and Prosonce Sensor Figure 6:Microwave Vehicle Detection System xr 4010,1 �E N Figure 7: Video Vehicle Detection System The locations of the proposed VDS were shown in the previous Figure 1. Additional information on the technology features and requirements are provided in the Project Plan. March 2017 31 C'oncent of Operations. for the CO (?1.Miami Beach ITS and SPS 5.3.1 .3 TTS Travel Time Systems(TTS)are used to calculate the travel time along individual roadway sections. In addition, due to the process in which the TTS detects and tracks vehicles, the ability to collect origin-destination information is available with the TTS as well. There are two different types of TTS technologies: Bluetooth and WI-FI.Both technologies use non-intrusive roadside technology. The Bluetooth readers detect anonymous Bluetooth signals from mobile devices inside vehicles. This includes not only cell phones but other Bluetooth devices such as headsets. WI-FI uses a 2.4GHz antenna for WI-FI data collection with continuous scanning. The FDOT APL has approved TTS from the following vendors: Digiwest, Iteris, TrafficCast, and Transcore. There are no TTS currently specified on the County's QPL. Images of the Bluetooth and WI-FI TTS are shown in Figure 8 and Figure 9, respectively. t Figure 8:Bluetooth Travel Time System Figure 9:WI-FI Travel Time System The TTS are typically located at intersections.The locations of the proposed TTS were previously shown in Figure 1. Additional information on the technology features and requirements is provided in the Project Plan. March 2017 32 Concept of Operations for the City oft uianai Beach ITS and SPS 5.3.1 .4 DMS Portable DMS currently in use will be replaced by permanent contextually attractive DMS as part of this project. The locations of the current DMS will be reexamined to determine the least impactful location to nearby properties while maximizing visibility for motorists. Additional signs will also be installed to improve citywide coverage. The DMS are anticipated to display real-time traveler information including traffic updates. In conjunction with the SPS, DMS will also display parking availability and wayfinding information. The current and proposed DMS locations are summarized below and also shown graphically in Figure 1. Current DMS Locations 1. MacArthur Causeway/Fountain Street for eastbound traffic 2. Julia Tuttle Causeway west of east bridge for eastbound traffic 3. 71'Street in the vicinity of Rue Bordeaux for eastbound traffic 4. Harding Avenue/74th Street for southbound traffic 5. Indian Creek Drive/65th Street for southbound traffic 6. Alton Road south of 41'Street for northbound traffic 7. Alton Road/44th Street for northbound traffic 8. Alton Road/23rd Street for southbound traffic 9. Collins Avenue/38th Street for northbound traffic 10. Collins Avenue at 5000 block for northbound traffic Proposed DMS Locations 1. 5" Street in proximity of Euclid Avenue for westbound traffic 2. 41'Street in proximity of Prairie Avenue for westbound traffic 3. 41St Street in proximity to Meridian Avenue for eastbound traffic 4. Collins Avenue just north of 44th Street for southbound traffic 5. Alton Road in proximity of 56" Street for southbound traffic 6. Pinetree Drive south of 41' Street for northbound traffic 7. Collins Avenue south of 63`d Street for southbound traffic 8. Normandy Drive in proximity of Rue Bordeaux for westbound traffic 9. Collins Avenue in proximity of 65th Street 10. Venetian Causeway at Belle Isle for eastbound traffic 11. Venetian Causeway at Purdy Avenue for westbound traffic As previously mentioned in Section 5.2.7,the DMS must be on the FDOT APL and the County's QPL. The FDOT APL includes Daktronics and Ledstar DMS. There are currently no DMS on the County QPL. The City of Miami Beach requires full color DMS. Images of some sample Daktronics full color DMS are provided in Figure 10. March 2017 33 Concept of operations for the City of 1liarni Bench ITS and SPS SLOW FOR THE ® „n ”" ;_ _ TARGET . CONE AL T R A ZONE r IMO PARK NG .* 4 I 1 'z S 3i 1141 IOW k !� w_"'.""' !1I cry AM TELK SHEL N Q07 Er MEMit gig 4.1 r - Figure 10:Color Dynamic Message Signs In addition to the DMS screen, the supporting structure will require a context sensitive design. FDOT provides standard details for freeway DMS, but the arterial DMS envisioned for the City of Miami Beach will be smaller with decorative features to complement the unique Miami Beach environment. 5.3.2 SPS The objective of the proposed SPS is to improve the management of available parking at garages and surface lots through the use of various sensing, computing, and communication technologies and communicate the parking availability to drivers to minimize their driving time. It seeks more specifically to provide an ability to monitor parking supply in real-time and to disseminate this information to travelers utilizing an ATIS, such as roadside DMS, future City of Miami Beach traffic and parking smartphone applications, and web applications. The SPS will require coordination with the SKIDATA PARCS currently being implemented. The relevant SPS infrastructure and sub-systems are listed below by priority: 1. wayfinding systems 2. parking space count(e.g. occupancy) systems 3. parking locator systems 4. smartphone parking availability application The top priority for the City will be to implement a wayfinding and parking occupancy system that consists of monument signs at each garage location. These signs will provide overall occupancy for the garage. Future priorities include the integration of the parking locator system with the smartphone application and space by space detection systems. Directionality wayfinding (e.g. directing people to available parking spaces) may be included inside the garages as well. These systems are inclusive of central control software, local software, and hardware. The SPS technologies are also inclusive of monitoring at a TMC.The previous Figure 1 outlines the system overview of the proposed and existing Miami Beach ITS and SPS. March 2017 34 Concept of Operations for the City of Miami Beach ITS and SPS The approach to information dissemination and wayfinding is an "information building" type approach. This starts with identifying external wayfinding along approach corridors first, then communicating available capacity at the parking areas entrances, and concluding with internal wayfinding within the garages by (zone/space). All garages or lots may not be equipped with zone/space detection, but the City of Miami Beach wants the flexibility to equip both garages and surface lots with the SPS.Additional details on the project phasing is discussed in the Project Plan. Four corridors were identified for wayfinding. DMS will be strategically located along the routes to direct drivers to available parking along their routes. The approach corridors were identified based in coordination with the City of Miami Beach Parking Department staff. The location of the parking areas were placed in GIS and the major approach routes were identified. As a result, the wayfinding/guidance to the available parking will be provided along four key corridors: • Washington Avenue • Collins Avenue • Alton Road West • 41'Street The occupancy component of the SPS will be implemented in the ten parking garages identified in Figure 11 below. The City currently has five programmed garages for the 2016/2017 fiscal year as listed below: • Collins Avenue and 13th Street • Washington Avenue and 10th Street • 2660 Collins Avenue • 23`d Street And Liberty • 1623 West Avenue The locations for two additional garages that are currently in negotiations for joint development include: • Washington Avenue and 9th Street • 42"d Street and Jefferson Avenue March 2017 35 concept of(Oper•ation.c.t r the City of•Iliurni Beach ITS and.ST 7 Garai Locations t t -v O it of Parking as ` . G6 .''•� ry r Name Location .! �' �. Spaces t:. ^ A �,v 1,,r':..rL, ,7c 01 7th street and Collins Avenue 642 c ,C� �' iii.-<rAtr4 ! =v ttk' r../� ' . 11 G2 12th Street and Drexel Avenue 127 r 03 �13th Street and Collins Avenue 263 �. P rc�-• r �� rzi• G4 16th Street and Collins Avenue 786 9 : jgiN I t r.. a• �(o 35 17th Street and Pennsylvania Avenue 1471 ��Lt_.-. R/'ip' $`:al ., FtT�� 06 42nd Street and Sheridan Avenue 605 �...a.,.l - ,•- .. i f., 07 18th Street and Mendan Avenue 650 -S- •'A?. �:7.1 ,_41110 08 5th Street and Alton Road 1067 ,•`cv1 — C W r 09 " 2 b��Y# 17th Street and Pennsylvania Avenue 540 7 l r :;10 19th Street and Bay Roan 429 ''� ''��.. 1+ T- 1 Jp9gi J , Legendciii c •��t1. ;^ ,� aOTy 3Garage Locations � ' 'ri : ` Study Area Corridors GS.JtJuiG�►; ,1 ,4 Annual Average Daily Traffic 3.,s000 { ' er W .�15 001-30,000 , r i - '0 001-50,000 ddd iC J ......,0.001-70.000 '.Y� J 2 , 70 001-110.000 4?3R +.�110 001-160.000 O ,NIN s 160 000 • r `mam�Yl� q1 //H. 40 's� � aL G1U..r ai ���J y'� — :trll_'#'dFA ` 3• ''�, 1s " „or- `'17TH ST 06", f1 VF-NETI�►N .t � w- _j. l__! G5 G9 .� L `tee ; - �tr' ,,. .1619. :41 ,,,,,_iiumg isw6 1 sOPyu A}, Bk _G3 ' iiitiMigi 9PA .5 1. ,. � • IFI • �` . • M G1t ' G8 .,. ....-r. L' pil �;., t 1.000 2.000 �p it _ t.^ Feet Figure 11: Parking Garages for SPS Implementation March 2017 36 Concept of Operations for the City of Miami Beach ITS and SPS Several surface lots will be implemented with the SPS recognizing the technology for the surface lots may differ from the garages. In the future, additional surface lots may be implemented, but the larger lots were identified for the first implementation. Selected lots were chosen based on size and directionality(i.e. if there was a benefit to directing drivers when they enter the lot). Primarily the SPS in the surface lot will be used to identify if the lots are over or underutilized. For most of the surface lots there is only one entry and one exit, so directionality is not required. The few surface lots that require directionality were noted. The surface lots that will be equipped with elements of directionality include: • P16/P17— 1262 Collins Avenue • P25/26—Lincoln Lane N& Lenox Avenue • P49—21'Street &Collins Avenue • P71 —46th Street& Collins Avenue • P92—72w' Street& Collins Avenue These lots are identified in Figure 12 below. March 2017 37 Concept of C)peration.s fors the City of.Lliami Beach ITS a1rc1.S'PS Legend ASHORE DR 11 , ' PXX Surface Parking Lots Study Area Corridors P92 ^` . .• ' s'` / in Average Daily Traffic 0 15.000 � ' .- 2-15.001-30,000 i .,,,./10°17.- .„;:v*" J-30,001•50.000 cE 50,001-70.000 SAY R $ '� : tOr. j # a}rat _ s - JVsC.-70.001-110.000 SWY— � 1 _ # 0 =�' 1 :110,001-160,000 vmo^ y. <...i �160000> • q •. P/ r4, b~' -c W 1, • _ - ' k 4 F _ , '81ST ST i r'w , „i •i t P71 A.. it a "i, O 42 r"I4 f 4 j P49 mm Ciiirmcs_ P26 r v ., ; ifeil@t *f 1 y i ` Lid w�i $1714 � ♦ F 1' ,.•Ft, ,R°�'� P16 1,800 3,600 ° ----,‘z,..4,-- /!i t Feet t, a F_ Figure 12:Surface Lots for SPS Implementation llar^ch 2017 38 Concept of Operations for the Citi of:Miami Beach ITS and SPS 5.3.3 Communications The communications system installed will provide the local agency operators with the ability to communicate with the field devices,allow them to receive data and video feeds, and allow control of the devices as appropriate. Each system will provide benefit to both the TMC operations personnel and the motoring public. TMC operations personnel will utilize the ITS devices to find areas of congestion, identify the cause of the congestion,provide motorists with traffic information related to the cause of the congestion, and coordinate with emergency responders. These actions will decrease congestion within the area of the incident,decrease emergency responder notification times,decrease incident durations,and result in more accurate and reliable travel times throughout the City of Miami Beach. The ideal communication medium is fiber optic. However, due to the City of Miami Beach's schedule for implementation, the typical time period for installation of a fiber optic network, and the cost associated,a full fiber optic network is not an immediate option.The City of Miami Beach will partner with FDOT District Six and Miami-Dade County DTPW on future roadway and infrastructure projects to build and expand a fiber optic network. Specifically, FDOT District Six has offered to install spare conduit and fiber optics in their roadway projects in partnership with the City of Miami Beach, provided the City of Miami Beach is responsible for the operations and maintenance of the network. In the short term, a wireless network will be developed connecting the ITS and SPS devices to established City of Miami Beach network access points. The proposed network access points are shown in Figure 13. Currently the wireless network is being used by the City of Miami Beach Police Department. This network will be evaluated to determine the required network equipment needed to accommodate the additional ITS and SPS system. Particular consideration will be required to evaluate the limitations ofthe wireless network,so video transmission are not"choppy" or cut-out due to transmission latency issues. This may require configuring the cameras at a lower transmission rate(e.g. lower FPS).Additional information on the communications assessment and the technology requirements is provided in the Project Plan. March 2017 39 7 a JJ i ...-4,i 0,'" - ,. " . ,....:.„.44, , ,,,,,.., ,, ,,,,. : . 7. fi ._ . ys' e 4—wa3x!� *- -rr S k , • Nud _r — ,.i,.-,...:„..,:t... } ■ �"3' it x' C�. .. f /1 I aS zA, j,' ,yr— I `, : ie, II a K fr-� ' , t' ,o1.281.,:: T '.• - ♦*\^V-7L4..+ t $ tf z \ ir.A t Iqy ": II,".* 1.• arwiN ro, t„8 . ,' rj , '0'' 12"tN, " ' ,,,,. ,4,•;070.4.', : ,, . , , 111 �' z& -,,,;-,-;.., , ...-r e c � H.. ., r, o zs o.ar �.444 �Air --, N",. ,„ ■ors-cw�o.r.+at Rojed Number:040221101 Kimley>>>Horn - ° .°M ° ITS LOCATIONS A r�sou p.aura ITS MANAGEMENT SYSTEM&SMART PARKING SYSTEM PROJECT may.As Shown 5:0164MFJ1an and a„wie[ey Ire. *AnnuiOSo-Inpes •CCN-Cp A¢vW 122184.M.Mew.tsheriAaism IrliIII A CCM-fOo. ..... CONSULTANT SERVICE ORDER RI 500112016 oNw.e:ios 6Ti zozs yy,,,s *o,,,,, CITY OF MIAMI BEACH,FLORIDA �' wuw.luekYMrn.<wn a WOOOiG% figure I Figure 13:Network Access 1'oints :larch 201' Concept 0f()neratrons. for l I1rrn7i Beach ITS anal SPS 5.3.4 Adaptive Traffic Signal Control FAU is currently conducting a study on adaptive control. The results of the FAU study will be incorporated into the Project Plan at the conclusion of the FAU study, as appropriate. The ATSC elements of the project are currently anticipated to be optional or"additional services" within the DBOM Firm procurement, pending the results of the FAU study. The Project Plan prioritizes the ATSC corridors for future consideration. 5.3.5 TMC Upon completion of each of system, the ITS devices will be accessible and controlled from the City of Miami Beach TMC facilities. The conversion of existing office space at the FDOT District Six SunGuide Center will serve as the initial TMC location. The City is negotiating a MOU detailing the co-location requirements. The DBOM Firm will be responsible for renovating and equipping or "building out", the available space for City TMC use. Figure 14 shows the FDOT District Six TMC. o I' _- C 11111 had 0 qg.le Pa ti isuarl or 401/0 e► Figure 14:FDOT District Six TMC To develop the requirements and needs for the City's TMC, a benchmarking study was completed to evaluate the staffing, layout, and space requirements of similar TMC facilities. The benchmarking is summarized in the Project Plan. The summary requirements for the City include the following: • Space for two TMC operators March 2017 --- _ — -- 41 Concept ofOperations for the City of'Miami Beach ITS and SPS • Small videowall/large monitor and duplicate monitor in new offices • Six workstation monitors for viewing the following: ITS cameras; ITS device/status map; traffic status map; SPS and PARCS; signal system; other software programs such as Microsoft Office, Outlook, etc. An interface for the disparate software platforms with a dashboard summarizing performance measures is required at the TMC. The central software will need to interface with the external ITS devices and other external city systems, such as the SKIDATA PARCS. FDOT District Six uses SunGuide® as the interface for their ITS device interface. The City of Miami Beach Police Department uses On-Net Surveillance Systems, Inc. (OnSSI) as their VMS. Additional information on the central system and integration requirements is provided in the Project Plan. Displays for the ITS and SPS will be required at the TMC workstations and on the video walls. In addition, mobile access to the central system for viewing and control will be required through a credentialed website. In addition to the City of Miami Beach TMC, the City of Miami Beach ITS devices will also be accessible from the FDOT District Six SunGuide® TMC, the Miami-Dade County TMC, and by the City of Miami Beach Police Department at the EOC. Control of ITS devices is not anticipated by FDOT, County, or Police Department personnel. 5.4 Modes of Operation As discussed in Section 5.2.1, the core office hours for operators will be defined by the DBOM Firm in conjunction with the City of Miami Beach. The core maintenance hours will also be decided by the DBOM Firm in conjunction with the City.In addition,maintenance staff is expected to be on-call to provide after-hour emergency coverage. The response time for the emergency coverage including response time will be detailed in the performance measures and included in the procurement documents. 5.5 User Involvement and Interaction A brief description of the current user classes and their interaction is presented below.A user class is distinguished by the way users interact with the system, and is classified according to common responsibilities, skill levels, work activities, and the ways they interact with the system. DBOM Firm — This user will be responsible for designing, constructing, integrating, testing, operating,and maintaining the ITS,SPS,TMC,and optional ATSC field devices. The maintenance staff also ensures the device downtime is minimal. This user will access the ITS and SPS devices routinely and verify each device system wide is operational and fully functional.This DBOM Firm will serve as the primary device maintenance personnel;however the County's Traffic Engineering Technician(s)and any other personnel agreed upon by the City may perform maintenance as well. TMC Operator—This user accesses and control the ITS and SPS devices at the TMC to monitor and manage traffic flow on the arterial corridors throughout the city. The operator will be able to pan,tilt,and zoom the cameras,post messages to the DMS(either directly or through coordination with FDOT), ensure the traffic signal control system is working properly, monitor parking occupancy through the SPS and PARCS solutions, and gather data collected by the vehicle detection system. The operator will also verify the overall health of the system and dispatch March 2017 42 Concept of Operations for the City of_Miami Beach ITS anti SPS maintenance crews to fix any devices that are not functioning properly. The operator will also assist Emergency Response Teams to decrease emergency response times and manage the traffic while an incident is occurring. Network Support Personnel—This user will access the network and ensure it is operational and fully functional. This user will also be responsible for implementing any necessary network updates or device integration and is responsible for the overall architecture of the system.This user will also verify that the wireless communications network is maintaining signal strength as well as ensuring the fiber optic network, when implemented, is stable and free from any fiber cuts or damages. This personnel will be required to coordinate with the City of Miami Beach IT Department. Device Installation and Maintenance — All traffic control devices, such as signalized intersections, are currently installed through Miami-Dade County DTPW TSS. In the December 4, 2015 `Notice to Municipalities" (Appendix C) the County allows local jurisdictions with a written agreement to install their own traffic control devices at their own cost. The device installation and maintenance for the ITS and SPS will be completed by the DBOM. Traffic Flow Specialists The City of Miami Beach has hired Traffic Flow Specialists.Their role is to provide roving support on the City streets to monitor and control traffic. They have the authority to issue parking violations. They will provide an additional level of incident verification to the TMC operators and have the ability to confirm DMS messages and other changes in the field. They provide additional "eyes and ears"to the TMC operators and the City of Miami Beach Police Department. Emergency Response Personnel—Dispatchers for emergency responders who have the capability to view the traffic videos and receive travel time information will be capable of analyzing the roadways near an incident scene to determine the best route for the responders to take to arrive on scene in an expeditious manner. Emergency response will continue to be the responsibility of the City of Miami Police Department and Emergency Management Services,but they will have access to the ITS and SPS video feeds at their EOC. Florida Department of Transportation —Several state roadways are located in the City of Miami Beach. FDOT has responsibility over the roadways, but partners with Miami-Dade County for signal maintenance through a signal maintenance agreement (Appendix D). In addition, FDOT maintains ITS devices including DMS and CCTV cameras along several causeways and throughout the city. The ITS devices are monitored and controlled at the District Six SunGuide Center. FDOT invites agencies to have viewing access to the cameras through a video sharing agreement. The City of Miami Beach is in the process of executing the agreement for access to the FDOT cameras. The TMC operators will view the FDOT District Six cameras at the TMC. The TMC operators may also request messages for the FDOT DMS by coordinating with the FDOT District Six TMC operators. Motoring Public— The motoring public will directly benefit from the City of Miami Beach ITS and SPS by utilizing traveler information disseminated from the system to avoid congested areas March 2017 43 Concept of Operations for the City of Miami Beach 17S and SPS and make travel route decisions. The public will be informed of incidents, congestion, and parking availability via the DMS system. Parking availability will be provided via the mobile application developed and implemented by the DBOM. In the future, the public will also benefit from the optional ATSC by experiencing less congestion due to the real-time coordination of the signals along the corridors. 5.6 Support Environment The current support environment was summarized in Section 3.5. The City's vision with a DBOM type procurement is to have a single point of contact for support.However,coordination with other support agencies will be required. The support environment for each area is summarized below. 5.6. 1 Traffic Management As previously mentioned, Miami-Dade County DTPW TSS is primarily responsible for the operations of traffic control devices in Miami Beach. All traffic signals are controlled through the County's ATMS. In the future, if authorized as an additional service, the adaptive system recommended by the FAU study will integrate with the County's ATMS and will operate as one cohesive traffic management platform under the DBOM Firm's operation. With the proposed system, the DBOM Firm will provide operators to support the signal timing in the City of Miami Beach. The details of this coordination will be documented in a MOU or MOA. For normal business operations the City, through the DBOM Firm, will requests signal timing changes through the County's Signal Timing Engineer. In emergency situations or after hours the City, through the DBOM Firm, may be required to implement signal timing changes within their jurisdiction upon County approval. The City, through its DBOM Firm, will be responsible for installing, operating, and maintaining the ITS and SPS devices. 5.6.2 Parking Parking management and PARCS is supported by the City of Miami Beach Parking Department. A consultant, SKIDATA, is upgrading the PARCS and will continue to provide maintenance support as identified in their contract (Appendix A). The DBOM Firm will design, install, configure, test, maintain, and operate the SPS devices installed as a part of this ITS and SPS Project. 5.6.3 Communications/Outreach The Miami Beach Communications Department will remain in charge of the public information dissemination. For consistency, this includes both parking and traffic management. The City has been approved to share information with Waze,allowing the Communications Department to send information to Waze and its IT department. The Communications Department controls all social media messages as well. March 2017 44 C'onee nt of t h,erartinn.i fi)r the Citiof'l-Iianni Beach ITS and SPS 6 Operational Scenarios Day to day operations and maintenance of the City of Miami Beach transportation network include a number of operational scenarios that involve utilizing the ITS and SPS. Operational scenarios are an important component of a ConOps to communicate in general terms how the proposed system will operate and identify at a high-level the roles and responsibilities of stakeholders. The intent of the operational scenario description is to provide a story line that features different characters that relate to the situation and environment where the proposed system is being contemplated.Operational scenarios were discussed among stakeholders during the TSC meetings to highlight key system features based on the initial understanding of the problem to be solved and the user needs. This process helps stakeholders and readers understand how stakeholder needs are translated to a system that meets those needs. March 2017 45 Concept of Operations for the City of_Miami Beach ITS and SPS Below are sample operational scenarios and how they may be handled utilizing the Miami Beach ITS and SPS. Additional scenarios will be required in the DBOM Firm's standard operating guidelines and procedures. 6.1 Standard Operation Under standard operating procedures, the City of Miami Beach will focus on monitoring traffic conditions in order to detect, confirm, and manage both recurring and nonrecurring traffic congestion and/or incidents. City staff will also monitor field device status to determine proper function. Other activities under normal conditions could include database updates in response to repairs or changes of equipment and/or controller database parameters in the field.These activities will occur at the TMC. Many TMCs prepare and maintain Standard Operating Guidelines(SOG) and Standard Operating Procedures (SOP). The SOG are more general in purpose and provide operations staff with job responsibilities, rules,and logistics about how to operate in a TMC,addressing items such as dress code and security procedures. The SOP are more operational and describe the technical functions of operations such as reporting device malfunctions and logging incident-related activities. These types of guidelines and procedures are helpful for starting up a new center and achieving consistent operational results. Summary Operational Scenario, Standard Operations, Recurring Congestion on Collins Avenue Ms. Lisa Operator is a TMC operator for the City of Miami Beach hired by the DBOM Firm to monitor both the ITS and SPS. It is Monday evening and she is about to conclude her shift at the TMC when the VDS sub-system alerts of vehicle congestion along Collins Avenue. As per the SOP, Lisa immediately opens Waze and is alerted to congestion along several arterials (Figure 15). She then activates the cameras to view the congestion along the arterials and confirm there are no incidents. She did not identify any incidents. She then logs the event in accordance with the SOP as congestion and implements the response plan. The response plan includes posting "Congestion Ahead, Collins Avenue"with the anticipated travel time on the arterial DMS. March 2017 46 Concept of Operations_for the City of.1-tiami Beach ITS and SPS -- 1 c wwif wwnx waax 101111 • w bn x C k `I y 7 x Y i, 410iii M ;,n i A ! y t.n� �i x j r I Source: Waze Figure 15:Congestion Illustrated in Waze Although no incidents were detected, she calls the Traffic Flow Specialist on duty, Officer St. Cloud,to alert the specialist of the area congestion. Officer St. Cloud is in the area and said he will help be her"eyes and ears"on the street.Officer St. Cloud also said he would reach out to the City of Miami Beach Police Department to make sure vehicles are appropriately parking and flowing through the area. They will also identify pertinent intersections to watch for"blocking the box," when vehicles queue within the intersection and restrict opposing traffic movements. Officer St. Cloud asked Lisa to identify the intersections with vehicles blocking the box via the cameras and report back to him. Lisa identified three intersections with vehicles blocking the box and reported back to Officer St. Cloud. After the DMS signs were posted and the Traffic Flow Specialist notified, Lisa reviewed the corridor signal timing plan. ATSC is planned for implementation along Collins Avenue in the next few months, but has not yet been implemented. Due to the additional congestion,she noted several minor signal timing adjustments that could improve the progression along Collins Avenue. She called the Miami-Dade County Signal Timing Engineer and asked to implement the changes. The County's Signal Timing Engineer agreed with the recommendations and allowed Lisa to implement the signal timing changes. Lisa confirmed the timing changes with the cameras at the intersection and immediately noticed improvements in progression. Lisa remained at the TMC until the congestion improved. She frequently confirmed accurate travel time information was being displayed on the DMS using the TTS and cameras. When the congestion cleared due to the support of the Traffic Flow Specialists and implementation of signal timing changes,Lisa removed the DMS posting ofcongestion ahead.She closed out the congestion incident in accordance with the SOP and went home for the evening. March 2017 4 Concept of Operations for the City of Miami Beach ITS and SPS 6.2 After-Hours Operations Due to the high-number events the City hosts staff is required to monitor the ITS and SPS during after-hours. Remote access is desired for the ITS and SPS to enable city operations staff to access the ITS and SPS without traveling to the TMC to implement necessary after-hour system operations. Summary Operational Scenario, After-Hours Operations Mr. Bob Operator is covering the weekend operations for the TMC. Since it is after-hours he is not located in the TMC. At 5:30 a.m. Bob receives a text alert on his cell phone notifying him that the travel time along Washington Avenue is higher than typical. He immediately logs in to his laptop computer to assess the situation. From his laptop Bob can see congestion is building along Washington Avenue. He accesses the corridor cameras and sees congestion associated with a traffic incident, specifically a rear-end collision. He opens an incident log in the system in accordance with the SOP and implements the DMS response plan notifying motorists "Incident Ahead, Expect Delays"on the Washington Avenue DMSs. Bob calls the Traffic Flow Specialist on duty, Officer Marie Smith. Officer Smith says she will alert the City of Miami Beach Police Department to the incident and travel to the site for further assessment. Officer Smith had not previously received notification of the incident from the Police Department at that time. ATSC is in place at this intersection so signal timing changes are automatically implemented based on the change in traffic demands.However,Bob continues to monitor the signal operations through the signal system and the area cameras. Bob is also able to verify the timely police response to the incident. He notices the incident is reported on Waze. With the ITS user interface, Bob is able to monitor the signal timing changes,verify the DMS sign posting,and log the activities in the system remotely from his laptop. Bob maintains communications with the Traffic Flow Specialist over his cell phone. When the incident is cleared and traffic operations returns to typical operating conditions, Bob closes the incident log within the system in accordance with the SOP.He returns the DMS message • to the typical Public Service Announcement (PSA) of"Don't Text and Drive." Bob conducts a close out call with Officer Smith and thanks her for her support. He maintains his typical after- hour operations and continues to log-in to the ITS and SPS every hour to confirm the operations. 6.3 Incident Management Operations While recurring congestion occurs during both standard and after-hours operations, unplanned incidents involving vehicles, weather, fire, debris, or infrastructure damage can occur at any time. The concept of situational awareness and performance-based operations requires a timely response by system operators. Depending on the type of incident, response can require coordination with a large number of agencies such as City of Miami Beach Police Department, State Highway Patrol, FDOT, Maintenance,the US Coast Guard,and more. Several operational scenarios were discussed with the stakeholders at the TSC meeting to identify typical incident scenarios. Two unplanned March 2017 48 Concept ofOperation.s for the C'it1of 1ianai Beach ITS and SPS incident and one planned incident related to construction are summarized below. The SOP and SOG typically identify required responses and notifications for incident management. Summary Operational Scenario, Incident Management Operations, West 63`d Street Bridge Incident Ms. Lisa Operator is on duty. It has been a regular Wednesday and she is returning to the TMC after her lunch hour. She receives a call from the bridge tender indicating the West 63`d Street Bridge (Figure 16) has the gate arms stuck in the down position. The bridge tender mentions he anticipates it will take two to three hours to fix the gate arms. While the gate arms are down, no vehicle traffic can travel over the bridge. 1 .. f 0 ..:U4AAS '-. ' „4 * •.t- I 4 e ' -'_ _ gilk 1�. Taj . _ L• .1 a ` SIS 14.V „w,..— A • Y P' f R.4ry .t 4 �.>f `^moi%F • —. i 4 i Figure 16:West 63rd Street Bridge Incident Lisa immediately initiates a bridge incident in the central system in accordance with the SOP. This incident posts the message "West 63rd Street Bridge Closed, Seek Alternate Route”on the DMSs along routes approaching the bridge. She then calls the Traffic Flow Specialist on duty, Officer St. Cloud,to alert him of the incident.Officer St.Cloud then calls the EOC to alert them ofthe incident and request police presence to help manage congestion in the vicinity of the bridge. Lisa also places a call to the FDOT District Six SunGuide Center to alert the operators of the incident and expected duration. The FDOT District Six SunGuide Center said they will access the City of Miami Beach ITS and SPS system from their TMC to monitor the situation. Now that all parties are notified, Lisa monitors the congestion through the central system. She monitors the travel times in the areas and uses the cameras to verify no ancillary incidents occur. ATSC is in place so she does not need to implement any signal timing changes, but she continues to monitor the signal operations. As the congestion continues, she increases the number of DMS March 201- 49 Concept of Operations for the City of Allan?' Beach ITS'and SPS that display the message of the bridge closed and works with the Police Department to identify appropriate re-routing options. Lisa monitors the status of the bridge closure with the cameras. Two hours after the initial report, Lisa sees that the gate arms begin functioning again. She calls the bridge tender to confirm the repairs have been completed and he confirms. Lisa updates the incident within the central system, this results in a change in the DMS to display"West 63rd Street Bridge Congestion, Seek Alternate Route". Lisa then calls the Traffic Flow Specialist, Officer St. Cloud, to relay the news. She also calls the District Six SunGuide Center to let them know the change in status. Lisa continues to monitor the associated congestion. Once the congestion has cleared she closes the incident in the central system in accordance with the SOP.This results in a change in the DMS display to read a PSA,"Don't Text and Drive". She also calls both the Traffic Flow Specialist and the District Six SunGuide Center to let them know the incident is closed. Summary Operational Scenario, Incident Management Operations, Incident on the MacArthur Causeway Mr. Mike Operator is on duty. It is Friday evening and he receives a call from the City of Miami Beach Police Department that there is a traffic incident along westbound MacArthur Causeway outside the US Coast Guard Station (Figure 17). The Police Department said they have also notified the FDOT District Six SunGuide Center. It is a major incident and the emergency responders said they anticipate taking one hour to clear the incident. >'r } s4 •- • s • 4t.‘.. • - 414: 1`-..114;1 - • frA, Figure 17: MacArthur Causeway Incident Mike initiates an incident within the ITS and SPS in accordance with the SOP that automatically posts messages to the DMS along approaching arterials. The DMS posts "Incident on WB MacArthur Causeway, Seek Alternate Route". Mike also calls the Traffic Flow Specialist to inform them of the incident. Since the City of Miami Beach Police Department is already on the scene the Traffic Flow Specialist decides to monitor and support congestion along the approaching arterials. Mike monitors the status of the incident through the ITS and SPS cameras. Approximately forty minutes after the initial report, Mike sees that the incident has been cleared. Mike updates the March 2017 50 Concept 01 Operutions lot'the Cal of lrGumi Bouch ITS unci SPS incident within the central system in accordance with the SOP,resulting in a DMS display change to"MacArthur Causeway Congestion, Expect Delays". Mike then calls the Traffic Flow Specialist to relay the news. He also calls the District Six SunGuide Center to let them know the change. Mike continues to monitor the associated congestion with the ITS and SPS. Once the congestion has cleared he closes the incident in the central system in accordance with the SOP. This results in a change in the DMS display to read a PSA, "Don't Text and Drive". He also calls both the Traffic Flow Specialist and the District Six SunGuide Center to let them know the congestion has returned to normal and the incident is closed. Summary Operational Scenario, Incident Management Operations, Construction on Alton Road Mr. Mike Operator is starting his week on a Monday morning. As part of his start up procedures, he accesses the City of Miami Beach GIS to identify any planned lane closures during his shift. Planned lane closures are documented in the City's GIS,but sometimes the permit time frame does not reflect the actual times of construction. Based on the GIS,there is scheduled construction along Alton Road (Figure 18), but it was scheduled to be over at 6:30 a.m. It is now 7:30 a.m. When Mike accesses the cameras in the area, he notices there is still Maintenance of Traffic (MOT) in place closing one lane of traffic. --It' -fii t ) % ,� r Vii% :' 4rT .1Zy t � • r' — y r^_w rgrepri. P. r' ' ti 4-1 ems,,, r ittSi i. --'� 4.- I' a rrn . r,. , Ai* Figure 18:Alton Road Construction Since the MOT is not consistent with the City records, Mike calls the local FDOT Engineer to confirm the change in status. The FDOT Engineer confirms the lane should have been reopened at 6:30 a.m. and will coordinate with the Contractor to reopen the lane. In the interim Mike opens an incident in the central system in accordance with the SOP.The planned response adds the message "Construction Ahead, Expect Delays"to the DMSs along Alton Road and approach roads. March 201- 51 Concept of Operations JOr the City of.Vfiunii Beach ITS and SPS Mike then receives a call from the FDOT Engineer who says the Contractor had some on-site conditions that required additional time. The Contractor requires the lane closure for an additional two hours. Mike anticipates this will cause congestion as they are approaching the morning peak period. Mike immediately calls the Traffic Flow Specialist, Officer St. Cloud, for area support. Because of the construction, some of the ATSC loop detectors are not in operation at a few Alton Road intersections. Mike reviews the corridor's signal timing plan and noted minor signal timing adjustments that could improve the progression along Alton Road. He calls the Miami-Dade County Signal Timing Engineer and asks to implement the changes. The County's Signal Timing Engineer agrees with the recommendations and allows Mike to implement the signal timing changes. Mike confirms the timing changes with the cameras at the intersections and monitors progression. Mike and the Officer St. Cloud continue to monitor the corridor for progression until the lane is reopened. Once the lane is reopened, Mike closes the incident within the central system in accordance with the SOP. Mike then calls the FDOT Engineer to let him know the status of the lane closure. Once the incident is closed, the DMSs return to the PSA. 6.4 Special Event Management Special event management is a critical need in the City of Miami Beach. The City hosts over 62 events a year and would like to host more.The City is in the process of upgrading their Convention Center and the number of city events is anticipated to increase. 1// *Nat - ill11711/11111/ v gr Proposed wiiiih'N' '.''' .0 1p.ji,": 1 ILI441''Agy, 'r':�' R 1�"i�l!r-__- r 1. to — — 41! I 1 _ • �, i1.�r a1ri, 11111.11AII i r r , Existing Figure 19:Existing Convention Center and Proposed Rendering -- — March 2017 � 5' Concept of Operations for the City of Miami Beach ITS and S'PS The objective of special event management is to provide travelers with information to distribute their travel to and from the event in a safe organized manner and to avoid excessive delay. Special event management is well understood by the City of Miami Beach and they currently have consultant support for event management at a limited number of events. For these events, the consultant provides off-peak management personnel in the EOC and stations maintenance staff at key locations while implementing special timing plans. Coordination with the City of Miami Beach Police Department and event venues is also performed as needed. The ITS and SPS Project provides additional opportunities to inform travelers of routes available for access to the events and for managing demand on the various arterial roadways. Cameras also allow monitoring of the critical locations for any incidents or over-capacity situations that would benefit from a response. Parking for the events is often a challenge. The SPS will relay available parking information to drivers. The SPS will be complemented with area DMSs to communicate wayfinding to available parking. It was also suggested that the FDOT's Freeway DMS system could be used to communicate traffic and parking information for events at the Convention Center and in South Beach. During stakeholder meetings, FDOT noted that all DMS communications have to follow the statewide policy and displayed information must be related to transportation. The standard/default message is to display the travel time if available. The messages and agreement on messaging priorities will be included in a MOU between the City and FDOT. Standard event procedures exist for coordinating and managing outside shuttle and transit vendors used for major events to transfer visitors between parking locations and the event location. Figure 20 shows the proposed routing for a large event,Art Basel.The SOP and SOG will need to include a standard process for communicating information to drivers of changes in routing or emergency procedures identified through the SPS. March 2017 V 53 Concept of Operations for the ("itv of_bfiami Beach ITS and SPS ir IP 88 St. Art Basel Miami Routes Miami Beach Routes ' 85 St a -- Art Basel Miami Week Loop Eastbound Route 1 0 Trolley to trolley transfer "__ North loop — Westbound Route 1 Shuttle stops North a o Beach Biscayne trolley Northbound Route 2 Brickell trolley — Southbound Route 2 = z Little River NeCI°'4'10 NW81St -i\S4 s ' NE 76 St. " . ,_ 4 NW/5 St. Connecting to: 63 St. NW 71 St. NE 71 St. AMMOr_________ -Route 1 (Miami Beach/Midtown shuttle) 0 Little Route 2 River (to South Beach and North Beach Fairs) NE 61 St. I Route 2 1 Little I \, Haiti AlA a �_ y 41St. r, > > NE 54 St. d z ry Q 405E a Z Transfer to E -- Q ab St. -Miami Beach/ -A $,),,fZ Midtown shuttle a �`,_ a ° �� Area v Design -North loop ii ��` detailed District • 112 Julia Tuttle Cswy. _ s NW 36 St. .•'i . . - F J`' Wynwood t Transfer to Route 1 4 ,; NE 79 St. ..r' _ -Miami Beach/Midtown shuttle . — -Biscayne trolley Miami 2 t Z Beach a Transfer to Biscayne trolley adee16.s a ;_ -Metromover ° Miami Beach 7 c ..- Venetian Cswy. 17 St. „0, Convention 2 T: Center Z N. � > 836 m: 0 z Q C ° ° —t ''''C n St. i I Route 2 ,t�,! Miami M�� d 10 St.. gi rpt,,. w nhvrC Q r>- S"y. 0 At/antic . • v� Ocean °' Transfer to 4a 3 -Biscayne trolley Brickell -Coral Way/Flagler St.Trolley. ssr. -Nletromover Source-City of Miami MARCO RUi2 mrwt4miim,herald corn ` 1 mile ' Figure 20:Transit Routing for Art Basel March 2017 54 ( ()'7l CPP/ ti t�/tc'JCuinn, 1t>i /I7C ( ill ni .11idint 13( trtii II c, crr,l SP) Summary Operational Scenario, Special Events Management, Convention Center Event Ms. Monica Driver is excited to attend an upcoming event at the Miami Beach Convention Center. Since she lives in Broward County and does not often travel to the City of Miami Beach she accessed the City's website well in advance of the event to determine parking locations. She identified Garage G7 at 18`h Street and Meridian Avenue as closest garage to the event and set this as her desired location. Enroute to the event she notices signs directing to available parking. As she enters the City of Miami Beach she sees a DMS indicating that the Garage G7 is closed. Unfortunately she also sees that the next closest garages, Garage G5 and G9 along 17th Street are also closed. She begins to worry since she did not identify any other lots in the vicinity to park. However, as she gets closer to the Convention Center,additional DMS show a large"P"with arrows directing her to available parking (Figure 21). She is promptly directed to another garage, G4 located at 16`h Street and Collins. Within that parking garage she is quickly able to identify an available parking space. In addition, since she was notified early of the garage closures, she traveled around the event traffic and did not have to circulate to Garage G7 first. Although diverted, Monica is happy with her parking space and enjoys the short walk along Lincoln Road to the event. w Tri 41110 _ t .14.,-1-1 ' fl Convention Center M1 :w 4,. � .�',�_ 4th/San Fernando Bill CHL, 5,' '! J a r" + ,e4J .. ,A..'4 , 0 1. 4. Note:Signage on FDOT roadways will follow statewide policy and display information related to transportation. Figure 21:Parking Wayfinding Example Meanwhile back in the City's TMC Ms. Lisa Operator is monitoring the status of the garage occupancies. As garages approach occupancy, she confirms the DMS post the lot status automatically with the nearby cameras. She also monitors the congestion in the area and confirms the ATSC is appropriately adjusting to the changes in traffic patterns associated with the event. March 201' Lf55 t 1 Concept ofOperations for the City of Miami Beach ITS and SPS Lisa is in frequent communication over cellular phones with the Traffic Flow Specialist on duty to coordinate efforts. 7 Summary of Impacts The proposed project consolidates the operations of the ITS and SPS from several disparate users to a consolidated operation at the City of Miami Beach TMC. Even for systems not controlled by the City TMC, remote viewing access will be provided. For example the FDOT District Six cameras will be viewed in the City TMC, although control will continue to reside at the District TMC. The table below summarizes the key areas of operational functions, their location, and summarizes the changes with the proposed system. Table 5:Summary of Impacts Existin System Proposed System Function Monitoring Responsible Location Responsible Location Party Party Arterial EOC Consultant City TMC DBOM Firm Cameras District Six Freeway District Six FDOT SunGuide, with District Cameras SunGuide City TMC Six/DBOM viewing Arterial DMS No remote Consultant City TMC DBOM Firm monitoring I District Six Freeway DMS District Six FDOT SunGuide, with District SunGuide City TMC Six/DBOM Firm viewing Arterial VDS n/a n/a City TMC DBOM Firm Arterial TTS EOC Consultant City TMC DBOM Firm Parking Offices PARCS Parking Offices City Parking with City TMC SKIDATA viewing SPS n/a n/a City TMC DBOM Firm County with County TMC, Signal System County TMC City Staff with City TMC County/DBOM Support access and Firm viewing County TMC, ATSC n/a n/a with City TMC County/DBOM access and Firm viewing March 2017 56 Concept of()aerations. for the City of.l li%rmi Reach ITS'and SPS 8 Analysis of the Proposed System The proposed ITS and SPS is a beneficial and integral part of providing innovative services to transportation customers in the City of Miami Beach. The ITS and SPS deployment is in accordance with the planned statewide ITS architectures. The ITS and SPS will be deployed to statewide requirements and standards and will be operated from the City of Miami Beach TMC. The system will also provide viewing and remote control capabilities as stated within this document. This project provides for the expanded deployment of the overall ITS and SPS within Miami Beach and the development of interlocal agency plans for operating and maintaining the ITS and SPS devices and signal components through a DBOM procurement. The stakeholders in the region are confident that the ITS and SPS will result in improved transportation efficiency and safety; increased traffic flow;reduced emissions; and improved real- time traveler information. The ITS and SPS will also increase traffic monitoring, traffic management, and traffic information dissemination capabilities citywide. In support of this ConOps document, additional technology research and assessment has been completed to identify operational alternatives for the device components, communications, and TMC facilities. The supporting information is useful to document how the project approach and technologies were analyzed and evaluated, and provide background on why particular approaches or solutions were rejected. The supporting assessments are documented in the Project Plan. The Project Plan also identifies the order of magnitude cost estimates and project phasing including an overall schedule. 9 Notes There are no notes at this time. 10 Appendices To facilitate the ConOps' ease of use and maintenance, information was placed in appendices to the document. Each appendix is be referenced in the main body of the document where that information would normally have been provided. 11 Glossary As previously mentioned the ConOps was developed for a broad audience. Given the vast array of individuals potentially interested in the document,discussions are kept in relatively general terms to enable use from individuals of all professional backgrounds. To facilitate in the understanding of some general terms,the inclusion of a clear and concise compilation of the definitions and terms used in the ConOps document that may be unfamiliar to readers is provided below. March 2017 5 7 Concept of Operations for the City of Miami Beach ITS and SPS ATSC — Adaptive Traffic Signal Control technology adjusts the timing of red, yellow, and green lights based on real-time traffic conditions to accommodate changing traffic patterns and ease traffic congestion. Concept of Operations—The foundation of the systems engineering process that provides the who, what, when, where, why, and how for the new and existing system. The document describes the proposed system characteristics from an operational perspective. ITS — Intelligent Transportation Systems apply advanced technologies of electronics, communications, control, sensing and detection in various transportation systems in order to improve safety, efficiency, and the traffic situation through the transmission of real-time information. SPS — Smart Parking Systems utilize sensing devices (i.e. cameras, counting equipment, and dynamic message signs)to determine occupancy at the space level or at the structure level. System Engineering Process — An interdisciplinary approach and means to enable the realization of successful systems. It focuses on defining customer needs and required functionality early in the development cycle, documenting requirements,then proceeding with design synthesis and system validation while considering the complete problem. March 2017 58 Concept of Operations for the City of Miami Beach ITS and SPS DOCUMENT REVISION HISTORY Version Approved Created/ Number Date Description of Change(s) Modified By March 2017 59 • Concept ofOperations for the City of Miami Beach ITS and SPS APPENDIX A: Parking and Revenue Control System Contract Source: City of Miami Beach March 2017 Appendix Concept of Operations for the City of Miami Beach ITS and SPS APPENDIX B: Market Service Packages Source: http://www.consystec.com/florida/d46/web/files/mppdfs/mpSH 80.pdf • March 2017 Appendix ATMS01 - Network Surveillance City of Miami Beach Information Service road network Traffic Management traffic flow Roadway Provider _ conditions + City of Miami traffic images City of Miami traffic imagesLocal Agency Beach TMC Beach Field Traveler Equipment Information System traffic sensor control _ _ + video surveillance — control planned/future flow existing flow user defined flow ATMS03 -Traffic Signal Control City of Miami Beach signal control commands signal control device configuration • Traffic Management signal control plans Roadway L-- + --♦ City of Miami Beach signal system configuration City of Miami Beach TMC + Field Equipment traffic sensor control video surveillance control right-of-way request notification signal control status —— signal fault data -——— + traffic flow traffic images LEGEND planned and future flow existing flow user defined flow pau fap•asn 4 Mol 2UuSIXa Mol amunl pue pours! 4A3931 uo!ieWJo;u!;uep!oul- sa6ewi oljjej; suoplpuoo ponrgau pew uoneuuo;ul;uaplou! I + I e;ep eolnep I V suompuoo vonyeu peoJ + uonewJo;m luaploul sa6ewl pupil ♦—suol;Ipuo3 lionn;au pew—— + uopewJo;ul;uapl3m as;uao sa6ewl o eJ1>> ;uewe6euew uo!;e;aodsueJj Ja;uaa 3Wl yaea8 sa6ewl o!}jeJ; apinOunS sa6ewl 3! eJ; loa;uoa ai;;eal !we!W to ;!3 + 9 ;o!a;s!a load aped j -iweq —•suogipuoo�IJonn;au peon—± —- suo!;!Puoo ;uawa6euej ai;jail + ;uawa6euew Di;;eil �{�oniya+peon ;uewa6euei ai;;eil uol;ewio;ul;ueploul uopeuuo;u!3ueploul 9 Po!i;s!a load ;uewa6euew o!leJl leuo!6e i - LOSINIV ATMS17 - Regional Parking Management City of Miami Beach Traffic Management parking lot data Personal Information Parking Management Access requ+st_ud ► __parking information-——► City of Miami payment ud City of Miami Beach TMC Private Travelers Beach Parking Personal Management ComputingSystem • Devices .4—-parking lot data request—— parking information_ud Information Service + ———parking information-——► Provider payment request_ud Florida 511 Local Agency Traveler Information System I——parking lot data request———— LEGEND planned and future flow existing flow user defined flow MC04 -Weather Information Processing and Distribution FDOT District 6 Traffic Management Traffic Management ___ road weather _♦ Weather Service City of Miami Beach information_ud FDOT District 6 TMC SunGuide National Hurricane Center Info. System + Transportation + County and Local Management National Weather Traffic Control Center weather information— Service Systems Miami-Dade Traffic Control Center —- road weather _ information ud LEGEND planned and future flow existing flow user defined flow Concept of Operations for the City of Miami Beach ITS and SPS APPENDIX C: Notice to Municipalities Source: Miami-Dade County, Department of Transportation and Public Works, Traffic Signals and Signs Division • March 2017 Appendix NOTICE TO MUNICIPALITIES December 4, 2015 Procurement and Installation of Traffic Control Devices in Miami-Dade County The purpose of this document is to clarify the requirements, standards, and policies for the procurement and installation of traffic control devices by all municipalities within the jurisdictional boundaries of Miami-Dade County, Florida. a. The term "Traffic Control Device" is defined by the Federal Highway Administration's (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) and subject to the requirements therein and supplementary State and local requirements. b. Pursuant to Sec. 2-96.1 of the Code of Miami-Dade County: i The County has exclusive jurisdiction over all Traffic Control Devices on roadways in both the incorporated and unincorporated areas of the County. ii It shall be unlawful for any person, firm, corporation, or other legal entity, including municipal corporations, to change, modify, install, remove, damage, deface or destroy any traffic control device, unless authorized to do so by the traffic and transportation department, or by an Intergovernmental Agency Agreement. iii The County, by written Agreement, may authorize municipalities, which desire and are equipped and able to perform certain traffic engineering functions, to assume, together with all liability and without additional cost to the County, through an individual Intergovernmental Agency Agreement, and for local municipal streets only, the installation and maintenance of regulatory and street name signs, warning signs, construction warning signs, markings and barricades, pavement markings, traffic maintenance and traffic calming devices, all as may be specifically provided in the Agreement and subject to performing appropriate traffic engineering studies, if required by such Agreement, and obtaining all applicable permits. c. Roadways on the State Highway System (SHS) that are under the jurisdiction of the FDOT require a signed agreement between the municipality and the FDOT along with the County's concurrence in some cases. d. Pursuant to the requirements of Section 316.0745. Florida Statutes: i Contractors, manufacturers or suppliers who intend to sell or install a transportation device within the state of Florida must follow the Florida Department of Transportation's (FDOT) Approved Products List's (APL) approval process. ii It shall be unlawful for any public body or official to purchase, or for anyone to sell, any traffic control signal or device unless it conforms to the manual and specifications published by the FDOT and is certified to be of such conformance prior to sale. e. Prior to installation in Miami-Dade County, transportation devices must also be listed on the Department of Transportation and Public Works' (DTPW) Traffic Signals and Signs Division's (TSS) Qualified Products List (TSSQPL). The TSSQPL and further details about the process are available at: http://www.miamidade.gov/publicworks/traffic-signals.aso. In order ensure uniformity, interoperability and integration with the existing Miami-Dade Traffic Control System and for TSS to provide the needed level of maintenance and operational support, certain traffic control devices and materials must meet additional requirements than may be needed for FDOT APL certification. As such, not all products listed in the FDOT APL may qualify for addition to the TSSQPL. QUESTIONS and INQUIRIES: Municipalities within Miami-Dade County having any questions or needing further information on traffic control devices that can be procured or installed within the County are encouraged to contact Mr. Nahum Fernandez, Traffic Control Standards and Specifications Coordinator, DTPW TSS Division, 7100 NW 36 Street Ext., Miami, FL 33166; 305.592.3470 x 297; fernan@miamidade.gov Concept of Operations for the City of Miami Beach ITS and SPS • APPENDIX D: Signal Maintenance Agreement Source: Florida Department of Transportation, District Six March 2017 Appendix C-03!! Pagc 1 oR DRAFT COPY 3 2,,2002 FORM 750-010.XX TRAFFICFOPERATIONS CONTRACT NO AC G.3 s FINANCIAL PROJECT NO405'tqi 2g Ol F.E.LD NO STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Page I of s TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT THIS AGREEMENT,made and entered into this 3 day of 3%,3N E , 2005, by and between the Florida Department of Transportation,an agency of the State of Florida,herein called the"Department",and Miami-Dade County,Florida,herein called the"Maintaining Agency". WITNESSETH: WHEREAS,the Maintaining Agency has the authority to enter into this Agreement and to undertake the maintenance and operation of traffic signals or signal systems on the State Highway System,and the Department is authorized under Sections 334.044,and 335.055,Florida Statutes,to enter into this Agreement;and WHEREAS,the Maintaining Agency has authorized its undersigned representative to enter into and execute this Agreement; NOW,THEREFORE,in consideration of the premises and the mutual covenants contained herein to be undertaken by the respective parties hereto,and for other good and valuable consideration,the sufficiency of which is hereby acknowledged,the parties mutually agree and covenant as follows: 1. The Maintaining Agency shall be responsible for the maintenance and continuous operation of the Department's traffic signals,traffic signal systems(central computer,modems,and communications interconnect),school zone traffic control devices,intersection flashing beacons, illuminated street name signs,and the payment of electricity and electrical charges incurred in connection with operation of such traffic signals and signal systems upon completion of their installation.The Department agrees to pay to the Maintaining Agency,an annual compensation based on Department's fiscal year allocations for the cost of the maintenance and continuous operation of full traffic signal locations as identified in Exhibit A.Flashing beacons,emergency signals,and school zone signs are not included.Payments will be made in accordance with Exhibit B. Should the Maintaining Agency no longer require compensation from the Department as provided herein, the Maintaining Agency shall still be responsible under this Agreement for the maintenance and continuous operation of the above items.In the case of construction contracts,the Maintaining Agency shall be responsible for the payment of electricity and electrical charges incurred in connection with the operation of the traffic signals and signal systems,and shall undertake the maintenance and continuous operation of said traffic signals and signal systems upon final acceptance of the installation by the Department. Prior to any acceptance by the Department, the Maintaining Agency shall have the opportunity to inspect and request modifications/corrections to the installation(s)and Department agrees to undertake those prior to acceptance so long as the modifications/corrections comply with the contract and specifications and submittal data previously approved by both the Department and the Maintaining Agency. Repair or replacement and other responsibilities of the installation contractor and the Department, during construction,are contained in the Department's Standard Specifications for Road and Bridge Construction and the Maintaining Agency's"Special Provisions for Traffic Signals". 2. The Maintaining Agency shall maintain and operate the traffic signals and signal systems in a manner that will ensure safe and efficient movement of highway traffic and that is consistent with maintenance practices prescribed by the International Municipal Signal Association (IMSA)and operational requirements of the Manual on Uniform Traffic Control Devices(MUTCD),as amended. The Maintaining Agency's maintenance responsibilities shall include,but not be limited to,preventive maintenance(periodic inspection,service and routine repairs),and emergency maintenance(trouble shooting in the event of equipment malfunction,failure,or damage). The Maintaining Agency shall record its maintenance activities in a traffic signal maintenance log. 3. The Maintaining Agency may remove any component of the installed equipment for repair; however, it shall not make any permanent modifications and/or equipment replacements unless the equipment provided is capable of performing at minimum the same functions. The Department shall not make any modifications and/or equipment replacements without prior written notice to and consultation with the Maintaining Agency. 4. The Maintaining Agency shall set and maintain the phasing of the traffic signals in accordance with the Department's phasing plans, specifications,or special provisions. The Maintaining Agency shall set and maintain the timing of the traffic signals in accordance with standard,reasonable,County-wide policies. The Maintaining Agency shall obtain prior written approval from the Department for any modification in phasing of signals. Signal Systems timings(cycle length,split,offsets)are considered operational changes and may be changed by the Maintaining Agency to accommodate changing needs of traffic.The Maintaining Agency may make changes in the signal timing provided these changes are made under the direction of a qualified Professional Engineer registered in the State of Florida.The Maintaining Agency shall make available a copy of the timings to the Department upon request. The Department reserves the right to examine equipment,timing and phasing at any time and,after consultation with the Maintaining Agency,may specify modifications. If the Department specifies modification in timing and/or phasing,implementation of such modifications shall be coordinated with,or made by, the Maintaining Agency. C-03/96 Page 2 oC 5. The Maintaining Agency shall note in the maintenance log any time/phasing changes and keep a copy of the timings and any approval documentation in a file. 6. The Maintaining Agency and the Department shall develop Exhibit A which by this reference is made a part of this Agreement as though fully set forth herein.Exhibit A shall list all existing traffic signals on the State Highway System that are to be maintained by the Maintaining Agency,including those for which the Maintaining Agency is not being compensated. No changes or modifications will be made to Exhibit A during the year for compensation.New signals added by the Department during the fiscal year shall be maintained and operated by the Maintaining Agency upon final acceptance as stated in paragraph 1.The Maintaining Agency and the Department,preceding each fiscal year,shall develop and execute a new Exhibit A,which shall include all new Department signals added during the previous fiscal year and delete those removed. The Maintaining Agency shall begin receiving compensation for new Department's signals in the next fiscal year.In the event that no change has been made to the previous year's Exhibit A,a statement to this effect should be included.The annual compensation will be a lump sum payment detailed in Exhibit B.Future payments will be based on the information provided in Exhibit A,in accordance with the provisions as detailed in Exhibit B,attached and made a part hereof. a) Payment shall be made only after receipt and approval of service. b) Payment shall be made in accordance with Section 215.422,Florida Statutes. c) Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper pre-audit and post- audit thereof. d) Record of costs incurred under terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for three(3)years after final payment for the work pursuant to this Agreement is made.Copies of these documents and records shall be furnished to the Department upon request.Record of costs incurred include the Maintaining Agency=s general accounting records,together with supporting documents and records of the Maintaining Agency and all subcontractors performing work,and all other records of the Maintaining Agency and subcontractors considered necessary by the Department for proper audit of costs. 7. The Maintaining Agency providing goods and services to the Department should be aware of the following time frames. Upon receipt, the Department has five (5) working days to inspect and approve the goods and services, unless the Agreement specifies otherwise. The Department has twenty(20)days to deliver a request for payment(voucher)to the Depai tnient of Banking and Finance.The twenty(20)days are measured from the latter of the date the invoice is received or the goods or services are received,inspected and approved. 8. If a payment is not available within forty(40)days,a separate interest penalty at a rate as established pursuant to Section 2I5.422,Florida Statutes,shall be due and payable,in additional to the invoice amount,to the Maintaining Agency.Interest penalties of less than one(1)dollar shall not be enforced unless the Maintaining Agency requests payment.Invoices returned to a Maintaining Agency because of Maintaining Agency preparation errors shall result in a delay in the payment.The invoice payment requirements do not start until a properly completed invoice is -, provided to the Department. 9. A Vendor Ombudsman has been established within the Department of Banking and Finance.The duties of this individual include acting as an advocate for contractors/vendors who may be experiencing problems in obtaining timely payment(s)from a state agency.The Vendor Ombudsman may be contacted at(850)410-9724 or by calling the State Comptroller=s Hotline, 1-800-848-3792. 10. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity,may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity,may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity,and may not transact business with any public entity. 11. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity,may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work,may not submit bids on leases of real property to a public entity,may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017,Florida Statutes,for CATEGORY TWO for a period of thirty-six(36)months from the date of being placed on the convicted vendor list. 12. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act.If the contractor knowingly employs unauthorized aliens,such violation shall be cause for unilateral cancellation of this Agreement 13. The State of Florida=s performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. In the event this Agreement is in excess of$25,000 and has a term for a period of more than one year,the provisions of Section 339.135(6)(a),Florida Statutes,are hereby incorporated: (a) The Department,during any fiscal year,shall not expend money,incur any liability,or enter into any contract which,by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year.Any contract,verbal or written,made in violation of this subsection shall be null and void,and no money may be paid on such contract. The Department shall require a statement from the Comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds.Nothing herein contained shall prevent the making of contracts for periods exceeding one year,but any contract so made shall be executory only for the value of the services to be rendered or agreed to be C-03"5 Page 3 02 paid for in succeeding fiscal years,and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of$25,000 and which have a term for a period of more than one year. 14. The Maintaining Agency may be subject to inspections of traffic signals and traffic signal systems by the Department.Such findings will be shared with the Maintaining Agency and shall be the basis of all decisions regarding payment reduction,reworking,Agreement termination,or renewal. If at any time the Maintaining Agency has not performed the maintenance responsibility on the locations specified in Exhibit A,the Department shall have the option of(a)notifying the Maintaining Agency of the deficiency with a requirement that it be corrected within a specified time,otherwise the Department shall deduct payment for any deficient traffic signal(s)maintenance not corrected at the end of such time,or(b)take whatever action is deemed appropriate by the Department. 15. The Maintaining Agency may enter into agreements with other parties pertaining to traffic signals and signal systems including,but not limited to,agreements relating to costs and expenses incurred in connection with the operation of traffic signals and signal systems on the State Highway System,provided that such Agreements are consistent with the mutual covenants contained in this Agreement.The Maintaining Agency shall furnish a copy of such agreements to the Department. 16. This Agreement may not be assigned or transferred by the Maintaining Agency in whole or in part without the written consent of the Department. 17. The Maintaining Agency shall allow public access to all documents,papers,letters,or other material subject to provisions of Chapter 119,Florida Statutes,and made or received by the Maintaining Agency in conjunction with this Agreement.Failure by the Maintaining Agency to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the Department. 18. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. The invalidity or unenforceability of any portion of this Agreement shall not affect the remaining provisions and portions hereof. Any failure to enforce or election on the part of the Department or the County to not enforce any provision of this Agreement shall not constitute a waiver of any rights of the Department or the County to enforce its remedies hereunder or at law or in equity. 19. This Agreement shall remain in force during the life of the original installed equipment and/or the life of any replacement equipment installed with the mutual consent of the parties hereto. 20. Upon execution,this Agreement cancels and supersedes any and all prior Traffic Signal Maintenance Agreement(s)between the parties. 21. This Agreement contains all the terms and conditions agreed upon by the parties. IN WITNESS WHEREOF,the parties hereto have caused these presents to be executed,the day and year first above written. ke/dM -17E au/A/Tx ,Florida STATE OF FLORIDA DEP• •TMEN -,,OF TRANSPORTATION (Maint. ninggency) By: By: moi r (Authorizzeedd Sit naltirte) (• .th•rize. Signature) Print/Type Name: V d Print/Type Name: �� St rT' ._ c:S _� Title: a0Airt Title: MiOaC_ > • Attest: Attest: (Seal if Applicable) REVIEWED: . `� APPROVED AS TO FORM Attorney AND GAL SUFFIENCY /OP, BY: D. LS LOSS,ESQ. r�'0_G.e•s•' `� ( J DATE: �� M ins,'•••• / OP.0F �0 ^ a c101.111.} ;^t F )r` VI '. se a•eg !.i'�sA e•b Concept of Operations for the City of Miami Beach ITS and SPS • APPENDIX E: Enforcement Correspondence Source: Florida Department of Transportation, District Six March 2017 Appendix Florida Department of Transportation RICK SCOTT 605 Suwannee Street ANANTH PRASAD,P.E. GOVERNOR Tallahassee,FL 32399-0450 SECRETARY May 10, 2012 Mr. Jorge M. Gonzalez City Manager City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Dear Mr. Gonzalez: The purpose of this letter is to provide information on the Florida Department of Transportation's (FDOT) position on installation requests and use of law enforcement camera systems for enforcement of laws within FDOT Right of Way. Only legislatively authorized traffic infraction detectors (red light cameras) and toll violation cameras are permitted within FDOT Right of Way. In the absence of specific legislative authorization, permits for other types of camera systems, such as license plate readers and surveillance cameras that are used by law enforcement, are not allowed to be installed within FDOT Right of Way. Additionally, no permits will be issued to use FDOT Right of Way for the purpose of connecting cables from license plate readers and surveillance camera equipment located outside the Right of Way, into FDOT traffic controllers, cabinets, or signals. For requests to install electric utilities located along or across FDOT Right of Way, please follow the permitting requirements set forth in the Utility Accommodation Manual. It is available online at http://www.dot.state.fl.us/rddesiqn/utilities/UAM.shtm. If there is an existing permitted electric utility, service drops do not normally require a utility permit. It is hoped that this information is helpful in your planning/decision making processes. If additional information is required, please contact me at (850) 414-5220 o6 Mr. Mark C. Wilson, P.E. State Traffic Operations Engineer, at (850) 410-5419. Sincerely, Brian Blanchard, P.E. Assistant Secretary Engineering and Operations RMB/sg www.dot.state.fl.us PSEMP for ,tliumi Beach ITS and SPS Appendix 2: TIGER Discretionary Grant Application, City of Miami Beach ITS and Parking Management System February 2019 Appendix • CITY OF MIAMI BEACH --41i_ : , - INTELLIGENT TRANSPORTATION SYSTEM .,,....MPRIMINIMIN . . SMART' PARKING SYSTEM PROJECT AIIIIIIiiiii.. . .. - ..... ... . ‘r.? GRANTS TJ • , WI* PREPARED FOR: 52 ILI U.S. DEPARTMENT OF TRANSPORTATION'S NATIONAL INFRASTRUCTURE 3 195 INVESTMENTS TIGER DISCRETIONARY GRANT APPLICATION 2 1E38 1 155 TABLE OF CONTENTS A. EXECUTIVE SUMMARY 1 B. PROJECT LOCATION 7 C. PROJECT PARTIES 27 D. GRANT FUNDS AND SOURCES/USES OF GRANT FUNDS 30 E. SELECTION CRITERIA 32 i.Primary Selection Criteria 33 a. State of Good Repair 33 b. Economic Competitiveness 34 b. Quality of Life 35 d. Environmental Sustainability 35 e. Safety' 35 ii.Secondary Selection Criteria 36 a.Innovation 36 b.Partnership 36 F. RESULTS OF BENEFIT-COST ANALYSIS 38 G. PROJECT READINESS 40 a.Technical Feasibility 40 b.Financial Feasibility 40 c.Project Schedule 41 d.Required Approvals 42 e.Project Risks and Mitigation 42 H. FEDERAL WAGE CERTIFICATION 4 Supplementary Documentation:Our City i.Snapshot 1 SUP 1 ii.Snapshot 2 SUP 2 iii.Snapshot 3 SUP 3 iv.Snapshot 4 SUP 4 v.Snapshot 5 SUP 5 • vi.Letter of Support ii MIMI PROJECT DESCRIPTION impacts that the City `w:.��.�.. ttr.0 of Miami Beach faces wit in efficiently rumen.41 W. operating its ` '„. ... transportation system EXECUTIVE SUMMARY and how the City can re „. best use Intelligent INTRODUCTION Transportation Systems (ITS) to meet , The City of Miami Beach (Figure 1) is one of the premier current and future i needs.In addition,the , ;,,.�.--- ,,, , ~ destinations in the United States. The world renowned beaches report also 0't and the active nightlife continue to make Miami Beach one of the documents the r* capitals of tourism in the U.S.This is further demonstrated when - f� anticipated costs and . , reviewing population trends over the past 10 years. Although monetary benefits in 4*4.,„, j I. resident population has only grown 4% in the past ten years, the implementation ,, j' AVERAGE DAILY POPULATION INCLUDING TOURISTS AND ESTIMATED DAY of the project. OUR TRIPPERS HAS GROWN 36.5'/3 over the same time. Such growth in MISSION IS TO CREATE the average daily population has severely affected mobility A SYSTEM THAT throughout the City.Although the City has seen improvements in ENHANCES TRANSPORTATION THROUGH THE SAFE AND EFFICIENT tourism and development in the past two (2) years, recent MOVEMENT OF PEOPLE, GOODS AND INFORMATION WHILE INCREASING surveys indicate that congestion will begin affecting tourism and jobs in Miami Beach. FUEL EFFICIENCY, LESSENING POLLUTION AND PROMOTING THE GROWTH IN JOBS RELATED TO ALL INDUSTRIES IN MIAMI BEACH. The 2014 City of Miami Beach Community Satisfaction Survey pointed at traffic congestion and degraded traffic flow as the As of 2014,the City of Miami Beach resident population was 91, number one problem on Miami Beach resident's minds. This 732; however, in being a vibrant City with many seasonal reports documents the current challenges and future economic residents and visitors, the City's daily population regularly exceeds those figures. Over the past ten (10) years, seasonal population in the City of Miami Beach has grown 50%. Given , these characteristics and the number of special events per year, . average daily population in Miami Beach is approximately )3t:44.1. �, K•yfi � 205,915. Since modal split calculations indicate that 64% of the 'Or t a� c trips are performed via private vehicles, major roadways along x d N the City experience significant demand and failing levels of service. GET MOVING 230''''. Additionally, average speed along these routes has increased between 8%and 58%. To mitigate traffic and congestion throughout the City, three (3) years ago, the City Administration began working with regional SPREAD THE WORD agencies and private consultants to implement a traffic One of the ways to respond to incidents and congestion monitoring and management program. The project is based on identified in the implementation of the Traffic Monitoring and utilizing temporary cellular technology to establish travel time Management Program was to let drivers know of traffic events thresholds along major corridors in the City, review travel time early on.Trip planning before leaving the house,as well as,in-trip along those corridors, confirm travel times and detecting adjustments are important naturally spread demand through the incidents hindering traffic flow utilizing Pan-Tilt-Zoom (PTZ) network and avoid congestion along particularly affected cameras, and performing signal timing changes from the Miami- corridors. Dade County Traffic Management Center. The project has been successful in managing traffic conditions during peak and off- The City is currently uses of PORTABLE DIGITAL MESSAGE SIGNS peak periods,as well as identifying permanent modifications that (remotely programmed) located at strategic locations to advise need to be performed to improve traffic flow and mobility for all drivers coming and leaving the City of incidents affecting traffic, modes. In addition, this event has been effective in incident abnormal congestion,construction closures, parking information, traffic management and adapting to special event traffic. AS A and other incidents related to traffic and/or special events.These RESULT OF TRAFFIC MONITORING AND MANAGEMENT SERVICES,TRAVEL Digital Message Signs are also utilized to advise commuters of TIMES ALONG MAJOR ROUTES WERE REDUCED BETWEEN 7°%o AND accidents and congestion along the interstate system. Over the 3 last year, the City has strengthened its outreach capabilities by implementing a text traffic alert service in which citizens ~ interested in receiving traffic advisory text alerts register to "" receive messages regarding closures, incidents, and other events [AO affecting traffic. In addition, the City recently reached a 95 AIM :r partnership with WAZE in order to submit traffic and incident 95 SOUTH .....+ information to all application users. The sharing of information - Miami Beach assists residents and visitors using the application by receiving """`" V2 MILE - It real time information on traffic conditions and allows the City to i ♦ * ' " improve its Traffic Monitoring and Management Program by * " receiving information from WAZE operators. The City has recognized other demand responsive technologies and methods that may be more advanced and effective than the ones I implemented for the"high-impact"periods. of traffic conditions,way-finding,and parking availability.The SPS MOVING AHEAD project includes parking capacity monitoring at garages, parking lots, and corridors, Digital Message Signs at garages and parking ALTHOUGH THE CITY HAS BEEN SUCCESSFUL IN MANAGING TRAFFIC lots to advise drivers of parking capacity and floor, telephone THROUGH TEMPORARY TECHNOLOGY, ADVANCING THE PROJECT TO A application to advise garage users of exact location of their PERMANENT AND ROBUST SYSTEM CAN ADDRESS EXISTING AND vehicle. The project also includes implementation of Adaptive FUTURE NEEDS OF THE CITY. To achieve this vision, the City is Signal Control Technologies (ASCT) to effectively manage queues working in the CITY OF MIAMI BEACH INTELLIGENT TRANSPORTATION at intersections. The City's vision is to improve traffic conditions and Level of Service by implementing existing and emerging (ITS) SYSTEM PROJECT AND SMART PARKING SYSTEM (SPS). The ITS technologies that provide systematic monitoring, management, and SPS project would help the City manage traffic congestion in control, and information sharing. As part of the demand the City on a day-to-day basis. The ITS project includes the management initiative, the City is planning to retrofit 60 implementation of traffic monitoring cameras and travel time intersections with Real Time Adaptive Signal Control Technology detectors for arterial management, and full-spectrum Digital to reduce the traffic congestion Message Signs Digital at causeways and arterials to advise drivers 4 When completed, this project will result in a transportation MIAMI BEACH MOVING network with improved operating conditions, operational efficiency, improved capacity, enhanced personal mobility, In November 2015,The City of Miami Beach provided a Notice to improved access, safety, and parking, enhanced present and Proceed to a consultant to begin working on the Project Plan, future economic productivity of individuals,organizations and the Concept of Operation, and Project Systems Engineering and economy as whole while meeting goals of sustainability and Management Documents in advance of Design, Build, Operate, livability. .and Maintenance Procurement. As part of the project the team has formed a Technical Steering Committee composed Florida The total project cost is$14,578,830.The City of Miami Beach is Department of Transportation staff, Miami-Dade County staff, applying for $10,022,240 to fund the capital costs Miami-Dade Expressway Authority staff, Florida International implementation of ITS and SPS technologies. The City will be University Engineering Professors,and City staff to discuss project providing a matching fund of$4,556,590(Table 1). elements, funding, resource coordination, procurement, and other items relevant to the delivery of the project.This project is not fully funded; however, if the City was awarded TIGER funding Percent of tal Funding procurement documents will be ready advertisement for Source Total Cost Financ by Source issuance in late 2016. ITS Implementation $8,020,880 $17,875,280 MAKING MIAMI BEACH GREAT SPS $6,557,950 $2,548,017 Implementation Miami Beach has continued its rapid recovery and growth in all Total industries. While the City has continued to grow as a vibrant ITS&SP5 100% $14,578,830 environment for residents and visitors, employment within the ITS&SPS Capital cost City has also continued to grow in various industries. The graph Implementation �- below depicts job growth over the past 16 years: $10,022,240 Table 1.Summary of Project Costs and Anticipated Funding Sources,in 2016 Dollars • 5 ltrtetter••• totrawrina art Yaw.* alb*.at. 60000 ..,... tra la 111, roma aritatamantart tram* NW YomMii• L 2% ft 50000 - ra a m T.,40000 - _. __. '� M1 sM1 wr.uv+.w n c 30000 ,1 _ 3 20000 . 0 10000 0 2004 2005 2006 2007 2008 2009 2010 20112012 2013 2014 Years Graph I.Miami Beach Employment per Year and Employment per Industry Based on the City of Miami Beach Visitors Profile Report,the City In being the tourism capital of the State, Miami Beach's receives approximately 6, 45,000 overnight visitors per year. As workforce depends on a thriving tourism and service economy.At outlined in the report, 2.1% oftheof the visitors would never a time in which OUR CITY IS IMPROVING ITS INFRASTRUCTURE (storm return to Miami Beach and 15.6%of those visitors cited traffic as the main reason for never returning. Based on an average water and resiliency plan) and its transit (Miami Beach Light Rail spending per stay of$1,712,the City risks losing as much as$43.8 Transit), WE HAVE A CHANCE TO DO SO IN A MUCH MORE INCLUSIVE million per year over the next 10 years.This loss would not only WAY THAT WILL SIMULTANEOUSLY EXPAND ECONOMIC OPPORTUNITY represent a loss in funding for the City and the State but would AND SOCIOECONOMIC MOBILITY THROUGHOUT THE CITY. also affect the job market in the City. As shown in Figure 3,Tourism related activities account for 40% Given that tourism is the City's primary industry,mobility is a key of the local employment.As such, impacts to this industry would aspect to the economic success,job creation,and quality of life constitute significant losses to the local and state economy. For throughout the City. the purpose of this report, the City conducted some high level calculations in the loss of revenue that can result from traffic The values for benefits and costs are monetized in 2015 dollars, congestion. and as per TIGER VI guidance,future dollar values were 6 discounted using a real rate of seven(7)percent and an alternate of three(3)percent. SPS Implementation: ITS&SPS Implementation: Present Value of Total Benefits(at 7%discount rate): $35,738,126 Present Value of Total Benefits(at 7%discount rate): $73,686.433 Present Value of Total Costs(at 7%discount rate): $9,105,967 Present Value of Total Costs(at 7%discount rate): $35,002,128 Benefit-Cost Ratio: 3.92 Benefit-Cost Ratio: 2.11 Present Value of Total Benefits(at 3%discount rate): $51,006,582 Present Value of Total Benefits(at 3%discount rate): $104,805,638 Present Value of Total Costs(at 3%discount rate): $10,136,203 Present Value of Total Costs(at 3%discount rate): $43,259,846 Benefit-Cost Ratio: 5.03 Benefit-Cost Ratio: 2.42 As shown above, the Benefit-Cost Ratio for the implementation ITS Implementation: of ITS and SPS is at minimum 2.11. A detailed Benefit/Cost Analysis(Attached)was performed in support of the City of Miami Present Value of Total Benefits(at 7%discount rate): $37,948,308 Beach ITS and SPS Project Tiger VII Application. Present Value of Total Costs(at 7%discount rate): $25,896,160 Benefit-Cost Ratio: 1.47 Present Value of Total Benefits(at 3%discount rate): $53,799,056 Present Value of Total Costs(at 3%discount rate): $33,123,643 Benefit-Cost Ratio: 1.62 1 • 1 „,,o, - ;1•,''',. OK I .1.7 4'. i . „,) 7,• ibit, , Ii,, 1 1.... .-,,, 1 —, r, ,_r, - moipii= " PROJECT . NI i iCtit MUNICIPALITY BACKGROUND options. Figure 2 shows a future land use map of the City of Miami Beach. The City of Miami Beach is a coastal community in Miami-Dade County, Florida. It was incorporated in 1915 and it is located in a MUNICIPALITY DEMOGRAPHICS series of natural and man-made barrier islands between the Atlantic Ocean and Biscayne Bay.The latter divides Miami Beach As of the 2014 U.S. Census, the city had a population of 90,588. from Downtown Miami.The City of Miami Beach is considered to This population figure represents a 3.7% growth in population be one of the major economic engines of South Florida.The City from 2010, thus, demonstrating the need for improved mobility of Miami Beach is divided into three segments that have different and network sufficiency. More importantly, given the City's characteristics, land uses, and mobility behaviors. The total City natural characteristics and an ambitious event calendar, average of Miami Beach land area is approximately 7.7 square miles daily population climbs into 205,915. THIS DAILY INCREASE OF (Figure 1).Snapshot 1 provides details on the City of Miami Beach APPROXIMATELY 127%, RESULTS IN MOBILITY CHALLENGES AND Total Area. CONGESTION THROUGH THE TRANSPORTATION NETWORK. Since the early 20th century, Miami Beach has been one of the Moreover, areas in the North Beach Area and South Beach Area premier cities in America for tourism. The City of Miami Beach's have been found to have the highest population density, highest Art Deco District is the largest collection of Art Deco architecture young population (15 years old to 25 years old), highest elderly in the world, comprising of hundreds of hotels, apartments, and population (65 years old and older), and highest area of zero-car other structures erected between 1923 and 1943. The mixture households. These local characteristics reinforce the need to between traditional 20th Century architecture and world improve local mobility and regional mobility efficiency; especially renowned beaches have made Miami Beach one of the most to promote economic growth for residents and visitors.Snapshot dynamic cities in the tourism, entertainment, and special events 2 provide a summarized conditions report of the City's fields in the world. In being one of the major economic engines in demographics. the state,the City of Miami Beach offers a wide range of land use 9 MIAMI BEACH CONVENTION CENTER AND SOUTH BEACH In addition to the Convention Center, the South Beach The Miami Beach Convention Center is the only convention neighborhood is one of the most economically active in the center in Miami-Dade County. The center is located in the South County. Other trip generators in this neighborhood include the Beach area (2.5 square miles), particularly in the City Center New World Symphony, Jackie Gleason Theater, City Hall, Lincoln Neighborhood.The Miami Beach Convention Center has been the Road, Ocean Drive, and the beach. It is worth noting that host to various major events and continues to host 115 events although this neighborhood is being highlighted as one of the per year with an approximate yearly attendance of 700,000. main trip generators in the City; other areas of Miami Beach Yearly events; such as, Art Basel, Maison & Objet, Miami consistently generate tourist and commuter trips. International Boat Show, and Miami Auto Show, amongst others consistently generate trips from other parts of the County and SPECIAL EVENTS CALENDAR the State to Miami Beach. In 2014, the City of Miami Beach Commission approved a $615 million renovation project of the There are various factors that contribute to Miami Beach being Miami Beach Convention Center(MBCC) and the construction of one of the main centers for special events in the state of Florida. a Miami Beach Convention Center Hotel south of the MBCC Its natural resources,the Miami Beach Convention Center,and its campus.The renovation project kicked-off in December 2015 and active nightlife have made the City very desirable to host special is anticipated to be completed in 2018. events year round. The City officially has 14 special events that are recognized in Section 46-92(g)(1)(b) of the Miami Beach City One of the elements of discussion during the approval of the Code as High Impact Periods. The events included in the High MBCC Renovation project was the existing and future booking Impact Period section of the code are typically intense and policy.Given the current booking policy and type of events which generate heavy vehicular volumes in the City. Given the heavy promote attendees driving to the center, the City Commission volumes generated and the limited capacity accessing and and Administration set out to modify the current paradigm and traversing the City, EACH OF THESE EVENTS PRESENTS A NUMBER OF promote a booking policy conducive to internalization, thus the CHALLENGES FOR ENGINEERS AND LAW-ENFORCEMENT WHEN insertion of a Convention Center Hotel. The modified booking ADDRESSING CONGESTION AND INCIDENT RESPONSE. policy would reduce traffic intensity to and from the Miami Beach Convention Center. 10 MIAMI BEACH MOBILITY:EXISTING CONDITIONS Julia Tuttle Causeway) carry more than 70% of the traffic accessing and egressing the City. As described in the The Miami Beach Roadway network is an orthogonal grid TRANSPORTATION ELEMENT OF THE CITY OF MIAMI BEACH 2025 connected to the rest of Miami-Dade County by east-west veins COMPREHENSIVE PLAN REPORT and the MIANII BEACH that provide access to and from the City. The internal grid is TRANSPORTATION MASTER PLAN, THE THREE (3) ACCESS FACILITIES essential to mobility in providing the public multiple paths for OPERATE AT SUBSTANDARD LEVELS OF SERVICE (BETWEEN LEVEL OF transportation. These grids function even in the densest urban SERVICE E AND LEVEL OF SERVICE F). settings because of the robust functionality of multiple paths to provide a release valve when certain links fail due to high ARTERIALS AND MAJOR COLLECTORS demand,construction,temporary closures,or emergencies. CAUSEWAYS:ACCESS LINKS TO CITY OF MIAMI BEACH There are currently 22.6 miles of arterial roadways. Because of the narrow and elongated shape of Miami Beach, the majority of the City's main east-west arterials: 5`h Street, Dade Boulevard, As aforementioned, the City of Miami Beach is a barrier island 4151 Street, and 715` Street are extensions of the causeways. connected to the main land by four (4) causeways. These These east-west arterials are generally responsible for causeways serve as the links between the beach and Downtown, accommodating heavy volumes that connect to some of the main the Airport, Government Center, and other attractions within north-south corridors in the City as well as connecting to the regional Miami-Dade County. MacArthur Causeway, Venetian Beach. During peak hours,east-west arterial roads carry the most Causeway,Julia Tuttle Causeway, and John F. Kennedy Causeway commuter traffic in and out of the City. East-west collectors, are access points for tourist, residents, and commercial vehicles, such as 16th Street and 17th Street are also vital corridors for thus helping the economic viability of the City and the County. mobility in the City. Although 16th Street and 17th Street have Snapshot 3 provides an expanded view of the interconnections capacity limitations, their proximity to principal destinations in and intra-connections shaping the City of Miami Beach the South Beach neighborhood (Lincoln Road, City Hall, Miami transportation network. Beach Convention Center,etc.)attracts additional traffic demand in these corridors during peak periods and event periods (Figure One of the main challenges with accessing the City of Miami 2). Beach is that not all the linking roadways are uninterrupted flow corridors and two of these corridors (MacArthur Causeway and 11 Given its coastal community characteristics, north-south arterials in Miami Beach have constrained geometry, thus impacting in Miami Beach also provide regional connections to other number of lanes,lane width,and through-put. communities in the North. North-south arterials and collectors are integral to the mobility of the City of Miami Beach. Corridors Table 4.State Arterials in Miami-Dade County like Alton Road, Collins Avenue, Washington Avenue, West Roadway Name orientation FwrWosralaazdfiotion Number of lanes Lane Width AADT Avenue, Indian Creek Drive, and others not only provide the SR.948/364Street East-West UrbanPrincipal Arteral 6 12Feet 42500 S.RE/US-Z2/0kedrobeeRoad NW-SE Urban PrindpalMedal 6 12 Feet 42,50D north-south regional connections,but also connect people to the causeways and the interstate highway system.Table 3 shows the TRAFFIC:NOW AND FUTURE corridor characteristics for arterials and collectors. Table 3Mani Bead Arterial And Collectors In addition to the right-of-way constraints, another contributing Roadway Name Orientation Functional Classification Number ofLanes Lane Width AADT factor to the capacity shortage in Miami Beach's principal Alton Road North-South Urban Bina Arterial 4 11feet 30,500 arterials is traffic signal spacing. The state arterials shown in 2to4lOneway Table 4 have an average signal spacing of 0.30 miles and 0.48 Collins Avenue North-South Urban PrindpalArterial section of3lanesl 11Feetmiles respectively. Miami Beach's S.R. A1A/5`h Street, S.R. SthStreet East-West UrbanPrindpalArterial 6 13 Feet 34,000 907/Alton Road, and S.R. A1A/Collins Avenue are measured at Dade Boulevard East-West Urban kNnorArterial 4 11Feet 5,10) 0.078 miles, 0.184 miles, and 0.093 miles average signal spacing 41st Street East-West Urban Principal Arterial 4 11 Feet 41,000 respectively. In accordance to FHWA documentation, roadways Washington Avenue North-South Urban Major Collector' 4 11Feet 18,200 with 8 signals per mile were reported to have their travel time Pine Tree Drive North-South Urban Major Collector 4 10.5Feet 11,003 adversely affected by 39%. S.R. A1A/5`h Street has seven (7) 71st Street East-West Urban PnndpalArtedal 6 11Feet 39,O Harding Avenue South Urban Principal Artedal 3 gF 2553p signals in approximately half a mile,S.R.907/Alton Road(south of Indian Creek Drive Nath-South Urban PdndpalArterial 6 10Feet N/A 16 Street) an average of nine (9) signals per mile, and S.R. West Avenue North-South Urban Major Collector 2 11Feet 15003 A1A/Collins Avenue has approximately twelve (12) signals per Dickens Avenue Nath-South Urban Major Collector 2 12 Feet 3,9W mile. Capacity is affected by many aspects. As shown in Table 3, In Miami-Dade County, traffic signal operation is under the principal arterials in Miami Beach have predominantly four (4) jurisdiction of the Miami-Dade Public Works and Waste through-lanes. In comparison with other State arterials with Management Department's Traffic Signals and Signs Division.City similar Annual Average Daily Traffic(AADT),the principal arterials staff is in constant communication with the County's engineers reporting issues with signal timing, progression, and phasing in 12 efforts to improve Level of Service and reduce congestion and tools allow for improved management of traffic flows, and throughout the City; however, the current system employed by reduced congestion and incidents. One of the most critical Miami-Dade County is outdated and does not have demand functions of ITS is improving the efficiency of the transportation response capabilities. Currently, and in advance of the system by informing the public about travel conditions and implementation of Adaptive Traffic Signal Control, the City of choices they may encounter in real time. Miami Beach and Miami-Dade County have agreed to have a City of Miami Beach employee serve as in-house staff at the Miami- Currently, the City of Miami Beach faces challenges in operating Dade County Traffic Control Center.This City employee will focus its transportation system efficiently.The reconstruction of major solely on the signals in Miami Beach (278 signals) in an effort to corridors and an intense event calendar burden the local improve optimization and responsiveness. The City of Miami corridors. The City has explored and continues to review Beach Traffic Signals Engineer will be in place before the end of alternatives on how it can best use ITS to meet current and future 2015. needs. As a result of the congestion, the City acquired the services of a consultant to monitor and manage traffic Miami Beach is a fully developed city with very scarce performance during high impact periods.Our mission is to create opportunities to provide additional geometric capacity. The a system that enhances transportation through the safe and Miami-Dade Metropolitan Planning Organization's (MPO) Long efficient movement of people, goods and information with Range Transportation Plan identifies only one geometric capacity greater mobility and fuel efficiency, less pollution and increased improvement within Miami Beach. Although the project operating efficiency. identified will constitute an improvement over current conditions, the benefit will not provide major mitigation of the current conditions.These Capacity constraints have increased the In February 2015, the City of Miami Beach hosted an Industry importance of proper signal optimization, progression, Review Meeting with approximately 30 firms with expertise on functionality. ITS to discuss details about the City's ITS Project and obtain industry input on aspects essential to the scope of work. As a The term Intelligent Transportation Systems (ITS) refers to using result of this meeting, the City Administration determined that technology to enhance mobility by making more effective use of the City would benefit from expert input in the management of the transportation network. This is accomplished by existing and the project. Based on the knowledge obtained from the Industry emerging technologies that provide systematic monitoring, Review Meeting, the City released a Request for Qualifications management, control and information sharing. These strategies solicitation for ITS and SPS Program Management in March 2015. 13 Florida Atlantic University to conduct a micro-simulation of the The awarded Program Manager would be responsible for 4151 Street corridor. The microsimulation resulted in significant developing the Project Plan, Concept of Operation, and improvements for the corridor. Currently Florida Atlantic solicitation for the Design, Build, Operate, and Maintain (DBOM) University is conducting a Benefit-Cost Analysis for the two Solicitation. The City anticipates that the DBOM Solicitation technologies analyzed to assist the City in determining the most ensuing from the Program Management Work will be released by beneficial technology for the network. Summer 2016. Funding for Program Management is not part of the application for the 2015 TIGER Grant. Snapshot 4 provides a summary on the existing conditions of the roadway network. In an effort to better gauge the benefits of different Adaptive Traffic Signal Control Technologies, the City worked with the WALKING AND BICYCLING: NOW AND FUTURE One of the distinguishing characteristics of Miami Beach is its hindered by congestion they become more courteous, thus pedestrian activity. As opposed to Miami-Dade County, the reducing driver stress and pedestrian/vehicle conflicts. In orthogonal grid and the mixture between commercial and addition, SPS will reduce the number of vehicles on the roadway residential land use have made Miami Beach one of the great seeking a parking space, thus decreasing the possibilities of walking cities in Florida. Particularly in the South Beach area, the conflict. Pedestrian activity is vital to the economic growth of 2012 City of Miami Beach Community Satisfaction Survey Miami Beach,therefore providing a safe and inviting environment indicated that 26 percent of the residents of the City utilize is crucial. walking and/or cycling as their primary method of transportation. Using the real estate tool Walkscore.com, the South Beach area In 2007, the City completed its first Bicycle Master plan. The ranges between 80 points and 91 points. Other less dense parts Atlantic Greenway Network Master Plan, as it was officially of the county hover around 55 points. The high walking score named, identified various corridors for the installation of bicycle speaks to the pedestrian friendliness and activity in the City.The lanes and other facilities. This master plan was a direct reaction implementation of ITS and SPS would improve pedestrian safety to the citizen's desire to use bicycling as an alternative method of as a by-product of reducing travel times. When drivers are not 14 transportation. Since its approval, the City has completed nearly be served at a high level. Currently, there are 14 bus routes in 70 percent of the projects identified as part of the master plan. operation in Miami Beach with service provided by Miami-Dade Transit. In addition to the two County routes operating as local Given the completion rate of the projects and the innovative services in Miami Beach, South Beach Local and Route 115/117, practices that are being utilized today,the City is in the process of the City has implemented the North Beach Trolley Route. While completing an update for the Bicycle Master Plan. The Bicycle the South Beach Local remains the local circulator service with Master Plan update has developed a holistic approach into safe the highest ridership in the County's line-up, the City's North bicycling while filling the gaps in the network that hinder Beach Trolley has had an improving ridership since inception connectivity throughout the network and adversely affect rider's (currently 2,100 riders per day). experience. One of the main aspects of a pleasant rider experience is safety. Safety will be directly benefited by the In an effort to reduce car trips through the roadways system, the implementation of ITS and SPS. Similar to improving pedestrian City has continued to prioritize transit projects. Presently,the City safety, the proposed project will improve bicycle safety as well. is coordinating the implementation of two Middle Beach rubber Fewer numbers of vehicles on the roadway seeking available tire trolley routes to serve and connect the entire City via locally parking reduce number of possible conflicts between bicyclist managed services.These services will be implemented by the end and vehicles. Additionally, improved travel times and reduced of 2015. congestion will result in drivers being more courteous and yielding. The Bicycle Master Plan update will be adopted by City Since Miami Beach is a barrier,City staff developed a concept for Commission in September 2015. the implementation of a water taxi/passenger ferry service to serve as a public transit alternative to connect the City of Miami Snapshot 4 provides a summary of the existing conditions for Beach and Downtown Miami. Following an Invitation To pedestrians and bicyclists in the City. Negotiate released by the City in late 2014, the City is currently negotiating with the service provider to refine the service scope TRANSIT IN MIAMI BEACH:NOW AND FUTURE and contract terms. The City is also exploring sites for the implementation of an Intermodal Facility with capabilities of The City of Miami Beach has been a transit oriented community functioning as a Park and Ride station. since inception. From 1916 to approximately 1940, Miami Beach was heavily covered by typical street cars of that time.Over time, In addition, the City, in partnership with the Florida Department the County transitioned into buses and the City has continued to of Transportation, Miami-Dade Transit, the Miami-Dade County 15 MPO, and City of Miami, revived the 2004 Bay-Link Project. The benefit local and regional transit service by improving on-time Bay-Link Project, now known as Beach Corridor Transit performance and reliability. The improvement of the transit Connectivity Study, consists of providing a light-rail connection service will result in increased ridership and higher customer between the City of Miami Beach and Downtown Miami via the satisfaction. MacArthur Causeway. A feasibility study of the current technologies and routes identified in the 2004 project is in In July 2015,the City of Miami Beach Commission adopted a new progress and will be completed in the summer of 2015. The City mode hierarchy for transportation that prioritizes Pedestrians, is also seeking the implementation of Bus Rapid Transit along the Transit, and Bicycles over private vehicles. The endorsement of Beach Corridor (MacArthur Causeway) as an interim this hierarchy is unprecedented in Miami-Dade County and shows implementation. A feasibility study is in progress and will be the commitment of the City Commission and Administration to completed summer 2015. It is anticipated that the interim reduce congestion. implementation will be rolled-out within two(2)years. Snapshot 5 provides a summary on the existing transit conditions The implementation of ITS and SPS will improve travel times in the City. along transit corridors. The improved travel times will directly • PARKING IN MIAMI BEACH The City of Miami Beach believes that adequate and convenient parking is a critical issue for the success of future development and growth within the City. Given the heavy car usage by visitors and residents, the City has continuously struggled with parking supply versus parking demand. In accordance with the projections made in the City of Miami Beach Parking Study, parking demand exceeds parking supply in many areas of South and Middle Beach. This phenomenon greatly affects traffic AI at kl ' • performance because drivers who do not find parking will PARKING continue to drive in a particular area until they identify a parking space.While these drivers are trying to park,other vehicles will 16 enter the network, thus over burdening the roadways. This the City of Miami rraiMIT Ulla sUfgalaw phenomenon has been studied in other parts of the Country and Beach to provide,. it is believed that as much as 30% additional traffic is generated maintain, and ' iv, r by drivers looking for parking. The 2014 Walker Parking Study improve a prepared for the City of Miami Beach, revealed that during the sustainable, safe, ''‘ 1, peak hour, parking DEMAND EXCEEDS CAPACITY BY APPROXIMATELY convenient and ,.Vli 877 PARKING SPACES. Given the growth of various economic energy efficient centers throughout Miami-Dade County, parking deficiencies and multi modal , '..1) antiquated parking planning methods adversely impact transportation businesses in the City by affecting the way that patrons make system." As , choices. Patrons who have a choice to go to a less congested area described in that ` •"9�'° statement, the City ' " MEw. with more adequate parking will not choose to go to a business in + ,...� ..� Miami Beach, thus reducing the ladders of opportunity for the has made it its policy u� local work force. In addition to reducing congestion, the SPS to strive to improve mg �,�� traffic conditions. phase of the City's Traffic Congestion Management Project would .0u, I t - •_•I•' , ,•, sw.nsaenauunrml improve the way drivers receive parking information. The City • l: tl i m ==. believes that early outreach can help serve drivers planning to go The TE establishes ! ,' m. �� K� to Miami Beach prior to them actually arriving in the City; Level of Service D as •\,' III. °��� therefore the City has launched a telephone application the minimum LOS addressing parking availability. The proposed SPS plan would for State, County, enhance the reach of the current application by providing parking and local roadways information on an additional 35 surface parking lots. In addition, in Miami Beach. However, due to the growing population, parallel parking is the preferred method of parking for most commuters,and insufficient capacity in the network;some of the visitors to the City. arterials and collectors in the City cannot maintain this Level of Service (Figure 3). The Level of Service has continued to suffer LEVEL OF SERVICE through the years due to continuous growth in the volumes traveling through the City. The failing Level of Service is further The Transportation Element(TE)of the City of Miami Beach 2025 exacerbated when there is a special event in the City. Comprehensive Plan describes its goal as; "It shall be the goal of • 17 EVENT TRAFFIC MONITORING AND MANAGEMENT PROJECT The consultant monitored travel times through the use of Bluetooth/Wi-Fi data collection technology and manually In October 2013, Florida's Department of Transportation (FDOT) adjusted traffic signal timings along event routes as needed. As District 6 acquired the services of a traffic engineering,consultant part of this Pilot Project, consultant deployed Digital Message particularly for the purposes of providing real-time traffic Signs to provide real-time traffic and parking availability updates monitoring and traffic data collection within active work zones along MacArthur Causeway, Julia Tuttle Causeway, and Alton (including the Alton Road Reconstruction Project in Miami Road. Another outreach technique utilized as part the Pilot Beach). The scope of the services was the implementation of Project was the use of social media to provide traffic information smart technologies and innovative systems within work zones, and parking information. During Art Basel 2013, consultant also signal timing support, reviewing maintenance of traffic plans and worked with the City of Miami Beach Police Department to determining the need for detailed analyses of maintenance of identify when police assistance was needed at an intersection, traffic impacts, and other innovative traffic management thus allowing Police to efficiently and effectively allocate its practices to improve traffic flow through the Alton Road resources. The services provided by consultant proved to be a Reconstruction Project. valuable addition to the event planning and operations, thus improving the attendee experience and residents' quality-of-life. Due to high number of events and visitors, congestion, and The measures deployed during Art Basel 2013 and subsequently limited capacity of the City's transportation network, the City is during Miami International Boat Show 2014 allowed engineers to constantly considering new innovative ways for improvement of proactively make changes to the signal timing at critical traffic flow,Level of Service,and travel times.During the 2013 Art intersections along event routes to avert heavy congestion. Based Basel festival taking place at the Miami Beach Convention Center, on the documented improvements in traffic flow, travel times, the City acquired the services of the consultant performing traffic and vehicle throughput, the City established the Event Traffic monitoring and management within FDOT's active work zones via Monitoring and Management Program for six (6) events during Commissions-Approved Pilot Project. In 2013 Art Basel attracted the High Impact Periods in 2014 and 2015. • an attendance of more than 75,000 over the period of the events duration and the City consultant monitored and managed traffic conditions. The consultant's services were found to be effective in monitoring and managing traffic during this major special event. 18 DATA ANALYSIS DATA ANALYSIS routes indicated on the map were also part of the traffic monitoring and management effort; however, no performance To document the performance of the services acquired, the City data is available EIRURE 4.Mr TRAFFIC MRNRRRINR AN MARAREMENT MAP analyzed the data resulting from the traffic monitoring and for before traffic management effort in advance of extending the services. The monitoring and analysis was based in a comparison between travel time and management speed data collected during the two (2) special events prior to services. Even traffic management deployment and similar data collected when though no data is the Event Traffic Monitoring and Management was fully available forla operational. Following the Miami International Auto Show and comparison, 1 the Miami International Boat Show, the City's consultant significant -, l performed traffic monitoring and management for Winter Party improvements in u Week, Winter Music Conference, Ultra Music Festival, and travel time and "" Memorial Day Weekend. It is important to note that the Miami speed Auto Show has a duration of ten (10) days. Longer events have performances 40 less impact on traffic conditions because demand is more evenly were observed , a distributed over more days of events duration in comparison to by City's 1 ' short events; however data collected showed significant benefits. Transportation ., \,,, , As previously mentioned, the consultant utilized PTZ cameras, Department and '°° Bluetooth/Wi-Fi data collectors, and Digital Message Signs as part City's Police ''''"'-,% olice "'-,.., of the High Impact Period traffic monitoring and management Department ' -iii effort. To facilitate the effort of traffic monitoring and along these management, consultant divided monitoring corridors into the routes when the . routes. As shown in Figure 4, the consultant identified six (6) Event Traffic critical routes for ingress and egress for the traffic accessing Monitoring and Miami Beach Convention Center(MBCC).Travel time and average Management speed along these six (6) routes were used as the basis of Project was deployed. comparison to gauge the performance of the service. The other 19 The table below provides a summary of the analysis utilized in periods for each event individually. Travel time and speed data comparing conditions before and after the Event Traffic collected during events without and with traffic monitoring and Monitoring and Management Project. Data from the three (3) management services in place were averaged and compared to peak periods(morning, mid-day,and afternoon)was averaged to show results for the two(2)different scenarios(without and with get one value of travel time and speed representing 3 peak traffic monitoring and management services). Table 5.Travel time and speed summary table showing performance of traffic monitoring and management services Change Route Route Desaiption in Change No. Travel in Speed Time 1 Northbound Alton Road from Flyover at West Avenue and 5th Street to 17th Street -7% 8% 2 Eastbound 17'h Street from Alton Road to Meridian Avenue 58% -172% gravel rimes mcreasea due to a Detour through 11"Street) 3 Southbound Alton Road/Michigan Avenue to Meridian Avenue/17th Street -39% 33% Southbound Alton Road from Michigan Avenue to 17`h Street -59% 42% 4 Northbound Alton Road from 17th Street to Michigan Avenue -230% 58% Southbound Alton Rd via West Avenue Detour from 17th Street to West Avenue and S 43% 35% 51 Street 6 Northbound Dade Boulevard from Alton Road to Meridian Avenue -66% 36% ROUTE 1-Northbound Alton Road from Flyover at West Avenue mph along Route 1. The road is a mixture of divided and and 5th Street to 17th Street undivided with two lanes in each direction. On-street parking is provided along this route from 7th to 17th Street. Route 1 is 1.25 Route 1 is a major ingress-egress route to the City, not only miles long with 9 signalized intersections. Following the analysis, during events but in day to day operation. Alton Road provides the comparison showed an overall 7'1 REDUCTION IN TRAVEL TIME direct connection to MacArthur Causeway and the City Center and 8l''io INCREASE IN AVERAGE SPEED was experienced using traffic District.Alton Road is an arterial roadway with a speed limit of 35 monitoring and management services. ROUTE 2—Eastbound 17th Street from Alton Road to Meridian ROUTE 3—Southbound(Alton Road/Michigan Avenue to Meridian Avenue Avenue/17th Street) Route 2 provides connection between Alton Road and Miami Route 3 is one of the principal connections between the Julia Beach Convention Center (MBCC) along 17th street. 17`h street is Tuttle and the Miami Beach Convention Center (MBCC). Route 3 a major east-west collector with a speed limit of 30 mph. 17th utilizes 4 different roadways:Alton Road, Michigan Avenue, Dade street is 4 lane undivided roadway with 2 lanes serving each Boulevard, and Meridian Avenue. Michigan Avenue is a local direction of travel. Length of the Route 2 along 17th street is .3 undivided four(4)lane with parallel parking on both sides and 30 miles with 3 signalized intersections. miles per hour speed limit. Dade Boulevard is a four (4) lane undivided Arterial roadway with 30 miles per hour speed limit. Route 2 is the only route among 5 routes that experienced Meridian Avenue is Major Collector Street with speed limit of 30 increase in travel time and decrease in speed.This occurred as a mph. Meridian Avenue is 4 lane undivided roadway. Length of result of a detour implemented by FDOT for the Alton Route 3 is.54 miles and there are 4 signalized intersections along Reconstruction Project. All northbound traffic from Alton Road this route. Along this route 39% REDUCTION IN TRAVEL TIME and was detoured through 17th street to Meridian Avenue for 33°.%o INCREASE IN AVERAGE SPEED was experienced using traffic connection to north. Given additional traffic along 17`h street monitoring and management services. eastbound green time at the intersection of 17th street and Meridian Avenue was significantly increased. More green time ROUTE 4—Southbound Alton Road from Michigan Avenue to 17th allocated to east-west direction resulted in long vehicular queues Street on north-south approaches. Due to long queues on north-south approaches, FDOT had to re balance the signal timing in order to Route 4 provides connection between Michigan Avenue and 17th accommodate north south demand. Data collection during the Street along Alton Road. Length of the Route 4 is .34 miles and Miami International Auto Show and part of the Miami there are 3 signalized intersections along this route. Travel time International Boat Show was completed before signal re and speed comparison shows 59',; REDUCTION IN TRA IEL TIME and balancing when signal timing was set to benefit east-west demand; therefore travel times were greatly affected in this 42°'o INCREASE IN SPEED using traffic monitoring and management direction.The traffic management effort for the other events was services for southbound direction along this route. completed after the signal timing re-balancing effort. 21 roadway with a speed limit of 30 mph. Length of the Route 6 ROUTE 4-Northbound Alton Road from 17th Street to Michigan along Dade Boulevard is .34 miles with 2 signalized intersections Avenue within the study limits.Along this route 88 REDUCTION IN TRAVEL TIME and 36''9 INCREASE IN AVERAGE SPEED was experienced using Travel time and speed comparison shows 230''^ REDUCTION IN traffic monitoring and management services. TRAVEL TIME and 5B:19 INCREASE IN.SPEED using traffic monitoring and management services for northbound direction along this In addition to the Event Traffic Monitoring and Management route. Project, the City retained the services of the same consultant to extend the services through the entirety of the peak season (3 ROUTE 5-SB Alton Rd via West Avenue Detour from 17th Street to month duration). The project consisted of the same scope West Avenue and Sth Street however, the consultant developed new Time of Day schedules for signals throughout the principal corridors. The extended In 2013 and 2014, Route 5 was the principal detour in the services concluded in May 2015 and were found to be effective southbound direction due to the closure along Alton Road. West particularly in modifying signal timing to mitigate the additional Avenue is a two (2) lane undivided collector roadway with a 30 demand. miles per hour speed limit. It is worth noting, that this is a residential corridor with a minor commercial section. There is Given the effectiveness of the two previous iterations of the also significant pedestrian traffic through this corridor; however, Traffic Monitoring and Management Program, in 2016, the City REDUCTION I�! increased the scope of services by including traffic monitoring travel time and speed comparison showed 43 TRAVEL TIME and 35'' INCREASE IN SPEED using traffic monitoring and management services seven (7)days a week, 14 hours a day. In addition, the City has increased the number of cameras and and management services along this route.This route is 1.2 miles formalized its reporting and performance measures for the long with seven(7)traffic signals within the study traffic limits. temporary Transportation Management Center. ROUTE 6-NB Dade Boulevard from Alton Road to Meridian Avenue Route 6 provides connection between Alton Road and Venetian Causeway to Miami Beach Convention Center(MBCC)along Dade Boulevard. Dade Boulevard is a four (4) lane undivided arterial 22 NO # �... P , '..\ POM! SMART PARKING SYSTEMS(SPS1 miles travelled, and decrease pollution and fuel consumption. Currently, the City has various parking garages planned to Smart Parking Systems (SPS) monitor the availability of parking improve the FIGURE 5.PARKIR6 FAARA6EAIERT SYSTEMSIP65I PROPOSEDFACRITIES and disseminate the information to drivers, thus reducing demand/supply traveler frustration and traffic congestion associated with ratio. ��1 searching for parking spaces. Studies of parking management �� } systems demonstrate the potential of these systems to improve Presently, parking traffic flow in congested urban areas and improve travelers' garages in the City • experience. Parking guidance begins a long way from the actual are equipped with •• parking space. Motorists are able to view real time information gate counting 1 ] • on highway signs, arterial roadways approaching the parking systems capable of .r facility,online,or through telephone applications.This allows the providing real-time motorist to make informed decisions and, if needed, find an information. Parking alternative parking facility. These initiatives reduce gridlock and Availability • traffic congestion associated with traditional parking lots. As the information, as well P motorists get closer to their destination, they can be guided to as, rates for the different parking facilities based on parking availability. When parking in specific lM parking is available in various parking structures, motorists are locations are ......� �� able to make an early decision on where to park. Parking provided via the availability data is constantly being transmitted from the sensors Miami Beach Park • to the signs in order to keep the whole system updated with real Me Mobile j time information. As described in the Parking in Miami Beach Application. As part section of this report, parking demand exceeds parking supply, of this project, the * • W°'"E"AVIS thus making the efficient management of limited parking capacity City plans to install • • PARgk6 MS crucial for the sustainable operation of the transportation Interactive Digital `,k` '" ' F 91014 Gams network.The City's plan is to install real-time technology similar Message Signs to the described herein to assist relieving the congested (DMS) along the "i transportation network. Early information dissemination and causeways, major visitor outreach improves customer satisfaction, reduce vehicle- arterials, and collectors to provide real-time parking availability f information for the garages and parking lots. Interactive DMS been developed to assist riders plan their transit trips accordingly displaying parking availability will also be installed at garage and and have real-time transit location.The City also entered into an parking lot entrances. The City's SPS Plan includes ten (10) agreement with the County in which the City funded the garages with total capacity of over 5,500 spaces and surface installation of GPS devices on local county buses to ensure that parking lots. There are 35 surface lots that will be part of SPS riders can obtain real-time information from all transit service effort with total capacity of 3465 parking spaces. The SPS for serving the City. parking lots includes installation of vehicle presence detectors for individual parking spots and Interactive DMS's on entry points to CONCLUSION parking lots providing information regarding available parking capacity. The consultant's services were found to be effective in monitoring and managing traffic during major special events and TRAVELER INFORMATION the peak season. As part of work, the consultant monitored traffic conditions via traffic monitoring cameras and travel time The City of Miami Beach ITS and SPS Project includes Advanced data collectors through Bluetooth/Wi-Fi technology. The scope Traveler Information Systems (ATIS) to ASSIST TRAVELERS' also included adjusting traffic signal timings along 6 event routes PLANNING AND DECISION MAKING IN ORDER TO IMPROVE EFFICIENCY OF during events and throughout the City during the extended TRAVEL. Planned infrastructure provides the City with an services. Additionally, the consultant provided real-time traffic opportunity to distribute information to travelers for more and parking availability updates using Portable Interactive Digital efficient trip. Uninformed traveler makes inefficient Message Signs on Alton Road, MacArthur Causeway and Julia transportation choices which lead to greater strain on the limited Tuttle Causeway and constantly updating traffic and parking capacity of the transportation infrastructure, adding to messages on social media. As a result of the Event Traffic congestion. The project's goal is to provide travelers with real Monitoring and Management Project,travel times along 6 routes time information regarding travel times, incidents, road closures were reduced between 7% and 230%. Additionally, average and parking availability thru new Miami Beach Traffic and Parking speed along 6 routes has increased between 8%and 58%. application that will be developed. Additionally, the same information would be provided via VMS's along major roadways. Traffic monitoring has enabled the City and its consultant to identify operational problems in the network and to manually As part of the City's efforts to improve transit operation and make changes in signal timing that would correspond to traffic ridership City-Wide, a transit mobile telephone application has demand. Moreover, the information provided via Portable 25 Interactive Digital Message Signs and social media helped To mitigate the shortcomings of the current system, the City of alleviate parking problems and decrease number of vehicles in Miami Beach has begun the planning efforts to implement an the network pursuing available parking. Adaptive Signal Control System along feasible corridors in the City. Adaptive Traffic Signal Systems are typically detection Although a significant reduction in travel time and an increase in intensive systems that calculate queues via the use of record data average speed have been observed, manual adjustment is not or conduct instant calculations through advanced algorithms in the most efficient way of signal adjustment. Given that time order to adapt to real time traffic demand.The system equitably interval between need and the response in not immediate some distributes green time to each leg of the intersection based on queuing of traffic could extend beyond the desired saturation demand. levels. As a variable to this event, the recovery time is further affected by new vehicles entering the network. As part of the Our Pilot Project showed significant travel time savings using application, the City intends to improve the efficiency of the other methods of ITS and more rudimentary measures of traffic management process by implementing a robust network of adaptive signal control. The City strongly believes that more Adaptive Signal Control Technology for various intersections in advanced systems such as Adaptive Signal Control Technology the City. can provide higher savings in travel time, fuel savings, emission reductions, vehicle miles travelled reductions, safety Efficient operation of City's arterial streets and collectors requires improvements,vehicle operation costs savings,and other aspects new traffic control strategies. Since the City has no right-of-way of related to an improvement on traffic flow.Based on the results available to augment the network, the traffic signal network of the Pilot Project and the nationwide movement towards would need to have the capability to handle high traffic demand improved signalization, the City of Miami Beach entered into an during weekends, special events, peak seasons, and incidents. agreement with the Florida Atlantic University to micro-simulate Currently, traffic signal system in place is outdated and does not two different Adaptive Traffic Signal Control Systems to have the capability keep•pace with variability in traffic demand, determine the feasible system given the characteristics of the thus at times, contributes to congestion, delays, increased fuel City's transportation network. Figure 6 shows the map of consumption and excess emissions. This condition produces proposed ITS Corridors. frustrated drivers, degraded safety,adversely impacts the quality of life,and the economic development of the area. 26 m ^ I ' BEACH FDOT MIAMI-DADE rirAX. �l_ COUNTY VAV .AIl!Uit,.S•' FIGURE 6.MAP OF THE PROPOSED CORRIDORS FOR operations and IMPLEMENTATION OF ITS DEVICES PROJECT PARTIES maintenance of the existing system. As of 2015, the City placed a The City's Transportation Department works in conjunction with Traffic Signals Operations City Administration and City Elected Officials to implement Engineer to manage the transportation programs and projects that benefit the City's 278 Signals within Miami mobility and economic competitiveness. The City's Beach. The intent of the Transportation Department is the lead local department through P P P g added involvement and . the planning, engineering, and implementation phases on this coordination is to provide "� .. . project. an improved level of r +.i.r responsiveness in "`'' In Miami-Dade County signal operation is under the jurisdiction anticipation of the • \ of the Miami-Dade Department of Transportation and Public previously described Works. City staff is in constant communication with the County's DBOM contract. 0 engineers reporting issues with signal timing, progression, and phasing in efforts to improve Level of Service and reduce As is the case with many k congestion throughout the City. As an agency that has the other Cities within Miami- ownership over signal operation, Miami-Dade County Dade County, some of the Department of Transportation and Public Works Traffic Signals larger arterials within the " and Signs Division (County) is one the partners in the project. City are under the Since Miami-Dade County is the maintaining agency for all traffic jurisdiction of the Florida 1., signalization within the County,a strong partnership between the Department of Im'OD ,Ai.,..; , - ) City and County is very important. The City and County have Transportation (FDOT). As engaged in preliminary conversations about the Adaptive Traffic such, FDOT is a very ' Signal Control System; however, specific responsibilities and important partner in all agreements have not been addressed. Given the documented Transportation projects responsiveness challenges faced by the County due to its reduced within the City. Over the staffing, the City has taken a more proactive step in the years, the City and FDOT ler 28 have partnered in various projects. For the implementation of ITS and SPS technologies; the City has consulted FDOT for guidance. Moreover, FDOT staff has been invited to serve as part of the evaluation committee for the selection of the Program Manager. It is worth highlighting that these two agencies along with Miami- Dade Expressway and Florida International University are part of the Technical Steering Committee that has been formed to guide the project development process. Key members of these agencies meet on a bi-weekly basis to discuss the advancement of the Miami Beach ITS and SPS Project as well opportunities for coordination.Through this platform, Miami Beach has been able to execute an agreement with FDOT to have access to their highway camera system and is exploring the opportunity to co- locate the Traffic Management Center for improved effectiveness. 29 mar. GRANT FUNDS GRANT FUNDS AND SOURCES/USES OF GRANT FUNDS ' I , The Final Capital Cost for this project is$14,578,830.City of I i Miami Beach is requesting 69%of the Final Capital Costs, • i � ;, r $10,022,240.THE CITY IS PROVIDING 31''11 MATCHING FUNDS MI ; ($4,556,590) FROM LOCAL FUNDS.The funds have been approvedt ..... _I i F f'ylI by the City of Miami Beach Commission and allocated for Fiscal Z Year 2014/2015.The following table provides greater detail about the funding sources and contributions. In addition to thw. e _ - ' l 31%funding match,the City will be covering all Operation and � -------- Maintenance Costs generated by the project($20,423,298) — through year 20 of project life. Table 7.Summary of Project Costs and Anticipated Funding Sources,in 2015 Dollars Total ITS&SPS Capital Cost ITS&SPS ITS&SPS 100% $14,578,830 IMPLEMENTATION Capital Cost Local 31% $4,556,590 TIGER Request 69% $10,022,240 31 40. ifg' ***it SELECTION CRITERIA SELECTION CRITERIA looks at ITS, SPS, Adaptive Traffic Signal Control, along with upcoming transit, bicycle, and water taxi implementations as a Long Term Outcome way to serve more people and increase economic competitiveness in a way that is manageable for the roadway Implementation of ITS and SPS in the City of Miami Beach will network. The Benefit-Cost Analysis section describes the assists in achieving desired long-term outcomes that are a methods, sources, and assumptions used to quantify long-term priority of TIGER 2015 Grant: State of Good Repair, Economic outcomes of and calculate benefit cost(B/C)ratio. Competitiveness,Quality of Life,Environmental Sustainability and I. PRIMARY SELECTION CRITERIA Safety. This project supports local, regional, and national economy by the projects ability to reduce travel times, reduce a. State of Good Repair delays, reduce emissions and energy usage, reduce number of incidents, and incident clearance times. All these aspects have a Travel time is one of the aspects which directly affect the costs of direct relation to stress experienced by all road users. In addition, transportation. Travel time savings are frequently the primary a general improvement in the Level of Service of the City's justification for transportation infrastructure improvements. transportation network will improve experience of residents, Currently, the City's roadway network faces various deficiencies commuters, and visitors; as well as the way people experience that impact transportation operation, particularly, the fact that the other modes of transportation. As aforementioned, Miami there are no possibilities for capacity enhancements to the Beach is the capital of tourism and one of the largest generators existing roadway network due to City's build-out conditions and in the state.ADVERSE IMPACTS TO CONGESTION AND TRANSPORTATION limited right-of-way. Furthermore, the City is working on bus- CAN HAVE A LONG LASTING NEGATIVE EFFECT IN THE LOCAL ANO STATE rapid transit, rail, local bus services, bicycle facilities, and water ECONOMY. High level calculations have indicated that a loss in transit projects as additional measures to manage congestion and overnight visitors due to traffic conditions can mean as much as growth. In 2015, the City of Miami Beach Commission adopted a $40 MILLION IN LOST REVENUES AND SIGNIFICANT IMPACTS TO THE new transportation mode prioritization in an effort to change the JOB MARKET IN MIAMI BEACH Our goal is to provide excellent transportation paradigm for the City. The new Transportation customer service in every possible aspect and promote Mode Hierarchy places priority on pedestrians, followed by responsible growth. As the demand on the current network transit and bicycles depending on corridor, and finally private increases, the City is relying on innovative solutions and vehicles; however, the majority of residents and visitors still technologies to manage congestion. The City long-term vision utilize private vehicles as the primary method of transportation 33 (64.5% in accordance to AASHTO Census Transportation return. For an economy that thrives on its service industry any Products). The City's aging infrastructure also presents a reduction in visitors would significantly impact economic challenge on the current capacity deficiencies of the competitiveness of the City and the region. The implementation transportation network. Due to land use and urbanization there of the Project will significantly enhance transportation options are more than 8 signals per mile. Per Federal Highway and allow for increased productivity and efficiency of all the Administration (FHWA) 8 signals per mile result in increasing travelers. Benefits are reflected through travel time savings to travel times to more than 39%. Additionally, the City's limited existing visitors, commuters, and residents who would avoid parking capacity results in more vehicles circulating through the delays as a result of deficient traffic signals and antiquated network in search of parking. Implementation of innovative parking practices. Travel time savings generated by this project technologies and integration of real-time response components would increase reliability of our transportation network and is vital in the efforts to manage the congested network and would encourage more visits, thus enhancing economic provide better guidance to our residents and visitors. Today, competiveness of the City, region, and state. The City of Miami technology provides more sophisticated tools to better manage Beach's main source of revenue is tourism; however, as other and operate existing facilities which would produce positive value tropical tourism attractions nationally and internationally gain on our transportation infrastructure. importance, infrastructure improvements are vital to promote economic growth, ladders of opportunity, and improved In addition, the City is investing more than a $1 Billion in customer service. Additionally vehicle operating costs would be infrastructure, transit, and the Miami Beach Convention Center lower due to improved roadway conditions, active congestion which shows the desire of the its elected officials and citizens to management,and fewer miles travelled.The project will improve be at the forefront of resiliency, transportation, and quality of economic competiveness through reliable and timely access to life. employment centers,services, and other basic needs by workers and employers.Additionally,visitor's satisfaction on the reliability of the City's transportation network can act as the motivator b. Economic Competitiveness agent to promote repeated visits to the City. Pilot Project described in this document shows travel time savings Based on the Greater Miami and the Beaches Visitors Bureau, experienced during the events that were covered under traffic 6,961,210 tourists stayed overnight in Miami Beach in 2014. In management and monitoring services. In addition, the City has 2014, 19%of visitors reported traffic as the most disliked aspect embarked in the re-construction. project of the Miami Beach of the visit and some of the visitors were reported as not likely to Convention Center and the construction of a new Convention 34 Center Hotel in an effort to attract prominent conferences and more time to explore our City and engage in more activities that events. To promote a successful change in the booking policy of may have a positive economic outcome on the community. the Miami Beach Convention Center, congestion management infrastructure,improved signal technology,and improved parking d. Environmental Sustainability technologies have to be implemented. The success of the Miami Beach Convention Center will result in more jobs and improved "SITTING IN TRAFFIC" HAS A BIGGER IMPACT ON OUR HEALTH THAN WE service industry revenues. MAY THINK. As tempers flare and stress levels simmer, all the pollution being generated by neighboring vehicles can seep into c. Quality of Life our car's cabin, creating a concentrated solution of toxic air. As the air recycles through the car, the toxins can reach levels of up Accessibility is a key ingredient of well-being and prosperity in to 10 times those found in normal city air. These pollutants are contemporary societies. The ability of individuals, families, absorbed by the body and can cause problems in the respiratory entrepreneurs, and firms to exchange goods and services, to be system, the heart, asthma, lung cancer, and various other where activities are being carried out and to interact with other infections. Exposure to motor vehicle pollution can also result in people on regular basis is crucial not only to economy, but for decreased life expectancy. Transportation directly accounts for quality of life as well. The 2014 City of Miami Beach Community 28 percent of total energy use in the U.S. The transportation satisfaction survey uncovered that traffic congestion is the sector is significant source of greenhouse gas (GHG) emissions, primary issue adversely affecting quality of life in the mind of accounting for 33 percent of total U.S. GHG emissions in 2009. residents. The ITS and SPS project will result in infrastructure About 60 percent of emissions were from passenger cars and update that better serves residents,commuters, and visitors.The light trucks. Benefits of our project reflect social value of reduced proposed ITS implementation will provide better transportation carbon dioxide emissions associated with reduced fuel choices and enhance connectivity between Miami Beach, consumption due to lower travel time, less miles travelled and mainland, Miami International Airport, Port of Miami, and other less number of stops. destinations surrounding the City. This project offers unique opportunities to enrich access, circulation, and other quality of e. Safety life aspects that may be difficult to quantify in a traditional economic sense.Travel time savings for commuters means more The improvements in traffic operations are closely related to time available to be spent with family, or in leisure activities. improved figures in traffic safety. Optimization and coordination Travel time savings also improve visitor's experience by providing of traffic signals along major corridors will result in better 35 progression, less number of stops and fewer conflicts between intersections while dynamically adjusting signals according to major and minor streets. Additionally, better signal coordination traffic demand. and signal timing responding to real-time demand resulting in less flow interruptions will reduce in the number of rear end New wireless vehicle detection technologies will be deployed in a collisions. Reducing traffic congestion will also help cope with variety of roadways around the City's network for the purpose of driver stress, thus improving driver awareness and focus, while monitoring travel time and managing congestion. These sensors also reducing the propensity of a driver resorting to desperate are able to match "vehicle signatures" between different sensors and/or illegal movements that may out them or other drivers at (i.e. vehicle re-identification) to provide overall travel time and risk.Traveler information system will help drivers make informed speed estimates of individual vehicles. Utilizing these innovative choices as it pertains to routes and parking facilities. SPS will technologies, it is possible to further extract the information on provide guidance on available parking locations, thus allowing platoon patterns of the vehicles. maximum storage and relieving transportation network from the vehicles in search for parking.The reduction in vehicles seeking a Fuel consumption and emission are directly related to the parking space is closely tied to safety, as it also reduces effective acceleration/deceleration patterns of the vehicles traveling on traffic volume in the network. arterial roads and collectors and the idling at the traffic signals. Unlike freeways, traffic on the arterials and collectors is constantly subjected to acceleration/deceleration maneuvers at II. SECONDARY SELECTION CRITERIA traffic signals. In addition,vehicles are also constantly idling while a. innovation waiting for the traffic signal to change. By taking advantage of new technologies that allow vehicles to communicate directly with traffic signals, it is possible to better allocate green times The core function of the project is THE IMPLEMENTATION OF and reduce the number of unnecessary acceleration/deceleration INNOVATIVE TECHNOLOGY THAT IMPROVES TRANSPORTATION, SAFETY maneuvers as well as reduce idling time at traffic signals. AND MOBILITY and enhances productivity through the integration of advanced technologies into the existing transportation infrastructure. b. Partnership Traffic Monitoring and Adaptive Signal Control Technology(ASCT) constantly monitor arterial traffic conditions and the queuing at As mentioned in the Project Parties section of this report, all signal operation in the County is under the jurisdiction of the 36 Miami-Dade Public Works and Waste Management Department's As is the case with many other Cities within Miami-Dade County, Traffic Signals and Signs Division. City staff is in constant some of the larger arterials within the City are under the communication with the County's traffic signal engineers jurisdiction of the Florida Department of Transportation (FDOT). reporting issues with signal timing, progression, maintenance, As such, FDOT is a very important partner in all Transportation and phasing in efforts to improve Level of Service and reduce projects within the City. Over the years, the City and FDOT have congestion throughout the City. As an agency that has the partnered in various projects. For the implementation of ITS and ownership over signal operation, Miami-Dade County SPS technologies,the City has consulted FDOT for guidance. Department of Transportation and Public is one of the principal partners in this project. Since Miami-Dade County is the It is worth highlighting that these two agencies along with Miami- maintaining agency for all traffic signalization within the County, Dade Expressway and Florida International University are part of a strong partnership between the City and County is very the Technical Steering Committee that has been formed to guide important. The City and County have engaged in preliminary the project development process. Key members of these conversations about the Adaptive Traffic Signal Control System; agencies meet on a bi-weekly basis to discuss the advancement however, specific responsibilities and agreements have not been of the Miami Beach ITS and SPS Project as well opportunities for addressed. Given the documented responsiveness challenges coordination. Through this platform, Miami Beach has been able faced by the County due to its reduced staffing, the City to execute an agreement with FDOT to have access to their anticipates is taking more proactive steps in the operation and highway camera system and is exploring the opportunity to co- maintenance of the existing system and future system.The intent locate the Traffic Management Center for improved of the added involvement is to provide an improved level of effectiveness. responsiveness by way of the previously described DBOM contract. As previously mentioned in this report, the City of Miami Beach and Miami-Dade County have agreed to have a City of Miami Beach employee serve as in-house staff at the Miami-Dade County Traffic Control Center. This City employee focuses solely on the signals in Miami Beach (278 signals) in an effort to improve optimization and responsiveness. • 37 SISA1YNY X18 RESULTS OF BENEFIT-COST ANALYSIS Detailed Benefit/Cost Analysis(please refer to attachment)was performed in support of the City of Miami Beach ITS and SPS Project Tiger VII Application. 39 • • PROJECT READINESS ITS and SPS Project. The responsibilities of the Project Manager include gathering of the necessary technology information, a. Technical Feasibility funding information, site characteristics, network details, operational requirements, and other relevant information to Given the limited capacity of the roadways and the intensity of draft the Project Plan Report,Concept of Operations Documents, the special event calendar in Miami Beach, appropriate signal and Project System Engineering and Management Documents. control technologies, optimization, and progression are vital to The Program Manager is also responsible for meeting with the improve traffic flow. In 2013, the City engaged a consultant to key stakeholders in the project to gather the necessary complete a Pilot Project related to Traffic Monitoring and Traffic agreements and memorandums of understanding that may be Management during special events. The consultant installed necessary for the implementation of the project. To assist this temporary Travel Time Devices, Pan-Tilt-Zoom cameras, process, a Technical Steering Committee was formed with key interactive DMS to constantly monitor traffic conditions, adjust stakeholder agencies to receive input in the documents as well as accordingly, and advise drivers of traffic and parking conditions. gather the necessary information for future agreement with The team developed a special event traffic pattern which was put regional agencies. This information is relevant for the Program in place prior to all events,as the event was taking place manual Manager in drafting the procurement documents for the Design, adjustments were done based on the field conditions observed.A Build,Operation,and Maintenance Solicitation that will be issued data comparison of events without monitoring and management • for the implementation of the Miami Beach ITS and SPS Project. and events following the implementation of such methods resulted in significant improvements in travel time, average The project will be advertised for procurement in the Summer of speed, reduced incidents,and driver satisfaction.The project was 2016 and it is anticipated to be implemented by early 2018. continued through the 2015 special event period. Based on the positive results of the pilot project, the City recognized the Financial Feasibility of implementation of new ITS technologies as one of u. the measures to improve the quality of life for residents, improve economic solvency of the City and its residents, the safety all Over the past 3 years, The City has already invested more than road users,and thus proving this project feasible for the City. $750,000 in the effort of Event Traffic Monitoring and Management. In the past 2 years, the City of Miami Beach has In late 2015, the City of Miami Beach engaged a consultant to made significant investments in the transportation system of the serve as the Program Manager/Owner's Representative for the City. The City is set to launch a water taxi service to improve 40 cross-causeway connection and the Middle Beach Trolley to For the purpose of the Program Management Contract, the City improve internal trolley connectivity. The Middle Beach Trolley has already committed $1.75 Million (not included in the City will complement two other trolley rotes and achieve complete Match). City coverage via a robust high-frequency trolley service. To improve traffic capacity, demand responsiveness, and Level of Service, the City is committed to a providing 20% local funding c. Project Schedule match for the citywide ITS project. The City has allocated Concurrency and Traffic Mitigation funds to be utilized for this As part City-Wide Intelligent Transportation Systems (ITS) project. In case of any cost overruns,the City will absorb overrun Implementation for Traffic Monitoring and Management RFP,the costs. project schedule was developed specifying project milestones. Preliminary Engineering, Design and Implementation will be completed by January 2018. Please refer to Table 8 for detailed project schedule and phasing. Table 8.Project Schedule and Phasing Preliminary Duration:9 months Engineering Schedule:October 2015 to July 2016 Design Duration:6 months Schedule:September 2016 to February 2017 Duration:12Months Implementation Schedule:January 2017 to January 2018 All necessary pre-construction activities will be complete to allow grant funds to be obligated no later than June 30,2017. 41 d. Required Approvals This scope of the project does not identify any environmentally sensitive activities,therefore,environmental permitting and review is not required. e. Project Risks and Mitigation No material risks have been identified for this project. FEDERAL WAGE CERTIFICATION The City will comply with the requirements of subchapter IV of chapter 31 of title 40, United States Code (Federal Wage Rate Requirements). As required by the 2015 Continuing Appropriation Act., Exhibit 1 shows the City's Federal Wage Certification. 42 AIIINIMI Amisimmimma S I\ 1 P SIMMEMIMIMI O IT 1 TOTAL CITY AREA: TOTAL LAND AREA: i TOTAL WATER AREA: NORTH BEACH MIDDLE BEACH ISLANDS NEIGHBORHOODS AREASi SOUTH BEACH .. Data Sources:City of Miami Beach Ammimm. OUR PEOPLE TOTAL RESIDENT POPULATION: 90,588 LAS OF20141 DENSEST CITY AREAS: 300 TO 550 PEOPLE PER SQ. MILE 53% 47 /o 0 AVERAGE DAILY POPULATION: 205,915 MALE FEMALE 93% 21% 43 7 316 MEDIAN HOUSEHOLD INCOME RJOBS ESIDENTIAL EMPLOYEDR WORK IN CITY RESIDENTS 52 621 WITHIN CITY 3.8% 39 BETWEEN THE AGES OF 15-25 . 3 65 YEARS AND OVER 0 MEDIAN AGE ZERO-CAR HOUSEHOLDS aIIIMMMMM Data Sources:US Census Bureau—2012 American Community Survey—Three Year Estimate,Miami Dade County,City of Miami Beach 2014 Environmental Scan SUP 2 SNAPSHOT 2: OUR PEOPLE ...._ , )1 ---, i ___ __,,,, i J-----j — : iliWe"...#°":"\i-' 1 \ c( s„...„, . ; / 1 / i ...j it I) ,.. .it ? '''41 P. �N�. 1 -. —.----_-:;"" ,, g / .44...,‘,4"w / AREAS WITH HIGHEST AREAS WITH HIGHEST AREAS WITH HIGHEST POPULATION DENSITY PER DENSITY OF RESIDENTIAL DENSITY OF YOUTH SQUARE MILE EMPLOYMENT POPULATION [15-251 PER SQUARE MILE ill. "Irk, -fil* 1."/I \ HI yi i _.__,. __,, / 4.),.... ,'' / ,i'l,., .-' i AREAS WITH HIGHEST AREAS WITH HIGHEST DENSITY OF ELDERLY DENSITY OF ZERO-CAR POPULATION [65 AND UPI HOUSEHOLDS PER SQUARE MILE 1!! 1 II OLIN ROADS M 22 • 6 OF ARTERILESIAL ROADWAYS COLLINS AVENUE ONLY ROAD DIRECTLY , CONNECTING THE l 1 ri NORTH-SOUTH EAST-WEST NORTH AND SOUTH ARTERIALS ARTERIALS ENDS OF THE CITY , 105,000 ON MAJOR , MACARTHUR CAUSEWAY ROADS DAILY TRAFFICAN ' VOLUMES ���''� JULIA TUTTLE LEVEL OF OR RANGE UP TO ' ' :+ CAUSEWAY SERVICE WORSE 310 0• O O CITY-WIDE CRASHES4t►�\\//�. 0 0 FROM 2011-2013 1.6 6 0 o • Data Sources:Florida Department of Transportation.Miami Dade County,City of Miami Beach SUP 3 SNAPSHOT 3: OUR ROADS _, i ......, ,...1' \ ! Vie '1"94, I I ! f; $ i ( (1 0 I -4 1 ......asli--, -- 4) ---- - - 4 1-''"%-, C '')-ii,\-"..--'14 \---- * v � MAJOR ROADWAYS ROADWAY SEGMENTS WITH AREAS WITH HIGHEST (ARTERIALS) HIGHEST DAILY TRAFFIC DENSITY OF CRASHES VOLUMES iiiiii thin) Jirio ' - / ,, , ../. /,..i/ flitifp.., 1 4,1/ , AREAS WITH HIGHEST AREAS WITH HIGHEST DENSITY OF CRASHES DENSITY OF FATAL CRASHES INVOLVING A BICYCLIST OR A PEDESTRIAN 1:1:!! 1 OUR BIKES AND PEDESTRIANS 29 . 5 7.0 MILES OF BICYCLE ROUTES MILES17.0 MILES OF BICYCLE LANES OF BICYCLE NETWORK 4.8 MILES OF SHARED PATHS • NW 11% 3.5% 9.9% A 4- CMD CAO RESIDENTS BIKING AND PEOPLE RIDING BIKES TO PEOPLE WALKING TO WORK WALKING AS PRIMARY WORK MODE OF TRANSPORTATION ICITY-WIDE COMMUNITY SURVEY) [AMERICAN COMMUNITY SURVEY) [AMERICAN COMMUNITY SURVEY) T PEDESTRIAN BRIDGES Data Sources:US Census Bureau—American Community Survey,City of Miami Beach SUP 4 SNAPSHOT 4: OUR BIKES AND PEDESTRIANS 0 I f s EXISTING 1 PEDESTRIAN—ONLY BRIDGES ,.....„/ , ;7". i 1 ) 1 f1 A F ' /i EXISTING BIKE NETWORK k„...,k , / t 1/ ) .„,,j \ t ; .441‹,,,,,;, ../ v. i SUP 4 rill OU/ET/MNS/T , ,, _..,,.., , , ROUTE 3 STOPS Qiiiiii 119 IN THE AREA OF LINCOLN ROAD AND WASHINGTON AVENUE, HIGHEST DAILY ACTIVITY DAILY BOARDINGS 1 (BOARDINGS AND ALIGHTINGSI RANGE UP TO 950EAC0 950 `Z s 4 <.., 17 7 046 .. "N, 110/0 ,....... 0 0 RESIDENTS USING 36 TRANSIT AS PRIMARY 2 STOPS MODE TRANSPORTATION /\'/E RA G E 13 [CITY-WIDE COMMUNITY SURVEY) 'IN TRANSIT SPEEDS REGIONAL ARE AS LOW AS ROUTES 13.3% PEOPLE RIDING LOCAL CITY TRANSIT TO WORK5 MPH 3 [AMERICAN COMMUNITY SURVEY) ROUTES Data Sources:Miami Dade County,City of Miami Beach SNAPSHOT 5: OUR TRANSIT s., tio's..., err\ t"1r } 7 ‘i4,, ,„\Th•fl- . c) '\\\s„.../ AREAS WITH THE SLOWEST ROUTES WITH HIGHEST AREAS WITH HIGHEST AVERAGE TRANSIT SPEEDS ACTIVITY: TRANSIT ACTIVITY -1031C1 [BOARDINGS AND ALIGHTINGSI -120 -1121L1 °=1""A -119 Si i -* .)".' if 111 EXISTING LOCAL TRANSIT ROUTES: • NORTH BEACH TROLLEY LOOP • SOUTH BEACH CIRCULATOR • ALTON-WEST AVENUE TROLLEY LOOP BENEFIT/COST ANALYSIS IN SUPPORT OF THE TIGER VII APPLICATION Intelligent Transportation Systems (ITS) for Traffic Monitoring, Traffic Management and Parking Management April, 2016 Prepared by: MIAMI BEACH Table of Contents 1 Executive Summary 1 2 Introduction 5 3 Project Costs 9 4 Project Benefits 10 4.1 State of Good Repair 10 4.2 Economic Competitiveness 11 4.3 Quality of Life 13 4.4 Environmental Sustainability 14 4.5 Safety 15 5 Cost Share 6 References 16 List of Tables Table 1-1 Summary of Infrastructure Improvements and Associated Benefits of ITS Implementation 2 Table 1-2 Summary of Infrastructure Improvements and Associated Benefits of PMS Implementation 3 Table 1-3 Summary of Project Costs and Anticipated Funding Sources, in 2015 Dollars 4 Table 2-1 Benefits and Description by Evaluation Criteria 6 Table 2-2 Summary of Monetized Benefits and Costs, Non Discounted for ITS Implementation 7 Table 2-3 Summary of Monetized Benefits and Costs, Non Discounted for PMS Implementation 8 Table 2-4 Summary of Total Monetized Benefits and Costs, Non Discounted 9 Table 4-1 Idling Fuel Consumption 12 Table 4-2 Light Duty Gas Vehicle Emission Rates 14 Table 4-3 Value of Air Quality Improvements by Tons of Pollutants Reduced 14 Table 4-4 Light Duty Gas Vehicle Emission Rates 15 Table 4-5 Value of Air Quality Improvements by Tons of Pollutants Reduced 15 List of Appendices Appendix A. Costs Calculations ii 1 Executive Summary The TIGER VII funds being requested are for the implementation of an Intelligent Transportation System (ITS) and Parking Management Systems (PMS) within the City of Miami Beach. The project is intended to be implemented in three (3) phases. The first phase will consist of the ITS and PMS Implementation and Phase II will consist of the implementation of Adaptive Traffic Signal Control. The implementation of the ITS will consist of: Phase I ITS - Installation of travel time estimating Bluetooth/Wi-Fi readers on selected corridors throughout the City. - Implementation of a Traveler Information System consisting of the installation of various Dynamic Message Signs (VMS) on selected areas throughout the City. - Development of a Traffic Monitoring Center PMS - Installation of parking sensors for individual parking spots on 35 parking lots and two (2) corridors within the City. - Installation of Interactive DMS or similar sign on entry point, to show real-time parking information, on 10 parking garages and 35 parking lots within the City - Development of the Miami Beach Traffic and Parking Application which will provide information on traffic conditions, travel times, incidents, road closures and available parking for both garages and the lots Phase II - Installation of Adaptive Traffic Control Systems (ATCS) on various principal corridors throughout the City. The implementation of this project will allow the City of Miami Beach to effectively monitor and manage traffic during times where the transportation network cannot meet traffic demand using the existing and innovative traffic control technologies. The Project will improve traffic conditions, travel times, safety, and transportation reliability with a sustainable approach by accommodating variable and unpredictable existing traffic demands typical of the City. As per DOT guidance, although the implementation of ITS and PMS are intended toward the same objective within the City, the benefits and costs of each of the two components of the project were quantified separately to better determine the financial and economic feasibility of the project. The following table presents a summary of the changes that would be provided by the project and the benefits expected from them. 1 Table 1-1 Summary of Infrastructure Improvements and Associated Benefits of ITS Implementation 41100 _ Curre Changes to Population Status/Baseli Baseline/ Type of Affected ` onomic c ummary of & Problem to : Iternatives Impacts by Impacts • ' Results Addressed Decreased Monetized vehicular value of The estimated Heavy vehicular Installation of travel times reduced monetized volumes on City's ATCSs,travel and delays, travel times, benefits for arterial and estimating reduced reduced fuel these collector roadway sensors, consumption, components vehicle City network during Travel Time reduced contribute to operation and residents, regular travel days Data emissions 51%of the 7,9,10 and special event Collectors, thus reduced commuters, (GHG and overall benefit , 11 fuel visitors, and days currently Dynamic consumption tourists Non-GHG), of managed only by Message and reduced $37,948,308 at a standard traffic Signs, Mobile and law 7%discount rate emissions, control Phone Traffic decreased enforcement and infrastructure Application accident wages for $53,799,056 at a frequency special 3%discount rate events 7 Table 1-2 Summary of Infrastructure Improvements and Associated Benefits of PMS Implementation CurrentChanges to Population Status/Baseli` Baseline/ Type of Affected Economic ummary of ge Problem to lternatives Impacts by Impacts Benefits . Results # Addressed Installation of The estimated parking spot Reduced monetized presence parking Monetized benefits for sensors and search times value of these Dynamic reduced components for everyday City No current real- Message travel times, contribute to trips and for residents, o time parking Signs. reduced fuel 49%of the 8, 9, availability Upgrade of special event commuters, consumption, overall benefit 10, 11 information existing Park- trips, and visitors, and and reduced of Me Mobile decreased tourists emissions $35,738,126 at a Application to accident (GHG and 7%discount rate provide real frequency Non-GHG) and time $51,006,582 at a information 3%discount rate 3 The period of analysis used in the estimation of benefits and costs corresponds to 21 years, 1 year of implementation and 20 years of operation. The total implementation cost of the project is $14,578,830 and $20,423,298 is needed for Operations and Maintenance over the 20 year operation period. The following table summarizes the total costs for the project and displays the distribution for the expected financing of the funds. Table 1-3 Summary of Project Costs and Anticipated Funding Sources, in 2015 Dollars ill Percent of Funding, Total Cost Total Capi a Total O&M Costs Financed Costs (20 years) by Source ITS plementation $8,020,880 $17,875,280 MS plementation $6,557,950 $2,548,018 Total ITS & PMS 100% $14,578,830 S&f IVISCapital Cost mplementation Local 31% $4,556,590 :i TIGER Request 69% $10,022,240 4 2 Introduction This document presents a Benefit Cost Analysis (BCA) of the implementation of an Intelligent Transportation System (ITS) and a Parking Management System (PMS) in the City of Miami Beach. It quantitatively compares the benefits against the costs throughout the initial implementation and an operating life of twenty (20) years. The values for benefits and costs are monetized in 2015 dollars, and as per TIGER VII guidance, future dollar values were discounted using a real rate of seven (7) percent and an alternate of three (3) percent. ITS Implementation: Present Value of Total Benefits (at 7% discount rate): $37,948,308 Present Value of Total Costs (at 7%discount rate): $25,896,160 Benefit-Cost Ratio: 1.47 Present Value of Total Benefits (at 3% discount rate): $53,799,056 Present Value of Total Costs (at 3% discount rate): $33,123,643 Benefit-Cost Ratio: 1.62 PMS Implementation: Present Value of Total Benefits (at 7% discount rate): $35,738,126 Present Value of Total Costs (at 7%discount rate): $9,105,967 Benefit-Cost Ratio: 3.92 Present Value of Total Benefits (at 3%discount rate): $51,006,582 Present Value of Total Costs (at 3% discount rate): $10,136,203 Benefit-Cost Ratio: 5.03 ITS & PMS Implementation: Present Value of Total Benefits (at 7% discount rate): $73,686,433 Present Value of Total Costs (at 7% discount rate): $35,002,128 Benefit-Cost Ratio: 2.11 Present Value of Total Benefits (at 3% discount rate): $104,805,638 Present Value of Total Costs (at 3%discount rate): $43,259,846 Benefit-Cost Ratio: 2.42 5 The long-term outcomes as specified in TIGER VII selection criteria are presented in the following table along with the societal benefits expected from the implementation of the project. Table 2-1 Benefits and Description by Evaluation Criteria • Increase capacity of the existing roadway network. • Reduce VMT on existing roadway network and thus reduce the wear and tear on existing State of Good Repair roadway facilities. • Increase City parking occupancy and potentially increase the reliability of City parking as a revenue source. • Improve local and regional transit. • Travel time savings. Economic Competitiveness • Vehicle operation savings. • Reduce need of hiring law enforcement during special events. • Increased accessibility through better vehicle routing. Quality of Life • Reduction in commute times and as a result,fuel savings. • Decrease stress levels through providing more convenient ways of finding parking within the City. • Optimization of signal timing and traffic flow coordination can reduce vehicle delays and thus Environmental Sustainability reduce emissions. • Reductions in VMT result in reduced emission and fuel consumption benefits. • Fewer conflicts between major and minor streets due to better progression from better synchronization and coordination of traffic signals. Safety • Reduction of vehicles"wandering"in search of parking within the network as result of improved guidance on parking availability. 6 From these criteria, the topics for which sufficient data was obtained, in order to make an "apples to apples" comparison, were economic competitiveness (travel time savings) and environmental sustainability (emissions and fuel consumption reduction). Additionally, the implementation of this project will reduce the need to contract law enforcement to direct the additional traffic demand during the numerous annual special events that take place in the City. Thus the annual cost savings were quantified in law enforcement wages. The following tables present the non-discounted monetized benefits as well as the costs of the project over an operating life of twenty(20) years. Table 2-2 Summary of Monetized Benefits and Costs, Non Discounted for ITS Implementation Vehic Air Air ° Operationsolluti r Pollutio," Law ravel Tim' w (Fuel (GHG" (Non nforcem- Total Total Cos t:afen�= Reductio °" Wages r (Capital and Year onsumption) educt° GHG) Benefit Reduction Benef- 'Reductio' Reductio; - �. , Benefits (CO2 = Benefit Benefit 2015 $8,020,880 2016 $2,690,731 $180,613 $467 $4,681 $504,788 $3,381,281 $1,687,300 2017 $2,715,148 $182,252 $482 $4,723 $504,788 $3,407,394 $1,687,300 2018 $2,739,793 $183,906 $498 $4,766 $504,788 $3,433,752 $1,687,300 2019 $2,764,668 $185,576 $514 $4,810 $504,788 $3,460,355 $1,687,300 2020 $2,789,775 $187,261 $530 $4,853 $504,788 $3,487,208 $1,687,300 2021 $2,815,117 $188,963 $547 $4,897 $504,788 $3,514,312 $1,687,300 2022 $2,840,696 $190,679 $563 $4,942 $504,788 $3,541,669 $1,687,300 2023 $2,866,515 $192,413 $580 $4,987 $504,788 $3,569,283 $1,687,300 2024 $2,892,576 $194,162 $598 $5,032 $504,788 $3,597,155 $1,687,300 2025 $2,918,880 $195,928 $615 $5,078 $504,788 $3,625,289 $1,687,300 2026 $2,945,432 $197,710 $645 $5,124 $504,788 $3,653,699 $1,687,300 2027 $2,972,232 $199,509 $651 $5,171 $504,788 $3,682,351 $1,687,300 2028 $2,999,284 $201,325 $657 $5,218 $504,788 $3,711,271 $1,687,300 2029 $3,026,590 $203,157 $688 $5,265 $504,788 $3,740,489 $1,687,300 2030 $3,054,152 $205,008 $707 $5,313 $504,788 $3,769,968 $1,687,300 2031 $3,081,974 $206,875 $726 $5,362 $504,788 $3,799,725 $1,687,300 2032 $3,110,057 $208,760 $745 $5,410 $504,788 $3,829,761 $1,687,300 2033 $3,138,405 $210,663 $765 $5,460 $504,788 $3,860,080 $1,687,300 2034 $3,167,019 $212,584 $785 $5,510 $504,788 $3,890,685 $1,687,300 2035 $3,195,903 $214,522 $806 $5,560 $504,788 $3,921,579 $1,687,300 Totals $58,724,947 $3,941,866 $12,570 $102,163 $10,095,750 $72,877,305 $41,766,880 7 Table 2-3 Summary of Monetized Benefits and Costs, Non Discounted for PMS Implementation Air Operatio r Pollution Pollution Calendar Travel Time (Fuel ` (GHG) (Non- Total otal Costs Year Reduction Consumption eductio GHG) Benefits, Capital and Benefits O8M) Reduction Benefits, eductio Benefi Benefits �, 2015 $6,557,950 2016 $2,935,513 $112,401 $547 $6,362 $3,054,823 $240,515 2017 $2,974,184 $113,882 $555 $6,446 $3,095,067 $240,515 2018 $3,013,425 $115,384 $562 $6,531 $3,135,902 $240,515 2019 $3,053,243 $116,909 $569 $6,617 $3,177,339 $240,515 2020 $3,093,649 $118,456 $577 $6,705 $3,219,387 $240,515 2021 $3,134,651 $120,026 $585 $6,793 $3,262,055 $240,515 2022 $3,176,259 $121,619 $592 $6,884 $3,305,355 $240,515 2023 $3,218,483 $123,236 $600 $6,975 $3,349,295 $240,515 2024 $3,261,333 $124,877 $608 $7,068 $3,393,886 $240,515 2025 $3,304,818 $126,542 $616 $7,162 $3,439,139 $240,515 2026 $3,348,949 $128,232 $625 $7,258 $3,485,063 $240,515 2027 $3,393,737 $129,947 $633 $7,355 $3,531,671 $240,515 2028 $3,439,191 $131,687 $641 $7,453 $3,578,973 $240,515 2029 $3,485,322 $133,453 $650 $7,553 $3,626,979 $240,515 2030 $3,532,142 $135,246 $659 $7,655 $3,675,702 $240,515 2031 $3,579,662 $137,066 $668 $7,758 $3,725,153 $240,515 2032 $3,627,892 $138,912 $677 $7,862 $3,775,343 $240,515 2033 $3,676,844 $140,787 $686 $7,969 $3,826,285 $240,515 2034 $3,726,531 $142,689 $695 $8,076 $3,877,991 $240,515 2035 $3,776,962 $144,620 $704 $8,185 $3,930,473 $240,515 Totals $66,752,792 $2,555,971 $12,448 $144,668 $69,465,879 $11,368,246 8 Table 2-4 Summary of Total Monetized Benefits and Costs, Non Discounted Total Benefits I , >Total Benefits PMSTotal Project Total Costs(Capital Fir Benefits and 0&M) 2015 $0 $0 $0 $14,578,830 2016 $3,381,280 $3,054,823 $6,436,103 $1,927,815 2017 $3,407,394 $3,095,067 $6,502,460 $1,927,815 2018 $3,433,751 $3,135,902 $6,569,653 $1,927,815 2019 $3,460,355 $3,177,339 $6,637,694 $1,927,815 2020 $3,487,207 $3,219,387 $6,706,594 $1,927,815 2021 $3,514,311 $3,262,055 $6,776,367 $1,927,815 2022 $3,541,669 $3,305,355 $6,847,023 $1,927,815 2023 $3,569,282 $3,349,295 $6,918,577 $1,927,815 2024 $3,597,155 $3,393,886 $6,991,041 $1,927,815 2025 $3,625,288 $3,439,139 $7,064,427 $1,927,815 2026 $3,653,698 $3,485,063 $7,138,762 $1,927,815 2027 $3,682,350 $3,531,671 $7,214,021 $1,927,815 2028 $3,711,271 $3,578,973 $7,290,243 $1,927,815 2029 $3,740,488 $3,626,979 $7,367,467 $1,927,815 2030 $3,769,967 $3,675,702 $7,445,669 $1,927,815 2031 $3,799,724 $3,725,153 $7,524,877 $1,927,815 2032 $3,829,761 $3,775,343 $7,605,104 $1,927,815 2033 $3,860,080 $3,826,285 $7,686,365 $1,927,815 2034 $3,890,685 $3,877,991 $7,768,676 $1,927,815 2035 $3,921,578 $3,930,473 $7,852,051 $1,927,815 Totals $72,877,295 $69,465,879 $142,343,174 $53,135,126 3 Project Costs The costs portion of the BCA consists of all monetized expenditures that would be incurred in order to fully develop the project into a beneficial and sustainable system. Project costs consist of the total project budget for the implementation of an ITS and a PMS and future operation and maintenance required by such infrastructure. Appendix A presents detailed breakdowns for the cost of the project. 9 Project Benefits The benefits associated with the implementation of this project were derived solely from the societal benefits expected for the selection criteria put forth by DOT. No transfer costs or economic impacts were considered in the derivation of this BCA. The following sections will discuss the expected benefits for each of the five (5) TIGER selection criteria and the methodology for their monetization, provided they could be quantified. It should be noted that although this project can provide societal benefits for all the criteria, some of the benefits are difficult to quantify, and while they have been presented in this document, they have not been monetized. 4.1 State of Good Repair This project will allow effective management of the roadway network within the City of Miami Beach, thus improving the capacity of the existing roads without the need to perform major infrastructure reconstruction, as the latter would be unattainable due to existing right-of-way constraints. It would enhance the travel experience for commuters, visitors, and tourists from the main land to the island by providing real time traffic, incident, and parking availability information. This will ultimately increase the accessibility to the City by improving the performance of the four (4) causeways currently acting as the only regional network links and which are operating at sub-standard levels of service. In addition to enhancing the management of large volumes of vehicles, the implementation of an Intelligent Transportation System (ITS) and Parking Management System (PMS) will be beneficial for the local as well as regional transit system. Currently, the Miami-Dade Transit (MDT) Authority and Metropolitan Planning Organization (MPO) have on-going plans for the implementation of Bus Rapid Transit and Light Rapid Transit routes between the main land and the City of Miami Beach, as well as internal routes within the City. Providing a more efficient management of the roadway network through adaptive signalization and dynamic messaging of real-time information will contribute to the counties effort of providing a reliable and efficient rapid transit infrastructure within the region. Moreover, local transit can benefit with the implementation of an application constantly providing updated traffic and parking information, as it would provide commuters and tourists a more reliable way to connect to the City's Circulator system. The improvement to the transit system will constitute an improvement to the Ladders of Opportunity for the residents of the City. Recent demographic data revealed that in some of the more dense areas in the City, as many as 650 to 1000 households do not have a car. Therefore, a reliable transit system will provide an opportunity for these residents to work and improve their economic condition. Having the certainty of knowing that parking will be available near specific stops would facilitate trip planning involving various modes within the city. Since quantifying the above mentioned benefits will require too many assumptions, they have not been included in the benefit-cost analysis model. 10 4.2 Economic Competitiveness 4.2.1 Travel Time Savings ITS Implementation The data analyzed for the travel time savings analysis was provided by the City of Miami Beach. The data was gathered from a Pilot Project that the City conducted during major special events for access to the Miami Beach Convention Center in 2013. Ten (10) routes were developed for the study and monitored for each selected special event. Out of the ten (10) routes, six (6) critical routes mostly for internal and regional connectivity were identified. ITS technology was used to monitor and manage all routes but performance data for a baseline/no-build condition without ITS technology was only gathered for the six (6) critical routes in two (2) of the special events. These events served to define an average travel time along the routes. However, while performance data was collected only for the six (6) routes, significant improvements were observed by City staff on all ten (10) routes. Travel time for the baseline/no-build conditions and monitored conditions were compared from routes to calculate average travel time savings. Annual Average Daily Traffic (AADT) and growth rates were gathered from the FDOT Traffic Online Website, information provided by the City and previous studies in the area. An average attendance of seventy (70) thousand attendees per event was assumed and a 1.2 vehicle occupancy factor was applied. Three (3) peak periods, morning, mid-day and evening peak hours were used to for the calculation of travel time savings. Only the City Commission approved high impact periods comprised of fifty 51 days were used to calculate travel time savings. Travel time was valued at $19 per hour. The Net Present Value of the travel time benefits of implementing a ITS is calculated at $30,494,371 (7%) and $43,298,309 (3%). PMS Implementation Research has indicated that a significant amount of traffic congestion is caused by people slowing down traffic while searching for parking. Studies suggest that one-third (1/3) of the volume of traffic in areas of high activity are cruising for parking at an average speed of 10 mph and spend an average of eight (8) minutes before they find a space to park. The Average Daily Traffic volumes of the major arterial and collector roadways within the City of Miami Beach were used to estimate how many vehicles hold up traffic while looking for a place to park on a daily basis. It was estimated that an average of 7,500 vehicles per day cruise around the city while looking for parking. An average yearly growth rate was applied to the average annual number of vehicles for the life of the project, to reflect AADT growth. Driving at an average speed of 10 mph for an average of 8 minutes of searching time, vehicles in Miami Beach spend approximately 363,083 hours per year and drive approximately 3,630,828 miles per year while looking for a place to park. 11 According to companies currently providing smart parking, the implementation of a Parking Management System (PMS) reduces the time it normally takes to find parking by 42 percent and the total mileage travelled by 23 percent. These values were used to monetize the travel time savings benefits of implementing a PMS in the City of Miami Beach. The Net Present Value of the travel time benefits of implementing a PMS is calculated at $34,342,323 (7%) and $49,014,449 (3%). 4.2.2 Fuel Consumption Savings ITS Implementation The quantified benefits of fuel consumption savings from ITS implementation were calculated based on travel time reductions. The difference in travel times was considered to be the time that cars would otherwise remain delayed and therefore idling. Rates for fuel consumption while a vehicle is idling were obtained from publications by the US Department of Energy. The following table presents average idling fuel consumption rates for different engine sizes. Table 4-1 Idling Fuel Consumption Engine Size(Liters) Idling (grams/hou111.0110111. 1 0.16 2 0.32 3 0.48 4 0.63 5 0.79 The idling fuel consumption rate used as an average was 0.48 g/hr, as the average engine size was assumed to be 3 liters. Finally, a current average gas price of$2.657/gallon was used to monetize the fuel consumption benefits of implementing ITS. The Net Present Value of the fuel consumption benefits of implementing a ITS is calculated at $2,046,911 (7%) and $2,906,365 (3%). PMS Implementation Fuel consumption savings benefits were estimated based on the vehicle miles traveled (VMT) annually while searching for parking, obtained using the methodology described in the previous section. An average rate of 20 mpg, obtained from the 2013 Fuel Economy Guide published by the EPA, was used to calculate the amount of fuel consumed annually while attempting to park within the City. Finally, a current average gas price of$2.657/gallon was used to monetize the fuel consumption benefits of implementing a PMS. The Net Present Value of the fuel consumption benefits of implementing a PMS is calculated at $1,314,971 (7%) and $1,876,768 (3%). 12 4.2.3 Law Enforcement Wages Savings ITS Implementation Law enforcement wages reduction savings were only quantified for the implementation of ITS. The City of Miami Beach hosts approximately fifteen (15) major events every year, for which they require strategic staffing of law enforcement officers. The City expects the implementation of ITS to considerably reduce the need for law enforcement to control intersections during special events. For purposes of quantifying the benefits of reducing the need for law enforcement, the wages are assumed to be reduced to zero by the implementation of the project. The City provided staffing plans for various special events that have taken place in previous years. An average of$50,500 per special event was calculated from the data provided by the City and has been used to monetize the law enforcement wages savings benefits. The Net Present Value of the law enforcement wages savings benefits of implementing a ITS is calculated at$5,347,726 (7%) and $7,509,963 (3%). 4.3 Quality of Life Providing a more reliable infrastructure by implementing ITS and PMS within the City of Miami Beach will not only positively impact the local community but also the entire region. This implementation will create a more efficient and more accessible transportation network to better service the needs of residents, commuters, visitors, and tourists. The implementation of ITS and PMS will provide better transportation choices and more effective multimodal connections and therefore enhance connectivity between Miami Beach, the main land, Miami International Airport, Port of Miami, and other destinations surrounding the City. Research shows that as congestion problems continue to worsen, more valuable hours are being spent behind the wheel and more dollars wasted on unnecessary fuel consumption; money that could be spent on activities to improve quality of life. Implementing ITS and PMS will improve the congestion problems that are currently experienced when accessing and driving through the City and thus reduce the travel time for residents, commuters, visitors, and tourists. This reduction in travel time will give locals the opportunities to engage in more leisure activities, and will give visitors more chances to explore the numerous attractions that currently exist within Miami Beach and the main land; all of which could translate into positive economic and social impacts to the region. The benefits mentioned above are difficult to quantify, and therefore they have not been included in the benefit-cost analysis model. 13 4.4 Environmental Sustainability 4.4.1 Air Quality Benefits ITS Implementation The quantified benefits of emission savings from ITS implementation were calculated based on travel time reductions. The difference in travel times was considered to be the time that cars would otherwise remain delayed and therefore idling. Average idling emission rates used, were obtained from literature published by the US EPA and are provided in the following table. Table 4-2 Light Duty Gas Vehicle Emission Rates Pollutant Emission Rate(grams/hour) VOC 2.683 CO 71.225 NOx 3.515 The yearly emission savings were obtained by multiplying the average travel time reduction (idling time) by the pollutant emission rates. The monetized value of emission saving was estimated by using the US DOT guidance for TIGER VII. The following table provides the conversion values that were used. Table 4-3 Value of Air Quality Improvements by Tons of Pollutants Reduced Pollutant Valu (dcr, v) (2013 dollars) VOC $1,813 CO Varies ($42-$61) NOx $7,147 The Net Present Value of the air quality benefits is calculated at$59,300 (7%) and $84,418 (3%). PMS Implementation The quantified benefits of emission savings from PMS implementation were calculated based on VMT reductions. The vehicles miles were obtained from the estimation performed to obtain travel time savings. Average emission rates used, were obtained from literature published by the US EPA and are provided in the following table. 14 Table 4-4 Light Duty Gas Vehicle Emission Rates '" ollutant Emission Rate (grams/mile driven) VOC 1.034 CO 9.400 NOx 0.693 The yearly emission savings were obtained by multiplying the saved VMT the pollutant emission rates. The monetized value of emission saving was estimated by using the US DOT guidance for TIGER VII. The following table provides the conversion values that were used. Table 4-5 Value of Air Quality Improvements by Tons of Pollutants Reduced Pollutant Value(dollars/short ton) (2013 dollars) VOC $1,813 CO Varies ($42-$61) NOx $7,147 The Net Present Value of the air quality benefits is calculated at$80,832 (7%) and $115,365 (3%). 4.5 Safety As previously mentioned, the City of Miami Beach conducted a study which focused on traffic monitoring and management. Although crash data was obtained for the time period and year in which the study took place and for the same time period for the previous year, the data sample is not sufficient to provide concrete conclusions on how the implementation of this project will directly impact safety. Having mentioned that, adaptive traffic control systems (ATCS) can produce safety benefits by reducing the conditions that lead to crashes. These ITS components can minimize opportunities for conflicts by decreasing the number of stops, queues and delay. ATCSs can optimize signalization as they adapt in real time to changing traffic demands. This way, they provide reductions in stop frequency, delay, and travel time. As a result, the system provides a decline in intersection related traffic crashes, primarily rear end type. Additionally, traveler information systems could prove beneficial to safety. The implementation of a Parking Management System within the City of Miami Beach will provide travelers real-time information on parking availability and consequently lead them to making the appropriate route choices. This will reduce the amount of vehicles wandering within the City's roadway network looking for a place to park. As a result, traffic volumes on roadway segments and intersections will experience a decrease and so will crash numbers. 15 Since there is no available statistical data, the safety benefits discussed above cannot be monetized, and therefore will not be included in the benefit-cost analysis model. 6 Cost Share The City allocated $4,556,590 as a match for this application. If the grant is not awarded, the project cannot be readily and efficiently completed by the City. 1. 2013 Annual Average Daily Traffic Report, Florida Department of Transportation 2. Idling Vehicle Emissions for Passenger Cars, Light-Duty Trucks, and Heavy-Duty Trucks EPA, October 2008 3. Average Annual Emissions and Fuel Consumption for Gasoline-Fueled Passenger Cars and Light Trucks, EPA, October 2008 4. Advanced Parking Management Systems:A Cross-Cutting Study, Intelligent Transportation Systems, USDOT, January 2007 5. Cruising for Parking, Donald Shoup, University of California, Los Angeles, Spring 2007 6. Model Year 2003 Fuel Economy Guide, EPA, 2014 7. Adaptive Traffic Control Systems in the United States:A review of the cost, maintenance and reliability of popular adaptive traffic control technologies, HDR Engineering, Inc., September 2009 8. Adaptive Traffic Control Systems in the United States: Updated Summary and Comparison, HDR Engineering, Inc., September 2010 9. Adaptive Traffic Control Systems:Domestic and Foreign State of Practice, National Cooperative Highway Research Program, 2010 10. Performance Evaluation of Intelligent Adaptive Traffic Control Systems:A Case Study, Journal of Transportation Technologies, 2012 11. The Benefits of Retiming Traffic Signal, ITE Journal, April 2004 12. Safety Benefits Of Implementing Adaptive Signal Control Technology: Survey Results, Illinois Center for Transportation, January 2013 13. Adaptive Signal Control Technology: Current Practice and Comparison, ITS-CT Student Research Project, Spring 2012 14. Idling Fuel Consumption Calculation Worksheet, Argonne National Laboratory, US Department of Energy 15. http://www.itsbenefits.its.dot.gov/ 16. http://www.itscosts.its.dot.gov/ 17. http://www.streetline.com 18. http://www.floridastategasprices.com/Prices_Nationally.aspx 19. Law enforcement staffing plan for special events information was provided by the City of Miami Beach 16 Appendix A Costs Calculations Intelligent Transportation System Capital Costs Subsystem/Unit Cost Element Quantity Capital Cost Total Capital Cost CCTV Video Camera `Includes color video camera with(P1Z),cabinet,electrical services, 18 • $25,290.00 $455,220.00 encoder/decoder,and installation. CCTV Video Camera Tower(35 ft.) 16 $5,000.00 $80,000.00 *Includes foundation,pole,conduit,and labor CCTV Video Camera Tower(90 ft.) 2 $20,000.00 $40,000.00 *Includes foundation,pole,conduit,and labor. Camera Lowering Unit 2 $5,530.00 $11,060.00 Dynamic Message Sign 15 $50,000.00 $750,000.00 *Smaller DMS installed on arterials Dynamic Message Sign 2 $125,000.00 $250,000.00 *Full matrix,LED,three-line,walk-in DMS installed on freeways Dynamic Message Sign Tower 15 $25,000.00 $375,000.00 *Small structure for arterials Dynamic Message Sign Tower 2 $135,000.00 $270,000.00 *Larger structure spanning three to four lanes Real-time,Traffic Adaptive Signal Control System 93 $60,000.00 $5,580,000.00 Acyclica Bluetooth Travel Time Unit 32 $6,550.00 $209,600.00 TOTAL $8,020,880.00 ortation S stem O&M Costs Subsystem/Unit Cost Element Quantity O&M Cost(per year) Total O&M Cost (per year) CCTV Video Camera *Includes color video camera with(P12),cabinet,electrical services, 18 $2,890.00 $52,020.00 encoder/decoder,and installation. Dynamic Message Sign 15 $2,400.00 $36,000.00 *Smaller DMS installed on arterials Dynamic Message Sign 2 $6,500.00 $13,000.00 *Full matrix,LED,three-line,walk-in DMS installed on freeways Real-time,Traffic Adaptive Signal Control System Maintainance 93 $1,000.00 $93,000.00 Real-time,Traffic Adaptive Signal Control System Operation 12 $514,080.00 $514,080.00 Traffic Control Technician($21/hr) Real-time,Traffic Adaptive Signal Control System Operation 8 $979,200.00 $979,200.00 Supporting Engineer($60/hr) TOTAL $1,687,300.00 ParkilIMMEnt System Capital Costs (2014) Hardware Components Quantity Unit Cost Total Cost In-Ground Sensors 3465 $1,400.00 $4,851,000.00 Local Base Unit 35 $5,000.00 $175,000.00 Master Base Unit 1 $10,000.00 $10,000.00 Changeable Message Signs 60 $25,000.00 $1,500,000.00 DSL Line (installation) 35 $627 $21,949.90 TOTAL $6,557,950 Parking Management System O&M Costs Hardware Components Months Total O&M Cost DSL Line ($100/Line per Lot)(35 Parking Lots) 12 $3,900.00 $46,800.00 Communication Website 12 $1,100.00 $13,200.00 Secure Communication 12 $164.94 $1,979.22 Cellular Sign Connection(per sign) 12 $87.97 $1,055.58 Labor Supporting Engineer($66/hr)(170 Hrs/Month) 12 $11,220.00 $134,640.00 Customer Support($21/hr)(170 Hrs/Month) 12 $3,570.00 $42,840.00 TOTAL $240,514.81 PSEI IP for Miami Beach ITS and SPS Appendix 3: Project Plan February 2019 Appendix ti:ail IMIAIVIBEACH Program Management Services for an Intelligent Transportation System and Smart Parking System r t M� M All1114112°Ea : : , 4141APIPr': . z >' t, 1ti ''� .�• g' 4 e, ris. & r _.. • 4 App.. FULL''''! . .'.. ''7' !....- H i i ........ .. . .„ ,._.,-,.„..:._, :ii ".„, ... .,. . . ., .. . ..., , . ..,„, .. .,,. . . „ , ..„,,,,;:„...771-., . . . , . . , ....-1 =111113114,ii 0 NINO . .-,-,. ,, '„,'7,'"!, l':,!... /.•., 1100tvjlif!:''''' ' ,.. . .'” 1 y�l . r lus i olv- ' ,t - - Kimsey>>>Horn . Expect More.Experience Better. 040223105.17 m MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Contents 1 Introduction 1 1.1 Purpose of Plan 1 1.2 Project Plan Overview 2 2 Project Goals and Requirements 3 2.1 ITS 6 2.2 SPS 6 2.3 TMC 7 2.4 Stakeholder Agreements 7 3 Device Assessment and Placement 9 3.1 Existing ITS Devices 9 3.2 Review of Available Studies and Information 12 3.3 ITS Field Devices Technology Assessment 12 3.4 ITS Device Locations 20 3.5 Smart Parking System Technology Assessment and System Definition 29 3.6 Transportation Management Center 40 3.7 Adaptive Traffic Signal Control 47 3.8 Operations and Maintenance Plan 54 4 Communications Infrastructure Needs Assessment 57 4.1 Communication Equipment 57 4.2 Communications Requirements 64 5 Project Phasing and Scheduling 68 5.1 Procurement Approach 68 5.2 Project Phasing 68 5.3 Project Scheduling 74 6 Program Budget 77 6.1 Project Components 77 6.2 Procurement Methodology 79 6.3 Preliminary Budgetary Estimates 79 ,,,,digkep MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 7 Summary 81 Figures Figure 1: Existing Device Locations 10 Figure 2: PTZ Dome Camera 14 Figure 3: External Positioner Cameras 14 Figure 4:Thermal Cameras 15 Figure 5: LPR Cameras 19 Figure 6: Potential Don't Block the Box Technology 20 Figure 7: Proposed Device Locations(South Beach) 25 Figure 8: Proposed Device Locations(Middle Beach) 26 Figure 9: Proposed Device Locations(North Beach) 27 Figure 10: Example Space-by-Space PGS System 38 Figure 11: District Six SunGuide TMC 41 Figure 12: District Six SunGuide TMC Workstation Layout 41 Figure 13: Miami-Dade TMC Layout 42 Figure 14: Broward County TMC Control Room 43 Figure 15: Palm Beach County TMC Workstation 43 Figure 16: Miami Beach AADT and Proposed Adaptive Corridors 50 Figure 17: 41st Street Adaptive Corridor 51 Figure 18:Alton Road Adaptive Corridor 52 Figure 19: Harding Avenue Adaptive Corridor 53 Figure 20: Proposed Fiber Network 61 Figure 21: Project Phasing 71 Figure 22: SMART Plan Map 73 Figure 23: Phase 1: Planning Schedule 75 City of Miami Beach Project Plan March 2017 M I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Tables Table 1: Goals and Objectives 5 Table 2: FDOT CCTV Camera Locations 9 Table 3: Existing DMS Inventory 11 Table 4: CCTV Camera Assessment 16 Table 5: Front Access DMS Device Assessment 17 Table 6:Vehicle Detection Sensor Technology Comparison 17 Table 7:VDS Device Assessment 18 Table 8: Travel Time System Device Assessment 19 Table 9: Proposed Device Count 20 Table 10: Proposed VDS Locations 21 Table 11: Proposed Travel Time System Locations 21 Table 12: Proposed DMS Locations 22 Table 13: Proposed CCTV Locations 23 Table 14: Central System Compatibility Assessment 29 Table 15: Miami Beach Garages 30 Table 16: Miami Beach Surface Lots 31 Table 17: Miami Beach On-Street Spaces 33 Table 18: Reviewed TMC Operations 44 Table 19: Anticipated Staffing Operations 47 Table 20: Preliminary Bandwidth Analysis 62 Table 21: Warranty Provisions 65 Table 22: Preliminary Project Phasing - Phase 1 69 Table 23: Preliminary Project Phasing - Phase 2 through 6 70 Table 24: Preliminary Budgetary Estimates 80 Table 25: Staffing and Maintenance Costs 80 ,istia0=. MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Appendices Appendix A: Technical Steering Committee Meeting Summaries Appendix B: Video Detection System Manufacturer Details Appendix C: License Plate Recognition Schematics Appendix D: Parking Guidance System Schematics Appendix E: Transportation Improvement Program Details iv City of Miami Beach Project Plan March 2017 vielagiM MIAMI BEACH Program Managev for an Intelligent Transportationment SystemSerand Smicesart Parking System 1 INTRODUCTION The City of Miami Beach is recognized as a premier tourist destination and an appealing residential community in Miami-Dade County, Florida.The rapidly increasing population has severely affected mobility and congestion throughout the city and has put a strain on the existing transportation network. Recent surveys indicate that congestion will begin negatively affecting tourism and employment levels in the city in the near future, despite steady growth in the tourism industry over the past few years. The Intelligent Transportation System (ITS) and Smart Parking System (SPS) Project will address this immediate need.The project will also develop a strategy to connect and improve real-time communication and coordination between transportation management partners within the city. The City of Miami Beach Transportation Department is spearheading this effort along with other partners in the city, as there exists a significant opportunity to collaboratively develop a system through which congestion can be monitored and mitigated.The envisioned ITS network will greatly advance the City's ability to affect real-time changes in traffic conditions as well as disseminate crucial information to motorists.The project will provide for integrated management of the Miami Beach roadway network through the implementation of the SPS and ITS devices to support a Traveler Information Systems (TIS) consisting of dynamic message signs (DMS), closed- circuit television (CCTV) camera systems, and travel-time data collection systems. The project also includes an optional Adaptive Traffic Signal Control (ATSC)component.These components,when successfully deployed and integrated over the upcoming years, are believed to be able to improve traveler safety, decrease traffic congestion, reduce incident delay, provide real-time traffic conditions to the public, and share information resources among city departments and regional partners. 1.1 Purpose of Plan The City's Program Manager, Kimley-Horn and Associates,Inc.,was tasked with compiling this Project Plan aimed at organizing the project components in a manner facilitating successful project completion. This document outlines the project goals and requirements, device assessments, communication infrastructure needs, procurement approach, budgetary estimates, and project phasing.This document will be dynamic, and as such will be subject to modification based on future direction by the City. The Project Plan starts by establishing the inventory of existing and programmed ITS infrastructure, SPS field devices,and the communication network connecting these devices.The ITS inventory was obtained by organizing data maintained by the City of Miami Beach Transportation Department. The inventory of ITS field devices was documented in a list and geographical information system (GIS) maps were created to show locations and amounts of each type of ITS devices. Planned development of the City's Traffic Management Center(TMC)was also summarized within. Following the completion of the inventory, details on project phasing and scheduling were developed based on the goals and objectives identified by the City staff.The proposed ITS, SPS, and TMC are to be designed, deployed, operated, and maintained over six phases. ,ifightil. MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System The Project Plan also proposed the communications system needed to support the expanding ITS and SPS devices. The existing communications network detailed by the City was evaluated and compared with the ideal communication network that will be needed as the link between the proposed ITS devices,SPS devices, and the TMC. The associated capital, operations, and maintenance costs of the proposed system is included in this Project Plan. Potential funding sources and a strategy of how to deploy the ITS and SPS project in the identified phasing sequence in the upcoming years are also summarized within this plan. The Project Plan summarizes the complete vision for this project including technology and optional services that are not included under the accompanying Request for Proposals (RFP). Details regarding the specific components included in each phase is detailed within,as well as in the RFP. 1.2 Project Plan Overview This plan describes the development of the City of Miami Beach ITS and SPS project, which details the strategy of implementing the solutions proposed in the City of Miami Beach Transportation Master Plan. This project is envisioned to meet the needs and challenges of the transportation system in the context of the City's priorities and objectives.Specifically,this plan is divided into the following major sections: • Introduction:an overview of the project and methodology used for developing this plan • Project Goals and Requirements: operational goals and functions of the systems to be implemented during the project as identified by key project stakeholders • Device Assessment and Placement: introduction of the methodology used to propose the devices locations and a series of maps presenting these ITS and SPS devices locations and amounts • Communication Infrastructure Needs Assessment: description of the communication network needed to support the future devices • Project Phasing and Scheduling: discussion of the recommended approach for completion of the planned ITS and SPS network, including opportunities for including ITS elements in other construction projects • Program Budget: the associated capital, operations, and maintenance estimates of the proposed system and the identification of available funding sources that could be explored for the deployment of the proposed systems,TMC,and communication network In addition to this document, additional documents were developed by the City's Program Manager to support the planning process. In particular, the Concept of Operations (ConOps) and the Project Systems Engineering Management Plan (PSEMP) were developed to document the Systems Engineering Process (SEP) required by the Federal Highway Administration (FHWA). The ConOps compares the program needs with the capabilities of the existing system components, functions, and features. The ConOps also summarizes the proposed system and analyzes where "gaps"exist between the existing system components and the program needs.The PSEMP provides guidance for the technical management, procurement, installation, and acceptance of system 2 City of Miami Beach Project Plan March 2017 „ALM M AM BEAC H Program Management Services for an Intelligent Transportation System and Smart Parking System infrastructure and subsystem components proposed within the project. Once approved, this Project Plan in addition to the ConOps will become part of the PSEMP. 2 PROJECT GOALS AND REQUIREMENTS The mission of this project is to create a transportation management system that improves and enhances the safety, efficiency, and reliability of moving people throughout Miami Beach. The goal is to more effectively and proactively manage traffic throughout the city, with an emphasis on having the capability to handle high traffic demand during weekends,special events, peak seasons,and incidents. The project consists of the design, construction, operation, and maintenance of the ITS and SPS infrastructure and sub-system components along the arterial corridors throughout the city. Components of the ITS system include devices such as DMS,travel time systems, and CCTV cameras. Each component plays a vital role in the system as detailed below. • Dynamic Message Signs: DMS are programmable traffic control devices that display messages and are used to provide information about changing roadway conditions in order to improve operations, reduce accidents, and inform travelers. These signs may inform drivers to change travel speed,change lanes, divert to a different route, or simply to be aware of a change in current or future traffic conditions. • Travel Time Systems: Bluetooth and wireless sensors can be used to determine travel time in multiple directions.The travel time of vehicles can be determined in real-time using devices in vehicles that are equipped with Bluetooth and wireless network (WI-FI) technology devices such as cell phones. Conceptually, as a Bluetooth or WI-Fl equipped device travels along a roadway, it can be anonymously detected at multiple points where the media access control (MAC) address, time of detection, and location are logged. By determining the difference in detection time of a particular MAC address, the travel time between locations can be derived. • Closed Circuit Television Cameras: Traffic cameras are used for collecting video feeds for traffic and incident management, and are therefore located primarily in higher volume traffic corridors.Along with monitoring the roads for accidents or major closures, footage from traffic cameras is influential in decisions regarding future road development and construction. • Vehicle Detection System (VDS): These detection systems are used for traffic monitoring and data collection. VDS detect vehicle presence, volume, speed, and occupancy data for each detected lane utilizing various technology including video, microwave radar,and magnetometer. • Adaptive Traffic Signal Control (ATSC): This technology employs a system that collects data, evaluates traffic signal performance on the basis of one or more of the system's functional objectives and then updates signal timing parameters in response to that e valuation.Essentially,ATSC technology responds to changes in traffic conditions by automatically adjusting signal timings, such as cycle lengths, phase splits, and offsets in near real-time.The ATSC is an optional project component. m M AM BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System The objective of the proposed SPS is to improve the management of available parking at garages and surface lots through the use of various technologies and communicate the parking availability to drivers in order to minimize time spent searching for parking. It seeks more specifically to provide an ability to monitor parking availability in real-time and to disseminate this information to travelers utilizing an Advanced Traveler Information Systems (ATIS), comprised of roadside DMS, future Miami Beach Traffic and Parking phone applications, and web applications. Components of the Smart Parking System include the wayfinding systems, parking occupancy and locator systems, and smartphone parking availability application. Each component plays a vital role in the SPS system as detailed below: • Wayfinding Systems:The system directs motorists to available public parking through the use of arterial DMS that provide real-time parking availability information. Signage at the entrance of the parking lot or garage announces the total number of available spaces. Secondary signage within a chosen garage displays the number of available spaces on each level. • Parking Space Occupancy Systems:Sensors located at each parking space or on each level of a parking facility collect occupancy totals for the parking facility. The color-coded equipment (typically green for available and red for occupied) provides driver a sense for parking availability on a row by row basis. • Smartphone Parking Availability Application: Mobile applications provide patrons with accurate data on parking prices and availability for on-street and off-street parking. The application will allow for the added convenience of paying for parking using a mobile device. Installation of these devices will substantially increase the scale of the transportation network in Miami Beach. The vision for this project was developed by the City as a means to clearly define a focus and direction for the project moving forward. Goals and objectives are an elaboration of the vision and serve to address the needs to achieve the vision.The goals and objectives also are the framework for strategies and tactics.The key objectives of this project were identified by the Technical Steering Committee(TSC)and presented in Table 1. 4 City of Miami Beach Project Plan March 2017 m M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Table 1 Goals and Objectives Goal Objective • Define a long-term strategic plan that will address the current issues Improve the effectiveness of the transportation and is flexible enough to proactively identify and address new issues system • Establish performance criteria that will allow or refine performance evaluation measures • Decrease travel time Create a coordinated mobility system • Increase corridor progression • Create stakeholder involvement pursuant to stakeholder agreement • Provide travelers and system operators with more information regarding roadway conditions Enhance mobility and improve roadway safety • Provide emergency response agencies with detailed information about incidents on the roadways in order to ensure fast and coordinated emergency response • Identify implementation and operational strategies for the overall project containing a number of prioritized corridors • Allow fora phased implementation process • Ensure the ITS program funding plan is appropriate,realistic,and attainable • Establish the framework of mutual agreements among departments or Develop a functional and cost-effective agencies transportation system • Develop an expenditure and implementation plan to deploy the defined ITS infrastructure and architecture • Identify and resolve issues that may delay or prevent deployment of ITS in the area • Include funding expenditure plan for equipment replacement and maintenance • Secure funding • Develop deployment schedule • Include ITS facilities in the budget for future traffic intersections and Leverage technology to facilitate needs Public Works projects • Retrofit existing City facilities with ITS elements,where appropriate,to achieve the City's ITS goals • Provide travelers and system operators with more information Enhanced customer service through improved regarding parking availability parking wayfinding • Retrofit existing City parking facilities with SPS elements,where appropriate,to achieve the City's SPS goals Given the technical nature of this project, management of project objectives as well as technical requirements for various aspects of the project will be important for development of project components and procurement documents.As such,the TSC, including at least one representative from Florida Department of Transportation C1_. MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System (FDOT) District Six, Miami-Dade County, Miami-Dade Expressway Authority(MDX),two representatives from the City and representatives from other City Departments discussed the appropriate requirements for each project subtask during progress meetings.Summaries of each meeting are provided in Appendix A. The committee began the process with development of high-level functional requirements, as detailed below, which were further clarified with more descriptive technical requirements as needed. Established requirements for the proposed systems are as follows: 2.1 ITS • The field element shall collect, process, digitize, and send traffic sensor data (speed, volume, and occupancy)to the TMC for further analysis and storage, under TMC control. • The field element shall collect, process, and send traffic images to the TMC for further analysis and distribution. • The field element shall return sensor and CCTV system operational status to the TMC. • The field element shall return sensor and CCTV system fault data to the TMC for repair. 2.2 SPS • The parking element shall exchange parking management data with other parking facilities including location, hours, availability,status, lot usage,operating strategies,and charging information. • The parking element shall provide parking management data to traffic management centers upon request as part of the implementation of demand management and traffic analysis programs in the region.This could include changes to hours of operation or pricing.The TMC shall only have"read-only" access to the provided parking management data. • The parking element shall distribute parking lot information to traffic management centers upon request to support integrated regional traffic control and parking management. This could include information on facility hours of operation and current parking availability.The TMC shall only have"read-only"access to the provided information. • The parking element shall distribute parking lot information upon request to transit management centers for park and ride facilities, parking shuttle services,and other applications that integrate transit and parking services.The transit management center shall only have"read-only"access to the provided information. • The parking element shall distribute parking lot information upon request to traveler information providers to support travel planning. • The parking element shall support requests for parking reservations. 6 City of Miami Beach Project Plan March 2017 ,iglim MIAMI BEACH grservices k, forProan Intelligentam TransportationManagement System and Smart Parking System • The center shall monitor, analyze, and store traffic sensor data (speed, volume, occupancy) collected from field elements under remote control of the center. • The center shall monitor, analyze, and distribute traffic images from CCTV camera systems that are under remote control of the TMC operators. • The center shall distribute roadway network conditions data (raw or processed)based on collected and analyzed traffic sensor and monitoring data to other centers. • The center shall respond to control data from center personnel regarding sensor and monitoring data collection, analysis,storage, and distribution. • The center shall maintain a database of monitoring equipment and sensors and associated data (including the roadway on which they are located,the type of data collected,and the ownership of each). • The center shall support an interface with a map update provider, or other appropriate data sources, through which updates of digitized map data can be obtained and used as a background for traffic data. • The center shall exchange traffic information with other traffic management centers including incident information, congestion data,traffic data,signal timing plans, and real-time signal control information. • The center shall exchange traffic control information with other traffic management centers to support remote monitoring and control of traffic management devices (e.g. signs, sensors, signals, cameras, etc.). 2.4 Stakeholder Agreements The City of Miami Beach Transportation Department works in conjunction with City administration and elected officials to implement transportation programs and projects that benefit the City's mobility and economic competitiveness. The City's Transportation Department is the lead local department through the planning, engineering, and implementation phases on this project. Partnerships have been established, both internally and externally,to leverage existing technology and facilitate responsibilities to various organizations.Operations and maintenance responsibilities for signalized intersections and arterial management equipment throughout the city have been defined within existing and future agreements and Memorandums of Understanding(MOU). With a large stake in the success of operations and information of the entire system, the City of Miami Beach Transportation Department will lead the effort to enhance coordination and information sharing through this project. 2.4.1 Existing Agreements The City of Miami Beach currently has the following agreements in place with the identified agency. Baseline responsibilities of each agreement party is detailed below. • Notice to Municipalities(December 2015) - Procurement and Installation of Traffic Control Devices in Miami-Dade County N IAM I BEACH Program Management Services „itglik0 for an Intelligent Transportation System and Smart Parking System o The County allows local jurisdictions with a written agreement to install their own traffic control devices at their own cost, but requires devices to be on the Miami-Dade County's QPL. • FDOT/City Video Sharing Agreement to view FDOT Cameras o FDOT invites agencies to have viewing access to the cameras through a video sharing agreement. FDOT maintains ITS devices including DMS and CCTV cameras along several causeways and throughout the City of Miami Beach. These devices are monitored and controlled at the District Six SunGuide Center. The City of Miami Beach is in the process of executing the agreement for access to the FDOT cameras. 2.4.2 Future Agreements The City of Miami Beach has used existing agreements to provide an understanding of the options available to engage or fund operations and maintenance services. Recognized opportunities in the form of potential future agreements are listed below. • County/City Video Sharing Agreement to view County Cameras • County/City Installation Agreement to install ITS devices including cameras on County roadways • City/FDOT ITS Sharing Agreement to view City cameras and other ITS devices • City/County ITS Sharing Agreement to view City cameras and other ITS devices • City/FDOT TMC Colocation Agreement 8 City of Miami Beach Project Plan March 2017 M I AM I BEACH Program ManagemServices for an Intelligent Transportationent System and Smart Parking System 3 DEVICE ASSESSMENT AND PLACEMENT This section provides an overview of the existing ITS devices and communications network in the City of Miami Beach. The existing ITS infrastructure inventory was provided by the City of Miami Beach Transportation Department.The map identifying existing infrastructure was used as the basis for locating future ITS devices as part of this project.The existing ITS infrastructure are separated into two categories,field devices,such as CCTV cameras and DMS, and communications infrastructure. 3.1 Existing ITS Devices The field devices are the most visible components of a transportation system. They are used for traffic monitoring, detection, control, management, and traveler information, among other uses. The information provided by the devices can be used by the Transportation Department, emergency response agencies, and users of the transportation system. Three primary types of devices are currently deployed along city arterials: CCTV cameras, DMS, and travel time systems. The locations of existing DMS and CCTV cameras are shown in Figure 1. 3.1.1 CCTV Cameras The City currently accesses 28 temporary CCTV cameras located at key arterials across the city through a Consultant contract. Additionally, FDOT owns and operates seven cameras within city limits, located along MacArthur Causeway,Alton Road, and the Julia Tuttle Causeway(1-195).These cameras are used for collecting video images for traffic and incident management, and are therefore located primarily in higher volume traffic corridors. In addition to incident management, CCTV cameras are also used to assist the FDOT TMC operations staff generate information to populate the 511 Traveler Information System and determine severity of incidents when deploying the Rapid Incident Scene Clearance (RISC) resources. These cameras have pan-tilt-zoom capability,and are used by the 511 Traveler Information System(http://sunguide.info/index.php)to share static images of current traffic conditions with the motoring public. Table 2 below details exact locations of the FDOT camera locations. Table 2:FDOT CCTV Camera Locations Owner Location Device Count FDOT 1-195 West of Alton Road 1 FDOT 1-195 at Alton Road 1 FDOT 1-195 south of Chase Avenue 1 FDOT Ramp to 1-195 south of Alton Road 1 FDOT 1-395 at Fountain Street 1 FDOT 1-395 East of Bridge Road 1 FDOT 1-395 at Alton Road 1 TOTAL 7 ,dillatri MIANAIBEA( H Program Management Services for an Intelligent Transportation System and Smart Parking System i - i 0 0.5 1. Ailit ,.. 11.1=Miles , e ...• $ „ i i ! i' i 1:•°,.',41 1 1-1 ,..i.- i rfe LA DMS I i , -, ! ( Matat111111 • MiNamaatty Wan 3 i 412nd Si ‘f.i1%1 SI .NI OMS il T,es• Ni-Mmt/-51-- 1 . a) • 1 ,111-1'-m i i. DMS : ! DMS .1 / i 41 pms i bill iiiii 1.P_ms 40 Lii - < Mai I i 1 I i 1 i 1 / i I i I i i -1 s/roman i 1 1 i Legend ,00: •... 40 i .,...„ i --...,40. i 41) Existing CCTV ,i. OMS Existing FDOT DMS I Mil Existing City DMS ix." •,1 -.. ... 6:: City Limits v -, •••• ../ .-- .. Figure 1:Existing Device Locations 10 City of Miami Beach Project Plan March 2017 ali MIA \AI BEACH Pm Mm Aggilaforrograan Intelligent Transportationanageent System andServices Smart Parking System 3.1.2 DMS Currently, deployed throughout the city are 14 DMS, 10 accessed by the City of Miami Beach through its Consultant contract and four FDOT owned. These signs are used for dissemination of traveler information, special event information, and road closures. The city DMS in place are portable and will be replaced with permanent structures as part of this project. The signs are located around the arterial streets near the Julia Tuttle Causeway (1-195), along Alton Road, Collins Avenue, and other major arterials. The complete DMS inventory is provided in Table 3. Table 3:Existing DMS Inventory Owner Location Device Count City of Miami Beach MacArthur Causeway and Fountain Street 1 City of Miami Beach Julia Tuttle Causeway and East Bridge 1 City of Miami Beach 71st Street and Rue Bordeaux 1 City of Miami Beach Harding Avenue and 74th Street 1 City of Miami Beach Indian Creek and 65th Street 1 City of Miami Beach Alton Road and 39th Street 1 City of Miami Beach Alton Road and 44th Street 1 City of Miami Beach Alton Road and 23rd Street 1 City of Miami Beach Collins Avenue and 38th Street 1 City of Miami Beach Collins Avenue at 5000 Block 1 FDOT Alton Road southbound before 1-195 1 FDOT Arthur Godfrey westbound before 1-195 1 FDOT Alton Road northbound before I-195 1 FDOT 1-195 westbound before Alton Road 1 TOTAL 14 3.1.3 Travel Time System The City of Miami Beach currently operates 28 travel time detectors along key arterials through its Consultant contract. These units are used to provide archived travel time data to support operations and performance measures as well as to provide origin-destination information. Deployment of future devices will allow for the added functionality of providing real-time travel time to road users. mMIA VIIBEACH Program Management Services Addfor an Intelligent Transportation System and Smart Parking System 3.1.4 Communication Network The existing FDOT communications system provides center-to-field communications from the FDOT District Six SunGuide Center to the field devices. The State utilizes its own fiber infrastructure to transmit data from field devices to the FDOT District Six SunGuide Center, along with supplemental wireless locations.The Miami-Dade County center-to-field communications network consists of a variety of communications media. The County currently uses leases communication lines through AT&T Synchronet,as well as cellular primarily to serve traffic signals and surveillance cameras. Additionally,the communications for the City's temporary devices is provide via wireless communications. 3.2 Review of Available Studies and Information Seven studies and documents were provided by the City and reviewed.Additional sources including the state's and county's planned projects were summarized for relevant information and potential project overlap. Summaries of the documents presented below, including supplementary data, is included in the ConOpsfor this project. • TIGER Discretionary Grant Application: City of Miami Beach ITS and Parking Management Systems Project - City of Miami Beach Transportation Department (April 2016) • Parking Demand Analysis,South Beach - Walker Parking Consultants(August 2014) • Parking Demand Analysis, Middle Beach - Walker Parking Consultants (October 2014) • Parking Demand Analysis, North Beach - Walker Parking Consultants(July 2015) • Parking Study Supplemental Reports- Walker Parking Consultants (September 2015) • City of Miami Beach 2016 - 2017 Active Traffic Management Scope of Services - Advanced Transportation Engineering Consultants (October 2016 to May 2017) • FDOT District Six ITS Regional Architecture • State Transportation Improvement Program (STIP) • Miami-Dade Transportation Planning Organization (TPO)previously Metropolitan Planning Organization Transportation Improvement Program(TIP) 3.3 ITS Field Devices Technology Assessment As the City of Miami Beach continues to grow, deployment of CCTV cameras, DMS, travel time systems, and communications to and from each of these ITS devices will be necessary to monitor the transportation system. In this section, the ITS field devices to be deployed and the complementary central system software are determined based on the City's needs,goals, and available resources.The ITS components that will be deployed as part of the system include the following: • CCTV cameras • DMS • VDS 12 City of Miami Beach Project Plan March 2017 ,,gfilike__Si MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • Bluetooth/Wi-Fi Travel Time System • Central System The proposed ITS devices are positioned to supplement and enhance the function provided by the existing transportation system, and provide more expansive ITS coverage. The positions and amounts of the proposed ITS devices, including CCTV cameras, DMS, and VDS,incorporated City staff's suggestions and are documented in GIS maps. 3.3.1 ITS Device Assessment and System Definition This section provides an overview of the programmed ITS devices in the City of Miami Beach. The existing ITS infrastructure inventory was provided by the City of Miami Beach Transportation Division. The map identifying existing infrastructure, Figure 1, was used as the basis for locating future ITS devices. Each of the following sections describe each ITS component, the existing number of devices, specifications for potential future devices,as well as the benefits and disadvantages of each reviewed device.A maximum of three manufacturers were reviewed for each device as part of this assessment,devices deployed as part of this project are not limited to those described in the sections that follow. Florida Statute 316.0745 requires all devices installed in Florida associated with transportation must be on the FDOT Approved Products List(APL). This applies to any transportation equipment, regardless if on a local road or owned and funded by an individual municipality. Additionally, any devices on County traffic signal infrastructure must be on both the FDOT APL and the Miami-Dade County Qualified Products List(QPL).However, at the request of the City, devices deployed for this project do not need to be listed on the QPL. 3.3.1.1 Closed Circuit Television Cameras The CCTV cameras will be located throughout the City and are utilized to provide the traffic control operators with video feeds of high impact corridors. Currently, there are 35 CCTV cameras in Miami Beach (28 city accessed; seven FDOT owned)and at the completion of this project,the total will increase to 41.CCTV cameras are typically used for traffic monitoring, incident detection, and incident verification.The images obtained by CCTV cameras can also be helpful to the City of Miami Beach police and fire departments for security monitoring and emergency response. The general guideline for deploying cameras is to place them at locations with high traffic volumes and high incident rates. A combination of camera types will be utilized to best cater to the environment and application in conjunction with the intended function at the specific location the CCTV camera is deployed. Three camera types are listed on the APL including Pan-Tilt-Zoom (PTZ) Dome, External Positioner, and Thermal/Visible Hybrid. The different types are as follows: m N I AM 1 BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • PTZ Dome: PTZ capabilities allow the camera operators to change the view of the camera by panning the camera side to side,tilting the camera up and down,or zooming the camera to a smaller coverage area. This enables a wide area coverage and great detail when zooming. PTZ dome cameras are designed with the processors, sensors, lens,and motors encapsulated in a dome-type housing. wry;,, Figure 2:PTZ Dome Camera • External Positioner: External positioner cameras are designed with the processors, sensors, lens, motors, and smart infra-red illuminators embedded and sealed into the housing. The smart infra-red illuminators provide a smart light field that automatically adjusts to the zoomed focal length of the lens. } ! ' f ri."1 ,. _, Figure 3:External Positioner Cameras • Thermal/Visible Hybrid:Thermal cameras create images based on heat that radiates from objects within the camera's field of view. Images are generally output in black and white but artificial coloring allows camera operators to distinguish between thermal images. Thermal images are best when there are great temperature differences in the field of view; the hotter an object, the brighter it is in a thermal image.Thermal cameras are ideal for detecting people and objects in shadows,complete darkness, or in other challenging conditions such as smoke and dust. 14 City of Miami Beach Project Plan March 2017 m M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • Figure 4:Thermal Cameras It is recommended that all cameras installed are High Definition (HD) Internet Protocol (IP) CCTV cameras. All device field components shall meet or exceed all FDOT operating environment standards and specifications for traffic related field devices. More specifically, the field components of the system shall withstand operating temperatures from-20° F to 120° F. All components shall be resistant to fog, dust, rain, and snow.The device shall be capable of being powered by AC 100-240 line voltage and power over Ethernet(PoE).The total weight of the camera shall not exceed 10 pounds. Video footage obtained from the cameras will be of high quality,as such the cameras will be full HD(1280 x 720 pixel resolution) of various resolutions(e.g.2MP,3MP, 5MP) with the following minimum characteristics: • Vandal Resistant • Open Network Video Interface Forum (ONVIF)compliant • Video compression format(MJPEG, MPEG-4, H.264) • 25/30 frames per second (FPS) • Wide Dynamic Range(WDR)capability • Alarm Triggers: o Network disconnection o Tampering o Motion detection • Multicast and unicast capability • Dual video streams(minimum) • 30x Optical Zoom (minimum) One CCTV camera is currently on both the FDOT APL and the Miami-Dade County QPL.Additional specifications for three select cameras are provided in Table 4 below. el MIAMI BEACH Program Management Services Adafor an Intelligent Transportation System and Smart Parking System Table 4:CCTV Camera Assessment Manufacturer Model Resolution Frame Field of View Zoom Power APL QPL Rate Horizontal angle of 30x optical Axis Q6045-E Mark II 1920x1080 Up to 30/25 view:62.8°-2.23* zoom and 12x High PoE and X fps Vertical angle of 240 V AC digital zoom view:36.8°43* 30x optical Dual Power Bosch VG5 ITS1080P 1280x720 25 and 30 2.1° to 59° zoom and 12x Options: High X X } 30x4 frames/s digital zoom PoE or 24V AC 25 and 30 Pan:360° 30x optical TKH Security HSD820H3-E 1920x1080 frames/s Tilt: 10°-190° zoom,8x PoE or 24V AC X digital zoom 3.3.1.2 Dynamic Message Signs This project calls for an additional 20 permanent City owned arterial DMS, as there are currently 14 in the city (four permanent FDOT;10 portable City accessed).The typical functions for DMS include providing travelers with incident, construction, and special event information. The City is interested in providing information about incidents on the major thoroughfares to drivers on the arterial streets as they approach those routes;therefore, the primary focus areas for the proposed DMS are in the immediate vicinity of Alton Road,5th Street,and Collins Avenue. DMS installed in these areas will provide useful traveler information about incidents on the causeways and alternate route information so that the drivers can react accordingly. Other key areas where DMS will be located are areas near the Convention Center so that these DMS can provide information regarding special events. There are currently no DMS in use by Miami-Dade County or listed on their QPL. Select devices reviewed from the FDOT APL are summarized below in Table 5. Requirements established by the City of Miami Beach include full color DMS as well as context sensitive designs for the supporting structure. FDOT provides standard details for freeway and arterial DMS, but the arterial DMS envisioned for the City of Miami Beach will be smaller with decorative features to complement the unique Miami Beach environment. Front access DMS are typically recommended for arterial use. Front-access DMS provide access to boards, LEDs, and other components through the front of the sign by a variety of opening options.Additional minimum requirements for the proposed arterial DMS include: • NTCIP Compliance • Three-line display(minimum) • Capable of displaying ASCII characters 32 - 126(including all upper and lower case letters and digits from 0 to 9) Different types of DMS will be deployed at varying locations depending on roadway speed. 16 City of Miami Beach Project Plan March 2017 „militia's MIAMI BEACH Program Management for an Intelligent Transportation System andServices Smart Parking System Table 5:Front Access DMS Device Assessment Manufacturer ' Model Cabinet Display Matrix Type Viewing Pixel Power ; APL QPL Enclosure Face Angles Spacing Usage Full Matrix- I Daktronics $VF-2320- NEMA 3R Aluminum High Resolution 30°X 20 mm 120/240 X 32x48-20-RGB Mask 96 rows x 336 30° V AC • columns VF-2020- 11 Full Matrix Aluminum 30°X 120/240 Daktronics 54x150-34- NEMA 3R Mask 54 rows x 150 30° 34 mm VAC x I RGB columns I 3.3.1.3 Vehicle Detection System Detection at signalized intersections is primarily used to determine presence,volume, speed, and occupancy of motorized vehicles. Historically, in-pavement inductive loops have been deployed for vehicle detection at signalized intersections. However,three different types of advanced VDS including video, microwave radar, and magnetometers can be deployed. Video VDS utilize one or more video cameras to collect and analyze video signals for detecting vehicle presence and generating volume,occupancy,and speed data.These video detection cameras are designed to assist the operation of proposed traffic signals while supplementing the coverage of CCTV cameras. Radar detection is another technology that can be deployed for advance detection without impacting the pavement. Radar detection relies on microwave technology to detect, monitor, and measure vehicle traffic.A single above-ground radar sensor mounted on a pole or structure adjacent to the roadway can monitor multiple lanes of traffic in both directions. Magnetic VDS (magnetometers) utilize magnetic detector probe to sense the disturbance in the earth's magnetic field due to the presence of a car or motorcycle. An algorithm interprets this disruption which generates vehicular volume, occupancy, and speed data.The varying sensor technologies used by different VDS are compared in Table 6 below. Table 6:Vehicle Detection Sensor Technology Comparison Technology Advantage Disadvantage • Monitors multiple lanes and multiple zones/lane. More than one camera to cover the Video • Easy to add and modify detection zones. intersection. • Provides wide-area detection when Detection rate of dark color vehicles are information gathered at one camera poor. location can be linked to another. • Typically insensitive to inclement weather at the relatively short ranges encountered Microwave Radar in traffic management applications. • Doppler sensors cannot detect stopped • Direct measurement of speed. vehicles. • Multiple lane operation available. LD �` '�I A ` A ! BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • Installation requires pavement cut. Less susceptible than loops to stresses of traffic. • Decreases pavement life. Wireless Magnetometer Insensitive to inclement weather such as • Installation and maintenance require lane snow, rain,and fog. closure. l Models with small detection zones require multiple units for full lane detection. Currently, there are no advanced vehicle detection systems(VDS) within the City of Miami Beach.A total of 18 detection devices will be installed as part of this project. The FDOT APL and Miami-Dade County QPL provide approved VDS. The table below lists the systems that appear on both lists. Cut sheets for these systems are provided in the Appendix. Table 7: VDS Device Assessment Manufacturer Model APL QPL Video Vantage Edge2-2n +/-Ext Modules Iteris X X Vantage Edge2-ln +/-Ext Modules Microwave Radar Wavetronix SS225 SmartSensor Matrix X X Wireless Magnetometer Trafticware VDS-POD X X 3.3.1.4 Bluetooth/Wi-Fi Travel Time System Bluetooth/Wi-Fi traffic monitoring devices are capable of detecting, monitoring,and recording the Media Access Control (MAC)address of various devices through the use of wireless receivers capable of detecting Bluetooth and/or WI-Fl wireless signals. By matching unique MAC addresses, or wireless device identifiers, with timestamps from multiple unique travel time device locations, the system can provide accurate vehicle speed and travel time data as well as vehicle origin/destination information. Minimum requirements for travel time devices deployed for this project include: • Resistant to water,fog, dust,and wind speeds as required by the Florida Building Code • The total weight of the device and enclosure should not exceed 50 pounds • NEMA Type 4 enclosure required for the device enclosure • Omni directional antenna capable of supporting a minimum range of 100 feet in all directions • All data stored shall include the MAC address or wireless identifier, a GPS-furnished location,the time stamp for each individual reading, and the MAC address signal strength Table 8 below lists the travel time devices reviewed for this assessment. 18 City of Miami Beach Project Plan March 2017 m ! A ANI BEACH Program Management Services '+sem for an Intelligent Transportation System and Smart Parking System Table 8:Travel Time System Device Assessment Manufacturer Model Device Antenna APL QPL Collection Bluetooth TrafficCast BIueTOAD (Discoverable 2 dBi X or Non- Omni Discoverable) Bluetooth or Cellular Iteris Vantage Velocity Wi FI 2.4 GHz X integrated Digiwest BIueMAC Bluetooth - X 3.3..1.5 Additional Technology Interest was expressed by the Miami Beach Police Department in installing License Plate Recognition (LPR) cameras;however, FDOT does not allow LPR cameras on state roads.These cameras have specialized software that assist with identifying and recording license plates on stationary or moving vehicles. These cameras are intended to be used specifically for parking revenue control and/or enforcement. 0 . •411)• , 11111. '4 Figure 5:LPR Cameras Additionally, interest was expressed in'Don't Block the Box' enforcement.A motorist'blocks the box' when they enter an intersection and are unable to travel all the way through due to cars on the other side of the intersection. If the traffic signal changes to red before the motorist is able to clear the intersection,their vehicle blocks cross traffic from moving forward,prevents mobility in crosswalks,and may impact the through movements of crossing vehicles. Blocking the box is unsafe and causes traffic congestion. Potential exists for camera based technology to serve as enforcement in the City Miami Beach as shown in Figure 6. Currently,the deployment of LPR cameras and Don't Block the Box technology are not included as components of this project. However, the potential exists to include these technologies in future projects. m M I AM I BEACH Program Management ry Adafor an Intelligent Transportation System Seandices Smart Parking System ` � 1 mere ---- - M ---MI>• IiiiNMM Scene Imag= i0 Plate Image ` ommet___ ill ill Figure 6:Potential Don't Block the Box Technology 3.4 ITS Device Locations The locations of the existing devices in operation were summarized in a previous section.The proposed locations for the devices have been coordinated with the existing locations and take into consideration input from the City. The approximate number of devices to be installed over the duration of the project is summarized in Table 9. Table 9:Proposed Device Count Device Proposed Quantity Vehicle Detection Systems 18 Travel Time Systems 24 Dynamic Message Signs 34 CCTV Cameras 41 Equipment Cabinets 61 Maximizing the extent of the ITS network, devices will be distributed throughout the City along arterial streets and causeways. Detailed proposed device placement is provided in Table 10,Table 11,Table 12,and Table 13. Potential locations for ITS devices are shown by zone (South Beach, Middle Beach, and North Beach) on the maps located in Figure 7, Figure 8, and Figure 9. 20 City of Miami Beach Project Plan March 2017 iddik�► M I AMI BEACH Program Management Services ► for an Intelligent Transportation System and Smart Parking System Table 10:Proposed VDS Locations Location Device Count MacArthur Causeway and East of South Fountain Street 1 Alton Road and South of 4th Street 1 5th Street and East of Jefferson Avenue ' 1 Washington Avenue and South of Espanola Way 1 Dade Boulevard and SW of North Meridian Avenue 1 Alton Road and North of West 21st Street 1 Indian Creek Drive and 31st Street 1 Collins Avenue and 31st Street 1 Alton Road and South of West 45th Street 1 Collins Avenue and South of 5200 Block 1 Alton Road and West 56th Street 1 Normandy Drive and Northeast of Rue Bordeaux 1 71st Street and Northeast of Rue Bordeaux 1 Kennedy Causeway and Northeast of East Treasure Drive 1 Harding Avenue and North of 83rd Street 1 Collins Avenue and North of 83rd Street 1 Alton Road and South of 14th Street 1 Collins Avenue and North of 65th Street 1 TOTAL 18 Table 11:Proposed Travel Time System Locations Location Device Count Abbott Avenue and 71st Street 1 Alton Road and West 51st Street 1 Indian Creek Drive and 63 Street 1 Dickens Avenue/Indian Creek Drive and 71st Street 1 Collins Avenue and 71st Street 1 Harding Avenue and 87th Street 1 La Gorce Drive and 63rd Street 1 Dade Boulevard and 23rd Street 1 Julia Tuttle Causeway(1-195)two miles west of Alton Road 1 I-195/Arthur Godfrey Road and Alton Road 1 Collins Avenue and West 41st Street 1 11th Street and Meridian Avenue 1 17th Street and Alton Road 1 Alton Road and North Michigan Avenue 1 Alton Road and North of Chase Avenue 1 ® t\4 I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Location Device Count 17th Street and James Avenue 1 11th Street and Collins Avenue 1 17th Street and Meridian Avenue 1 Venetian Causeway 1 5th Street and Collins Avenue 1 MacArthur Venetian Causeway and South Fountain Street 1 MacArthur Venetian Causeway/5th Street and West Avenue 1 �^ Kennedy Venetian Causeway and SW of Bay Drive 1 Arthur Godfrey Road and Flamingo Drive 1 TOTAL 24 Table 12:Proposed DMS Locations Location Device Count Alton Road and 63rd Street 1 Alton Road South of Chase Avenue/North Bay Road 1 Washington Avenue and 11th Street 1 Collins Avenue and 25th Street 1 Meridian Avenue and 17th Street 1 5th Street and Jefferson Avenue 1 MacArthur Causeway and Fountain Street 1 Julia Tuttle Causeway(I-195)one mile west of Alton Road I 1 71st Street and Rue Bordeaux 1 Harding Avenue and 74th Street 1 Alton Road and 39th Street 1 Alton Road and 445 Street 1 Alton Road and 23rd Street 1 Collins Avenue and 44th Street 1 Indian Creek Drive and 63rd Street 1 Normandy Drive and Rue Bordeaux 1 Collins Avenue and 65th Street 1 Julia Tuttle Causeway(1-195)one mile west of Alton Road 1 Alton Road and W 51st Street 1 Julia Tuttle Causeway(1-195)two miles west of Alton Road 1 Alton Road and 11th Street 1 Indian Creek and 65th Street 1 Collins Avenue and 37th Street 1 Collins Avenue at 4600 Block 1 Note:table continued on following page 22 City of Miami Beach Project Plan March 2017 ,aidatil_. MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Location Device Count 5th Street and Euclid Avenue 1 41st Street and Prairie Avenue 2 41st Street and Meridian Avenue 1 41st Street and Pine Tree Drive 1 Alton Road and 16th Street 1 Washington Avenue and 17th Street 1 Alton Road and North Michigan Avenue 1 Venetian Causeway and Belle Isle 2 TOTAL 34 ..—. Table 13:Proposed CCTV Locations Location Device Count Collins Avenue and Indian Creek Drive 1 Indian Creek Drive/Dickens Avenue and 71st Street 1 Collins Avenue and 71st Street 1 West 43rd Street and N Bay Road 1 Indian Creek Drive and Arthur Godfrey Road/West 41 Street 1 Julia Tuttle Causeway(I 195)two miles west of Alton Road 1 Alton Road and 10th Street 1 Alton Road and N Michigan Avenue 1 Washington Avenue and 11th Street 1 Washington Avenue and 1711i Street 1 Meridian Avenue and 17th Street 1 Venetian Causeway/Dade Boulevard and Purdy 1 Dade Boulevard and North Meridian 1 Washington Avenue and Dade Boulevard 1 MacArthur Causeway and South Fountain Street 1 MacArthur Causeway and Terminal Isle 1 MacArthur Causeway/5th Street and Alton Road 1 Meridian Avenue and 5th Street 1 Washington Avenue and 5th Street 1 Alton Road and 17n)Street 1 Dade Boulevard and Alton Road 1 Collins Avenue and 26th Street 1 Alton Road and W 23rd Street 1 Collins Avenue and 32nd Street 1 Arthur Godfrey Road and Pine Tree Drive j 1 Note:table continued on following page City of Miami Beach Project Plan March 2017 QJ M I AM I BEACH Program Management Services ,Afiglak for an Intelligent Transportation System and Smart Parking System Location Device Count Arthur Godfrey Road and Flamingo Drive 1 Collins Avenue/Indian Creek Drive and West 44th Street 1 Collins and West 41st Street 1 I-195/Arthur Godfrey Road and Alton Road 1 Collins Avenue and 4700 Block 1 Alton Road and West 47th Street 1 Alton Road and West 63rd Street 1 Indian Creek Drive and 63rd Street 1 Indian Creek Drive and Abbott Avenue 1 Abbott Avenue and 71st Street 1 Normandy Drive and Rue Bordeaux 1 71st Street and Rue Bordeaux 1 Kennedy Causeway and East Treasure Drive 1 Harding Avenue and 87th Terrace 1 Collins Avenue and 87th Terrace 1 Byron Avenue and 88th Street 1 TOTAL j 41 24 City of Miami Beach Project Plan March 2017 m MIAMI BEACH Program Management Services for an Intelligent Transportation Management System and Parking Management System uu�rmmr 0 ,qiii.i ,, ,,, , Sa<' 4d W<'GC v MswI 9444 414.44 r'. ',[4 0'6.'1,4 u . . I 1'v TN Miami ..,I .. © .a,h r toeToy 2. 1_ 'a 6,cru r 1 c .Y.ti Sts Y£llfVl ()j( Apr.IsAlln., '� .45., fffFFF a M + .. -c 1J Legend a e Proposed CCTV ~'- c AIM,/ �Y ".—� ttt 0 Proposed TTS ~� My'm°° ! "` Proposed VDS 4 '""' S.GCiMpro" Island0 0.25 0.5 = Proposed DMS t Mlles Figure 7:Proposed Device Locations(South Beach) City of Miami Beach 25 Project Plan March 2017 Program Management Services for an Intelligent Transportation Management System and Parking Management System _ a• 5 0 N W 51515: )11:11 W 505Y / ,v s5m St CZ z J i t twi.N F i „.r1,. ird., t ,t A __..i ' Wrs<h StFrn r... P i ry�`J *e,4.1 .Rt 'N/ i r:iu5' _ Ytldp Ni '�. rt, C n Mry 5t ._ �..,..,.. ........M......_E;rA_� ...,._...:........_.._..^......,....._......eS.N®.r..�...e• ,'" 't c7^hS p , Legend 47 Mrot,»e.>i 00:4e 46 Proposed CCN TS ` ' .. ',iit .1,,,,,s 0 Proposed TTS fi j�' Proposed VDS MN :�� i1t Proposed DMS d h,, 0.25 0.5 . MileS Figure 8:Proposed Device Locations(Middle Beach) 26 City of Miami Beach Project Plan March 2017 Program Management Services „aged& for an Intelligent Transportation Management System and Parking Management System 0ti1��{', i a , ":;+:.) ..xnrtr. d. . sN"rt"anM or*.*'.: t,St . r.✓ r. Q North Bac r. Legend " "" GlId Proposed CCTVItil °. " CM 0 Proposed TTS Proposed VDS . L,GDR Gy Cr 0 0.25 0.5 MII Proposed DMS / tion Cow.* Miles Figure 9:Proposed Device Locations(North Beach) City of Miami Beach 2- Project Plan March 2017 ,agglatri M J AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 3.4.1 Central System A Central System enables the City to monitor and manage traffic signals and other field equipment from a central location. Staff can analyze intersection levels of service, signal coordination along arterials, view traffic conditions via CCTV cameras, view and troubleshoot alarms for non-functioning equipment, and perform analyses of traffic data for evaluating timing enhancements. Modifications can be remotely downloaded to an intersection for immediate operations. The proposed central system will allow the City to bring traffic network data into a single dashboard for a real-time view of traffic operations. Integration of all devices will allow traffic operators to manage and monitor the various components. An interface for the disparate software platforms with a dashboard summarizing performance measures is required at the TMC.The central software will need to interface with the external ITS devices and other external city systems, such as the SKIDATA Parking Access and Revenue Control System(PARCS). FDOT District Six uses SunGuide® as the interface for their ITS device interface. Miami-Dade County utilizes KITS® as their advanced traffic management system (ATMS). The City currently has an MOU in place with the County granting access to KITS®.Additional personnel access will require a modification to this memorandum. SunGuide® Software is a software that allows FDOT to control and monitor roadside equipment and vehicle resources to: • Facilitate traffic and incident management • Disseminate traveler information to the motoring public • Exchange critical information among agencies • Collect and report data regarding the operation of Florida's transportation system This software enables Florida TMCs to integrate numerous hardware,software, and network applications as well as exchange data with other TMCs.SunGuide®standardizes common TMC functions and helps the various FDOT District facilities become more interoperable so their systems operate better together. SunGuide®Software is based on an open architecture and enables users to manage multiple subsystems. For example,TMC operators can use the software to perform incident management tasks,obtain data from vehicle detection systems,display videos from roadside cameras, and alert motorists with messages on DMS and highway advisory radio, or by using the Florida 511(FL511)advanced traveler information system. The County's traffic signals are controlled by the KITS® ATMS. KITS® provides equipment monitoring, failure alerts, diagnostic displays,and dynamic GIS maps to monitor all system devices from one application.The KITS interface is compatible with a number of ITS devices,allowing traffic operators to manage multiple systems and detect real-time conditions.This software allows operators to configure alert priority and actions including: • Congestion alerts based on operator-defined detector thresholds • Detect real-time conditions such as detector malfunctions or a stuck pedestrian button 28 City of Miami Beach Project Plan March 2017 m MIAMI BEACH gram Management Sery AidaforProan Intelligent Transportation System andices Smart Parking System • Monitor controller early exits, late entries,skipped phases, unplanned recalls, and more • Automatically reposition cameras when congestion thresholds are reached,allowing operators to quickly view affected areas • Scheduled daily controller database comparisons The KITS@ approach to congestion management combines features to mitigate unusual traffic conditions created by incidents, weather, or other causes. Combining these control features with system-health monitoring capabilities allows KITS to become an important component in evacuation planning and emergency management. The table below provides a compatibility overview of devices and features that each central system software. Table 14:Central System Compatibility Assessment cn N C 73 m m o m CO c a0) m o f° ;= P Central Software `n c ao ai no ') 3 m Ec 3 I o o- OB 4 72 NH CD t4 0 CD Cn N .- O p > U j Q KITS X ® X X X X X SunGuide X X X X X X X - 3.5 Smart Parking System Technology Assessment and System Definition Whether attending the Miami International Boat Show,going to work,going home,or enjoying local retail venues, parking in the City of Miami Beach should be available and easy to find for all parking patrons. The City will achieve these goals through deployment of a SPS with these primary components: • Parking Guidance/Wayfinding: Provide accurate,transparent data on parking prices and availability for on-street and off-street spaces via mobile applications. Additional SPS components include: • Dynamic Pricing: Enables pricing for on-street and off-street parking spaces to be modified dynamically by day and/or time of day to influence the demand in heavily utilized areas and encourage more frequent turnover. • Parking Reservations: Enables users to secure reservation of parking spaces for special events, work meetings, or retail visits. • Tenant Parking: Enable seamless access, monitoring and enforcement of office and residential tenant parking. m MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • Operations Center: Central facility where SPS is managed. The following sections describe the existing parking systems used in Miami Beach,the proposed smart parking system concept,and high-level system requirements for the parking technology components listed above. 3.5.1 Existing Parking System The City utilizes three types of parking facilities: parking garages, surface lots, and on-street parking. The inventory of each parking facility as well as details of the existing parking system is provided in the sections that follow. 3.5.1.1 Parking Garages There are ten parking garages under the purview of the Miami Beach system. This plan provides high-level recommendations for parking availability detection, patron access, parking information application integration, and PARCS integration for these garages.The locations and capacities of the parking garages are listed in Table 15. Table 15:Miami Beach Garages Garage Address Name Number of Spaces GI-7th Street 200 7th Street 7th Street and Collins Avenue Garage 643 G2-12th Street 12th Street and Drexel Avenue 12th Street and Drexel Avenue Garage 134 G3-13th Street 1301 Collins Avenue 13th Street and Collins Avenue Garage 286 G4-Anchor/16th Street 1557 Washington Avenue 16th Street and Collins Avenue 803 G5-17th Street 640 17th Street 17th Street and Meridian Court Garage 1,460 G6-42nd Street 400 West 42nd Street 42nd Street and Sheridan Avenue 620 G7-City Hall Garage 1755 Meridian Avenue City Hall Garage 650 G8-5th&Mon 550 Lenox Avenue 5th Street and Alton Garage 1,080 G9-Penn Ave 1661 Pennsylvania Avenue 17th Street and Pennsylvania Garage 550 G10-Sunset Harbor 1900 Bay Drive Sunset Harbor Garage 429 The City is currently pursuing Public-Private Partnership (P3) intercept garages. These additional garages are budgeted for the 2016/2017 Fiscal Year.The locations include: • Collins Avenue and 13th Street • Washington Avenue and 10th Street • 2660 Collins Avenue • 23rd Street and Liberty • 1623 West Avenue 30 City of Miami Beach Project Plan March 2017 M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System The locations for two additional garages that are currently in negotiations for joint development include: • Washington Avenue and 9th Street • 42nd Street and Jefferson Avenue 3.5.1.2 Surface Parking Lots In addition, the City provides surface lots to accommodate parking. This plan provides high-level recommendations for parking availability detection, patron access, parking information app integration, and PARCS integration for select surface lots within the study area.The locations and capacities of the surface lots are listed in Table 16. Table 16:Miami Beach Surface Lots Surface Lot Location Number of Spaces P1 South Pointe Park 215 P2 South Pointe Drive&Ocean Drive 62 P3 Washington&Commerce 12 P4 1st Street&Washington Avenue 30 P5 4th Street&Alton Road 23 P9 11th Street&Jefferson Avenue 120 P10 15th Street&Michigan Ave(Softball Lot) 134 P11 6th Street&Meridian Avenue 25 P12 9th Street&Washington Avenue . 24 P13 10th Street&Washington Avenue 30 P14 6th Street&Collins Avenue 34 P15 10th Street&Collins Avenue 33 P16 13th Street&Collins Avenue-West Side 55 P18 Lincoln Lane S&Meridian Avenue 40 P19 Lincoln Lane S&Jefferson Avenue-East Side 21 P20 Lincoln Lane S&Jefferson Avenue-West Side 62 P21 Lincoln Lane S&Michigan Avenue 19 P22 Lincoln Lane S&Lenox Avenue 18 P23 16th Street&West Avenue 31 P24 17th Street&West Avenue(Epicure) 71 P25 Lincoln Lane N&Lenox Avenue-West Side 86 P26 Lincoln Lane N&Lenox Avenue- East Side 107 P27 Lincoln Lane N&Meridian Avenue 144 P28 Lincoln Lane N&Pennsylvania Avenue 195 P29 17th Street&Convention Center Drive 160 P32 18th Street&Meridian Avenue 886 P33 19th Street&Meridian Avenue(Holocaust) 26 M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Surface Lot Location Number of Spaces P46 18th Street&Purdy Avenue 41 P48 21st Street&Park Avenue 15 P49 21St Street&Collins Avenue 202 P51 23rd Street&Liberty Avenue- East Side 20 P52 23rd Street&Liberty Avenue-West Side 35 P55 27th Street&Collins Avenue 121 P56 34th Street&Collins Avenue 62 P57 35th Street&Collins Avenue 72 P58 40th Street&Royal Palm Avenue 43 P59 40th Street&Prairie Avenue 70 P6O 40th Street&Chase Avenue 80 P61 41st Street&Alton Road 41 P62 42nd Street&Jefferson Avenue 30 P63 42nd Street&Royal Palm Avenue 194 P64 47th Street&Pine Tree Drive 17 P71 46th Street&Collins Avenue 426 P72 53rd Street&Collins Avenue 159 P81 64th Street&Collins Avenue 65 P82 65th Street&Indian Creek(Marina) 52 P83 69th Street&Harding Avenue -East Side 35 P8O 71st Street&Byron Avenue 30 P84 71st Street&Harding Avenue -West Side 51 P85 71st Street&Carlyle Avenue-South Side 15 P86 71st Street&Bonita Drive-South Side 34 P87 71st Street&Bay Drive-South Side 35 P88 Normandy Drive&Rue Versailles 23 P89 Normandy Drive&Bay Drive-North Side 31 P9O 71st Street&Bonita Drive-North Side 18 P91 72nd Street&Carlyle Avenue 51 P92 72nd Street&Collins Avenue 320 P93 73rd Street&Dickens Avenue 18 P1O6 75th Street&Collins Avenue 110 P1O7 79th Street&Collins Avenue 47 P1O8 80th Street&Collins Avenue 54 P1O9 83rd Street&Collins Avenue 105 P11O 85th Street&Abbott Avenue 12 P111 84th Street&Collins Avenue 65 P112 87th Street&Collins Avenue 15 32 City of Miami Beach Project Plan March 2017 m MIAMI BEACH Program Management Services ,Aggilifor an Intelligent Transportation System and Smart Parking System A threshold was established to determine specific surface lots that will be equipped with SPS technology.All lots with more than 35 spaces will be updated with detection technology to provide lot occupancy on DMS. This update will occur for the 40 lots that exceed this threshold during future phases of this project. 3.5.1.3 On-street Parking Spaces There is a large inventory of on-street parking spaces in Miami Beach with which the SPS should integrate to provide patrons with availability information and payment options.Table 17 provides a summary of the on-street parking supply inventoried for the Parking Supply/Demand Analysis conducted by Walker Parking Consultants in 2003. Table 17:Miami Beach On-Street Spaces On-Street Parking Area Number of Spaces Middle Hotel 1,910 Lincoln Road 3,765 Ocean Drive 3,279 South Pointe 3,053 North Beach Town Center 2,535 3.5.1.4 Existing Management Systems The existing Miami Beach parking systems include the following hardware and software systems: • SKIDATA: provides parking access and revenue control system has been implemented in various lots and parking garages • T2 Systems:deploys the on-street parking equipment and management systems • ParkMe and Parkmobile:currently disseminates parking availability data free of charge where available from on-street and off-street facility data streams 3.5.2 Smart Parking System Concept This section describes desired features of the SPS and includes concepts that may be included in future phases. 3.5.2.1 Parking Guidance/Wayfinding The goal of the parking guidance/wayfinding component of the SPS is to provide a more seamless method for transient parkers to find parking space availability. On-street parking availability can be provided to patrons via a mobile and web application in the format of a heat map (green-red) which indicates approximate parking availability based on integration with the T2 on-street parking meters and their associated algorithms. City of Miami Beach Project Plan March 2017 4.40/11kel 1 4 ! NA I R F (`H Program Management Services for an Intelligent Transportation System and Smart Parking System Off-street parking availability can be provided on a facility-by-facility basis using parking detection technology in each parking facility. While the detection technology may differ from facility to facility, the number of spaces available will be provided via the mobile and web applications. As parking patrons get closer to high transient areas(e.g. Lincoln Road) parking availability and wayfinding for two to three of the closest parking facilities can be provided on dynamic message signs at key decision points to guide patrons to the closest available parking. For off-street parking lots or garages,the SPS will integrate with the existing SKIDATA detection technologies for parking facility availability. Parking occupancy data will be displayed on DMS monument signs near the entrance of all ten garages and surface lots with more than 35 parking spaces. At the select parking facilities, signs near the entrance can indicate the number of parking spaces available on each level of the garage.In future phases,for larger garages where the City of Miami Beach desires to provide a concierge parking experience, space-by-space availability indicators will show space availability in a visual manner above each space or parking row. 3.5,2.2 Dynamic Pricing For most parking patrons, the frustration of parking spot unavailability outweighs the expectation that pricing should be a set rate. Based on historical price data, the SPS sets prices for each day through integration with the existing T2 on-street system and SKIDATA parking garage system to manage parking demand. As demand increases or decreases throughout the day,the SPS will adjust prices at scheduled intervals to provide optimum parking availability and utilization at thresholds determined by the City of Miami Beach. Patrons entering the facility at any time will be charged the parking rate set at the time of entry in to the parking facility or on-street parking space. This use of dynamic pricing will enable the City of Miami Beach to optimize parking availability while also maximizing parking revenue. This is an optional system component that may be included at a later date. 3.5.2.3 Special Event Parking Reservations Special events can lend themselves to highly concentrated parking within a specific area of the city for single or multiple events. Patrons attending these events may not be familiar with the area and may be inclined to pay a higher fee to have a reserved parking space available for them at a known location within close proximity to(or with a shuttle to)their desired event. Patrons could use a City of Miami Beach branded parking web or mobile application to reserve a parking space in a specified facility for a desired special event. A link to the web application can be provided on the special event web page,the patron's ticket to the special event,and the Miami Beach Parking website.Once the patron reserves a parking space, a link to a digital barcode ticket will be provided to the user via email or text message for entry at the off-street parking facility. On the day of the event,the patron will navigate to the defined parking facility where they reserved their parking spaces,scan their digital or printed barcode ticket at the entry lane device of the garage,and park in their space. 34 City of Miami Beach Project Plan March 2017 4,441en MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System This is not currently part of the RFP, but may be included at a later date. 3.5.2.4 Office and Residential Tenant Parking In future phases,the SPS could augment the existing off-street SKI DATA system to enable more seamless office and residential tenant parking. The tenants through the use of a Radio Frequency Identification (RFID) sticker placed on their vehicle will pay for parking based on the number of vehicles to be allowed in the garage at a time. Automated vehicle identification antennas and readers can be installed and integrated with the SKIDATA system at each tenant parking garage. The SPS will be capable of centrally loading, managing, and enforcing tenant parking for all off-street parking facilities. 3.5.2.5 Operations Center It is anticipated that the operator will manage the SPS from a central facility. In addition, the central software systems for the SKI DATA and T2 Systems applications should be available from the central operations center and shared with the TMC.Upon full implementation in future phases,the SPS will have a central software system that enables the operator to view and manage the dynamic pricing, parking reservation, tenant parking, and parking guidance/wayfinding aspects of the system. 3.5.3 System Requirements In Phase 1,the SPS will provide the following features: • Data Dissemination:The system should communicate the following information to Miami Beach patrons via DMS monument signs: o Wayfinding information,to direct patrons to parking garage facilities o Parking availability information for each parking garage facility, using real-time occupancy information • Integration:The new software and infrastructure components should integrate with: o SKI DATA for receiving pushes from the SKI DATA system regarding facility entrance/exit counts • Reporting: The system should provide an efficient mechanism for reporting and dashboards. Reports include: o Occupancy and space availability management for parking garage facilities In future phases,the SPS will provide the following features: • Dynamic Pricing: The system should allow the City to adjust parking prices based on schedule or demand. o Demand-based dynamic pricing changes parking fees based on the occupancy of the parking facility. Dynamic pricing is used by some municipalities to distribute on-street parking across available supply. Larger parking systems, such as airports, may use demand-based dynamic .adifigi,Q4 MIA MIE3EACH PgrManagemSery forroan Intelligentam Transportationent System and Smicesart Parking System pricing to control demand. Prices can be modified in real time based on parking space availability data, or they can be adjusted periodically based on historic demand patterns. o Schedule-based dynamic pricing changes parking fees based on a set schedule. For example, business hours, evenings, weekends, and holidays can have varying hourly parking fees. The parking facility operator can update this schedule as needed. • The City would like to implement schedule-based dynamic pricing in the near term,with the capability to move to demand-based in the future. • Determination of parking prices on a daily basis based on historical pricing data. • Parking prices should be available in real-time to user via Miami Beach branded web applications, mobile applications, and dynamic message signs. • Integration: The new software and infrastructure components should integrate with: o SKIDATA PARCS for pushing dynamic pricing changes to access controlled facilities o T2 Systems on-street parking management system for pushing dynamic pricing changes to on- street spaces and for receiving availability information in heat map format for display on the Miami Beach branded web and mobile applications • Reservations: The system should allow patrons to reserve spaces ahead of time at select parking facilities via Miami Beach branded web and mobile applications. • Data Dissemination:The system should communicate the following information to Miami Beach patrons via web and mobile applications: o Wayfinding information,to direct patrons to surface lots o Parking availability information for each off-street parking facility, using real-time occupancy information o Parking availability heat map information for on-street parking facilities, integrating with real- time availability algorithms from the existing on-street system vendor o Real-time dynamic pricing information • Reporting: The system should provide an efficient mechanism for reporting, dashboards, and performance metrics. Common reports include: o Transaction/yield analysis and management o Tenant parking management o Occupancy and space availability management for surface lots o Daily revenue collection reviews • Enforcement:The system should provide a cost efficient solution for enforcement of parking regulations and fraud prevention. 36 City of Miami Beach Project Plan March 2017 M(AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 3.5.4 System Components The SPS must consist of both software and infrastructure components in order to meet the system requirements. 3.5.4.1 Software Components In Phase 1,the software for the SPS will include: • Central SPS Software: A central software system will allow the City to manage the system from their parking operations center and TMC. • Customized Management Dashboard: A management dashboard will help facilitate smooth central management of parking operations and pricing.This may be part of the central SPS software. • Reporting Application: In addition to the previously mentioned common report types, software that can break out reports by revenue source will provide helpful information for the City to use to adjust parking operations and dynamic pricing policies.This may be part of the central SPS software. In future phase,the software will include: • Mobile App: A mobile app will provide patrons with the extra convenience of being able to locate available parking spaces and pay for parking using a mobile device. • Website: The system should provide a website to provide patrons with general parking location information, real-time dynamic pricing information,and the ability to make reservations. • Enforcement Application: The software should provide an application for enforcement officials to use for ticketing and fraud prevention.This may be part of the central SPS software. 3.5.4.2 Infrastructure Components The following infrastructure components will provide an environment for the SPS software to operate efficiently. 3.5.4.2.1 Parking Guidance System A Parking Guidance System (PGS)facilitates the effective use of a parking inventory and enhances customer service.Video or ultrasonic detectors over each parking space have been implemented in recent PGS programs to detect space-by-space occupancy. Detectors are placed at the ramps between levels for the simpler level-by- level detection PGS.Dynamic signs are used for space-by-space and level-by-level PGS programs to guide patrons to available spaces or levels. The PGS for the SPS will include the following infrastructure components: • Dynamic Message Signs:DMS should be integrated with static signage systems that can provide general wayfinding information to guide patrons to parking facilities. DMS will be used to disseminate the following information to patrons: o Space availability information outside of(and sometimes within)parking facilities o Dynamic pricing information M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • Detectors: Detectors fall into two major categories: o Level-by-level detectors for level-by-level availability as a patron enters the parking facility. o Space-by-space detectors for space-by-space availability as a patron proceeds on a particular floor or level. F The long-term vision for the SPS incorporates the City's desire to implement level-by-level PGS at most garages and a space-by-space parking availability pilot for one r garage in the SPS. Space-by-space detection does little to enhance parkingJe 4:4.' -- convenience in garages which require patrons to drive past - o' 1' every space anyway. Therefore, space-by-space detection is most effective and appropriate at garages whose layouts allow patrons to make route decisions as they travel Figure 10:Example Space-by-Space PGS System through the deck. Space-by-space detection is a beneficial solution when parking spaces along ramps would require a level-by- level detection to forfeit the use of multiple spaces to improve system accuracy. Furthermore, space-by-space detection is often provided at more expensive garages as a premium service. Given these factors, a space-by-space pilot is recommended for the G8 garage at 5th Street and Alton Road. See the Appendix for the following typical device placement drawings for the PGS: • Space-by-space detection • Level-by-level detection in garages with parking on ramps • Level-by level detection in garages without parking on ramps 3.5.4.2.2 Automatic Vehicle Identification Automatic Vehicle Identification (AVI) can be a cost-efficient solution for parking facility access, depending on the operational needs of the parking system. AVI readers at entry and exit lanes are used to detect windshield AVI transponders remotely as patrons enter the parking facility.AVI allows users to have more than one vehicle with a transponder. It tracks usage so only one vehicle per user is allowed in the facility at any given time. While patrons still need to slow down for the gate to be raised,this form of entry is quicker than issuing a ticket at an entry station or using a proximity card reader; however, implementation is more expensive. AVI is most cost efficient for parking garages with regular parkers, since transient parkers will not have suitable AVI transponders to make use of the system. For this reason,AVI is recommended at Miami Beach garages with high proportions of office and residential patrons. 38 City of Miami Beach Project Plan March 2017 IQA MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 3.5.4.2.3 License Plate Recognition License Plate Recognition (LPR) systems combat ticket transaction fraud by confirming entry time and date information. They use vehicle license plate information to verify transactional activity in situations where a patron's ticket is missing or deemed questionable. Today, LPR cameras use infrared lighting, eliminating the need for specialized lighting or a camera flash.These infrared cameras can typically read a license plate number with 95-97%accuracy. License Plate Inventory(LPI)systems provide the following: • Serve as a vehicle locator for patrons who forgot where they parked • Augment the accuracy of LPR systems At many parking facilities, parking staff circulate through the levels, manually recording the parking space designation and vehicle information into a handheld device. This cumbersome operation can now been automated through the use of Mobile LPI systems. Vehicle-mounted cameras communicate to a laptop inside the vehicle.As the vehicle is driven through the parking facility on a specific route,the camera records the vehicle information and the captured license plate image is stored within the application software. Once the inventory process is completed, the information is uploaded to the server system for subsequent correlation with the PARCS and LPR.The system can then reconcile the LPR images captured at entry to the LPI images captured and correct LPR misreads. LPR/LPI systems require costly hardware, significant increases in bandwidth requirements, and additional manpower for image review at operator workstations when the images are unclear. The cost of an LPR/LPI system is typically only warranted for high-volume parking facilities with greater needs for fraud reduction and vehicle location. Before implementing widespread LPR/LPI systems in Miami Beach, it is recommended that the City implement a pilot LPR/LPI program at a high-volume parking facility whose entry and exit lane configurations can accommodate the installation of an LPR/LPI system without major changes to the lane geometry or supporting infrastructure. See the Appendix for example schematics of LPR device locations at entry and exit lanes. 3.5.4.2.4 Network The City of Miami Beach Information Technology (IT) Department is responsible for meeting network and any technology needs. The network supporting the SPS should satisfy the City's requirements in the following four focus areas: • Reliability and Availability: Uptime standards (or Service Level Agreements) should be established according to the City's needs and policies, industry standards,and a cost effective option. City of Miami Beach Project Plan March 2017 m MIAMI BEACH Program Management Services igitiafor an Intelligent Transportation System and Smart Parking System • Security:The network must display PCI compliance according to PCI DSS Version 3.0, based on regular Qualified Security Assessor(QSA) assessments. PCI compliance can be achieved through a physically separate credit card network or a logically separated network with point-to-point encryption of credit card data. Current Europay, MasterCard, and Visa (EMV)standards should also be accommodated by the network design. • Scalability:Spare ports and fiber should be provided to allow for future growth. • Maintainability:Standardization of network infrastructure(where possible)will make it more feasible for the City to keep spare hardware in stock and to follow standard configuration procedures. Roles and responsibilities for maintenance of the SPS should be agreed upon and clearly delineated to support a successful long-term solution. 3.6 Transportation Management Center The TMC will serve as the focal point for monitoring, controlling, and coordinating various functions required to manage the city's transportation system. At the TMC, information about the city's arterials, traffic signals, and parking facilities is collected, processed, and combined with other operational data to initiate control strategies to improve system performance. The TMC also provides a center for communicating transportation related information to other agencies and to the traveling public. The City of Miami Beach traffic signal system consists of approximately 400 traffic signals currently operated by the Miami-Dade County Department of Transportation and Public Works (DTPW) Traffic Signals and Signs Division (TSS).The City ultimately desires their own TMC with the ability to control and monitor future systems. As identified by the stakeholders, additional capabilities that need to be provided in the TMC include the following: • Incorporate ITS and SPS device into the central system • Evaluate the need for and develop in future phases a potential satellite center in the Williams Gateway area or other areas of the City to improve TMC service time and provide system redundancy to enhance the system reliability Long-term capabilities that are not included as part of this project include: • Establish a fiber optic cable connection to Miami Beach police and fire dispatch • Establish a fiber optic cable connection to the Regional Community Network In the short-term, a TMC is desired at the FDOT District Six SunGuide Center. Long term locations for a future City of Miami Beach TMC may be established based on the City's requirements and operational needs. A benchmarking analysis was completed summarizing the layouts, hours of operations, and staffing positions for several TMCs throughout the state for comparative purposes. 40 City of Miami Beach Project Plan March 2017 ,rniggkirl MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 3.6.1 FDOT District Six SunGuide Center FDOT District Six's SunGuide Center serves as the regional command post that monitors and controls ITS technologies to provide motorists with reliable traveler information and coordination with incident responders within the roadways of Miami-Dade and Monroe counties.The 32,000 square foot facility features a multi-screen video wall with 18 workstations and six support desks that house the FDOT operations staff who monitor traffic, disseminate information, and provide District Six with incident management services 24 hours per day, seven days per week (24/7 operations). One of the main roles of the TMC operations staff is to work closely with emergency responders and various transportation agencies to administer procedures that allow for the quick and safe clearance of traffic incidents that affect limited-access highways. Coordination with transportation agencies is enhanced by the collocation of the MDX and Florida Highway Patrol (FHP)Troop E within the TMC. ZO- _ INN • • 111111 'a "CZ orb Figure 11:District Six SunGuide TMC VIDEO VIDEO VIDEO VIDEO n • ON SPEED GRAPH ON/EMAIL/, OTM/EMAIL/ SUNGUIDE SUNGUIDE WEBSITE WEBSITE RNISHED — — — — —— — (FLOOR Figure 12:District Six SunGuide TMC Workstation Layout City of Miami Beach Project Plan March 2017 al M 8 E�� Program Management Services ,didafor an Intelligent Transportation System and Smart Parking System 3.6.2 Miami-Dade Traffic Signals and Signs The TSS of the Miami-Dade DTPW is responsible for operating and maintaining Miami-Dade County's traffic- related infrastructure to assure the safe and efficient flow of pedestrian and vehicular traffic on the arterial street network.The Miami-Dade TMC is responsible for the nearly 2,800 traffic signals throughout the County. Housing an operations staff of one manager, 12 zone/area engineers, and four operators, the layout for the newly renovated TMC is provided in the figure below. Operator workstations are equipped with six monitors and zone engineer have workstations equipped with two monitors. iiiiimmilw V,..,t, I ,,'"i;.y ',,,,, .=-lint , rill-- ete ;ie. Figure 13:Miami-Dade TMC Layout 3.6.3 Broward County TMC The Broward Regional TMC is home to Broward County Traffic Engineering Division (BCTED) and FDOT District Four.The county owns and maintains the building facility, however FDOT occupies space within the control room and neighboring offices for its Freeway Management Systems(FMS) team and Express Lanes operations. The FMS program covers multiple counties including Broward, Palm Beach, Martin,St. Lucie, and Indian River. Both of these programs maintain 24/7 operations. FDOT's newest project is the Arterial Management Program(AMP). The basic role of each AMP operator is to detect incidents using CCTV cameras and other ITS devices located along on the assigned roadway and actively monitor traffic conditions, and disseminate traffic information to the motoring public. BCTED Signal Operations, District Four Traffic/ITS Operations, BCTED Signs and Marking Division are housed with this TMC. The facility has 22 workstations in total. 19 workstations are FDOT-maintained equipped with 10 monitors(two rows of five monitors),and the remaining three are BCTED-maintained workstations equipped with four monitors. 17 workstations are occupied 24/7, five workstations are occupied during weekdays only. The figure below displays the video wall and layout of the control room within the Broward County TMC. 42 City of Miami Beach Project Plan March 2017 m M I A M 18 EAC H Program Management Services ,AtiItafor an Intelligent Transportation System and Smart Parking System aim _...• t- 7 ,;.dirmakitligrtplad, . . ! N, ,:,..• VIM-" fie. . ren //, = - .,. !' - . - ,, ---4,f , . Figure 14:Broward County TMC Control Room 3.6.4 Palm Beach County TMC FDOT District Four, in collaboration with the Palm Beach County Traffic Engineering Division, started the"Living Lab"pilot project to actively monitor, manage,and improve arterial operations along major corridors within Palm Beach County. The Palm Beach AMP Operators are responsible for utilizing various ITS devices (such as CCTV cameras and Bluetooth vehicle detectors)to detect incidents, monitor traffic conditions, and collect travel-time data in real-time in accordance with established policies and procedures. In addition, AMP Operators provide support to Palm Beach County Signal Timing Engineers as they implement signal timing changes to improve traffic flow and reduce motorist delay.AMP Operators also support FDOT District Four Freeway ITS staff and the Palm Beach County Signal Timing Engineers as they work together to improve freeway-arterial coordination during incidents on Interstate 95 in Palm Beach County.The following figure provides a visual of the operator's workstation. =11.11.1111.1.1.1111111 .7w,- Monitor and adjust signal timing in _-vIII real-time - ..u.+. ---an .4.. mss. , .--- _-a , 1 *I4. BIueTOAD System Analysis PBC T Cameras ATMS.-low BIueTOAD • Travel-Time Data 1 • Speed Data �"" 3 • Real Time Status of arterials T- • ravel Time ibilill Vialalallanduil - xc. Reliability Includes PTZ Cameras& Measures Video Detection. Monitor • TTI • Arterial Traffic Conditions. BTI Figure 15:Palm Beach County TMC Workstation M I A M I B EACH Program Management Services „Alifor an Intelligent Transportation System and Smart Parking System The staffing breakdown and operating hours for the District Six SunGuide Center, Miami-Dade TMC, and Palm Beach County TMC are above are provided below. Table 18:Reviewed TMC Operations TMC Location Staffing Hours of Operation • SR 826 Operators(2) • 1-75 Operators(2) • 1-95 Operators(4) District Six SunGuide MDX Operators(3) 24/7 Operations Center TSM&O(1) Managers(2) • i Supervisors(2) • Operations Manager(1) • Operators(2) Miami-Dade TSS • Engineering Manager/Supervisor(4) Monday to Friday:6 AM 12 AM Weekends:9 AM -6 PM • Zone Engineers(11) • Support(5) Broward County FDOT:FMS&1-595(19) FMS&1-595:24/7 Operations AMP Operators(3) AMP:7 AM - 7 PM • Signal System Manager(1) • Signal Timing Engineers&Techs(4) • TMC Engineer(Consultant)(1) • TSM&O Staff(Consultant)(2) Palm Beach County • ITS Network Management(2) Monday to Friday: 6:30 AM - 7 PM • ITS Communications Techs(3) • ITS System Supervisor(1) • ITS Utility Coordinators(2) • TMC Operators/CADD Techs(2) 3.6.5 Miami Beach TMC The requirements for the TMC are based on assumptions provided by the City for future operations.The summary requirements for the City include the following: • Space for two TMC operators • Small video wall/large monitor • Six monitors for viewing the following: o ITS cameras o ITS device/status map o Traffic status map o SPS and PARCS 44 City of Miami Beach Project Plan March 2017 m M AM BEACH Program Management Services .jilla� for an Intelligent Transportation System and Smart Parking System o Signal system o Other software programs such as Microsoft Office, Outlook, etc. In order to obtain the full benefits of the HD IP CCTV cameras, all installed CCTV camera viewing monitors will need to be HD quality monitors as well. Displays for the ITS and SPS will be required at the TMC workstations and on the video walls.All workstations will also need to be running a minimum of Microsoft Windows 7 operating system to support the central system software. In addition, mobile access to the central system for viewing and control will be required through a credentialed website. The City of Miami Beach TMC and the City of Miami Beach ITS devices will also be accessible from the FDOT District Six SunGuide®TMC, the Miami-Dade County TMC, and by the City of Miami Beach Police Department at the EOC. However, control of ITS devices is not anticipated by FDOT, County, or Police Department personnel. 3.6.5.1 Staffing Plan Based on direction from the City, open space on the second floor of the FDOT District Six SunGuide TMC will serve as the City of Miami Beach TMC. The space is approximately 500 square feet and will be outfitted by the City to meet their needs. The staffing requirements for the TMC are based on the assumption provided by the City for future operations. A 16-hour, 7 days per week (16/7) staffed operation was used as a basis for the staffing plan.It was assumed that a System Manager would staff the TMC during the initial phases of the project and multiple operators would be brought on during future deployment phases. The System Manager is responsible for the overall operations of the TMC. This single point of responsibility provides accountability for the operational performance of the TMC and as a point of contact for other internal and external stakeholders for coordination.This single position is to be staffed by two personnel anticipated to work rotating eight-hour shifts.The System Manager may also be on-call to respond to staffing shortages,special events, and emergencies. The roles identified for the System Manager include: • Budgeting of TMC operations and financial tracking • General management, including staff oversight and development, performance monitoring and evaluation • Program development,including goal setting and transportation operations performance measurement, documentation, reporting, and assessment • Coordination and Communication with TMC other stakeholders, including: o Public Agencies o System Developers/Implementers o System Operators o System Maintainers o Public Stakeholders M IAM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System o Public Communications o Media communications o Tours System Operators serve the function of operating the traffic management systems, utilizing the system work stations, and sometimes the central equipment platform and other equipment subsystems such as two-way radios as necessary.The TMC Operation is based on the following general principles: • Two operations staff shall be present when possible, so that brief breaks or emergencies will not result in the TMC being unattended, thus managing major incidents more effectively when the tasks could otherwise overwhelm one individual alone. • On occasion when a staff member is working alone in the TMC, a more senior staff person shall be scheduled or assigned who has the proven ability to perform the required duties independently. • Operations staff shall be trained to take ownership of incidents, managing them by not only following procedures, but optimizing performance measures to result in a positive public perception of the TMC and the City,and their ability to effectively handle incidents. • Operators shall be cross-trained on the ITS and SPS systems outside their normal operational role to assist with either system in times of need and/or emergencies. • A career development path shall be visible to operations staff members who desire a long-term role in Transportation Systems Management and Operations(TSM&O). • Signal timing preparation shall minimize and balance congestion, provide safe,smooth traffic flow,and respond to varying conditions predictably and consistently. The primary responsibility of the operators will be to optimize and recommend signal timing changes as directed by the City and overseen and approved by Miami-Dade County DTPW. Other operator tasks and responsibilities include conducting corridor travel time runs, documentation of standard operating procedures, updating DMS messages, communication with City Departments and outside agencies,or other tasks as directed by the City. In order to follow these principles and staff multiple shifts per day, numerous operator positions are necessary. For the 16/7 operation,two shifts are to be covered by operations staff. The 9-hour shift allows for a one hour lunch period, where one staff member covers for the other and lunch periods are staggered.The overlap of the early and late shifts allows for a transition of any incident from one operator to another.A part-time position is to be identified to cover for sick leave, vacations, and holidays for the full-time operations staff as well as supporting special events and emergencies. A scenario for the proposed hours of operations when the TMC is fully operational is shown in Table 19.The final staffing plan will be defined by the Contractor and approved by the City to meet the defined coverage periods. 46 City of Miami Beach Project Plan March 2017 m M IAM i BEACH gram Management forProan Intelligent Transportation System andServices Smart Parking System Table 19:Anticipated Staffing Operations Day of Week Staff Position Monday Tuesday Wednesday Thursday Friday Saturday Sunday System Manager* 7 AM - 9 PM 7 AM -9 PM 7 AM -9 PM 7 AM - 9 PM 7 AM - 9 PM 9 AM - 12 AM 9 AM - 12 AM System Operator 7AM -3PM 7AM -3PM 7AM -3PM 7AM-3PM 7AM -3PM 9AM-5PM 9AM-5PM System Operator 1PM-9PM 1PM -9PM 1PM-9PM 1PM -9PM 1PM -9PM 4PM - 12 AM 4PM - 12 AM *includes on-call hours 3.7 Adaptive Traffic Signal Control Adaptive Traffic Signal Control(ATSC)adjusts, in real time,signal timings based on the current traffic conditions, demand,and system capacity.The systems require additional detection, in the form of pavement loop,video,or microwave detectors and infrastructure that allows for communication with the local intersection signal controllers. The reliability and strategic placement of these detection devices is instrumental in the success of the adaptive system.The main benefits of adaptive signal control technology over conventional signal systems are the capability to: • Adjust green time distribution to optimally serve approaches based on traffic volume • Improve travel time reliability by progressively moving vehicles through green lights • Reduce congestion by creating smoother flow • Prolong the effectiveness of traffic signal timing • React to traffic incidents,special events, and road construction to ensure traffic flow The project includes the City's plan to upgrade up to 40 intersections along three major corridors with ATSC technology as an optional service.Adding ATSC technology to the existing signal system must result in the ability to accommodate multiple operational strategies to support varying conditions throughout the selected corridors. The three arterial corridors will need the ability to function like a pipeline, essentially flushing traffic down the corridor as efficiently as possible. Additionally, during incidents affecting mobility, flushing traffic through all corridors will be critical for traffic management. Florida Atlantic University(FAU)is currently conducting an evaluation of two ATSC systems.The ongoing study is evaluating Kadencee, developed by Kimley-Horn and Associates Inc., and InSync®, developed by Rhythm Engineering.The results will identify the anticipated cost and benefit for each ATSC system specific to the 41st Street corridor in the City of Miami Beach. Based on the results of the FAU study, the City will coordinate with Miami-Dade County on the ability to utilize the County's currently installed ATMS software in conjunction with the adaptive software.Summaries of the software capabilities are presented below and the findings of the FAU study will be incorporated once the study is finalized. MIAMI BEACH Program Management Services ,tifigkell_ for an Intelligent Transportation System and Smart Parking System 3.7.1 Kadence Time of day plans are effective for intersections that are predictable in nature. Kadence's real-time adaptive model optimizes the time of day plans at each intersection based on detection information gathered from real- time traffic conditions. Kadence is comprised of five principle algorithms for tuning signal splits, offsets, cycle time, phase sequence,and time of day schedule. Kadence can meet a variety of agency's objectives: • Maximizing throughput on a coordinated route • Providing smooth flow on a coordinated route • Providing access equity for all phases at an intersection • Manage the length of queues a Optimize operation to minimize phase failures • Combinations of these objectives Kadence operates in the following fashion: • Poll controllers for phase and detector data • Calculate new splits, cycle,offset, sequence • Download new pattern data to blank pattern • Command controller to scratch pattern • Controller responsible for normal operation at the intersection • Kadence does not override the operation with holds/force off This system can produce reports and graphics that indicate that Kadence (as well as traditional signal timing operations)is meeting the goals of any agency. 3.7.2 InSync The InSync real-time adaptive model is based on three main components: digitize signal operations, local optimizer, and global optimizer. Converting traffic signal operations from analog to digital allows InSync to dynamically choose and adjust signalization parameters such as state, sequence, and amount of green time to best serve actual traffic conditions. The InSync Processor,installed in the traffic cabinet at each intersection,constantly decides how best to optimize traffic at the intersection while also coordinating progression along the corridor. The local optimizer focuses on minimizing delay at each individual intersection. The system does this by constantly measuring volume (and delay at each intersection, then making instant decisions about how to best reduce those numbers.The global optimizer reduces stops along a corridor by synchronizing all traffic signals. The system does not depend on a central server;rather,all intelligence is distributed and interacts with the corridor's network of InSync processors. 48 City of Miami Beach Project Plan March 2017 MIAMI BEACH Program Management Services Aidlial for an Intelligent Transportation System and Smart Parking System 3.7.3 Corridor Priority For the City to consider implementing advanced/predictive signal timing,there are several evaluation measures that must first be examined before selecting and deploying a system. A key task that must be considered is conducting a corridor assessment.The City has identified three corridors as candidates for potential deployment in the future. Considering current corridor performance (level-of-service, delays), volumes, and corridor characteristics(such as intersection with other major corridors), priority was assigned to the following corridors: • Priority 1:41st Street- Collins Avenue to Julia Tuttle Causeway(14 Intersections) • Priority 2:Alton Road - 6th Street to Dade Boulevard (15 intersections) • Priority 3:Abbott Avenue/Harding Avenue - Indian Creek Drive to City Limits(10 intersections) The adaptive system requires the ability to support heavy bi-directional traffic in the AM and PM peak,therefore Annual Average Daily Traffic(AADT)for the corridors was considered in the recommendations of corridor priority. 2015 AADT for each corridor is provided in Figure 16.As the focus of the pilot study and the corridor feeding into the most heavily traveled causeway in the City of Miami Beach,top priority was given to 41st Street.As previously noted, ATSC technology will detect the increase in volume and promptly optimize signal timing. This real-time change to signal timing parameters will have an effect on the traffic flow in the opposing direction. As such, offsets for conflicting directional traffic should be adjusted to accommodate any changes.In the case of the 41St Street corridor, five adjacent signals were highlighted demonstrating the need for north-south corridor along Collins to accommodate any updates to the timings. Figure 16-Figure 19 highlight the potential ATSC corridors. The adaptive component of this project will be included as an additional service. b M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System � �� 7F,,..,,., ri„,,.. 0.5 1 r .! s., Miles �y oHarding Ave Corridor ..MWx � 1 1 . ...®. ''Alill ' 415t Street Corridor Af•Y de+ I Alton Road Corridor t, ,a t. Atl,int;,o LI o.,.;. ,., Legend 1 il Adaptive Corridors 2015 Annual Average Daily Traffic 0-15,000 15,001-30,000 - 30,001-50,000 Illir 1 50,001 70,000 - 70,001-110,000 • l - 110.001-160,000 P 4 - > 160.000 II.,1>�S Miami-D'adeCounty,FL .`t. Figure 1.6:Miami Beach AADT and Proposed Adaptive Corridors 50 City of Miami Beach Project Plan March 2017 „itigkerA MIAi\ AC AIBEH -,-7-.. -- Program Management Services for an Intelligent Transportation System and Smart Parking System *4 It 1C4i1;64.4 \k,\\'' I 4 ''' St . Os Se.... S'arp ri g t Lair 0 0.1 r. 0.2 Miles "Iir" "------.....z.z.1 0 4 .. NuLer4,0111 ,--% $1/ rrii. .. L416447 lair I i 4; :/lb ifit:tri;10! 4_,.."'.4 1, .,,,,, 1 :: , 1 { .,, vi op ! . ._ Ind, dr , ...,t4 a ill : :. . Ia. iplits4 , ce it t . , 1p. j r 4 it I 14.' ; : v. :,-7' **, I • jp ' ' . , .r. 4,„k v. jo ) , Jr* -: lis. ' s I ,k, ,,t. .. - . _ ,-.., . . • , 1 i''z I,I 11, 4-- , /1. 4 21 - . IT, f 1,t...sil ir II 1.'! ' A iir ii .. : ..„, , a , ..-.._. . .. : /6,46), 4/4 11 a, !t. , a • 4 t I * at pme It 4./Ai!' a. # .41r •e„-,3 , i r Ac4.0LjtIL--. - It/ ,ow . 1 4e1F 411 itif i 2,1 ste lin‘ I f i . ,,: •.,.. ,IF 1 i/4it"!LI .1.1, 41111 I op ir,,,i47,4‘,.,..4. iit tr 9 ,L.,...;1 -No , . iv* 1 r .' It iir Ev1,414!.1-f sr_- S `a 1.4'4 .;,r,1 ir'._tt, Wottard )kb ;21 4tr.: Park . , / ;-7------- rirarier i ' ' '‘ 4 t r-.(!'42 • ii..„ • 1111:3:11111114 a 4 4fr * ' r'e.' 4 ''' i -----iii \\...sr "At ,-----4 \., s 41 •A 10°II al .z /tall am * ' _ _.#11 tili /a Viti 4 . swop s .44,44-41,,th s 1,16 .11,&- 4 i If fli\ , , . . , gni i : ' ilr % t! 7 , .. es,_:Ail [ ri ' C: 3 11 901;InpY . 1 _....h, . ....., 0.43 se av„, I • el 1 : -r s, .. 4.4 -, t ., e) 1 as ..it zri .5',.. it- . . . • A—to i .1,,,16 I, A,' v-,..„...„.,,,. - .,•- ,,. •, 7., . Legend Via tii.---i-7*- 4, • , .- •-• - . , ' ': WI 41 ti • 0 i • -or'f > .4” ... - .f..* f. q• 0 Traffic Signals — 7 - 3c, 11.0 I ! '' '.' 111.11.1M Coordination Group __:, : tir . _.-- .4-1:7, zs ---is irl'''1 ' S' j - Collo 4MM Adjacent Intersections Inwv- - I: -- •A- ,,, --'1,h,....",.. ,, Figure 17:41st Street Adaptive Corridor Q . 4 r., .„.„ II -, .7...t CD a._ o on, n - a - = 0 cp ,".. 1, 0 M CL = CI) 119 0 a a c • 4ormayiki7; > ...Oil.-- ' •.,, -n ..• so ,,,,L3i4 ---"- • -' ' K (76 71 101 Rd , • CO F. ".. . -... 1 PP — a. , As,. .A,,• ,_, .:::: ii a 1171! 442- ." '4 Fr 5 Tt- ii *112411[w ...... _,-. .., .. I • • Dz., let li ili QM- .,t .,,... . ......., ..... ,......, ,... I 0 '1___. - — •I „_ I Alton CI _ 7, IL .-....7 -'6.--"•,., sPlio ruiv.41.7„:"-r , . . . Q. -14 10' t ..' ' '. ,,,,,t1'ii- -‘• ‘ :11111111111M--i_i _ .. . .,:t.-4 - ',, ''''$ii-u--3:5411 1---:"*" ' afigairlirl•. iiW"-11111-3- 11!*-' 511111* ;f a iL___ 710:.,,, 1:3 ilik I 7 o a L-... _co CD ' 1 1111 I. 1 ill .•I jia§We • `L. a Po c.5 3 0 r 4-. . i - . mac I !r----- -7-:, •- m,,..—. -K H , al ...,..--;-. ...- . L. .-1.1.•,--A. A.`-- •- --...... .--. ...7....... ............. .7.1.-... Li.....? ........ 1111 .. i • - . _ cn a) ; It; t . -8 aD .....larolli .....404111114.. moolf.01.40 .... .. ..i,inlig 11 i 1111WOINI . • I, 1 -.1,— , cp ' ........diok,...' 1 .r.... ll ii .-__ :• ii loo 1 1 - -11--;-:-.-- -------- -1—-"-----" -=-- .,, •-••../ .... p .1r .n--- ill ca .i. c.. , ........ ail - i 1 ;-" 7—.. 1 ,, .., 5-3 .,---' = cp •"7 ," , 7.Tnit i.-r ift, :r. 1_,, DR a-jib t........-- 0.4-r-- • k i ; r. . ''/......"...‘ .0 W..L....M.. I. ....i rt f 1"a I r 4 •-6 .-4- 'r- 11 . _ ; 1r. 'itiLi 4r-ir_II. s- I 4. 11.74i i 1 , '' 1, 7 " 4 ., . ,. 3 cp —7---C". , 11-,lis , ...4I . , . . .1... _ 1 . .. . , = J .... _1— X _:,... ....... ... .— ..i.„,.—...... . cid-, . a— — 3 (D -_-_w ,, .ID 1 • :. imi — ..--- --' •-G --.''FAIrrrC =:+1:- "717... ry (J) T • ...-...-.... ...,+7777 CO.CI) ,W Ilit . F7r87-,31-c0S.-_pC-'i. 2c(A.o-. • ='..._, w4- 1 ,s 0 i r.=,•-,.-.--...„,g-e,1'!--1„r.,,r•—1s1-o,,1li1e16lil1w-on-..i_,! , ...,..,)..-..,:,I1..L'.:.1P.,-1•,,,,.,•;i.*o, 4_. k k-I i • . - •- ' • l •,;,,,-;14_„.4— °k5 CIc.-7On- arialea ALI Alt •1 I . I .,.. AilILIA !V I AM I BEACH Program Management Services = for an Intelligent Transportation System and Smart Parking System -,115.4 • 0 0.1 O.Miles 0 • . L :Ya ..' path . „, fis- 7-- . ..,...i..... 1,__-R a M t ri ,,1 .4-. 4..eirsie-/ --,--' - i!.,, ...:x --.:: ,,„Ow 0 • • '' t r 's4 _ TSt' 6 �R. 243 alti.- y. 71.7-117,t-,:''' • . rt,,.. .., ..,...\: , • _ � i� . --- •r • i Igi • • i J A iri 7.1.1 pi 1 .„,- . - 1 ..... En s.�?'" A • • s • -- Legend • Traffic Signals IMMO Coordination Group Figure 19:Harding Avenue Adaptive Corridor City of Miami Beach Project Plan March 2017 CAm► M IAM BEACH Program Management Services _ for an Intelligent Transportation System and Smart Parking System 3.8 Operations and Maintenance Plan The operations and maintenance(0&M) plan defines the actions to be taken in order for the TMC, ITS,and SPS to remain operationally effective throughout its expected lifetime. The selected DBOM Firm will be required to operate and maintain the system for 10 years following the complete construction of the first phase.The DBOM Firm will be responsible for maintaining the field equipment to optimize the availability of the system. The field equipment includes ITS equipment in the field,the parking system field infrastructure,and the communications field plant for both of these systems. The DBOM Firm will develop a detailed 0&M plan which will include maintenance of all central and field hardware and software elements maintenance and warranty requirements for all components.The plan at a minimum will cover these elements. 3.8.1 Operations Plan An operations plan for the system should include the following elements in order to achieve the goals and objectives described earlier,leading to an operationally effective system over its life cycle.Each recommendation is discussed below. 3.8.1.1 Prepare Standard Operations Guidelines The contractor should prepare detailed standard operating guidelines (SOGs) to provide operators with a consistent approach to daily operations, incidents, and regional emergencies. These are typically living documents, revised as necessary for operational improvement and when new activities, resources and/or stakeholders affect operations.The SOG is instrumental during operator training. 3.8.1.2 Recruit,Train,-and Certify New Systems Operators The contractor should prepare plans to recruit and hire new system operators and other support staff to coincide with startup of the TMC. The timing should be such that operators are hired when the TMC has functioning systems, but before any public announced date of the system going live.This period,typically two to four weeks, allows for training and certification of operators and a possible release of any employees found non-suitable for the required tasks. 3.8.1.3 Participate in Stakeholder Meetings Regular stakeholders meetings will be held to ensure that goals and objectives for the project are being met and to ensure active participation in the Steering Committee with multiple agencies and City departments. 3.8.1.4 Participate in FL511 Activities FDOT has sponsored a program involving a number of activities to provide a consistent traveler information service to travelers statewide, utilizing the 511 national traveler information telephone number.All operators of SunGuide®shall submit confirmed incident data to what is known as the Florida Advanced Traveler Information System (FLATIS)for access to travelers through an interactive voice response(IVR)or www.fl511.com. 54 City of Miami Beach Project Plan March 2017 Adigigi3O= MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Additional responsibilities include responding to Florida Department of Law Enforcement(FDLE)Amber, Silver and Law Enforcement Officer (LEO) Alerts, notifying travelers with dynamic message signs about missing children, missing elderly or impaired people, or law enforcement officers injured or killed in the line of duty. 3.8.2 Maintenance Plan The goals of the maintenance function of the system are recommended to include: • Maintain operational effectiveness of the TMC, ITS,and SPS over the life of the Systems • Protect the investment in TMC, ITS,and SPS infrastructure • Prevent Loss of the System elements due to damage,theft, and/or acts of god Specific objectives to achieve these goals above are proposed to be as follows: • Develop or hire qualified staffing to execute the maintenance program • Develop a comprehensive maintenance program that includes asset management, facilities location, and a ticket management system • Utilize a preventive maintenance program to reduce responses to failed equipment • Maintain a spare parts inventory • Develop performance measures for systems maintenance A maintenance plan for the system should include the following elements in order to achieve the goals and objectives above leading to an operationally effective system over its life cycle. Each recommendation is discussed below. 3.8.2.1 Implement an ITS Asset Management Program An ITS Asset Management Program serves the function of managing ITS facilities in a geospatial environment. The City does not currently operate an asset management program to manage its existing ITS assets spatially. The proposed system allows users to: • Have fast access to all details associated with a communications network and associated ITS devices • Place and maintain all wireless related facilities, ITS devices, infrastructure such as poles, cabinets, TMCs, hubs, conduit manholes,wireless infrastructure and paths, and electrical cables and devices • Access customized views,both geographic and tabular • Analyze data via a web-based application • View wireless network access points, communication cabinets, ITS devices, electrical cables and cabinets • Manage all associated documents including.pdf,CADD,spreadsheet,images,etc.through attaching of files and notes to features City of Miami Beach Project Plan March 2017 M,!A M I BEACH Program Management Services iglatfA for an Intelligent Transportation System and Smart Parking System • Import and view, ESRI Shape, comma delimited GPS data or DGN-based CADD drawings for interactive conversion to intelligent features to export data to Google, ESRI Shape or Visio • Allows users access from the notebook computer in the field via a wireless web based interface 3.8.2.2 Include Maintenance Considerations in the Procurement Many agencies find it necessary to include maintenance considerations in the initial procurement of ITS.This is based on the fact that sometimes capital procurement funds are more readily available, and it is not until a procurement is underway that the exact nature of the equipment is known. For these reasons,the following steps can be taken by the City to plan for maintenance of the TMC and systems. • Extend equipment warranties for beyond those in the current FDOT specifications • Require key spare parts for items used universally in the project • Require the contractor to provide training on installation,operation, and maintenance • Require the vendor to provide any needed diagnostic tools, software, or hardware needed to operate the equipment • Require as-built documentation and configuration details 56 City of Miami Beach Project Plan March 2017 m A M BEACH Program Management Services „ailfor an Intelligent Transportation System and Smart Parking System 4 COMMUNICATIONS INFRASTRUCTURE NEEDS ASSESSMENT A properly designed communications network is crucial to the proposed ITS and SPS. All data gathered from devices rely entirely on the communications system to provide a medium for dataflow between the devices and the TMC. The data can be transmitted through a variety of communications platforms including wireless, fiber optic technology, or a combination of the two. The following sections describe three alternatives identified and requirements necessary to support communication with the ITS and SPS devices. 4.1 Communication Equipment The City of Miami Beach currently has a point-to-point wireless communications network configured in a ring topology which provides coverage throughout a majority of the city. The current network infrastructure has the capability to support both live streaming video and data communications. It is the intent under this project to upgrade the existing wireless communications equipment to allow for increased bandwidth capacity as well as to expand the existing coverage areas. All of the proposed devices installed under this project will utilize Ethernet/IP communications to allow for video streams and data to be transmitted back and forth between ITS/SPS edge devices and the TMC in order to facilitate the monitoring,management and maintenance of system components. In the evaluation of the proposed communication mechanism, three alternatives were identified as potential options for the citywide communications network that will serve as the underlying framework for the center to field device communications.The alternatives include:1)an upgraded and expanded wireless network, 2)a complete fiber optic network, and 3)a hybrid network that combines fiber optic and wireless technologies. 4.1.1 Wireless A wireless communications network provides the ability to communicate with field devices without the need to install underground infrastructure.This results in an implementation that has the potential of being less intrusive to the roadways and corridors and thus less disruptive than the other alternatives considered. This is most appropriate when there are right-of-way limitations, or the disruption to traffic is required to be minimal. A wireless communications implementation would also allow authorized City of Miami Beach staff to monitor and control ITS devices deployed in the field from their vehicle once in range of the wireless access point. However, the data generated by the additional ITS and SPS devices must be considered.The largest bandwidth consumer of all these devices is the CCTV cameras based on the amount of data used to transmit the live streaming video. In order to accommodate the transmission of the video feeds from the cameras,which could be up to 10-12MBps on the higher end,the configuration settings of the camera (e.g. resolution, framerate) must be reduced which results in lower quality video streams The existing cameras deployed throughout the city currently utilize similar configuration settings in order to stream the live video. In an effort to provide a layer of redundancy,the wireless network could be deployed in conjunction with a cellular network(e.g.AT&T, Sprint, Verizon). Each wireless communications link shall be designed to operate at no less M I A M I B EAC Program Management Services „Adafor an Intelligent Transportation System and Smart Parking System than 99.99% link reliability under standard atmospheric conditions. Design considerations, advantages, disadvantages, and minimum technical requirements for deploying a wireless cellular network are provided below. Design Considerations: • Enterprise level wireless network solution • Availability of rooftop access to install wireless backhaul and base station nodes • Line of Sight between wireless backhaul antennas • Line of Sight between base station sector antennas and subscriber units • Antenna coverage area and signal strength • Redundancy and resiliency of network architecture • Enterprise grade wireless network equipment interoperability with ITS and SPS devices • Wireless network software management system solution • Wireless Intrusion Protection(WIP)solution • Cellular system coverage outside of population centers typically is focused along major arterial roads, which coincides roughly with areas where the need for ITS deployments may be the greatest. • Verify that there is adequate cellular signal strength available at the planned deployment site.This may simply involve using portable computer equipped with compatible wireless adaptor module and antenna to measure signal strength, and confirm upload bandwidth. Advantages: • Allows flexibility in the planning of device deployment sites • Antenna height does not have to be very tall (already mounted on rooftop) • Lower set-up and infrastructure costs(as compared to fiber optic alternative) Disadvantages: • Limited bandwidth capacity • Transmission speeds(as compared to fiber optic alternative) • Potential latency • Expanded coverage area is governed by accessibility to additional building rooftops • Line of Sight requirement • Recurring costs incurred -for cellular service The wireless communications shall have the following security and encryption capabilities: • Policy-based security • Attack Mitigation • Advanced Encryption Standard (AES)encryption - Federal Information Processing Standard (FIPS)197 certified 58 City of Miami Beach Project Plan March 2017 ,Arligkeri MIAMI BEACH Program Management services for an Intelligent Transportation System and Smart Parking System • Radius based authentication • Internal MAC Address control list authentication • 802.1x user authentication &authorization • HTTPS access to network management agent • Encryption shall built into and integral to the radio; no external encryptor shall be permitted The wireless communications shall have Quality of Service(QoS)802.1p capabilities for traffic prioritization and perform dynamic multicast filtering. In addition, the wireless communications shall implement asymmetric bandwidth control uplink and downlink Committed Information Rate(CIR)and Maximum Information Rate(MIR). Backbone wireless radio shall have a minimum data rate of 300 Mbps with a minimum throughput of 200 Mbps. Latency shall not exceed 3 msec. The wireless communications shall have the following minimum interface requirements: • 3X3 MIMO with 2 data streams • Frequency 4.900 - 5.925 GHz • Transmit power up to 380 mW(triple chain) • Dynamic Data Rate Selection • Dynamic Channel Selection(DCS) based on interference detection • Dynamic Frequency Selection (DFS)based on radar signature • Automatic Transmit Power Control (TPC)with EIRP limit support The wireless communications shall meet the following minimum environmental parameters: • Operating temperature:-40°C to 60°C(-40°C to 140°C) • Humidity: 100%relative humidity • Ingress Protection: IP 67 grade rating 4.1.2 Fiber A fiber network can be designed to have the ability to"self-heal" using redundant routes to implement a degree of fault tolerance. The fiber network can be used for two-way data communications between the TMC, and ITS/SPC field devices.The fiber optic communications architecture being recommended would implement a ring topology connecting network hubs in strategically located city-owned buildings. This network architecture provides multiple data paths which creates redundant routes to prevent the loss of communications between the TMC and the ITS/SPS field devices. If communications from the primary data path is disrupted or loss due to an incident (e.g. Contractor cuts the fiber optic cable during construction or power outage at an ITS equipment cabinet)it is detected virtually instantaneously by the network which is designed to then automatically redirect the flow of information to the secondary data path in order to maintain communications. The "self-healing" network architecture design increases the overall resiliency of the system ,Aaal M IAM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System thus requiring several incidents to take place before any segment of the system to fail. The proposed fiber network is shown in Figure 20. Comcast and other similar service providers will soon be installing underground fiber optic cable throughout the city. The opportunity exists to leverage these projects to install conduit and trace wire for future installation of fiber optic cable by the City. Similarly, as other major improvement projects and implementation of the City's resiliency program are underway the City can also leverage these projects to install conduit and trace wire as well. Design considerations, advantages, disadvantages, and minimum technical requirements for deploying a fiber network are provided below. Design Considerations: • Location of City TMC • Location of City communication hub buildings • Network design(Layer 3 Ethernet core switches, Layer 3 Ethernet distribution switches,Layer 2 Ethernet field-hardened managed access switches) • Multiple City-agency use • Physical segmentation of network(i.e.designation of fiber buffer tubes and strands by agency) • Logical segmentation of network(VLANs) • Network resiliency/fault tolerance design • Verify that the cable installation through the intended route is feasible, and does not require extreme challenges such as crossing waterways. Advantages: • Virtually unlimited bandwidth capacity Disadvantages: • Potential difficulties in obtaining Right-of-Way for installation • High installation cost of fiber optic infrastructure(conduits,fiber optic splice vaults/pull boxes) • Increased liability as maintainer of system (e.g. locates responsibilities) 60 City of Miami Beach Project Plan March 2017 „gfitelMIAMIBEL.ACH Program Management Services for an Intelligent Transportation System and Smart Parking System - i 0 1, ei i • I i i i - • - r III I i ! A I !/ }f , i Mt,'•'' 1 : ' .. ., o.7•11.-81----• 1 i , Port,d I i r i i -.z.n. ht S 4^St ,. i .. 1 i eE, ' :I • 4 a..,'.;,.',,, ... . ,z i •”' I 7." I w 1 LN"'I an r1 a it Mount 31.u. ---. 1 ! .!-...:11•1<ht3C,,,,, _ i / ,..1...! SU.,14•4',ands ,... I 0 .L,1,a5. S..4',el illpr•Vt ., ••• : i .-...e. 47r. ! .... i ZS. .... • Ilk Mi.i- / Atl•Tqtyl 0 I at ulliitilifOlt. , _ '''' '' Sts,4 &KO', . '- Li, c•ft ..jj % ! e as J Ag i I a ;-,— i I or i I...- = SI, S i ••• ii ‘, Vs f.J5.8,/ ........... ,.,. as. Legend ......., 1 itort•rni,Iland • Network Access Point Lwromis i I.. r.• I. Fiber M. - ". ,. 0 0 5 1 City Limits •••• • •••...../ Miles Figure 20:Proposed Fiber Network City of Miami Beach Project Plan March 2017 M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 4.1.3 Hybrid The hybrid network consists of a combination of an upgraded and expanded wireless communications network in conjunction with a partial fiber optic communications network. The communications architecture would combine the wireless ring topology with a fiber optic star topology. A star topology uses point-to-multipoint connections in a manner that utilizes communication links which radiate outward from a single point (i.e. communications hub location).The central location at City Hall will serve as the communications hub. Fiber optic communication links will be placed on designated corridors leading back to City Hall. These fiber optic communications links will be able to service the ITS equipment cabinets and SPS garages as well as be utilized for load balancing at any wireless hub buildings along their route. Load balancing will allow for a portion of the data collected at the wireless hub building to be sent via the wireless link while the remaining information can be send over fiber. This implementation will enable the higher quality, higher bandwidth consuming, video streams to be sent over fiber while the lower bandwidth ITS/SPS device information can utilize the wireless communications network The design considerations, advantages, disadvantages, and minimum technical requirements for deploying a hybrid network combine that of those listed above for both the wireless and fiber optic alternative above. 4.1.4 Bandwidth Demand Assessment Each ITS system brings with it particular communication needs. The communication pattern and bandwidth requirement are the two key factors in evaluating what the system device needs to operate effectively.The table below presents an overall summary of the aggregate bandwidth demand for the planned system. This assessment is important for developing an understanding of center-to-center bandwidth needs and gaining an overall perspective on system bandwidth utilization. The entire planned system is estimated to consume close to 253 megabytes per second of bandwidth. Of this sum, the majority of the demand is derived from CCTV cameras. Table 20 specifies the bandwidth consumption by device and these requirements must be accommodated by the selected communications medium. Table 20:Preliminary Bandwidth Analysis Device Typical Usage Pattern Projected Per Unit Bandwidth Number Demand(Mbps) Demand(Mbps) HD CCTV Camera Continuous 41 6 246 Intermittent,short Vehicle Detection System bursts 18 0.1 1.8 Bluetooth Detection Intermittent,short 24 0.1 2.4 bursts DMS Periodic,intermittent, 34 0.1 3.4 short bursts SPS(garage DMS) Periodic,intermittent, 10 0.1 1.0 short bursts TOTAL 254.6 62 City of Miami Beach Project Plan March 2017 litgl&ell MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System With the notable exception of CCTV cameras, a typical communications session between an ITS device and the TMC usually involves a small amount of data(100 Kilobytes or less).These devices are typically polled every few seconds. Even though the transmission content of these ITS devices represents a small amount of data, the typical usage pattern could present potential difficulties to a low-bandwidth communications mechanism (e.g. wireless).To combat this, a transmission strategy may be implemented where the information generated by the ITS devices is stored locally and then sent out in a staggered fashion. Implementing this strategy will generate slightly larger data packets; however the size of the packets will still be comparatively smaller than those generated by a CCTV camera. In addition, increasing the time frame between transmissions, as well as staggering the transmissions from the devices,will reduce the total traffic on the network at any given time thus reducing the total load burden placed on the network. 4.1.5 Recommendation The planned ITS infrastructure in Miami Beach, such as some of the traffic signals, CCTV, and DMS, will be connected to a telecommunications network composed of various communication technologies with different associated performances and costs.Their features are summarized below: • Fiber: has bandwidth capacity large enough to accommodate all future ITS/SPS,ATSC,and multiple city agency communications,reaches long distance without repeaters,and resists interference,but has high installation cost. • Wireless: can be rapidly deployed, but has potential line of sight,signal strength, and noise issues. There will be a large number of new ITS/SPS devices installed throughout the city over the upcoming years. These devices are intended to be operated and managed from the City's TMC.This integrated ITS/SPS solution will require a communications network with high reliability, capacity, and speed. Communications provided via fiber optic cable is the most robust, stable, and secure solution for the ITS/SPS network design. However the high capital cost for the installation of the underground conduit infrastructure, right-of-way acquisition, and disruption to both vehicle and pedestrian traffic make it a less attractive solution.As such,the recommendation is to initially provide the City with an upgraded and expanded wireless communications network.The proposed wireless network will increase the bandwidth capacity of the existing wireless network as well as expand the coverage. This wireless network will be able to support the initial ITS/SPS planned phased deployments, but as the number of devices and bandwidth requirements of those devices increases, a fiber optic solution will be better suited to handle the communication demands.Therefore it is recommended that in conjunction with this wireless initiative that the City leverage upcoming development projects, roadway improvement projects, private entity communication projects, and their resiliency program projects to install the conduit infrastructure within the right-of-way that is already being exposed and/or accessed.This will enable the City to implement a phased fiber optic deployment over time that can be used to augment the wireless network to accommodate not only the ITS/SPS technologies, but also the needs of other city agencies. „Ad&CA MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 4.1.6 Florida Department of Transportation District Six Involvement The City having the Florida Department of Transportation - District Six(FDOT D6)as a partner not only allows for the City to have a presence at the FDOT D6 headquarters, but also allows the two agencies to share resources. One of the primary resources will be the camera views from both entities. Regardless of the communication mechanism implemented under this project(e.g.wireless,fiber optic,hybrid),a connection back into the NAP of the Americas(NAP) in downtown Miami will be utilized to facilitate this ability to share information (i.e. camera views)between the two organizations. Both the City and FDOT D6 currently have a presence at NAP so this would essentially entail utilizing a cross-connect between their respective network appliances at the NAP to facilitate the required communication bridge. 4.1.7 Miami Beach Police Communications Network The City of Miami Beach Police Department(MBPD)currently has an existing wireless network comprised of five primary locations and one temporary location, to provide additional coverage. As such, a total of six wireless nodes have been used to build out the MBPD core wireless network infrastructure.Throughout the city limits are wireless access points deployed as part of the network.The six antenna locations include: • Rebecca Towers • Council Towers • Miami Beach Police Department • City Hall • Tower 41 Condominium • Parkview Point These facilities may be available for antenna installation. 4.2 Communications Requirements Detailed below are the requirements for the power supplies and supplementary equipment for the ITS and SPS devices. 4.2.1 Field Cabinet Requirements Field cabinets are responsible for housing electronic telecommunication equipment from the weather and other environmental contaminants. The enclosures for the wireless communications shall at a minimum be a Type 316 Stainless Steel NEMA Type 4X. It should be noted that, all external antennas shall be provided with all necessary mounting gear, cables, and surge suppressors. 64 City of Miami Beach Project Plan March 2017 „A&el M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 4.2.2 Wireless Testing Requirements A wireless site survey shall be performed during the design which will include a propagation analysis for all wireless communications links in the system to ensure expected performance and obstacle avoidance and a spectrum analysis at each end of each wireless communications link to determine channel availability. The wireless communications shall have the following management parameters: • Able to utilize the vendor provided professional quality mesh network management software • Integrated spectrum analysis, network capacity planning, and antenna alignment 4.2.3 Repair/Maintenance Requirements Maintenance activities fall into two categories: preventive and corrective. Preventive maintenance involves the periodic calibrating, cleaning, or fine tuning of equipment to prolong the acceptable performance of the equipment. Corrective maintenance involves the troubleshooting, repair, or replacement of failed equipment, usually prioritized based on severity of the failure. Scheduling preventive maintenance measures and timing should be based on manufacturers' recommendations. Using these manufacturer recommendations, a maintenance checklist for maintenance crews to use and develop a schedule for when the periodic check-ups should take place should be developed. Additionally, subject to manufacturers' warranties, device operations may need to be recertified by the manufacturer for proper operation. Recertifying the devices usually involves field testing and reconfiguring the devices to ensure proper device operations. Manufacturer recertification should be negotiated at the time of purchase. 4.2.4 Warranty Requirements The warranty provisions in the FDOT 2016 Specifications are summarized below by device type. Table 21 Warranty Provisions Device Type Guarantee Provisions Terms Dynamic Message Sign Manufacturers defects 5 years after final acceptance Closed Circuit Television Manufacturers defects 3 years after final acceptance or greater Video Display Manufacturers defects and supply 3 years after final acceptance or greater of expendable parts ITS Field Cabinet Manufacturers defects 2 years after final acceptance or greater ITS Equipment Shelter Manufacturers defects 1 year after final acceptance or greater Microwave Vehicle Detection System Manufacturers defects 2 years after final acceptance or greater Transient Voltage Surge Protector Manufacturers defects 10 years after final acceptance or greater m M AM 113EACH Program Management Services „Jiltfor an Intelligent Transportation System and Smart Parking System 4.2.5 Spare Equipment Requirements To address corrective maintenance,the City must develop contingency plans to address the inevitable unknown device failures. Devices may inadvertently be damaged or may unexpectedly fail due to unforeseen device malfunctions. To address these issues, the City should budget for an inventory of spare equipment for future replacement of failed equipment. The City or it's designated representative shall maintain two to three percent of the total deployment for adequate spare devices to have on hand for maintenance purposes, plus an open Purchase Order for seven to eight percent(totaling 10 percent). 4.2.6 Performance Measures (i.e. uptime requirements) Performance Measures were established in order to meet the goal of establishing performance-based transportation management. They are typically related to system or component availability, operating performance,and data quality.Recommended measures,all of which are within the capabilities of the proposed systems are provided below: Communications Network • Packet Loss • End-to-end Delay • Delay-variation • Throughput(Bandwidth) • Response Time • Uptime(i.e.Availability) • Service Experience ITS.SPS.and TMC • Hours of Operation/Staffing • Incident Response/Validation • Equipment Accuracy(e.g. parking occupancy validation) • Equipment Availability/Spare Parts • Subsystem Availability(i.e. uptime) • Others o Standard Operating Guidelines(SOG)Development/Updates o Meetings/Training(i.e.SunGuidea Training) o Preventative Maintenance 66 City of Miami Beach Project Plan March 2017 „gait). NA IA\A I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Individual thresholds of performance were developed through further analysis and stakeholder consensus. Measures of Effectiveness(MOEs) are used to determine how well the system design meets the requirements and to quantify the project benefits. The following MOEs will be summarized by the contractor for the City of Miami Beach on a monthly and an annual basis: • Travel Time Reliability • Corridor Throughput • Incident Management Metrics o Clearance Time o Response Time • Increased/Balanced Parking Occupancy 4.2.7 Project Close-out Requirements The project close-out phase will commence twelve months prior to the completion of the contract and will be carried out as detailed in the Minimum Technical Requirements, which will include, but not be limited to, the following: • Hand back of documents (e.g. manuals, as-built plans, SOG's, maintenance plans, etc.) - hard and electronic copies • Training of City of Miami Beach maintenance staff and TMC operators • Hand back of licenses, software and systems • Delivery of spare parts and equipment, if applicable The contractor will ensure that all equipment and facilities are in good condition and that any required replacements or repairs will have been undertaken.Staff readiness will also been ensured and ongoing training will continue during this period. ,agglitri MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 5 PROJECT PHASING AND SCHEDULING The project phasing and scheduling was developed from input from the City. The following sections detail the project delivery method,the initial project phasing plan, as well as schedule. 5.1 Procurement Approach Procurement will be managed through the City of Miami Beach procurement department. Bidding or requirements for RFP documents will be developed with support from the City's Program Manager, Kimley-Horn. 5.1.1 Design-Build-Operate-Maintain The design-build-operate-maintain (DBOM) model is an integrated partnership that combines the design and construction responsibilities of design-build procurements with operations and maintenance. These project components are procured from the private sector in a single contract with financing secured by the public sector. With a DBOM contract, a private entity is responsible for design and construction as well as long-term operation and/or maintenance services. The public sector secures the project's financing and retains the operating revenue risk and any surplus operating revenue. As directed by City Commissioners, the City is procuring a Design-Build-Operate-Maintain(DBOM)Firm for the completion of this project. Pros of DBOM • This approach combines responsibility for usually disparate functions - design, construction, and maintenance-under a single entity. • The project design can be tailored to the construction equipment and materials that will be used. • The DBOM Firm is also required to establish a long-term maintenance program up front, together with estimates of the associated costs. The team's detailed knowledge of the project design and the materials utilized allows it to develop a tailored maintenance plan that anticipates and addresses needs as they occur, thereby reducing the risk that issues will go unnoticed and deteriorate into more costly problems. Cons of DBOM • The private sector partner(s) assume(s) additional risks beyond those of a traditional design-build contract. 5.2 Project Phasing A series of phases have been developed that will allow the City to deploy, operate, and maintain the ITS system incrementally over time as funding allows. In order to maintain a functional and cost-effective deployment,the system was planned for implementation in six construction phases, as summarized in Table 22. The study corridors were prioritized based largely on their proximity to each other, however other factors taken into consideration include roadway volumes,device density,and corridor length. Systematic implementation of these 68 City of Miami Beach Project Plan March 2017 M(AM(BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System phases will result in an expanded city-wide ITS and SPS network that will substantially improve service to the traveling public in the City of Miami Beach.Figure 21 on the following page graphically details the overall project phasing. Phase 1 includes the deployment of ITS devices along the corridors identified in the table below, the citywide replacement of 18 portable DMS,the SPS component, as well as the conversion of the available office space that will serve as the TMC location at the FDOT District Six SunGuide Center.Table 22 below details the corridors corresponding to Phase 1, the locations of the proposed DMS to be deployed during Phase 1, as well as the garage locations for the SPS component of Phase 1. This SPS component includes the installation of vehicle detection and DMS at the entrance of the 10 parking garages to display parking availability. Table 22:Preliminary Project Phasing-Phase 1 Phase 1 17th Street-Collins Avenue to Dade Boulevard Alton Road-Julia Tuttle Causeway to 17th Street Dade Boulevard-Alton Road to 23rd Street Phase Corridors Alton Road-5th St to 17th Street Julia Tuttle Causeway-City Limits to Alton Road MacArthur Causeway-City Limits to 5th Street Alton Road and West 51st Street MacArthur Causeway and Fountain Street 71st Street and Rue Bordeaux Harding Avenue and 74th Street Indian Creek and 65th Street Alton Road and 44th Street Alton Road and 23rd Street Collins Avenue and 38th Street Dynamic Collins Avenue at 4600 Block Message Signs 5th Street and Euclid Avenue 41st Street and Prairie Avenue Collins Avenue and 44th Street Indian Creek Drive and 63rd Street 41st Street and Pine Tree Drive Normandy Drive and Rue Bordeaux Collins Avenue and 65th Street Venetian Causeway and Belle Isle Alton Road and North Michigan Avenue 200 7th Street Garages 12th Street and Drexel Avenue 1301 Collins Avenue m �`+/�(Ai I BEACH Program Management Services „Aifor an Intelligent Transportation System and Smart Parking System 1557 Washington Avenue 640 17th Street 400 West 42nd Street 1755 Meridian Avenue 550 Lenox Avenue 1661 Pennsylvania Avenue 1900 Bay Drive Phases 2 through 6 include the deployment of ITS devices along the corridors identified for each respective phase. The SPS component of these phases include the deployment of vehicle detection and DMS that display occupancy at surface lots along the phase corridors.Only surface lots with more than 35 spaces will be included as part of the SPS components for Phase 2 through 6.The table below lists out corridors that correspond to each phase. Table 23:Preliminary Project Phasing-Phases 2 through 6 Phase 2 41st Street-Collins Avenue to Julia Tuttle Causeway SR A1A/5th Street-Alton Road to Collins Avenue Washington Avenue-5th Street to Dade Boulevard Phase 3 Collins Avenue-23rd Street to 44th Street Indian Creek Drive/Collins Avenue-44th Street to City Limits Alton Road-Julia Tuttle Causeway to Indian Creek Drive Phase 4 Indian Creek Drive-26th Street to 44th Street Collins Avenue-5th Street to 23rd Street Phase 5 71st Street/Normandy Drive-City Limits to Collins Avenue Harding Avenue/Abbot Avenue-City Limits to Indian Creek Drive Phase 6 Meridian Avenue-5th Street to 17th Street West Avenue-5th Street to 17th Street 70 City of Miami Beach Project Plan March 2017 m M AM f EAC Program Management Services for an Intelligent Transportation System and Smart Parking System 0°— 0.5 1 r _.._..�.._.._.._.._.._.._ lMiles ..� i i I i i 1 1 i. Ne 1':,.,. 1 1 M 7:'3,ti ..Rs..a111OV p 1 1 1+ .t. r._.._..� N I.'Is1 S! / 1 i i i i i 1 i r' i 1 i rz / i r I1 i I i i rmv r i / i A...N i / i I / ) 4 i i i ai i .+.+. i :. Alt, Wel, 1 ' S.r,a 1 / Ill Legend .,. .,...a i i ! :.a i 2 City Limits v,,,F,y,,, ,a, i Proposed Phases xEar.Y - Phase 1 _ i .34 NM Phase 2 M`a Phase 3 —^•' �• i RIM Phase 4 3 ttr4+4 ....••N. I. Phase 5 Phase 6 - Figure 21:Project Phasing Cs MIAMI BEACH Program Management Services �. for an Intelligent Transportation System and Smart Parking System 5.2.1 Parallel Projects Proposed ITS devices and the associated communications infrastructure will be deployed in the City of Miami Beach incrementally over time as funding allows. In developing this incremental plan for deployment, the installation of ITS devices and communications infrastructure have been coordinated with other Capital Improvement Program (CIP) projects or transportation projects that are currently programmed for construction by the City. To save the costs of deploying the proposed ITS devices and communication network, every opportunity has been explored to mainstream the construction of the ITS infrastructure with other short term and long term public work projects planned for the City.Additionally,the Miami-Dade TPO adopted TIP projects were evaluated to determine where additional ITS infrastructure would most efficiently be included in these projects. The TPO TIP is a comprehensive list of federal, state, and locally funded transportation projects. All modes of transportation are included in the TIP. This includes transit, roadways, bridges, aviation, seaport, rail and commuter rail, bicycle facilities, pedestrian provisions, and enhancement projects like landscaping and greenways.The FDOT's Work Program is used to produce the M P0's five-year TIP.Projects that are to be complete by the TPO during the same period can potentially be leveraged to minimize the disruption to specific corridors due to construction activities and ultimately save on construction costs. In some cases,there could be overlap between the ITS project,STIP projects,and TIP projects in terms of project limits and/or timeframe for construction. In such cases,City of Miami Beach staff will be responsible for clarifying which ITS elements from this project will be included within the project at the initial stage of the parallel project. The first step in identifying parallel projects is to investigate the opportunities to combine the construction and implementation of ITS devices and communications with future, funded projects. Potential projects to be leveraged included in the County's TIP Projects 2015-2020 are listed below: • New Bridge Construction (2017/2018) - West Avenue from Lincoln Road to 18th Street • Flexible Pavement Reconstruction (2017-2019) -Alton Road from Michigan Avenue to 43rd Street • Intersection Improvement(2016-2019) -Alton Road at Michigan Avenue • Flexible Pavement Reconstruction (2015-2019) -Alton Road from 43rd Street to Allison Road • Resurfacing(2017/2018) - Indian Creek Drive from Abbott Avenue to West 63rd Street More details regarding these TIP projects are provided in the Appendix. The Strategic Miami Area Rapid Transit, or SMART Plan, identifies the development of six rapid transit corridors that directly support the mobility of the County's future population and employment growth.A critical component of the SMART Plan will be a network of Express Buses that will connect the SMART corridors with existing Metrorail system and expand the reach of transit throughout the community.The Beach Corridor,the rapid transit corridor identified under this initiative to run along the MacArthur Causeway, will consist of Light Rail Transit (LRT) and/or appropriate premium transit technology. The limits of the complimentary express bus corridor 72 City of Miami Beach Project Plan March 2017 m MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System branded as Beach Express North/Central/South include I-395/Mac Arthur Causeway&SR 112/ 1-195 - Julia Tuttle Causeway. The map in Figure 22 provides an overview of the SMART Plan and the programmed transit corridors. is Strategic Miami Area Rapid Transit (SMART) Plan MIAMI- Miami-Dade IAMIMiami-Dade Metropolitan Planning Organization (MPO) :: _ - N . A ./ t , .7 - \,,,, ,„ .,,, , e„, a o G , , 717 1 5 .�p 3 ( 1jf • © u`--iF vait 1 1 Alp FlE CNJy i 1119' l5'47,1 E%YRE__,S,SNA C• TAMItM1 31, 44TT W FtAG1 RST l VP 1 ,.,tfig. 37/ t+tl5 .31)5 i, 71''3 :F 513 _. 1J �f (:.. 1).....::.•1. ..41.1"...L...0.:: ..r.4......t ,....r-,,.T—.' • 7j .4, ,\) 1 errs �a LEGEND r••V'• Existing Hubs t'fi'' Proposed Hubs to o TriRail d MetroRail QRapid Transit Corridors (1)North Corridor (2)Beach Corridor (3)East-West Corridor (4)South Dade TransitWay (5)Northeast Corridor (6)Kendall Corridor a� Express Bus Network , � (a)Flagler Corridor 0y (b)S. Miami-Dade Express �. (c)N.W. Miami-Dade Express 4.s d (d)S W. Miami-Dade Express o (e)Florida Turnpike Express j (f)Beach Express Il .�;' ., >TL15 3 6Mile Dab:5m2O16 Figure 22:SMART Plan Map CA M AM BEACH Program Management Services Addlikfor an Intelligent Transportation System and Smart Parking System 5.3 Project Scheduling The work breakdown structure and estimated schedule for Phase 1 of the project is provided below in Figure 23. A preliminary program schedule based on the City's request for an expedited 12-month schedule for Phase 1 was developed by the Program Manager and identifies the following general phases: • Development of DBOM Criteria Package • Procurement of DBOM Firm • Design by DBOM Firm • Construction and Acceptance This schedule is anticipated to undergo modifications as necessary as the project progresses. A detailed schedule will be provided by the DBOM Firm.The City and its Program Manager will review the project status on a monthly basis to ensure tasks are on schedule and that the team is aware of critical path milestones. The project schedule will be reviewed with the team members during project status briefings, and schedule status updates will be provided by the DBOM Firm as part of the regularly scheduled progress briefings.Any changes to schedule, as a result of construction, scope changes, or other impacts will be coordinated with the City of Miami Beach Project Manager, and an updated schedule if needed,will be developed and submitted to the City. Durations of Phases 2 through 6 of the project will be based upon funding availability. 74 City of Miami Beach Project Plan March 2017 „Alim oIANIBEACH Services iTra %s nPanting S,at.n • ID Task Name Duration Start matt 117 Vp 1n An 171w 17 +9r,.17 I '17 17 I 7 I 'v .2u - _i1 0 12, 13 14, 'a ix.z : _ s_,_ .9_1e_uro . . lii10127111*Il7ia41 II 1s!aib�st121afn 31Jai vlat 1 Design-Build-Operate-Maintain Firm Procurement 103 days Wed 4/12/17 Fri9/1/17 . / Issuance of Request for Proposals/Bids 1 day Wed 4/12/17 Wed 4/12/17 8 3 Receipt of ProposalslBids 03 days Thu 4/13/17 Mon 6/12/17 111111111111111111111111111 , 4 Review and Evaluate Proposalsr&ds 30 days Tue 6/13/17 Mon 7/24/17 5 Announce Selection 21 days Tue 7/25/17 Tue 8/22/17 6 Conduct Negotiations 8 days Wed 8/23/17 Fri 9/1/17 a 1 ITS and SPS Implementation 302 days Fri 9/1/17 Tue 12/25/18 O Issue Phase I Design Notice-to-Proceed 0 days Fri 9/1/17 Fri 9/1/17 W1 9 Phase I 342 days Mon 9/4/17 Tue 12/25/18 _ iv DBOM Firm-ITS and SPS Design 116 days Mon 9/0/17 Mon 2/17/18 11 Analysis 10 days Mon 9/4/17 Fri 9/15/17 1 Field Investigation 10 days Mon 9/4117 Fri 9/15/17 11 ' Design Analyse 10 days Mon 9/4/17 Fri 9/15/17 -__• 90 Percent Design 66 days Mon 9/18/17 Mon 1.211g/17 f g. 15 ITS Plans 40 days Mon 9/18/17 FA 11/10/17 ,- 26 Smart Parking Plans 65 days Mon 9/18/17 Fri 11/17/17 7 17 Wireless Cornmumcations Nate.*Plans 45 days Mon 9/18/17 Fri 11/17/17 + 18 TMC Plans 45 days Mon 9/18/17 Fn 11/17/17 _ 19 90%Submetal 1 day Mon 11/20/17 Mon 11/21/17 20 1 Client Revrew Penod 20 days Tue 11/21/17 Mon 12/18/17 ti8lrsar,. 21 ' Final Design 40 days Tue 12/19/17 Mon 2/12/18 7- 22 • ITS Plans 20 days Tee 12/19/17 Mon 1/15/18 - ion -23 Smart Parking Flans 20 days Tue 12/19/17 Mon 1/15/18 i 2a J Wireless Communications Network Plans 20 days Tue 12/19/17 Mon 1/15/18 !stere 25 TMC Plans 20 days Tue 12/19/17 Mon 1/15/18 26 Final Design Plans Submittal Review and Approval 20 days Tue 1/16/18 Mon 2/12/18 27 OBOM Firm-ITS and SPS Construction 226 days Mon 2/12/18 T.12/25/18 _ m ':. Issue ITS Construction Notice-to-Proceed 0 days Mon 2/12/18 Mon 2/12/18 29 Issue SPS Construction Notice-to-Proceed 0 days Mon 2/12/18 Mon 2/12/18 3u Mobilization 30 days Tue 2/13/18 Mon 3/26/18 31 Submittal Phase 20 days Tue 2/13/18 Mon 3/12/18 32 CCTV System 30 days Tue 2/13/18 Mon 2/26/18 33 DMS System 10 days Tue 2/13/18 Mon 2/26/18 34 Travel Time System(Bluelooth) 10 days Tue 2/13/18 Mon 2/26/18 35 Hub(Cabinet or Building,if required) 10 days Tue 2/13/18 Mon 2/26/18 36 Vehicle Detection System 10 days Tue 2/13/18 Mon 2/26/18 Data Communications Equipment 10 days Tue 2/13/18 Mon 2/26/18 38 Close Out Documentation 10 days Tue 2/13/18 Mon 2/26/18 39 Duality Assurance.Quality Control 8 Safety 10 days Tue 2/27/18 Mon 3/12/18 Norm Schedule continued on next page Fgwe 23'Phase 1 Penning Schedule 4411111m 'AIAMI BEACHar>, r, ManagernentServices �,�,gtenm aro smaT oaikeg syven D TW Name Demon �tt `.von 'Nays 17 +1yyrn�32 21 l1p 11Oq'1/ epr l pp�e77> L._.__.._. _— 14.:21:m17hir lnl•i1'.w a' t._1.jk111 Mle ulminl3:lolvla l:eluln Ials�ulu(26.13(1g:r 40 System Integrator Plan 10days Tue 7/27/18 Mon 3/12/13 41 Tasting Plan 10days Tue 2/27/18 Mon 3/12/18 42 Training Plan 10days Tue 2/27/18 Mon 3/12/18 41 Schedule 10days Tue 2/27/18 Mon 3/12/18 44 Procurement Phase 30days Tue2/27/18 Mon 4/9/18 e5 CCTV System 30days Tue 2/27/18 Mon 4/9/18 49 DMS System 30days Tue 2/27/18 Mon 4/9/18 47 Travel Time System aflueto0lh) 30days Tue 2/27/18 Aon 4/9/18 O M6 Holding 30days Tue 2/27/18 Mon 4/9/18 49 Vehicle Detection System 30days Tue 2/27/18 Aon 4/9/18 50 Data Communications Equipment 30days Tue 2/27/18 Mon 4/9/18 Si Construction Phase 120 days Tue 3/6/13 Mon 8/20/111 52 Telecanmo Mhoes Infrastructure lnO.3460n 90days Tue 3/6/18 Mon 7/9/18 53 Intelligent Transpodaaon Management System Field Eir120 days Tue 3/6/18 Mon 8/20/18 K Sean Parking Management System Feld Element Ins6120 days Tue 3/6/18 Mon 8/20/18 55 Field Element Testing Phase 44 days Wed6/20/18 Mon 8/20/10 56 Wireless Netxork 14 days Wed 6/20/18 Mon 7/9/18 57 CCTV Syatam 14 days Wed8/1/18 Mon 8/20/18 58 DMS System 14 days Wed 8/1/18 Mon 8/20/18 59 Travel Time System 14 days Wed8/1/18 Mon 8/20/18 CO Vehicle Detection System 14 days Wed 8/1/18 Mon 8/20/18 61 Burn-ln 90 days Too 8121118 Mon 12/6/18 62 System Acuptnnce 1 day Tue 12/23118 Tue 1228418 • 76 Cly M Mini Beach Prgect Pin Much2017 LD MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 6 PROGRAM BUDGET The program budget provides a means to estimate the project components and addresses the program budget for the overall project. This plan will be periodically updated as the project progresses and final designs are completed for the individual elements. The identification of the budget requirements is divided in the four individual project components: ITS, SPS, TMC, and Communications. The following sections identify budgetary estimates for the project elements and the associated phases. The identification of the cost requirements is divided into the following sections: • Project Components: This section identifies budgetary estimates for the four system elements. This section discusses both the capital costs and the anticipated operating and maintenance costs of the System. • Procurement Methodology:This section focuses on the potential procurement methods for the System. • Preliminary Budgetary Estimate: This section provides a planning level estimate of the project components as well as the estimated operations and maintenance cost. 6.1 Project Components The overall project is comprised of four individual components: ITS elements, SPS elements, TMC, and Communications. The anticipated preliminary budgetary estimates are summarized below for the four project components although it is recognized that the four components will work together as an integrated system.The budgetary estimates of capital costs for each system are identified below followed by a discussion of the operating and maintenance costs for the System. A summary detailing the budgetary estimates is provided in Table 24. 6.1.1 Program Management For purposes of the program budget, the preliminary budgetary estimates assume a DBOM procurement. The DBOM Criteria Package based on the PSEMP was be completed by the City's Program Manager. 6.1.2 Construction The construction costs associated with the ITS and SPS are allocated into two sub-categories: equipment and labor. It is anticipated that the construction activities will be completed by the DBOM Firm selected by the City. A contingency budget was also identified based on a 25% allowance of the total design, construction, and CEI costs. 6.1.3 TMC Long-term TMC locations may be considered in the future, if the City desires a larger facility that can co-locate a variety of staff. However, in the short-term conversion of available office space located at the FDOT District Six SunGuide Center will serve as the TMC location. The TMC will occupy 500 square feet and will ultimately be m MIAMI BEACH Program Management v for an Intelligent Transportation System Serand Smicesart Parking System staffed by a manager and operators as required to meet the coverage requirements.The equipment components are provided below: • (1)Server rack • (1)Video Management System(VMS)server • (1)Cat-6 patch panel • (1) Rack-mountable Uninterruptible Power Source(UPS) • (1) Rack-mountable Automatic Transfer Switch (ATS) • (2)Operator consoles • (3) HD video monitors • (2)Computer workstation-keyboard and mouse included • (2) UPS for workstation • (6)Video wall screens-46" HD • (1)Video wall controller If a long-term location for the City of Miami Beach TMC is identified in the future, a more detailed budgetary estimate can be developed tailored to the City's operational needs.A preliminary estimate was established at $1-2 Million for the complete buildout of a standalone TMC. The anticipated costs associated with retrofitting the new office location with an interim TMC based on the equipment components listed above is provided in the preliminary budgetary estimate. 6.1.4 Adaptive ATSC is budgeted for$50,000 per intersections.Although this technology will be presented as an optional service in the contract,the cost for 40 intersections is included in the preliminary budgetary estimate. 6.1.5 Operations and Maintenance Costs Preliminary operations and maintenance (O&M) costs were developed for purposes of this project plan. As previously mentioned, this plan is a living document and information regarding the 0&M costs will be updated as the project details and operations are further refined. Within these preliminary O&M costs, there are three separate categories: staffing, operational expenses, and replacement costs. The preliminary budgetary estimates for these three categories are summarized below with details provided in the preliminary budgetary estimates. 6.1.5.1 Staffing A 16-hour/7-day a week operation was assumed for purposes of these budgetary estimates. Based on these assumptions, this operation estimated 1 senior staff(System Manager) and 4 technical staff(TMC Operators). The City also provided anticipated salaries for senior and technical staff. These salaries were applied to the staffing to develop the budgetary estimates for personnel found within the attached estimates. 78 City of Miami Beach Project Plan March 2017 m M I AM(BEACH Program Management Services : for an Intelligent Transportation System and Smart Parking System 6 1.5.2 Operational Expense Operational expenses were identified for the ITS, SPS, and TMC based on costs of projects with similar scopes. The TMC operational expenses include O&M estimates for the basic facilities based on 10%of the construction costs.The O&M for the devices was based on 10%of the capital costs.The total O&M costs associated with the project components are provided in the preliminary budgetary estimates. 6.1.5.3 Replacements and Parts Costs In addition to the O&M costs, replacement costs were identified for the equipment associated with each of the project components.Specifically, 5 to 15%of the devices were identified as spare/replacement parts within the budgetary estimates. Replacement items include DMS, CCTV, vehicle detectors, and equipment cabinets. The budgetary estimates for the replacement costs are provided in the detailed budgetary estimates. 6.2 Procurement Methodology Based on direction from Commission, it is anticipated that the four project elements will be combined into one Design, Build, Operate, and Maintain project. This is consistent with the program schedule. The Program Manager supported the City in the development of the DBOM Criteria Package that identifies the four project elements, ITS,SPS, TMC and Communications project components. 6.3 Preliminary Budgetary Estimates The tables below detail the estimated cost for the four project components, complete with a breakdown by system component and maintenance costs. Table 24 includes the itemized costs for the ITS devices by phase. The ITS device subtotal column provides the total solely for the ITS devices. The table also presents costs by phase for wireless communication,TMC,and the SPS.Phase totals presented include the ITS subtotal, wireless, TMC, and SPS costs. The total phase costs presented in this table take into account 30%for labor, however at the request of the City,contingency was not applied. However,for similar projects, 25%contingency is typically applied. Table 25 details the yearly Operations and Maintenance costs for this project. The first six years correspond to the project deployment phase. Year 7 - 10 are the remaining years left in the project duration after the completion of Phase 6. Managementancea®m MIAMI BEACHSystem Services Parking System Table 24:Preliminary Budgetary Estimates Cabling ITS Device Wireless Rounded CCTV BLUETOOTH DMS VDS CABINETS UPSTMC SPS Phase CostSubtotal Communications Totals II) Phase 1 $114,000 $93,500 $1,400,000 $40,000 $370,300 $43,200 $86,900 $2,147,900 $327,800 $186,800 $1,050,000 $4,826,300 Phase 2 $62,700 $34,000 $770,000 $16,000 $108,000 $12,600 $47,700 $1,051,000 $98,500 $5,500 $610,000 $2,294,500 Phase 3 $74,100 $59,500 $140,000 $48,000 $293,200 $34,200 $73,700 $722,700 $250,800 $31,500 $897,600 $2,473,400 Phase 4 $17,100 - - $8,000 $30,900 $3,600 $9,400 $69,000 $44,700 $1,500 $168,300 $368,500 Phase 5 $51,300 $42,500 - $32,000 $123,400 $14,400 $36,500 $300,100 $132,500 $29,500 $224,400 $892,400 Phase 6 $11,400 $25,500 $70,000 - $15,400 $1,800 $11,100 $135,200 $10,800 $1,000 $392,700 $701,500 TOTALS $330,600 $255,000 $2,380,000 $144,000 $941,200 $109,800 $265,200 $4,425,800 $865,000 $255,800 $3,343,000 $11,556,500 Note: (1)Phase total includes 30%for labor. Table 25:Staffing and Maintenance Costs Staffing Maintenance Rounded Totals Phase 1 $438,000 - $438,000 Phase 2 $655,500 $757,400 $1,413,000 Phase 3 $879,600 $1,114,700 $1,994,300 Phase 4 $906,000 $1,467,700 $2,373,700 Phase 5 $933,200 $1,555,500 $2,488,700 Phase 6 $961,200 $1,721,400 $2,682,600 80 City of Miami Beach Project Plan March 2017 QA \ 'A A I f EA( '1 Program Management Services for an Intelligent Transportation System and Smart Parking System 7 SUMMARY The City of Miami Beach has proposed a project that will provide an integrated traffic data collection system that will collect and distribute timely, reliable, accurate, and quality traffic and parking data. The overall project goal is to develop a plan to deploy an enhanced data collection system that provides the City along with partner agencies with current and frequent traffic data for planning, developing, and managing an effective transportation system. This system will build upon the current data collection infrastructure utilized by the City including CCTV cameras,travel time detectors,and DMS. Based on several stakeholder meetings,the ultimate recommended system is one that will expand the existing transportation system through the use of already deployed technology requiring little integration effort and no changes to existing data collection procedures. Adaptive Traffic Signal Control will be considered an optional service, as will major components of the Smart Parking System. The following is a summary of project recommendations to deploy an ITS and SPS: • CCTV Cameras: PTZ dome cameras are recommended for installation. All cameras installed should be High Definition (HD) Internet Protocol (IP) CCTV cameras. All device field components shall meet or exceed all FDOT operating environment standards and specifications for traffic related field devices. • Dynamic Message Signs: Full color, NTCIP compliant, signs with a minimum of three-line display are recommended for installation. All device field components shall meet or exceed all FDOT operating environment standards and specifications for traffic related field devices. • Vehicle Detection System:A permanent data collection system will provide current,timely data to better evaluate traffic trends, develop performance measures, and validate traffic models. MVDS are non- intrusive system detectors,which are recommended for overall deployment throughout the City. • Travel Time System: Deployment of a Bluetooth based Travel Time System at the previously identified location will allow for the collection of accurate vehicle speed and travel time data as well as vehicle origin/destination information. • Communications Network: The proposed wireless network will increase the bandwidth capacity of the existing wireless network as well as expand the coverage.This wireless network will be able to support the initial ITS/SPS planned phased deployments, but as the number of devices and bandwidth requirements of those devices increases a fiber optic solution will be better suited to handle the communication demands. • Transportation Management Center:The City has made the decision to co-locate the TMC at the FDOT SunGuide Center. Requirements for the TMC are included in the procurement package. • Smart Parking System: Deployment of vehicle detection at each parking garage entrance and exit will allow for the dissemination of total garage occupancy on parking monument signs. Future phases will incorporate similar functionality for select surface lots. ,Agglatp. MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Phase 1 of the project will include the deployment of the ITS devices along the identified Phase 1 corridors,the deployment of the Miami Beach TMC at the FDOT SunGuide Center, and the deployment of the parking occupancy system and monument DMS at all ten garage locations. The City is pursuing multiple funding sources for the deployment of the proposed systems. Both Federal and State funding sources will be monitored and pursued when grant opportunities are released.Specific programs may provide an innovative funding source to fund capital projects that meet ITS needs and help reduce vehicle emissions. The city will also evaluate the prospects for including system elements into other capital projects, similar to the inclusion of fiber installation in the Alton Road expansion project currently taking place. 82 City of Miami Beach Project Plan March 2017 Appendix A: Technical Steering Committee Meeting Summaries Program Management Services for an Intelligent Transportation Management System and Parking Management System Meeting#1 • This meeting covered six main topics: Project Needs and Goals, Study Area/Corridors, Existing Information, Requirements, Deliverables, Next Steps • Smart Parking discussion included: o Interest in developing dynamic pricing system for parking spaces was expressed o Technology for existing garages will most likely be by level o New facilities with helix design can deploy space by space technology o The city is interested in using the colored lights to identify available, occupied, handicap, and reserved spaces Meeting#2 • This meeting covered operation issues faced by the City and highlighted some of the existing methods used to communicate alternative routes to travelers during congestion or major events. • Six example operational scenarios were discussed: o West 63rd Street Bridge Incident(stuck open) o Convention Center Event o South Beach Event o Incident on the MacArthur Causeway o Construction on Alton Road o Recurring congestion on Collins Avenue • During the operational scenarios discussion,a critical "gap" discussed with the inability for City staff to quickly and efficiently confirm incidents;thus the need for cameras. • City would like a central system that provides as much information about traffic patterns and parking availability to travelers prior to traveling to Miami Beach. Meeting#3 • SPS:All 10 parking garages will be included in the SPS. In addition,surface lots will be included based on their lot size and occupancy, both under and over utilized parking areas.The wayfinding/guidance to the available parking will be provided along four key corridors: Washington, Collins, Alton Road West and 41st Street. • ITS:An internal meeting within the City was held and the locations identified for the Dynamic Message Signs and the Travel Time Monitoring (i.e. BlueTooth/WI-FI) were provided in Geographic Information Systems(GIS)files.The city's Police Department plans for License Plate Recognition(LPR)on corridors throughout the City including the Julia Tuttle Causeway (1-195). However, devices utilized for police enforcement are not allowed on FDOT right-of-way. Correspondence detailing FDOT message priority was provided. • Communications: FPL is looking at laying fiber as a part of their FiberNet system. Comcast is currently working on laying fiber as well.The idea for a meeting to discuss potential for using/leasing fiber for the C A1AMBEACH Program Management Services for an Intelligent Transportation Management System and Parking Management System proposed devices was discussed. The current communications provider for Miami Beach is Atlantic Broadband. Meeting#4 • The discussion on the camera and volume/speed detection locations was completed using"Live GIS". • All proposed traffic monitoring devices will be on the FDOT Approved Products List(APL)or Miami-Dade County's Qualified Products List(QPL)devices. • The Public Works Department currently has an ongoing project to provide/upgrade radio communications for their stormwater system which may be able to be leveraged to provide the necessary communication infrastructure for the traffic management devices(e.g.CCTV cameras, DMS, VDS, etc.)deployed under this project. • Existing "data sharing" policies are nonexistent, discussion on the potential and benefit of future agreements were discussed. Meeting#5 • Cameras: Each camera deployed will need to serve one of these three purposes: Traffic Incident Management, Monitor Traffic,and Surveillance. • Products not currently on the APL could potentially be installed as pilot devices until approved to be included on the APL. • DMS: FDOT recommended that the signs be full color with a minimum 20mm. • VDS: The three types of vehicle detection systems discussed were magnetometer, microwave, and video. The City and County have requested not to use the black/white version of the FDOT and County approved Iteris video detection device due to the issues that the device has detecting white and grey vehicles. • TTS: WiFi, unlike Bluetooth, which relies on an interrogation and response for collecting data, Wifi is completely passive meaning that the sensor only listens. Passive data collection eliminates the possibility of interference with other 2.4Ghz equipment such as wireless radios or other access points. • TMC:The City suggested the following items to be taken into consideration: o 14-16 hours of operation,seven days a week within the TMC o A location within City limits o City would like to have staff from parking, transportation, emergency response, police, and IT located in the TMC, or at minimum have room for them in case of an emergency. • Communication System: There is currently no fiber optic trunk cable connections within the City. Wireless would be the only feasible option currently available to connect the devices. Meeting#6 • Communications o At the meeting a representative from the City's Information Technology department shared the locations of the retrofitted poles within the City that now provide a 24 hour power source access point; 381 locations were identified. A AM1BEACH Program Management Services for an Intelligent Transportation Management System and Parking Management System o It was confirmed that the development of a wireless network using the City's existing network access points would be required. • Parking o Related to space by space parking occupancy information, the City is leaning more towards level by level information in garages (or horizontal occupancy) and overall surface occupancy for surface lots. This type of tracking would eliminate the need to incorporate sensors within each space or purchase cameras with space by space detection capabilities. o The topic of creating a pilot project versus phasing plan for the testing and installation of the device technology within the garages and surface parking lots before full implementation was discussed. • TMC o FDOT suggested the City look into potentially locating their TMC at FDOT District 6. This would allow the City to fine tune staffing, workstation configuration, and use issues prior to investing in the buildout of their own location. o MDX also suggested the possibility of using a vacant building of theirs off the Palmetto Expressway. Meeting#7 • This meeting was hosted at the FDOT District Six SunGuide Center. • Alexandra Lopez provided a tour and overview of the TSM&O program. • The facility is 32,000 square feet and houses FDOT District 6, Miami-Dade Expressway Authority, Florida Highway Patrol, and Fish and Wildlife Commission. • The possibility of the City of Miami Beach co-locating at this location was also discussed. Appendix B: Video Detection System Manufacturer Details WavErRo►v►x SmartSensor Matrix SmartSensor Matrix The SmartSensor MatrixTM is a first-of-its-kind stop bar presence detector designed for use at signalized intersections to detect vehicles with the reliability of radar and with all the advantages of non-intrusive detection. Features • Matrix of radars for two-dimensional • Supports curved and angled lanes • ■ Includes preassembled cabinet back- coverage ■ Tracks vehicles through a 90 degree plate,reducing the need to field wire • field of view that extends out 100 ft. • Automated manufacturing process (30.5 m) • Patented auto-configuration process • • Includes Radar VisionTM technology to • Patented Digital Wave Radar IIT"' detect and track in two dimensions technology • ■ Remote accessible for traffic Reports real-time presence of both monitor- moving and stopped vehicles ing and sensor management • Standard detector-rack contact-clo- • Flash upgradable sure interface ■ Robust to changing temperature,light • Easy to install and operate and weather conditions 15'to 30' (see •_ Mounts on mounting vertical guidelines) plea mast arm ® —► ® 100' max. zl 4--100'max. t ' PLAN VIEW SMAR'p • (!lri WX-500-0071 1 SmartSensor Matrix Technical Specifications Ordering Information Sensor Outputs • Real-time presence data in 10 lanes Part Number—WX-SS-225 • Maximum number of zones:8 • Maximum number of channels:4 Recommended Accessories • User-selectable channel assignments • Wavetronix Install Kit—WX-SS-KIT • OR logic used to combine multiple zones to a channel output • SmartSensor Matrix preassembled traffic cabinet back- • Channel output extend and delay functionality plate—WX-SS-B01-0003/4/5/6 • Algorithms mitigate detections from wrong way or cross traffic • Click! 112/114 detector rack cards—WX-CLK-112/114 • Fail-safe mode for contact closure outputs if communication is • SmartSensor 6-conductor cable—WX-SS-704-xxx/705 lost • Intersection Preassembled Backplate AC/DC— WX-SS-B01-0002/3/4/5 Detectable Area ■ Intersection Preassem bled Rack— • Detection range:6 to 100 ft.(1.8 to 30.5 m) WX-SS-B02-0002/3 • Field of view:90 degrees • Flexible lane configuration support including: • Up to 10 lanes • Curved lanes Wavetronix • Islands and medians 78 East 1700 South Provo, UT 84606 System Hardware • A SmartSensor Matrix corner radar for each approach Phone: 801-764-0277 • A traffic cabinet preassembled backplate with: Fax: 801-764-0208 o AC/DC power conversion Email: sales@wavetronix.com • Surge suppression Website: www.wavetronix.com • Terminal blocks for cable landing • Communication connection points o Cabinet side mount or rack mount • Contact closure input file cards: ° 4X corrosion protection(clause 5.10) • 2 or 4 channel ° Gasket(clause 5.14) • Compatible with industry standard detector racks • Withstands 5-ft.(1.5-m)drop • Connector:MIL-C-26482 Maintenance • Rotational backplate for 360°of roll • No cleaning or adjustment necessary • No battery replacement necessary Electrical • Recalibration is not necessary . • Power consumption:9 W • Mean time between failures: 10 years(estimated based on • Supply voltage:9-28 VDC manufacturing techniques) • Onboard surge protection Physical Properties Communication Ports • Weight:4.2 lbs.(1.9 kg) • Two half-duplex RS-485 corn ports support: • Physical dimensions: 13.2 in. x 10.6 in. x 3.3 in.(33.5 cm x ° Dedicated detection comms 26.9 cm x 8.4 cm) ° Configuration,verification or traffic display without disrupt- s Resistant to corrosion,fungus,moisture deterioration,and ing detection comms ultraviolet rays • Firmware upgradability over any corn port • Enclosure:Lexan EXL polycarbonate • User configurable: • Outdoor weatherable:UL 746C ° Response delay • Watertight by NEMA 250 standard ° Push port • NEMA 250 compliant for: o External icing(clause 5.6) Radar Design o Hose down(clause 5.7) • Operating frequency:24.0-24.25 GHz(K-band) 2 www.wavetronix.com WAVETRONIX SmartSensor Matrix • Matrix of radars Testing • No manual tuning to circuitry • Tested under FCC CFR 47,part 15,section 15.249 • Transmits modulated signals generated digitally • FCC certification on product label • No temperature-based compensation necessary • FCC regulation-compliant for life of the sensor • Bandwidth stable within 1% • Tested under IEC 6100-4-5 class 4 • Printed circuit board antennas ■ Tested under NEMA TS 2-2003 • Antenna vertical 6 dB beam width(two-way pattern):65° ° Shock pulses of 10 g,11 ms half sine wave • Horizontal field of view:90 degrees a Vibration of 0.5 g up to 30 Hz • Antenna two-way sidelobes:-40 dB ° 300 V positive/negative pulses • Transmit bandwidth:245 MHz ° Stored at-49°F(-45°C)for 24 hours • Un-windowed resolution:2 ft.(0.6 m) ° Stored at 185°F(85°C)for 24 hours • RF channels:8 a Operation at-29.2°F(-34°C)and 10.8 VDC • Self-test for verifying hardware functionality ° Operation at-29.2°F(-34°C)and 26.5 VDC • Diagnostics mode for verifying system functionality ° Operation at 165.2°F(74°C)and 26.5 VDC ° Operation at 165.2°F(74°C)and 10.8 VDC Configuration • Automatic and manual configuration of lanes,stop bars and Manufacturing zones ■ Manufactured in the USA • Lane positioning increment:1 ft.(0.3 m) • Surface mount assembly • Four-sided zones of any shape and size • IPC-A-610C Class 2-compliant • Overlapping zones supported • Operational testing: • Sensor reconfiguration without detection disruption supported ° Sub-assembly test • Graphical user interface with traffic pattern display ° 48-hour unit level burn-in • Windows Mobile®-compatible software ° Final unit test • Supported operating systems: • Unit test results available a Windows Mobile v5.0 or greater(Socket Mobile 650-M) o Windows XP Support °. Windows Vista • Training and tech support available from Wavetronix o Windows 7 • • Wavetronix training includes: • Software-supported functionality: ° Installation and configuration instruction to ensure ac- ▪ TCP/IP connectivity curate performance o Sensor configuration back-up and restore ° Classroom and in-field instruction o Backed-up sensor configurations can be viewed and ° Knowledgeable trainers edited ° Use of presentation materials • Real-time traffic visualization for performance verification ° Virtual configuration using computer playback and traffic display ° Instruction in use of computer and handheld devices and o Zone and channel actuation display other necessary equipment o Virtual sensor connections for demonstration and training • Wavetronix tech support includes: o Local or remote sensor firmware upgradability ° Technical representatives available for installation and configuration Operating Conditions - Ongoing troubleshooting and maintenance support • Accurate performance in: • Rain up to 1 in.(2.5 cm)per hour Documentation • Freezing rain ■ Instructional training guide a Snow ■ Comprehensive user guide a Wind • Installer quick-reference guide o Dust ■ User quick-reference guide o Fog • Documentation available upon request: a Changing temperature ° FCC certification o Changing lighting(even direct light on sensor at dawn and a IEC 6100-4-5 class 4 test report dusk) • Ambient operating temperature:-40°F to 165°F(-40°C to 74°C) Warranty • Humidity:Up to 95%RH(non-condensing) • Two-year warranty against material and workmanship defect 3 SmartSensor Matrix SmartSensor Matrix Bid Specification 3.3 Lane Configuration.The RPD shall be able to detect 1.0 General.This item shall govern the purchase of above and report presence in up to 10 lanes. ground radar presence detector(RPD)equivalent to the Wave- The RPD shall be able to detect and report presence in tronix SmartSensor MatrixTM. curved lanes and areas with islands and medians. An RPD detects vehicles by transmitting electromagnetic 4.0 System Hardware.For each approach to be detected,one radar signals through the air.The signals bounce off vehicles RPD corner radar shall be used. in their paths and part of the signal is returned to the RPD. The returned signals are then processed to determine traffic 4.1 Preassembled Backplate.Each RPD shall have a traf- parameters. fic cabinet preassembled backplate with the following: RPDs are not affected by normal weather and environmental • AC/DC power conversion • Surge protection conditions such as rain,wind,snow,dust,etc.They also do • Terminal blocks for cable landing not require cleaning and can maintain performance over a • Communication connection points wide range of ambient temperatures. The preassembled backplate for the RPD shall be a cabi- RPDs provide a non-intrusive means of detecting traffic.This net side mount or rack mount. property not only makes them safer to install but also more cost effective than sensors that require roadway modifications 4.2 Contact Closure Input File Cards.The RPD shall or placement. use contact closure input file cards with 2 or 4 channel 2.0 Sensor Outputs.The RPD shall present real-time presence capabilities. data in 10 lanes. The contact closure input file cards for the RPD shall be The RPD shall support a maximum of eight zones. compatible with industry standard detector racks. • The RPD shall support four channels and have user-selectable 5.0 Maintenance.The RPD shall not require cleaning or ad channel assignments. justment to maintain performance. The RPD shall use OR logic to combine multiple zones to a The RPD shall not rely on battery backup to store configu- channel output,and shall have channel output extend and ration information,thus eliminating any need for battery delay functionality. replacement. The RPD algorithms shall mitigate detections from wrong Once the RPD is calibrated,it shall not require recalibration way or cross traffic. to maintain performance unless the roadway configuration changes. The RPD system shall have fail-safe mode capabilities for The mean time between failures shall be 10 years,which is contact closure outputs if communication is lost. estimated based on manufacturing techniques. 3.0 Detectable Area. 6.0 Physical Properties.The RPD shall not exceed 4.2 lbs.(1.9 3.1 Detection Range.The RPD shall be able to detect and kg)in weight. report presence in lanes with boundaries as close as 6 ft.(1.8 m)from the base of the pole on which the RPD is The RPD shall not exceed 13.2 in.by 10.6 in.by 3.3 in.(33.5 cm mounted. x 26.9 cm x 8.4 cm)in its physical dimensions. All external parts of the RPD shall be ultraviolet-resistant, The RPD shall be able to detect and report presence in lanes located within the 100 ft.(30.5 m)arc from the base corrosion-resistant,and protected from fungus growth and of the pole on which the RPD is mounted. moisture deterioration. 3.2 Field of View.The RPD shall be able to detect and re- 6.1 Enclosure.The RPD shall be enclosed in a Lexan EXL port presence for vehicles within a 90 degree field of view. polycarbonate. 4 www.wavetronix.com WAVETRONIX SmartSensor Matrix The enclosure shall be classified"fl"outdoor weatherabil- 9.1 Frequency Stability.The circuitry shall be void of any ity in accordance with UL 746C. manual tuning elements that could lead to human error and degraded performance over time. The RPD shall be classified as watertight according to the NEMA 250 standard. All transmit modulated signals shall be generated by means of digital circuitry,such as a direct digital synthe- The RPD enclosure shall conform to test criteria set forth sizer,that is referenced to a frequency source that is at in the NEMA 250 standard for type 4X enclosures.Test least 50 parts per million(ppm)stable over the specified results shall be provided for each of the following type 4X temperature range,and ages less than 6 ppm per year. criteria: Any upconversion of a digitally generated modulated • External icing(NEMA 250 clause 5.6) signal shall preserve the phase stability and frequency • Hose-down(NEMA 250 clause 5.7) stability inherent in the digitally generated signal. • 4X corrosion protection(NEMA 250 clause 5.10) • Gasket(NEMA 250 clause 5.14) This specification ensures that,during operation,the RPD strictly conforms to FCC requirements and that the radar signal The RPD shall be able to withstand a drop of up to 5 ft. quality is maintained for precise algorithmic quality.Analog (1.5 m)without compromising its functional and struc- and microwave components within an RPD have characteristics tural integrity. that change with temperature variations and age.If the output transmit signal is not referenced to a stable frequency source, The RPD enclosure shall include a connector that meets then the RPD is likely to experience unacceptable frequency the MIL-C-26482 specification.The MIL-C-26482 connec- variations which may cause it to transmit out of its FCC allocat- tor shall provide contacts for all data and power connec- ed band and thus will be non-compliant with FCC regulations. tions. The RPD shall not rely on temperature compensation 7.0 Electrical.The RPD shall consume less than 10 W. circuitry to maintain transmit frequency stability. The RPD shall operate with a DC input between 9 VDC and 28 Temperature-based compensation techniques have been shown VDC. to be insufficient to ensure transmit frequency stability.One The RPD shall have onboard surge protection. reason this type of technique is not sufficient is that it does not compensate for frequency variations due to component aging. 8.0 Communication Ports.The RPD shall have two communi- The bandwidth of the transmit signal of the RPD shall not cation ports,and both ports shall communicate independently vary by more than 1%under all specified operating condi and simultaneously. tions and over the expected life of the RPD. Two independent communication ports allow one port to be used for configuration,verification and traffic monitoring without The bandwidth of an RPD directly affects the measured range ing communications on the dedicated data port. interrupt- of a vehicle.A change in bandwidth causes a direct error in the measured range,i.e.,a 5%change in bandwidth would cause a The RPD shall support the upload of new firmware into the range error of 10 ft.(3 m)for a vehicle at 200 ft.(61 m).If the RPD's non-volatile memory over either communication port. bandwidth changes by more than 1%due to seasonal tempera- ture variations and component aging,then the RPD will need to The RPD shall support the user configuration of the following: be frequently reconfigured to maintain the specified accuracy. • Response delay 9.2 Antenna Design.The RPD antennas shall be designed • Push port on printed circuit boards. The communication ports shall support a 9600 bps baud rate. Printed circuit board antennas eliminate the need for RF con- 9.0 Radar Design.The RPD shall be designed with a matrix of nectors and cabling that result in decreased reliability.Printed radars. circuit antennas are less prone to physical damage due to their extremely low mass. The matrix of radars enables the sensor to provide detection over a large area and to discriminate lanes. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. 5 SmartSensor Matrix The antennas shall cover a 90 degree horizontal field of The RPD shall support the configuring of lanes,stop bars view. and detection zones in 1-ft.(0.3-m)increments. The sidelobes in the RPD two-way antenna pattern shall When lanes have variable widths or have variable spacing(e.g. be-40 dB or less. gore between lanes),precise resolution is necessary. Low sidelobes ensure that the performance from the antenna 10.3 Windows®Mobile-based Software.The RPD shall beam widths is fully achieved. include graphical user interface software that displays all configured lanes and the current traffic pattern using a 9.3 Resolution.The RPD shall transmit a signal with a graphical traffic representation. bandwidth of at least 245 MHz. A visual representation of traffic patterns allows an installer to The bandwidth of the transmit signal translates directly into quickly associate specific detections with corresponding vehicles, radar resolution,which contributes directly to detection perfor- and it facilitates verification of RPD performance. mance.For example,an RPD that transmits at a low bandwidth will have low radar resolution,which could cause it to count a The graphical interface shall operate on Windows Mobile, single vehicle as two vehicles in adjacent lanes.As another ex- Windows XP,Windows Vista and Windows 7 in the.NET ample of the adverse effects of low radar resolution,the response framework. from a sign or other radar target in the roadway may spill over into the lanes of travel and desensitize the radar.In order to The software shall support the following functionality: achieve the specified detection accuracy in a variety of condi- • Operate over a TCP/IP connection tions,the unwindowed radar resolution cannot be larger than 2 • Give the operator the ability to save/back up the RPD ft.(0.6 m)at the half-power level,which requires a bandwidth configuration to a file or load/restore the RPD configu- of 240 MHz.The high radar resolution reduces the problem of ration from a file vehicle responses getting drowned out by brighter vehicles in ad- • Allow the backed-up sensor configurations to be jacent lanes and improves performance for moving and stopped viewed and edited vehicles near roadway targets. • Provide zone and channel actuation display • Provide a virtual connection option so that the software • 9.4 RF Channels.The RPD shall provide at least 8 RF can be used without connecting to an actual sensor channels so that multiple units can be mounted in the • Local or remote sensor firmware upgradability same vicinity without causing interference between them. 11.0 Operating Conditions.The RPD shall maintain accurate 9.5 Verification.The RPD shall have a self-test that is performance in all weather conditions,including rain,freez- used to verify correct hardware functionality. ing rain,snow,wind,dust,fog and changes in temperature The RPD shall have a diagnostics mode to verify correct and light,including direct light on sensor at dawn and dusk. system functionality. RPD operation shall continue in rain up to 1 in.(2.5 cm)per 10.0 Configuration. hour. 10.1 Auto-configuration.The RPD shall have a method The RPD shall be capable of continuous operation over an for automatically defining traffic lanes,stop bars and ambient temperature range of-40°F to 165.2°F(-40°C to 74°C). zones without requiring user intervention.This auto-con- The RPD shall be capable of continuous operation over a rela- figuration process shall execute on a processor internal tive humidity range of 5%to 95%(non-condensing). to the RPD and shall not require an external PC or other processor. 12.0 Testing. The auto-configuration process shall work under normal 12.1 FCC.Each RPD shall be certified by the Federal intersection operation and may require several cycles to Communications Commission(FCC)under CFR 4Z part complete. 15,section 15.249 as an intentional radiator. 10.2 Manual Configuration.The auto-configuration The FCC certification shall be displayed on an external method shall not prohibit the ability of the user to manu- label on each RPD according to the rules set forth by the ally adjust the RPD configuration. FCC. 6 www.wavetronix.com WAVETRONIX' SmartSensor Matrix 4.4 The RPD shall comply with FCC regulations under all Classroom lab training shall involve presentations outlin- specified operating conditions and over the expected life ing and defining the RPD,its functions,and the proce- of the RPD. dures for proper operation. These presentations shall be followed by hands-on labs in which trainees shall practice 12.2 NEMA TS 2-2003 Testing.The RPD shall comply using the equipment to calibrate and configure a virtual with the applicable standards stated in the NEMA TS RPD. To facilitate the classroom presentation and hands- 2-2003 standard. Third party test results shall be made on labs,the manufacturer-provided training shall include available for each of the following tests: the following items: • Shock pulses of 10 g,11 ms half sine wave • Knowledgeable trainer or trainers thoroughly familiar • Vibration of 0.5 g up to 30 Hz with the RPD and its processes • 300 V positive/negative pulses applied at one pulse per • Presentation materials,including visual aids,printed second at minimum and maximum DC supply voltage manuals and other handout materials for each student • Cold temperature storage at-49°F(-45°C)for 24 hours • Computer files,including video and raw data,to facilitate • High temperature storage at 185°F(85°C)for 24 hours the virtual configuration of the RPD • Low temp,low DC supply voltage at-29.2°F(-34°C)and • Laptop computers or Windows CE handheld devices 10.8 VDC with the necessary software,and all necessary cables, • Low temp,high DC supply voltage at-29.2°F(-34°C)and connectors,etc. 26.5 VDC • All other equipment necessary to facilitate the virtual • High temp,high DC supply voltage at 165.2°F(74°C) configuration of the RPD and 26.5 VDC • High temp,low DC supply voltage at 165.2°F(74°C)and Field training shall provide each trainee with the hands- 10.8 VDC on opportunity to install and configure the RPD at road- side. Training shall be such that each trainee will mount 13.0 Manufacturing.The RPD shall be manufactured and as- and align the RPD correctly. sembled in the USA. 14.2 Technical Assistance.Manufacturer-provided tech- The internal electronics of the RPD shall utilize automa- nical support shall be available according to contractual tion for surface mount assembly,and shall comply with the agreements,and a technical representative shall be avail- requirements.set forth in IPC-A-610C Class 2,Acceptability of able to assist with the physical installation,alignment, Electronic Assemblies. and auto-configuration of each supplied RPD.Techni- The RPD shall undergo a rigorous sequence of operational cal support shall be provided thereafter to assist with testing to ensure product functionality and reliability.Testing troubleshooting maintenance,or replacement of RPDs shall include the following: should such services be required. • Functionality testing of all internal sub-assemblies 15.0 Documentation.RPD documentation shall include an • Unit level burn-in testing of 48 hours'duration or greater instructional training guide and a comprehensive user guide • Final unit functionality testing prior to shipment as well as an installer quick-reference guide and a user quick- reference uickreference guide. Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number,upon The RPD manufacturer shall supply the following documenta- request. tion and test results at the time of the bid submittal: • FCC CFR 47 certification(frequency compliance) 14.0 Support.The RPD manufacturer shall provide both train- • IED 6100-4-5 class 4 test report(surge) ing and technical support services. 16.0 Warranty.The RPD shall be warranted free from material 14.1 Training.The manufacturer-provided training shall and workmanship defects for a period of two years from date be sufficient to fully train installers and operators in the of shipment. installation,configuration,and use of the RPD to ensure accurate RPD performance. The manufacturer-provided training shall consist of comprehensive classroom labs and hands-on,in-the-field, installation and configuration training. 7 SmartSensor Matrix SmartSensor Matrix Installation Specification 1.0 General.This item shall govern the installation of an parked vehicles,etc.)that run parallel to the monitored aboveground radar presence detector(RPD)equivalent to the roadway. Wavetronix SmartSensor Matrix. 2.3 Cabling.The cable end connector shall meet the MIL- RPDs can provide accurate,consistent,and reliable presence C-26482 specification and shall be designed to interface detections provided they are installed properly.The require- with the appropriate MIL-C-26482 connector.The connec- ments in this specification are intended to ensure proper RPD tor backshell shall be an environmentally sealed shell that installation. offers excellent immersion capability.All conductors that interface with the connector shall be encased in a single 2.0 Mounting and Installation. jacket,and the outer diameter of this jacket shall be with- 2.1 Mounting Assembly.The RPD shall be mounted di- in the backshell's cable O.D.range to ensure proper seal- rectly onto a mounting assembly fastened to a mast arm, ing.The backshell shall have a strain relief with enough pole or other solid structure. strength to support the cable slack under extreme weather conditions.Recommended connectors are Cannons KPT The RPD mounting assembly shall provide the necessary series,and recommended backshells are Glenair Series 37 degrees of rotation to ensure proper installation. cable sealing backshells. The RPD mounting assembly shall be constructed of The cable shall be the Orion Wire Combo-2204-2002-PVC- weather-resistant materials and shall be able to support a GY or an equivalent cable that conforms to the following 20-lb.(9.1-kg)load. specifications: • The RS-485 conductors shall be a twisted pair. 2.2 Mounting Location.The RPD shall be mounted at a • The RS-485 conductors shall have nominal capacitance height that is within the manufacturer's recommended conductor to conductor of less than 40 pF/ft at 1 kHz. mounting heights. • The RS-485 conductors shall have nominal conductor DC resistance of less than 16.7 ohms/1000 ft.(304.8 m)at The RPD shall be mounted at an offset from the first lane 68°F(20°C). that is consistent with the RPD's minimum offset. • The power conductors shall be one twisted pair with The RPD shall be mounted so that at least 20 feet along nominal conductor DC resistance of less than 11.5 the farthest lane to be monitored is within the field view ohms/1000 ft.(304.8 m)at 68°F(20°C). of the RPD. • Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center The cable shall be terminated only on the two farthest of the lanes to be monitored.Typically,the RPD is tilted ends of the cable. off of vertical by 20-30 degrees. The cable length shall not exceed 2000 ft(609.6 m)for The RPD shall be mounted on a vertical signal pole or on the operational baud rate of RS-485 communications(9.6 the horizontal mast arm. Kbps). The RPD shall be mounted so that its field of view is not If 12 VDC is being supplied for the RPD then the cable occluded by poles,signs or other structures. length shall not exceed 110 ft.(33.5 m). RPDs that are mounted within 20 ft.(6.1 m)of each other If 24 VDC is being supplied for the RPD then the cable or that are monitoring the same intersection shall be con- length shall not exceed 600 ft.(182.9 m). figured to operate on different RF channels regardless of the pointing direction of the RPDs. Both communication and power conductors can be bundled together in the same cable as long as the above- It is recommended that the manufacturer be consulted to mentioned conditions are met. verify final RPD placement if the RPD is to be mounted near large planar surfaces(sound barrier,building, 8 www.wavetronix.com WAVETRONDC SmartSensor Matrix 2.4 In Cabinet Interface Equipment.The RPD shall be The input file cards shall be compatible with 170,2070, installed using the SmartSensor Matrix Preassembled NEMA TS 1,and NEMA TS 2 style input racks. Traffic Cabinet Backplate or an equivalent that provides input power surge suppression,sensor cable surge sup The input file card shall translate data packets from the pression,AC to DC power conversion(if necessary),and RPD into contact closure outputs. terminal blocks.The surge protection devices shall meet The input file card shall support presence detection. or exceed the EN 61000-4-5 Class 4 specifications. 2.5 Power Supply.If needed,the RPD shall be installed The input file card shall receive data packets over an RS using the Click!TM 202,Click!204 or an equivalent AC to 485 bus at a baud rate of 9600 bps. DC power converter that meets the following specifica- The input file card shall autobaud and auto-detect an RPD tions: over wired and wireless communication channels that The power converter shall be power rated at 48 W for tem- have a maximum latency of 500 ms. peratures less than 140°F(60°C)with a 5%power decrease The input file card shall comply with the NEMA TS 2-1998 for each degree increase up to 158°F(70°C). Traffic Controller Assemblies with NTCIP Requirements The power converter shall operate in the temperature (Section 2.8 specification). range of to-29.2°F to 165.2°F(-34°C to 74°C). The power converter shall operate in the humidity range of 5%to 95%at 77°F(25°C)non-condensing. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC±4%°.' • The power converter shall withstand a voltage across its input and output of 2 kV.The power converter shall with- stand a voltage across its input and ground of 1.5 kV. The power converter shall conform to safety standards UL 60950 and EN 60950. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000-3-2,3. In brown-out conditions(i.e.<85 VAC input),the output voltage of the power converter shall be less than 1 VDC. The terminal blocks shall be color-coded insulation dis- placement terminal blocks. The terminal blocks shall be prewired to the other in- cabinet equipment so that no wiring other than cable ter- minations,connecting input power and connecting input file cards shall be required during installation. 2.6 Input File Cards.The Click!114,Click!112 or an equivalent that meets the following specifications shall be used. 9 Main Components in Pod Detection SystemTMPOD Wireless Vehicle Detection System Base Station, NEMA Cabinet Base Station,322 Cabinet Trafficware No. Component Trafficware No, Component 50283-2100 Base station kit for NEMA cabinet 50283-2200 Base station kit for 332 cabinet It will consist of the following: It will consist of the following: Component Action Component AAAkin Base Station Install on shelf in cabinet. Base station Install on the rack in cabinet. SDLC cable Install from base station to controller for SDLC. 332/TS1 detector cards Install in detector rack;8 cards included,23 outputs. TS1 cable harness Install from base station to detection panel for TS1. TS1 cable harness Install from base station to 332 detector cards. Power panel,Pod Install in cabinet for clean,AC power to access Power panel,pod Install in cabinet for access point clean AC power. software point.This is already installed on base station. software This is already installed on the base station. Optional:Communications ' $,,.,,.,',,-.N.„. \ •i S The following add-on is an alternative to wireless communication between the t ' ` base station and access point.(Wiring through EIA-485.) " 'IL , 4 , i a Attached to pole . •/ Trafficware Noy Component ....--- 50284-6000 ,50284-6000 Lightning suppression, EIA-485 ' Action _ �`� "� _,.X •�.. Install on the power panel in the cabinet. ' _. - _---- �_. Wireless sensors \� ..-',r..- Pod Access Point cabinet11 IF e., e Trafficware No, Component jd''"" -sty 50284-2103 Access point kit for stop bar detection kiiiimor, __ It will consist of the following: Component Action Wireless Sensors Access point Install on pole at intersection close to the cabinet. Trafficware No,. Component Access point field wiring Install wires from cabinet to connectors to end 50285-2000 Wireless sensor kit EIA-485 and 120 VAC at the access point. Action Mounting bracket, Install on pole within 4 feet from the access point. omnidirectional antenna Install in pavement using joint sealant,9000-2000. Omnidirectional antenna, Install on pole using a mounting bracket Trafficware Noy Component Y' 1900-MHz (3A184-4000). 9000-2000 Fabick M-PP-450 epoxy RF cable Install from access point to omnidirectional antenna. Lightning suppression Install at the omnidirectional antenna,in series Action with 8005-0301. Use quick dry epoxy during installation of pod sensors. O Trafficware Trafficware No. Component erorr..eog earsee .8020-0002 Dual applicator 522 Gillingham.Sugar Land,Texas 77478 &UM 1.800.952.7285 I www.trafficware.com Use this tool when installing pod sensors. Version 1.1.1 Layout Overview J Setback Detection One of the following is needed for each direction of setback. Trafficware No. Component 50287-2000 Panel antenna kit ',\, " Action ` ' Install on pole at intersection close to the access point. It will consist of the following: Component Aril4II Panel antenna,900-MHz Install on pole at intersection,close to the access pant. RF cable Install from access point to panel antenna. Clamp kit,for pipe Install to mast arm at intersection close to access point. Pipe,36',panel antenna Install to the clamp kit on mast arm for panel antenna. ! - mounting Lightning suppression Install at the panel antenna,in series with 8005-0301. The red areas represent Pod locations at the stop bar and for advanced detection. Setback in Four Directions Two of the following are needed for advanced detection in four directions. Four of the following are needed for setback detection in four directions.- Trafficware No, Component Trafficware No. Component i 8005-0303 RF splitter,900 MHz 8005-0301 RF cable Action Action Install between the access point and two panel antennas. Install from access point to RF splitter 8005-0303. 4 28' ► 4 38' •• 4 27' ► 16' 15' 4—3'—14--13'--:14-12'—► 4—3'14--12'--:14--12'X4-11'---► T T -c)" ,I,r1 aICI-I e)I 4111111111111=1=11111= 1 4 -- - 30' ►1 4 40' ►1 Pod placement for 6'x 30'detection area Pod placement for 6'x 40'detection area Version 1.1.1 POD Detection System TM Q TrafficwareANEW Engineered by Q Naztec / AL Wireless Vehicle Detection 4.4 • ` t • . . •• Pod Detection SystemTM 1 . _ Overview rafficware's Pod Detection System'"^uses patented technology exclusively licensed from Massachusetts Trafficware has been solvingof the traffic industry'sbiggest Institute of Technology(M.I.T.)e and has one or more some features covered by one of the following patents:U.S. problems since 1979. Accurate, economic, and flexible vehicle Patent Nos.6,662,099,8,855,902 and 9,020,742. Other patents pending.The foregoing notice is intended �` detection is one of the industry's current challenges. In 30+years to serve as a notice under 35 U.S.C.§287(a). of developing our own detection systems, as well as interfacing ' with all leading manufacturers, Trafficware has collected a lot of data on how to approach and solve the detection problem. Our answer is the Pod Detection SystemTm, a wireless magnetic sensor embedded in the road to • accurately measure vehicle occupancy and detection. Powered by an industry-leading D-cell lithium battery, the Pod will transmit real-time data autonomously for up to 10 years, providing a solution to a broad range of transportation needs. The Pod Detection SystemTM is simple to install and easy to use, with three primary components: the Pod, Access Point, and Base Station. .4 � r 11.1°... 0 , s` Attached to pole ` 0111 • acces tPoint -- --- Wireless sensors \ t Pod Located within cabinet BaseStation k" i 4 • - —i f.� a.lnf{« - �4�- A. Pod 14.......] The sensors are located in the roadway, wirelessly transmitting vehicle data and • receiving administrative data. .,, • Compact and robust (2"H x 3.6"D) ,.o,�..�. • Industry-leading D-size lithium battery, providing up to 10 years of life with an -=_- average of 700 activations per hour, 24/7. • 900 MHz wireless frequency: - Allows greater range. - More reliable communication that can pass around buildings and pen- . .1 etrate foliage. - Better inroad performance, with the ability to communicate through snow, water, and ice that may have collected over the sensor. ) - Extended range eliminates the need for a repeater. This simplifies the system by reducing the number of components, as well as easing installation and maintenance. • Auto-tune functionality, allowing the Pod to re-calibrate if the environment changes or roadway shifts or buckles. • Three axis magnetometer with dual sensors in the Z-axis. Dual sensors in the most important axis provides redundancy and improved accuracy. • Installation is quick, with minimal road closure duration: - Cut a hole that is 4.0" to 4.5" in diameter x 2.75" deep, using a diamond tipped drill bit. - Dab of epoxy in the bottom of the hole. - Install the Pod in a clamshall and place Pod in the hole, with upper edge 3/8" from roadway surface. - Fill balance of hole with epoxy. • Relocatable and battery replaceable. 1 Access Point and Antennas Mounted on an intersection pole or mast-arm, the Access Point and Antennas provide two-way wireless communication between the Pod and Base-Station. � • Secure straps to the pole, within line-of-sight of the control cabinet. A wired connection is also available if there is occlusion. • There are four (4) radios—three (3) to broadcast to Pods and one (1) to broadcast to the Base Station. 9,,_ • The omni-directional antenna covers all Pods located at the in- ;.. tersection. Long-range directional antennas are used for advance `< detection where Pods are located up to 700 feet away. These ` ` The Pod is quick to antennas are typically mounted on the mast-arm and are mounted , back-to-back. Use of these long-range antennas eliminates the install and easy to need for a repeater. use. f I •Base StationAngeloGrasso s Director ofPublic Works Located in the control cabinet, the Base Station has theCity of Galveston, Texas computing power of a full ATC controller, providing data processing and storage. • SDLC connection for TS2 cabinets—allows direct • connect and eliminates need for loop detector racks. • Can emulate one to four BIU's, or run in parallel with loops and other forms of detection. I • Detector card interfaces with Caltrans cabinet. • Either wired or wireless communication to the Access Point. • Can support more than 150 Pods per intersection. • Linux operating system. • Ethernet Port and USB connection. Pod Connect The Pod Connect is a graphical user interface (GUI) that can be IAPIREITIN easily accessed from a web browser, simplifying the process of configuring, monitoring, and reporting the Pod System. Itimamm • May be conveniently accessed from tablets and smart l phones. a • pu..".III( How does a magnetometer or magnetic sensor work? It senses the disturbances in the earth's magnetic field due to the presence of a car or motorcycle. There are algorithms that interpret this disruption to characterize it into meaningful and reliable data. 5 ' How does the Pod compare to other forms of detection? Pod vs. Loops • Much simpler installation process. • • Wireless- no cabling needed. `'\ • Because of its small and durable form- factor, it is significantly less subject to a roadway breach due to movement in pavement. • Much more durable and not subject to degradation in the roadway. • Smart—can be grouped into larger detection zone or used as an individual point. • Directional, capable of providing the direction of traffic flow. • If there is a failure, it may be diagnosed through the web browser and the pods recon- figured to work around the problem -without going into the field. • More economical. Pod vs. Video • Pod response time is quick, allowing it to be used for Detection-Control System (DCS) for dilemma zone management. • More economical. • Accurate enough to be used for vehicle counts. • Not affected by: - Shadows ' . - Reflections - Winter white-out conditions - Dirty or smudged lens - Salt build-up on lens (common in coastal towns) - Vibration on mast arm due to wind i, wif' - Re-direction/aiming due to storms ABOUT TRAFFICWARE Trafficware specializes in researching, designing, and developing electronic equipment and enterprise ,4a software designed to enhance the transportation industry. Our industry expertise comes from: 1. Hands on experience attained while solving traffic management challenges across the country since 1979. 2. Our in-house team including: Professional Traffic Engineers, Hardware and Software design and development staff, Manufacturing Personnel, and Customer Service/Field Application Engineers. 3. Regular dialogue with our customers to address their real-world operational issues and future traffic management requirements. Trafficware manufactures a full line of traffic equipment in its 100,000 square-foot technology center 35: `- located in Sugar Land, Texas. In over three decades of manufacturing in the USA, our products have earned a reputation for unmatched quality and reliability. 522 Gillingham I Sugar Land I Texas I 77478 Icware ersion 1.2 For more information,call 800-952-7285 or visit www.trafficware.com. Engineered by B Naztec Appendix C: License Plate Recognition Schematics Miami Beach Project Management Services EXAMPLE LPR SCHEMATIC FOR ENTRY LANES p t..t ns1..w.��i0'.w I:, Bwa+ Bvai O..:a t1e �.....w..a ,._I '.1 O m own..«...r.....a.,".4r ron if D ' w �nAr 1141 ..w .11 a ' effi E i a EXAMPLE LPR SCHEMATIC FOR EXIT LANES 0 DETAIL t7A-REVENUE ENTRY GATES HOURLY LOT B AND DAILY LOT B �i L—J a —= a.a.,. . = j� '..,,. 0 0 ....... tom m.w. air CS D Lam, O t t t—?;b '----'B 0 1513 DETAIL 13-REVENUE EAR GATES-HOURLY LOT B �PI°T..v..h1a.,.f.a erRL�r1t SI1YI02s KimleyoHorn Example LPR Schematics Appendix D: Parking Guidance System Schematics I Miami Beach Project Management Services u:) n _ IP II « r I I x ILk ., I '' LEGEND 15.i••••••••••''.7 t 1 _ v r --_—. _.-.---«i2L..... „ ,,rip -EXTERIOR MONUMENT SIGN ....� ”" —£ 4.._. F, fj- -I TERIORONE SIDED CEILING j MOUNTED SIGN i dr e iii! I —.i ; `./.., 111=21g. FFQQ11 DOUBLE SIDED l::--- y I 1 / 1 ___yyy���ryry{ / — -- y / ._._.--.1- --O- CfILNGMWMED SIGN LjJ 111 H-- .� I ... _' 1 e�i mzzm • jfLF —00 C)6)---- ,•...1f ,. '1 9'V-;',A7,/ 9...; " '';',-, 1.- --------1-qliti, -......7.-_—t 'EXAMPLE LAYOUT FOR I / I PARKING FACILITY WITH CIL }ww./,I. wy ww %.�., I} .� i NO SPACES LOCATED ON ...,---^. _ ," / -4. / / ..mow ---_T� � _ Y ._�.� i .. = RAMPS - _0B'CHeTFwRseTvices Kimley*Hom Level-by-Level- G2-12th St.and Drexel Ave T Miami Beach Project Management Services 0 0 0 0 0 0 0 ® 0 0 0 0 o- — - e - - ---,- - -o LEGEND } CP-. 4 a HN — ...„ .."A `G.7" H N a .. eT.r D.- GHr+C N w•••••••NH = EH O IXTERIOR MONUMENT SIGN ® TERIOR ONE SIDED CEILING k _ ! i E ! — _.___.._1 MONUNTED SIGN @--.,},— E _�'A miniiiit ® IMEPoOR DOUBLE SIDED =' + I 3 ip 0 CEILINGMOUNTED SIGN 777 EEE v �+��J1L,�� IM •f-F' t y ' COUNT SENSOR I MI" F G toG '� 1-•D R+N ® I �.��• x 0 _—.___._.—_—.—=:.-r,-.-.:1-:-.-- _,—.� _0 jI Y 1 0—p, __ bt:4. 'EXAMPLE LAYOUT FOR PARKING FACILITY WITH SPACES LOCATED ON RAMPS r ayerrIent Services Kinky Horn Level-by-Level-G6-42^d St.and Sheridan Ave Miami Beach Project Management Services 963 405 DI pl v ___ 744 101 'j Stair 97-73 77. ai s . / ——1 Ni Pkg E1ev. C1111-( LIT ir 43 t �: .f I f I �� ` •r4 • 1 ,_ 1 I I I • LEGEND t ��Sa [ I I . r f I •EXTERIOR MONUMENT SIGN , w •IC i ,,,,, r., 98 �i' t 2'6 air: •INTERIOR ONE SIDED CEILING 92 • I I 14- " 1 MOUNTED SIGN r ' �I. sir" • IMERIORDOUBLESIDED I- _ I '� • 21 t� 1 CHDNG MOUNTED SqN `II` i //II���, r• ' 5 ) CUMERUDEVICEXNO I I I1I725 L RANGE Of OPERATION i'. y-. • S*$ MI I I I I I i ;i; I I 1 1, 1 *It ** 1i L. ,_____-,.•..11 .,,It14141 ; t_tii. litiiiiIi I i. • • *AM** • .:11 403 99'1 699 w "nia ageme,n services Kimleyi»Horn Space by Space-G8-Alton Rd.and 5'h St. Miami Beach Project Management Services ®EXTERIOR MONUMENT SIGN -INTERIOR ONE SIDED CEILING MOUNTED SIGN Status Level •INTERIOR DOUBLE SIDED CEILING MOUNTED SIGN 5 roof . 3 �I • • • • • 2 b"4 • til+ • • • .-'2. 'EXAMPLE LAYOUT FOR EXTERIOR SON. 'EXAMPLE LAYOUT FOR INTERIOR SIGN. MAY INCLUDE ADA SPACES BY LEVEL MAY INCLUDE ADA SPACES BY LEVEL 0 SPACE BY SPACE CAMERA DEVICE LEVEL-BY-LEVEL AND RANGE OF OPERATION COUNT SENSOR IF 'ASSUMES USE OF LER-TYPE SPACE-BY-SPACE SYSTEM. 'ASSUMES USE OF ULTRASONIC SENSORS MICROWAVE VEHICLE DETECTION SYSTEMS ARE ALSO AN OPTION (0",=I M,BEAC" $eft KimleysHorn Parking Technology Symbols Appendix E: Transportation Improvement Program Details Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 /11/1. interac TIP SEARCH REPORT BY: Agency or Type of Report, Budget Limits and Type of Project Report Date: 3/17/2016 Time: 4:31 PM The Transportation Improvement Program(TIP)is the short range element of the Long Range Transportation Plan(LRTP).It consists of a five-year program of projects of which one year is current(the annual element)and four are proposed.Projects included in the TIP are required to be prioritized and financially constrained and must include transportation management system strategies proposed for implementation during the time frame of the TIP.The TIP also identifies all sources of funding that are known or anticipated to be available during the program period.The Transportation Plan documents are adopted by the Governing Board of the Metropolitan Planning Organization(MPO),and accepted by the state and federal agencies involved in local transportation planning and implementation,i.e.the Florida Department of Transportation,the Federal Highway Administration,and the Federal Transit Administration.Projects approved by the MPO Board in the TIP are subsequently implemented by the Board of County Commissioners and,when required,by federal and/or state agencies. This report includes a selection of transportation projects from the current Transportation Improvement Program adopted by the Miami Urbanized Area Metropolitan Planning Organization,as requested by the user.The complete document can be found at the MPO web site(www.miamidade,gov/mpo). By using the following criteria, you selected 10 TIP projects to be included in this report Agency/Report Type: Selection by Municipality: MIAMI BEACH Budget Limits: All $amounts Type of Project: All InteracTlP-Funding Source Legend CODE NAME CODE NAME CODE NAME ACCM Advance Construction-Congestion Mitigation FM Fed.Aviation Admin.Funds-Airport Improvements PKBD Turnpike Master Bond Fund ACEN Advance Construction/Equity Bonus for National FDOT Florida Department of Transportation PKM1 Turnpike Toll Maintenance Highways ACI Advance Construction-Interstate FDOT(CIGP) County Incentive's Grant Program(FDOT-Discretionary) PKY1 Turnpike Improvement ACNH Advance Construction-National Highway FDOT(SE) Surface Transportation Enhancement PKYR Turnpike Renewal and Replacement ACOE _ _ Army.Corps of Engineers FDOT D4 FDOT Dist 4(Funding allocated to So.Fl.Reg.Tramp.Auth.) PL Metropolitan Miami-Dade Planning ACSA Advance Construction/Surface Transportation Program FDOT DDR District Dedicated Revenue(FDOT) PORT Miami-Dade Seaport ACSE Advance Construction-STP,Enhancement FDOT DS State Primary-Highways&PTO PRN Private Sector ACSH Advance Construction-Safety,Hazard Elimination FDxx Federal Demonstration Projects PTP People's Transportation Program ACSS Advance Construction-Safety FED FOR Federal Formula PTP Bond People's Transportation Program-Bond ACSU Advance Construction SU FHPP Federal High Priority RHH Rail Highway Crossings Hazard ACXA Advance Constr.-Surface Transport My Area Fl Toll Florida Toll Revenue Credits RHP Rail Highway Crossings Protections Devices BCT Broward County Transit FPTF Florida Ports Trust Funds RIF Road Impact Fee BNBR Amendment 4 Bonds(Bridges) FRM4 Mandated Congressional Earmark Funding S117 STP Earmarks-2005 BNDS State Bonds FSJLD Future Seaport Jr.Lien Debt S129 STP Earmarks-2008 BRRP State Bridge Repair/Rehabilitation Program FSRB Future Seaport Revenue Bonds SA STP-Any Area BRT Federal Bridge Replacement-On System FTA Federal Transit Administration SCF Seaport Construction Funds BRTD_ Federal Bridge Replacement-Discretionary FTA 5307 Federal Transit Administration-Section 5307 _SE Surface Transportation,Enhancement BRTZ Federal Bridge Replacement-Off System FTA 5309 Federal Transit Administration-Section 5309 SGT Secondary Gas Tax CCTSS Charter County System Surtax FTA RAIL MOD Federal Transit Agency Rail Modification SH Surface Transportation,Hazard Elimination CD(Seaport) Cash Donation FTAT Federal Transit Agency Transfer SLA Special Legislative Appropriation CIGP County Incentives Grant Program FTRC Florida Toll Revenue Credits SN Surface Transportation Mandatory Non-Urban CIG-R County Incentives Grant Program 4 Growth Management GMR General Revenue for SIS SR Surface Transportation,RR Hazard Elimination CM Congestion Mitigation for Air Quality HPP High Priority Projects SR2E Safe Routes to School,Either CMAQ Congestion Management Air Quality HRR High Risk Rural Road SR2N Safe Routes to School-Non Infrastructure COE Corp of Engineers HSP Highway Safety Program SR2S Safe Routes to School-Infrastructure COR Capital Outlay Reserve IM Interstate Maintenance/Rehabilitation SRB Seaport Revenue Bonds D State-Public Transportation Operations/Planning IMAC Interstate Maintenance(Advanced ConstuctionlRegular) SS Surface Transportation Safety DDR District Dedicated Revenue(FDOT) IMD Interstate Maintenance-Discretionary STP/FLEX(B) STPIFIex-Broward County DDR/LFF District Dedicated Rev./Local Fund for Matching IVH Mandated Congressional Earmark Funding STP/FLEX(M) STP/Flex-Miami Dade County DDRF District Dedicated Revenue for Federal Matching L Local Funds STP/FLEX(P) STP/Flex-Palm Beach County DI State-Statewide Inter/Intrastate Highway LF Local Funds SU STP,Urban Areas>200,000 Population DIH State in House Product Support LFF Local Funds for Federal Match TCSP Transportation,Community&System Preservation DIRS Advance Acquisition-Intrastate Corridor LFNE Local Funds not in Escrow TDDR Transportation Disadvantaged-Distr.Dedicated Rev. DIS Strategic Intermodal System Liability Trust F Liability Trust Fund TDTF Transportation Disadvantaged Trust Fund DITS Statewide ITS-State 100% LOGT Local Option Gas Tax TIFI Transportation Infrastructure Finance and Innovation Act DL Local Funds-PTO MDTA Miami-Dade Transit Agency TOP Transportation Outreach Program DPTO State PTO Funds MDX Miami-Dade Expressway Authority TIMP Transportation Improvement(Federal-100%) DS State Primary Highways and PTO MG Minimum Guarantee TP Turnpike District DSB Design-Build MGBP Minimum Guarantee-Bridge Supplemental TOBD I-95 Express(State-100%) DSB4 Miami-Dade Expressway Authority MLF Master Lease Financing TRIP Transportation Regional Incentive Program DSBD Toll Discretionary MPO Miami-Dade Metropolitan Planning Organization XA Surface Transportation My Area DU State Primary/Federal Reimbursable NH Principal Arterials National Highway XL Surface Transportation Area<200K Population EB Equity Bonus NHAC National Highway-Advanced Construction XU Surface Transportation Area>200K Population EBBP Equity Bonus Bridge Program NHTS National Highway Traffic Safety EBNH Equity Bonus Supplementing NH NSTP New Starts Transit Program InteracTIP-Work Program Description Legend CODE NAME CODE NAME CODE NAME ADM Administration INC Alternative Contracting Incentives PE Planning and Design BR Bridge LAR Local Advance Reimbursement _ PE/CST Planning,Engineering&Construction CAP Capital MNT Maintenance PLN' Planning CEI Construction Engineering Inspection MISC Miscellaneous Grant R/R Railroad CST Construction and Construction Engineering Inspection OPS Operations ROW Right of Way DSB Design/Build PD Preliminary Design RNV Right of Way ENV Environmental PDE Project Development and Envimomental RRU Railroad&Utilities Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 DT2499111 SR 907/ALTON ROAD Type of Work: FLEXIBLE PAVEMENT RECONSTRUCT. From: FROM 5TH STREET Type of Project Artedal/Collector Road To: TO MICHIGAN AVENUE Construction N/A Agency Name: Florida Department of Transportation District 6 Year. Next Stop: Status: Nomad's/Comments: Phase Fund 2015/16 2016/17 2017/18 2018/19 2019/20 Total Source PRELIMINARYLF 0 0 0 0 0 0 ENGINEERING PRELIMINARY DDR 0 0 0 0 0 0 ENGINEERING PRELIMINARY DIH 0 0 0 0 0 0 ENGINEERING PRELIMINARYDS 0 0 0 0 0 0 ENGINEERING RIGHT OF DDR 0 0 0 0 0 0 WAY RIGHT OF DIH 0 0 0 0 0 0 WAY RIGHT OFDS 0 0 0 0 0 0 WAY RAILROADLF 0 0 0 0 0 0 & UTILITIES RAILROAD DDR 0 0 0 0 0 0 & UTILITIES CONSTRUCTION LF 0 0 0 0 0 0 CONSTRUCTION DDR 0 0 0 0 0 0 CONSTRUCTION DIH 0 0 0 0 0 0 CONSTRUCTION DS 0 0 0 0 0 0 CONSTRUCTION ACSA 0 0 0 0 0 0 CONSTRUCTION SA 0 0 0 0 0 0 CONSTRUCTION DDR 0 0 0 0 0 0 CONTRACTSA 0 0 0 0 0 0 INCENTIVES CONTRACTDS 1,100 0 0 0 0 1,100 INCENTIVES Total 1,100 0 0 0 0 1,100 Project Description: Contact Person Phone No. Email Address IGLESIAS,DANIEL (305)470-5289 Danny.Iglesias@dot.state.fl.us 3 Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 DT2512715 MIDDLE BEACH REC-PH1 Type of Work: BIKE PATH/TRAIL From: FROM 47 ST Type of Project: PadestrlanBlcyde To: TO 53 ST INCLG BEACH VIEW PARK AT 53 S Construction N/A Agency Name: Florida Department of Transportation Distct 6 Year: Next Step: Status: Remarks/Comments: Phase Fund 2015/16 2016/17 2017/18 2018/19 2019/20 Total Source CONSTRUCTION SA 0 5 0 0 0 5 CONSTRUCTION TALU 0 1,000 0 0 0 1,000 Total 0 1,005 0 0 0 1,005 Project Description: Contact Person Phone No. Email Address YASSIN,AIAH (305)470-5485 Aiah.Yassin@dot.state.fl.us 4 Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 DT4209101 WEST AVE CONNECTOR BRDG Type of Work: NEW BRIDGE CONSTRUCTION From: FROM N.OF LINCOLN RD Type of Project Arterial/Collector Road To: TO SOUTH OF 18 STREET Construction N/A Agency Name: Florida Department of Transportation District 8 Year. Next Step: Status: Remarks/Comments: Phase Fund 2015/16 2016/17 2017/18 2018/19 2019/20 Total Source RIGHT OFLF 1,635 0 0 0 0 1,635 WAY CONSTRUCTION LF 0 0 2,552 0 0 2,552 PD&E HPP 0 0 0 0 0 0 PRELIMINARYSA 0 0 0 0 0 0 ENGINEERING PRELIMINARYSA 0 0 0 0 0 0 ENGINEERING PRELIMINARY HPP 0 0 0 0 0 0 ENGINEERING Total 1,635 0 2,552 0 0 4,187 Project Description: Contact Person Phone No. Email Address YASSIN,AIAH (305)470-5485 Aiah.Yassin@dot.state.fl.us 5 Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 DT4291931 SR 907/ALTON ROAD Type of Work: FLEXIBLE PAVEMENT RECONSTRUCT. From: FROM MICHIGAN AVENUE Type of Project: Arierlal/Collector Road To: TO S OF ED SULLIVAN DR/43 ST Construction N/A Agency Name: Florida Department of Transportation District 6 Year. Next Step: Status: Remarks/Comments: Phase Fund 2015/16 2016/17 2017/18 2018/19 2019/20 Total Source PRELIMINARYDS 0 0 0 0 0 0 ENGINEERING RIGHT OF DIH 0 0 0 0 0 0 WAY RIGHT OFDS 0 0 0 0 0 0 WAY CONSTRUCTION DDR 0 0 2,059 0 0 2,059 CONSTRUCTION DIH 0 0 32 0 0 32 CONTRACTDS 0 0 0 90 0 90 INCENTIVES PRELIMINARY HSP 0 0 0 0 0 0 ENGINEERING PRELIMINARYSU 0 0 0 0 0 0 ENGINEERING Total 0 0 2,091 90 0 2,181 Project Description: Contact Person Phone No. Email Address ARVELO,ANA (305)470-5210 Ana.Arvelo©dot.state.fl.us 6 Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 DT4291932 SR 907/ALTON ROAD Type of Work: INTERSECTION IMPROVEMENT From: AT MICHIGAN AVENUE Type of Project Arterial/Collector Road To: Construction N/A Agency Name: Florida Department of Transportation District 6 Year. Next Step: Status: Remarks/Comments: Phase Fund 2015/16 2018/17 2017/18 2018/19 2019/20 Total Source PRELIMINARY DIH 0 0 0 0 0 0 ENGINEERING CONSTRUCTION HSP 0 798 0 0 0 798 CONSTRUCTION DIH 0 11 0 0 0 11 CONTRACTSA 0 0 30 0 0 30 INCENTIVES Total 0 809 30 0 0 839 Project Description: Contact Person Phone No. Email Address ARVELO,ANA (305)470-5210 Ana.Arvelo©dot.state.fLus 7 Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 DT4304441 SR 907/ALTON ROAD Type of Work: FLEXIBLE PAVEMENT RECONSTRUCT. From: FROM S.OF 43RD STREET Type of Project: Arterial/Collector Road To: TO E.OF ALLISON ROAD Construction N/A Agency Name: Florida Department of Transportation District 6 Year. Next Step: Status: ' Remarks/Comments: Phase Fund 2015/16 2016/17 2017/18 2018/19 2019/20 Total Source .'`;1+'; PRELIMINARY DIH 0 0 0 0 0 0 ENGINEERING ...-;i PRELIMINARY ENGINEERING DS 0 0 0 0 0 0 ' RIGHT OF DIH 10 16 0 0 0 26 — WAY • RIGHT OFDS 188 150 0 0 0 338 'i, x, i WAY 0 0 11,637 1,196 0 12,833 I ,:E CONSTRUCTION SA u'" "'*"""'" 0 0 9,352 166 0 9,518 CONSTRUCTION DDR w..- . ., CONSTRUCTION DIH 0 0 209 0 0 209 PRELIMINARY ACCM 0 0 0 0 0 0 ENGINEERING PRELIMINARY ACSA 0 0 0 0 0 0 ? • � ENGINEERING PRELIMINARY SA 0 0 0 0 0 0 i ':1'7 ENGINEERING Tyr. Total 198 166 21,198 1,362 0 22,924 Project Description: Contact Person Phone No. Email Address BENITEZ,HONG (305)470-5471 Hong.Benitez©dot.state.fl.us 8 Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 DT4308131 SR A1A/INDIAN CRK DR Type of Work: RESURFACING-RIDE ONLY From: FROM ABBOTT AVENUE Type of Project: Arterial/Collector Road To: TO SR 907/WEST 63 STREET Construction N/A Agency Name: Florida Department of Transportation District 6 Year. Next Step: Status: Remarks/Comments: Phase Fund 2015/16 2016/17 2017/18 2018/19 2019/20 Total Source PRELIMINARY DIH 10 0 0 0 0 10 ENGINEERING PRELIMINARYDS 130 0 0 0 0 130 ENGINEERING CONSTRUCTION DDR 0 0 707 0 0 707 CONSTRUCTION DIH 0 0 31 0 0 31 CONSTRUCTION DS 0 0 11 0 0 11 Total 140 0 749 0 0 889 Project Description: Contact Person Phone No. Email Address ARVELO,ANA (305)470-5210 Ana.Arvelo@dot.state.fl.us 9 Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 DT4314991 SAFE RTS. TO SCHOOL INFRASTRUCTURE PROJECT Type of Work: PEDESTRIAN SAFETY IMPROVEMENT From: BISCAYNE SCHOOL Type of Project: Pedestrian/Bicycle To: Construction N/A Agency Name: Florida Department of Transportation District 6 Year. Next Step: Status: Remarks/Comments: Phase Fund 2015/18 2018/17 2017/18 2018/19 2019/20 Total Source CONSTRUCTION ACTU 121 0 0 0 0 121 CONSTRUCTION SA 2 0 0 0 0 2 CONSTRUCTION TALU 112 0 0 0 0 112 PRELIMINARYSA 0 0 0 0 0 0 ENGINEERING PRELIMINARY TALU 0 0 0 0 0 0 ENGINEERING Total 235 0 0 0 0 235 Project Description: Contact Person Phone No. Email Address YASSIN,AIAH (305)470-5485 Aiah.Yassin@dot.state.fl.us 10 Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 PW000716 Venetian Causeway Bridges Type of Work: Study From: Type of Project: Arterial/Collector Road To: Construction N/A Agency Name: MD Public Works and Waste Management Dep. Year: Next Step: Status: Remarks/Comments: PD&E Study by FDOT.Additional funding by Causeways and FDOT. Phase Fund 2015/16 2016/17 2017/18 2018/19 2019/20 Total Source RIF 0 0 0 0 0 0 Total 0 0 0 0 0 0 Project Prior Years'Funding as follows:$50,000 for PE. Description: Contact Person Phone No. Email Address Rolando Jimenez,P.E. (305)375-5681 rjimen@miamidade.gov 11 Miami-Dade County MPO Transportation Improvement Program-2015/16-2019/20 PW000726 West Avenue Bridge over the Collins Canal Typo of Work: Bridge From: Typo of Project: Artedal/Collector Road To: Construction N/A Agency Name: MD Public Works and Waste Management Dep. Year. Next Step: Status: Remarks/Comments: Additional funding by City of Miami Beach. Phase Fund 2015/16 2016/17 2017/18 2018/19 2019/20 Total Source RIF 0 0 0 0 0 0 Total 0 0 0 0 0 0 Project Bridge.Prior Years'Funding as follows:$3,011,000 for CST and R/W. Description: Contact Person Phone No. Email Address Rolando Jimenez,P.E. (305)375-5681 rjimen@miamidade.gov 12 PSEL'IP for Miami Beach ITS and SPS Appendix 4: Operations and Maintenance Performance Measure Requirements and Goals February 2019 Appendix APPENDIX 4 Operations and Maintenance Performance Measure Requirements and Goals for DESIGN, BUILD, OPERATION, AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION MANAGEMENT SYSTEM (ITS) AND SMART PARKING SYSTEM (SPS) RFP Number: 2016-199-KB April 2017 [Updated February 2019] mM I A M I BEACH grMg forProan Intelamligent Transportationement System andServices Smart Parking System CONTENTS 1 PERFORMANCE MEASURE GOALS 3 1.1 SYSTEM PERFORMANCE MEASURE GOALS 3 1.1.1 Goal#1: TMC Hours of Operation and Staffing 4 1.1.2 Goal#2: ITS Equipment and Spare Parts Availability 5 1.1.3 Goal#3: Traffic Incident Management 6 1.1.4 Goal#4: SPS Equipment and Spare Parts Availability 7 1.1.5 Goal#5: TMC Subsystems Availability 7 1.1.6 Goal#6: Meetings 8 1.1.7 Goal#7: Deliverables 9 1.2 MAINTENANCE PERFORMANCE MEASURE REQUIREMENTS 10 TABLES Table 1: TMC Hours of Operation and Staffing Performance Measure Goal 4 Table 2: TMC Performance Measure Requirements 5 Table 3: ITS Equipment and Spare Parts Availability Performance Measure Goals 5 Table 4: Traffic Incident Management Performance Measure Goals 6 Table 5: SPS Equipment and Spare Parts Availability Performance Measure Goals 7 Table 6: TMC Subsystems Availability Performance Measure Goals 7 Table 7: Meetings Performance Measure Goals 8 Table 8: Deliverables Performance Measure Goals 9 Table 9: Maintenance Performance Measure Requirements 10 APPENDICES Appendix A: Sample Performance Measure Calculation Spreadsheet 2 ,AAO MIAMI BEACH gm MgmServices forProan IntelligentraTranspanaortationeent System and Smart Parking System The City of Miami Beach shall use the following performance measure requirements and goals to monitor and report on the quality and timeliness of operation and maintenance services provided for the Transportation Management Center (TMC), Intelligent Transportation System (ITS), and Smart Parking System (SPS). The performance measure requirements outline the general guidelines of TMC, ITS, and SPS operations and maintenance requirements to be followed by the Design, Build, Operate, and Maintain (DBOM) Firm based on the Project Plan. The performance measure goals outline a list of seven goals to be achieved by the DBOM Firm every reporting period (month or quarter, to be determined during O&M)to receive payments from the City of Miami Beach. The Performance Measures will be applied as a deduction against the not-to-exceed monthly or quarterly fee established in the Guaranteed Maximum Price. At the onset of every reporting period, each goal will reset to 100%and percentage points will be deducted based on requirements described within. The final percentage goal achieved at the conclusion of the month will equate to the payment amount for that month (e.g. if the final percentage goal is 97%, the DBOM Firm will receive 97% of monthly payment). For this contract, the Routine TMC Hours of Operation is 16 hours/day, 7 days/week. If the City lowers the Routine TMC Hours of Operations, the maximum deduction in a reporting period will be capped at 10%and the O&M compensation to the DBOM Firm will be adjusted per the DBOM Agreement. This deduction will only apply during the construction of Phases 1 through 6. Once Phase 6 is operational, no cap will be applied even with reduced hours of operation. A goal calculator excel file will be provided to the City of Miami Beach by the DBOM Firm at the onset of this contract to calculate the goal percentage achieved each reporting period. The sample goal calculation spreadsheet is provided in Appendix A. 1 Performance Measure Goals 1.1 System Performance Measure Goals The TMC, ITS, and SPS performance measure goals are provided herein. The DBOM Firm shall report on each performance measure goal at least monthly, or as requested by the City. The seven goals are listed below: • Goal #1: TMC Hours of Operation and Staffing • Goal #2: ITS Equipment and Spare Parts Availability • Goal #3: Traffic Incident Management • Goal #4: SPS Equipment and Spare Parts Availability • Goal #5: TMC Subsystems Availability • Goal #6: Meetings • Goal #7: Deliverables • Goal #8: Maintenance For each goal the description of the goal measure is provided first. A table is then provided summarizing the requirements, the performance measure, and the minimum performance goal percentage. After each table, the method of computation is described. Percentages less than 100% will be applied on a deduct basis and in no case will more than 100% be paid. 3 MIA V I BEACH Program Management Services ,Aggliell for an Intelligent Transportation System and Smart Parking System 1.1.1 Goal #1: TMC Hours of Operation and Staffing The TMC hours of operation and staffing performance measure goal is included in the basis of payment as described in this section. Table 1: TMC Hours of Operation and Staffing Performance Measure Goal Minimum Requirement Performance Measures Performance Provide TMC hours Operate TMC from during defined daily of operation and operating hours. 52 weeks per year, including 100% operator staffing holidays. Also includes weekday and weekend per Contract overtime and on-call services. Documents, as an overall monthly Provide morning shift operations 100% requirement. Afternoon shift operations 100% Method of Goal Computation • Total actual minutes TMC is open divided by total goal minutes = % performance achieved. Notes 1. In order for the TMC to be considered operational, an operator shall be present and logged in to the central management system. 2. This operation requires the appropriate number of staff based on the coverage requirements. 3. No deductions are required if the TMC is not operational due to power outage, natural disaster, or other circumstances beyond the DBOM Firm's control. 4. Deductions will be applied if the person responsible for opening the TMC is late for any reason other than natural disaster. 5. No deductions are required for normal meal or"coffee"breaks or other breaks within City policy as approved by the TMC Manager. 6. Maximum number of hours logged per day by an operator should be equal to the Routine Hours of Operation, or as adjusted. 7. 1.1.1.1 Additional TMC Performance Measure Requirements Additional TMC operations performance measure requirements are provided in Table 2. The DBOM Firm shall report on each performance measure requirements as requested by the City of Miami Beach. These performance measure requirements are not included in the basis of payment, but are the responsibility of the DBOM Firm. 4 ,4111kell MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Table 2: TMC Performance Measure Requirements Item Type Performance Requirement Performance Measures Operator Operators trained per central system Al —Training completed within six weeks of hire or • A Training requirements. within two weeks of central system software or SOG change 131 —Warranty and return service documentation are complete and current for each subsystem and device. All warranty, support contracts, and B2—Equipment maintenance contracts and contact B Warranty and manuals are available in the TMC and information are current and complete. Manuals are up-to-date. B3—Operation, trouble-shooting and maintenance manuals are current and complete for each device. B4—Information on hand at all times for each type of device or subsystem. Cl —Central system software hot fixes installed on Central System Central system software hot fixes that backup server and tested before going live on live C impact functionality will be installed per server. Software software provider direction. C2—Central system software updates scheduled per mutual agreement between the DBOM and the City. Information . Public Safety Messages Posted to DMS D1 —Public Safety Announcement(PSA)or Messages Dissemination per SOG/SOP and direction from the City of Miami Beach. posted to DMS on dates and for durations as directed. 1.1.2 Goal #2: ITS Equipment Availability The ITS equipment availability performance measure goal is included in the basis of payment as described in this section. Table 3: ITS Equipment Performance Measure Goals Minimum Requirements Performance Measure Performance Goal CCTV availability ITS equipment subsystems are fully MUDS availability functional during all hours DMS availability the TMC is operational, 95% and spare parts inventory ITS availability maintained and replaced ITS cabinet availability L per contract requirements. Communications network infrastructure availability Method of Goal Computation • Actual device availability in hours divided by maximum device availability in hours=%performance achieved. Notes 5 „dike, M iAM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 1. Number of devices may change depending on equipment changes during reporting month. 2. Full stock levels per device will be defined by the City prior to the start of the contract. 1.1.3 Goal #3: Traffic Incident Management The traffic incident management performance measure goal is included in the basis of payment as described in this section. Table 4: Traffic Incident Management Performance Measure Goals Minimum Requirements Performance Measure Performance Goal Verify incidents within 120 seconds of detection utilizing the following: • MVDS Alert Initiate and complete • Bluetooth Alert incident detection and • CCTV Cameras for verification response steps per Verify other events within 6 minutes (City of Miami Beach Police, Fire, 9500 contract requirements and City Dispatch Center, or other alert, etc.). central management Initiate central management system log and notify City Traffic Flow system requirements. Specialist within 120 seconds of verification. Complete Response Plan within 6 minutes from verification(initiate response plan, DMS messages). Method of Goal Computation • All events response steps initiated within performance measure goals for all events in a month = 100%. • Number of events not meeting one or more performance measures to total number of events during reporting month = performance deductions. Notes 1. Incident management response plan to be developed by DBOM Firm and approved by City. 6 MIAMI BEACH Program Management services ,difighta for an Intelligent Transportation System and Smart Parking System 1.1.4 Goal #4: SPS Equipment Availability The SPS equipment availability performance measure goal is included in the basis of payment as described in this section. Table 5: SPS Equipment Availability Performance Measure Goals Minimum Requirements Performance Measure Performance Goal SPS equipment is fully functional during all hours Parking monument sign availability the TMC is operational, ° and spare parts inventory 95/0 maintained and replaced Communications network infrastructure availability per contract requirements. Method of Goal Computation • Actual device availability in hours divided by maximum device availability in hours=%performance achieved. Notes 1. Number of devices may change depending on equipment changes during reporting month. 1.1.5 Goal #5: TMC Subsystems Availability The TMC subsystems availability performance measure goal is included in the basis of payment as described in this section. Table 6: TMC Subsystems Availability Performance Measure Goals Minimum Requirements Performance Measure Performance Goal Center-to-Center Communication Availability TMC Network Infrastructure Availability TMC subsystems are fully TMC Central Management System Availability 90% functional 24/7. TMC Video Display Wall Availability TMC Operator Workstations Availability Method of Goal Computation • All TMC subsystems are available 24/7= 100% • Monthly actual subsystem availability hours divided by maximum potential subsystem availability hours= % availability M �Ai BEACH gram Management v ,4111kforProan Intelligent Transportation SystemSerand Smicesart Parking System Note 1. This requirement only applies to systems under TMC Control. 2. Center-to-center communications include communication with City of Miami Beach Transportation Department. 3. Maximum availability of subsystems will be 24 hours a day, 7 days a week. 1.1.6 Goal #6: Meetings The meetings performance measure goal is included in the basis of payment as described in this section. Table 7: Meetings Performance Measure Goals Minimum Requirements Performance Measure Performance Goal Attend regional and statewide TIM meetings, as applicable TMC Manager or Attend TMC staff meetings designated representative shall attend meetings, Attend meetings as requested by the City of Miami Beach including but workshops, conferences not limited to: 90% and special events needed • Meetings with Miami-Dade County TSS staff to stay current on the • Local or regional ITS conferences management system and • Internal or external workshops related programs. — Participate in joint coordination and training meetings Method of Goal Computation • Attend or call-into all known applicable meeting each month = 100% • Deduct 2%for each meeting not attended • Deduct 5%for each meeting requested by the City not attended • Add 5% for each applicable meeting where the DBOM Firm provides the meeting Chair and/or is actively involved as organizer, presenter, etc. Notes 1. Meetings include workshops, conferences, and special events. Any program at the request of the City will be included in this goal computation. 0 U I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 1.1.7 Goal #7: Deliverables The deliverables performance measure goal is included in the basis of payment as described in this section. Table 8: Deliverables Performance Measure Goals Minimum Requirements Performance Measure Performance Goal Monthly performance measures Invoices Meeting minutes DBOM personnel shall Any misc. plans for technical analysis and support including but not submit all requested limited to: 90% reports on-time. • Standard operating guidelines • Incident management response plan • Routine preventative maintenance plan • Responsive preventative maintenance plan Weekly staffing report Method of Goal Computation • Number of reports submitted on time divided by maximum number of reports submitted = % availability Notes 1. A list of all recurring administrative reports shall be maintained on a shared drive with the City. As these are submitted to the City, the date shall be recorded in the list and identified as 'on-time' or'late'. 2. Routine preventative maintenance plan covers maintenance frequency and actions per manufacturers' recommendations and updated as systems are added or replaced. 3. Responsive maintenance performed to support subsystem and device availability goals described in the routine preventative maintenance plan. (i.e. trouble tickets prepared, tracked and updated for all device, subsystem and system failures; parts returned to vendor or manufacturer for repair or replacement per subsystem or device warranty within five business days). 4. DBOM firm should maintain up-to-date standard operating guidelines for use by operators and submit to the City of Miami Beach when updated. 9 m MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 1.1.8 Goal #8: Maintenance The maintenance goal is included in the basis of payment as described in Table 10 and is related to the routine preventative maintenance (RPM). The DBOM Firm shall report on each performance measure requirements monthly, quarterly or as requested by the City (to be determined before O&M). Table 9: Maintenance Performance Measure Goal Minimum Requirements Performance Measure Performance Goal Perform RPM as required Perform semiannual maintenance per RPM plan. 98% by the RPM Plan 1.1.8.1 Additional Maintenance Performance Measure Requirements The maintenance performance measure requirements are provided in Table 10. The DBOM Firm shall report on each performance measure requirements as requested. Table 10: Maintenance Performance Measure Requirements Item Type Performance Requirement Performance Measures Maintenance of MOT installed per Design Standard El —All field maintenance within the clear zone has E Traffic(MOT) Index 600 and MUTCD. MOT installed per Index 600. Deployment Maintenance vehicles are provided, Fl -Service trucks available all hours maintenance Maintenance technicians are working. F Vehicles maintained, equipped during standard F2-Bucket truck available all hours maintenance operating hours. technicians are working. G Locates Underground infrastructures are located G1 —All locates completed within 48 hours of valid per Sunshine One Call. request. MIAMI BEACH Program Management Services .�._ for an Intelligent Transportation System and Smart Parking System 2 Summary Calculation The individual percentages for each goal are calculated based on the descriptions provided above. To determine the reduction applied to the reporting period not-to-exceed amount, a summary calculation is applied weighting each of the individual goals against a predefined value. Table 11 below shows the maximum points used to weight each goal, and an example calculation of the payment percentage. Table 11: Operations and Maintenance Performance Measures Summary Minimum Performance Maximum Total Performance Measure Goals Performance Achieved Points Points Goal Goal 1: TMC Hours of Operation and Staffing 100% 100.00% 30 30.0 Goal 2: ITS Equipment Availability 95% 95.00% 15 15.0 Goal 3:Traffic Incident Management 95% 98 30% 30 30.0 Goal 4: SPS Equipment Availability 1. 95% ! 99.20% 10 10.0 Goal 5: TMC Subsystems Availability 90% 99.50% 15 15.0 Goal 6: Meetings 90% i 100% 5 5.0 Goal 7: Deliverables 90% 90% 5 5.0 Goal 8: Maintenance 98% 96 00% 15 14.7 Points Total 125 124.7 Payment Percentage Applied I 99.8% A goal calculator excel file will be provided to the City of Miami Beach by the DBOM Firm at the onset of this contract to calculate the overall goal percentage achieved each reporting period. The sample goal calculation spreadsheet is provided in Appendix A. 11 PSEMP for Miami Beach 1TSand SPS Appendix 5: Minimum Technical Requirements February 2019 . Appendix APPENDIX 5 MINIMUM TECHNICAL REQUIREMENTS MIAMI BEACH City of Miami Beach DESIGN-BUILD-OPERATE-MAINTAIN MINIMUM TECHNICAL REQUIREMENTS for an Intelligent Transportation Management System (ITS) and Smart Parking System (SPS) in the City of Miami Beach RFP 2016-199-KB April 2017 .aggiken MI AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System CONTENTS 1 GENERAL 4 1.1 DESCRIPTION OF WORK 4 1.2 ADDITIONAL GENERAL REQUIREMENTS 5 1.3 DOCUMENT ORGANIZATION 6 2 CCTV SYSTEM 7 2.1 DESCRIPTION 7 2.2 DESIGN REQUIREMENTS 7 2.3 PROJECT SPECIFIC REQUIREMENTS 7 2.3.1 Camera Type 7 2.3.2 CCTV Camera Housing Type 7 2.3.3 Video Compression 8 2.3.4 Manufacturer's Proprietary Camera Software 8 2.3.5 Camera Firmware 8 3 DYNAMIC MESSAGE SIGN 9 3.1 DESCRIPTION 9 3.2 DESIGN REQUIREMENTS 9 3.3 PROJECT SPECIFIC REQUIREMENTS 10 3.3.1 DMS Type 10 3.3.2 Sign Display Modules 10 3.3.3 Sign Support Structures 10 4 VEHICLE DETECTION SYSTEM 11 4.1 DESCRIPTION 11 4.2 DESIGN REQUIREMENTS 11 4.3 PROJECT SPECIFIC REQUIREMENTS 11 4.3.1 Vehicle Detector Type 11 4.3.2 Minimum VDS Accuracy Levels 12 4.3.3 Speed Calculation 12 4.3.4 Power Supply 12 4.3.5 Excessive Cross Sectional Area or Device Offset 12 4.3.6 MVDS Firmware 12 5 BLUETOOTH TRAVEL TIME SYSTEM 13 5.1 DESCRIPTION 13 5.2 DESIGN REQUIREMENTS 13 5.3 PROJECT SPECIFIC REQUIREMENTS 13 5.3.1 Bluetooth Detector 13 5.3.2 Wireless Modem 14 5.3.3 Bluetooth Server 15 5.3.4 Bluetooth Software 16 6 SUPPORT POLES AND LOWERING DEVICES 18 RFP 2016-199-KB Page 1 of 52 Agile MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 6.1 DESCRIPTION 18 6.2 DESIGN REQUIREMENTS 18 6.3 PROJECT SPECIFIC REQUIREMENTS 18 6.4 APPROVAL PROCESS 18 7 DEVICE CABINETS 19 7.1 DESCRIPTION 19 7.2 DESIGN REQUIREMENTS 19 7.3 PROJECT SPECIFIC REQUIREMENTS 20 7.3.1 Sunshields 20 7.3.2 Interior Lighting 20 7.3.3 Field Cabinet 20 7.3.4 Field Device Co-location 20 7.3.5 Generator and Auxiliary Power Connection 20 8 SMART PARKING SYSTEM 21 8.1 DESCRIPTION 21 8.2 DESIGN REQUIREMENTS 21 8.3 PROJECT SPECIFIC REQUIREMENTS 21 8.3.1 Monument DMS 21 8.3.2 Uninterruptible Power Supplies 22 8.3.3 Vehicle Detection Subsystem 22 9 WIRELESS ETHERNET RADIO SYSTEM 24 9.1 DESCRIPTION 24 9.2 DESIGN REQUIREMENTS 24 9.3 PROJECT SPECIFIC REQUIREMENTS 24 9.3.1 Wireless Backhaul Point-to Point(PtP)Antennas 24 9.3.2 Software 27 9.3.3 Panel Antenna 27 9.3.4 Sector Antenna 27 9.3.5 Coaxial Cable 28 9.3.6 Standard N-Type Male Connector 28 9.3.7 Coaxial Cable Shield Grounding and Weatherproofing Kits 28 9.3.8 Lightning Arrestor 29 9.3.9 Construction Methods 29 10 TRAFFIC MANAGEMENT CENTER 31 10.1 DESCRIPTION 31 10.2 DESIGN REQUIREMENTS 31 10.3 PROJECT SPECIFIC REQUIREMENTS 31 10.3.1 Device Server 31 10.3.2 Operator Workstation 32 11 DEVICE MANAGEMENT SOFTWARE 33 11.1 DESCRIPTION 33 RFP 2016-199-KB Page 2 of 52 m MIAMI Program Management Services for an Intelligent Transportation System and Smart Parking System 11.2 DESIGN REQUIREMENTS 33 11.3 PROJECT SPECIFIC REQUIREMENTS 34 11.3.1 Pre-ITS Device Software Installation 34 11.3.2 Post Device Software Installation Services 35 11.3.3 Device Software Training 35 12 GROUNDING AND TRANSIENT SURGE PROTECTION 36 12.1 DESCRIPTION 36 12.2 DESIGN REQUIREMENTS 36 12.3 PROJECT SPECIFIC REQUIREMENTS 36 13 FIELD DEVICE POWER SERVICE 37 13.1 DESCRIPTION 37 13.2 DESIGN REQUIREMENTS 37 13.3 PROJECT SPECIFIC REQUIREMENTS 37 14 ADAPTIVE TRAFFIC SIGNAL CONTROL 38 14.1 DESCRIPTION 38 15 WARRANTY 39 16 TESTING 40 16.1 FACTORY ACCEPTANCE TEST 40 16.2 INSTALLATION INSPECTION 40 16.3 STAND-ALONE TEST 40 16.4 SUBSYSTEM TEST 41 16.5 OPERATIONAL TEST 42 16.6 BURN-IN PERIOD 42 16.7 SYSTEM ACCEPTANCE TESTING 44 16.8 SYSTEM ACCEPTANCE 44 16.9 TEST EQUIPMENT 44 16.9.1 Description 44 16.9.2 Functional Requirements 45 16.9.3 Material Requirements 45 17 CLOSE-OUT REQUIREMENTS 47 17.1 TRAINING REQUIREMENTS 48 17.1.1 Project Specific Training Requirements 49 18 DOCUMENTATION REQUIREMENTS 50 18.1 MATERIALS SUBMITTAL 50 18.1.1 Materials Database 50 18.2 TEST PLANS AND PROCEDURES 51 18.3 TRAINING DOCUMENTATION 51 18.4 MANUAL REQUIREMENTS 51 18.5 TRANSITION PLAN 51 RFP 2016-199-KB Page 3 of 52 m M!A M B EAC H Program Management Services „Aifor an Intelligent Transportation System and Smart Parking System 1 General The City of Miami Beach issued an Request for Proposal (RFP) to solicit competitive bids and proposals from Firms for the design, build, operation, and maintenance (DBOM) of the Intelligent Transportation Management System and Smart Parking System (the Project). The Project includes the installation of Intelligent Transportation System (ITS) and Smart Parking System (SPS) field equipment along identified project corridors throughout the City of Miami Beach. As well as the deployment of the City's new Traffic Management Center (TMC) equipped with supporting hardware and software components to enable center to field data and video exchange. The ITS field equipment to be deployed are primarily Closed Circuit Television (CCTV) cameras, Vehicle Detection Systems (VDS), Dynamic Message Signs(DMS), and Bluetooth Travel Time Systems. The monitoring capabilities provided by the ITS system will improve incident management and help alleviate traffic congestion along highly congested corridors. The project also included work on the City's parking facilities, including the installation of DMS providing real-time occupancy data to the motoring public. Additionally, a wireless communications network will be designed and implemented to support the ITS and SPS field equipment installed for this project.The Project is currently planned for deployment in six phases. At this time, deployment of Phase 2—6 is not part of the immediate project, but is an interest of the City to include in future projects. 1.1 Description of Work This document provides a set of Minimum Technical Requirements for the design, construction, operation, and maintenance of the ITS and SPS Project. As Appendix 5, this document is part of the Project System Engineering Management Plan (PSEMP) and accompanies the RFP. The proposed components include the design, construction, operations, and maintenance of the following: ITS Systems • Dynamic Message Signs(DMS) • Bluetooth Travel Time Devices • Closed Circuit Television (CCTV) Cameras • Microwave Vehicle Detection Systems(MVDS) • Communications Network • Field cabinets and foundations • Support poles and foundations as required • Central Software (also compatible with Smart Parking System components) • Adaptive Traffic Signal Control (ATSC) as an optional task Communications Infrastructure • Wireless Backhaul Point-to Point(PtP)Antennas • Wireless Point to MultiPoint(PtMP) Base Station Unit(BSU) • Wireless Point to MultiPoint(PtMP) Subscriber Unit(SU) • Coaxial Cable • Sector Antenna • Panel Antenna • Lightning Arrestor RFP 2016-199-KB Page 4 of 52 „Alin M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Smart Parking System • Wayfinding Systems • Parking Space Occupancy Systems Traffic Management Center • Video Wall • Workstations At existing ITS locations where the temporary equipment is replaced, the Design-Build-Operate-Maintain (DBOM) Firm shall re-establish connection of the ITS device to the City's network and perform Standalone and Subsystem tests of the devices. See Section 16 for more information. The DBOM Firm shall be responsible for fulfilling the project's requirements for the design, construction, and testing of the system. Additionally, the DBOM Firm shall be responsible for the operation and maintenance of this system for 10 years with a five-year option to extend available at the City's sole discretion (for a potential total of 15 years). Specific contract time periods will be outlined in the Notice to Proceed for each project phase. 1.2 Additional General Requirements Unless otherwise noted herein, the DBOM Firm shall comply with all applicable requirements of Florida Department of Transportation's (FDOT) Standard Specifications for Road and Bridge Construction latest edition (here and after known as FDOT Standard Specifications). The DBOM Firm shall become familiar with the PSEMP and utilize the Firm's expertise in the field of ITS and SPS to incorporate innovation in its design while maintaining all requirements of the RFP. The DBOM Firm is responsible for delivering all subsystems/devices/components required and shall determine the exact locations based on provided general locations and provided quantities of the devices to meet the requirements while meeting the manufacturers' functionality of all ITS and SPS devices and ancillary components for the Project. The DBOM Firm shall ensure that all ITS field devices and ancillary components comply with the FDOT's Approved Product List (APL). All proposed ITS devices must be 100% compatible with existing City of Miami Beach field devices, proposed TMC equipment, software, and operations. When installing devices and infrastructure, including but not limited to DMS,cabinets, poles, conduit,etc., the devices, all supporting infrastructure, and the routing and placement thereof shall be context sensitive in design with regard to the surrounding properties and urban form. All subsystem devices and ancillary components shall possess the latest version of hardware and software (at the time of installation). Neither untried nor prototype units will be approved or accepted by the City. The DBOM Firm shall not use reconditioned equipment. All subsystem devices and ancillary components shall be new commercial off-the-shelf(COTS) products in current production. The DBOM Firm shall submit, along with the 90% plans submittal, a list of all selected technologies/products, selection alternatives, reasons for selection, selected device locations, and mounting types to the City for review and approval. RFP 2016-199-KB Page 5 of 52 m M(AM I BEACH Program Management Services g„dfigafor an Intelligent Transportation System and Smart Parking System The DBOM Firm shall ensure that the design plans include station numbering on each plan sheet. The engineering scale for the plan sheet shall be 1" = 100'. The final plan set shall also include the GPS coordinates for each ITS device(new and existing)within the project limit. The DBOM Firm shall install the subsystem devices and ancillary components that are detailed in the City approved final design plans and specifications including, but'not limited to all required structures. The DBOM Firm shall not install subsystem devices and ancillary components until the City has reviewed and approved the final design plans and specifications. 1.3 Document Organization This document summarizes the requirements unique to each project component in a section specifically devoted to the respective field device. For each project component, the following areas are discussed: • Description • Design Requirements • Project Specific Requirements Following the individual project components, general requirements are provided including: • Testing • Training . • Documentation • Warranty RFP 2016-199-KB Page 6 of 52 m MIAMI BEACH Program Management Services .gillgikfor an Intelligent Transportation System and Smart Parking System 2 CCTV System 2.1 Description CCTV cameras are located throughout the City of Miami Beach. Mainly used to monitor roadway conditions, these cameras provide City traffic engineers and system operators with live streams of traffic flow, accident locations, and road closures. Operations staff use these devices to verify and detect incidents for the proper coordination of incident management resources. Proactive use of CCTV cameras will assist the TMC operators' incident management productivity, dispatch response times, and performance measures by providing early detection, incident verification, increased visual coverage and most importantly, motorist safety. 2.2 Design Requirements The CCTV camera shall conform to the current FDOT Standard Specifications for Road and Bridge Construction, Section 682 Video Equipment and corresponding current FDOT Design Standards. The DBOM Firm shall design, construct, install, and integrate a CCTV Camera Subsystem to provide the TMC staff complete video coverage of the project intersections and corridors. The installed system shall have the functionality to tour the roadway network and the provide 100% coverage of the intersection through pan, tilt, and zoom (PTZ) capabilities. The CCTV Camera Subsystems shall be compatible with the proposed Central Software platform. The CCTV camera assembly, pole and lowering device shall be consistent with the FDOT Standard Specifications for Road and Bridge Construction (latest edition). The DBOM Firm shall furnish, install, integrate, and test CCTV cameras at locations as required to meet or exceed these MTR. The CCTV cameras shall be on the FDOT APL. Camera manufacturers listed on the APL can be found at the following link: https://fdotwp1.dot.state.fl.us/ApprovedProductList/Specifications. There are currently no cameras specified on the County QPL. All other device manufacturers listed on the Miami-Dade QPL can be found at the following link: http://www.miamidade.gov/aol/. The DBOM Firm shall design, construct, test, operate, and maintain a CCTV camera system that consists of cameras providing high-quality streaming video coverage. The DBOM Firm shall ensure the CCTV camera views provide the TMC Operators the ability to determine the nature of the event, lane closure information, and when incident responders arrive and depart from the event. Additionally, the camera subsystem shall have the capability to identify the make, model, and color of motoring vehicles during nighttime conditions. 2.3 Project Specific Requirements 2.3.1 Camera Type The cameras furnished and installed shall be on the FDOT APL. The CCTV cameras shall possess full PTZ capabilities and shall be protected from the environment. The zoom lens shall have an image stabilizer. The approved zoom lens shall be compatible with the array size. The camera lens, at a minimum, shall support 30X optical zoom, and digital zoom of 12X, in lX increments. 2.3.2 CCTV Camera Housing Type CCTV camera housings shall be of the dome type and shall have a clear dome. The camera shall be powered via the Ethernet(Power-Over-Ethernet) power source or may be powered directly via 12-24VDC or 24VAC. RFP 2016-199-KB Page 7 of 52 .401A0 M I AM I BEAC H Program Management Services for an Intelligent Transportation System and Smart Parking System 2.3.3 Video Compression The CCTV camera shall support a minimum of H.264 encoding. 2.3.4 Manufacturer's Proprietary Camera Software The DBOM Firm shall provide CCTV camera control and diagnostic software available from the manufacturer. The DBOM Firm shall provide said software fully licensed for extended operation and troubleshooting to the full extent of the furnished PTZ CCTV camera's capabilities. The software for the CCTV cameras shall include the manufacturer's software for setup, local and remote programming, and testing the CCTV camera assembly functionality as per the manufacturer's specifications. The configuration and application software shall run on a computer equipped with latest version of Windows Operating System. The software shall be supplied with two sets of cables with appropriate length and connectors to connect a laptop computer to the cabinet to view video images and configure the camera assembly. The software and operating system firmware shall be provided so that from either a locally connected laptop or from the TMC a user can: • Manage access to cameras • Test all functions of the camera • Set up and program all addresses, communications ports, and camera features • Monitor device status • Pan, tilt, or zoom any camera on the network 2.3.5 Camera Firmware All CCTV cameras shall have the manufacturer's latest firmware installed at the time of installation. Available firmware updates should be provided throughout the duration of the project contract. RFP 2016-199-KB Page 8 of 52 m M AM BEACH gram Management v tatilikforProan Intelligent Transportation SystemSerandices Smart Parking System 3 Dynamic Message Sign 3.1 Description The DBOM Firm shall design, construct, install, and integrate a DMS system consisting of Freeway Dynamic Message Signs and Arterial Dynamic Message signs within the project Segment. The DMS system shall be compatible with the proposed central system software platforms. Briefly, the types of DMSs for this project are: • Freeway DMS -typically 8'x28' in size and mounted on an overhead truss structure. The freeway DMS is capable of displaying 18" characters, 21 characters per line, three lines, full color LED display and full matrix messages. • Arterial DMS—refers to dynamic-message signs used to inform motorist of altered traffic patterns or other conditions near work zones. The City of Miami Beach ITS and SPS Project Plan, as included in Appendix 3 of the PSEMP, provides the conceptual signing locations and should be used as the basis of design for the minimum signing locations and quantities. The DBOM Firm is responsible for determining the final locations and quantities of DMS assemblies to be furnished and installed for the proposed project system. All installed DMS shall be contextual to the surrounding properties and urban form. 3.2 Design Requirements The DBOM Firm shall furnish, install, integrate, test, operate, and maintain DMSs at locations as required to meet or exceed these MTR.The DMS shall conform to the latest edition of FDOT Standard Specifications for Road and Bridge Construction, Section 700 Intelligent Transportation Systems Motorist Information Systems and corresponding FDOT Design Standards. Structural Supports shall be designed in accordance with Chapter 29 of the FDOT Plans Preparation Manual (PPM). DMS locations shall be designed and installed per the latest edition of the FDOT PPM and the FDOT Standard Specifications. The DBOM Firm shall adhere to the requirements herein and in other contract documents for the design, procurement, installation, integration, operation, maintenance, training, documentation, and warranty requirements for full color, 20mm or less pixel pitch, full-matrix, LED, DMS assemblies. Each assembly shall include but not be limited to the sign case with all associated internal components, sign controller, and network-manageable sign controller UPS unit, communications devices, controller cabinet, cabling, connectors, conduits, electrical service, surge suppression, and hardware and software associated with a complete installation. The DMS must be designed in accordance with the latest version of the NEMA Standards Publication TS 4- 2005, Hardware Standards for DMS, with National Transportation Communications for ITS Protocol (NTCIP) requirements. All new and replacement signs shall be integrated into the vendor-provided control software and have the ability to display messages remotely generated from TMC operators. The sign shall comply with the additional requirements from FDOT Standard Specifications and the following special requirements. RFP 2016-199-KB Page 9 of 52 m M IAM BEACH Program ManagemenServices Araiggii forPran Intelligent Transportation System t and Smart Parking System 3.3 Project Specific Requirements 3.3.1 DMS Type The DMS furnished and installed shall be full color and listed on the FDOT APL. The DBOM Firm shall be responsible for determining the appropriate DMS type to be furnished and installed at each location. 3.3.2 Sign Display Modules Sign characters shall meet the requirements as expressed in the latest edition of the FDOT Standard Specifications, Section 700. 3.3.3 Sign Support Structures The DBOM Firm shall design, construct, install, operate, maintain, and incorporate a DMS system. The DBOM Firm shall design and build a sign support structure for each proposed DMS assembly capable of meeting all State and governing standards. All DMS including support structures shall be contextual to the surrounding properties and urban form. Construction of the DMS housing shall be designed with sign mounting support locations for attachment to static signs installed on the cantilever structures. The points of attachment shall be located to minimize vibration or deflection of the sign housing, and/or its structural members, and allow ease of field attachment to the intended structure. The sign structures shall be able to withstand the wind vortex caused by the truck traveling at high speed beneath the structures. The DBOM Firm shall design and install a metal graffiti deterrent/guard system for each DMS structure. The DBOM Firm shall design the location of static and DMS sign support structure, in relation to sight distance, as per the standards within the Manual on Uniform Traffic Control Devices (MUTCD), latest edition. The City has a rigorous review process in place for the installation of new poles. The DBOM Firm shall be required to follow this process for each pole recommended as a new install. The DBOM Firm shall ensure that any power to a sign cabinet up on the truss shall have a circuit breaker in the ground cabinet as a mean to secure power to the device on the truss. RFP 2016-199-KB Page 10 of 52 gigkm MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 4 Vehicle Detection System 4.1 Description The Microwave Vehicle Detection Subsystem will provide volume, lane occupancy, and speed information in multiple detection zones throughout the City of Miami Beach. Each vehicle detector device shall be able to collect and process the data on a lane-by-lane basis. The vehicle detector units shall be dual-radar microwave detectors that are capable of self-calibrating with a minimum detection range of 250 feet. The DBOM Firm shall design, furnish, install, integrate, test, operate, and maintain a vehicle detector installation with one hundred percent (100%) spot coverage of all travel lanes at each location. The microwave detector must be listed on the FDOT'S APL and must be 100% compatible with the proposed central system software. The detector units will comply with FDOT Standard Specifications and the following special requirements. 4.2 Design Requirements The DBOM Firm shall design, construct,install, calibrate, test, operate, and maintain a non-intrusive vehicle detection system utilizing above-ground, microwave vehicle detector stations(MVDS).The DBOM Firm will be allowed to place devices on existing structures to the extent possible. The DBOM Firm shall furnish and install vehicle detectors at locations as required to accommodate the MTR set forth herein. The vehicle detection shall conform to the latest edition of the Florida FDOT Standard Specifications for Road and Bridge Construction, Section 786 Intelligent Transportation Systems Vehicle Detection and Data Collection. Device placement shall strictly adhere to manufacturer-established recommendations for optimal performance. No more than one MVDS device is allowed per pole unless otherwise permitted by the City. The devices shall be placed on the same side of the roadway as the lanes they are monitoring. No MVDS shall be placed in the median unless otherwise approved by the City. All new and replacement MVDS shall be integrated into the vendor-provided control software and have the ability to operate and troubleshoot to the full extent of the furnished MVDS capabilities. MVDS units shall be installed on existing or proposed sign support structures to the extent possible. The DBOM Firm shall evaluate set-back distance requirements and the effect of the re-striping of the existing lanes during the installation of the new and/or replacement MVDS units. The setback and mounting height must follow the manufacturer's recommended criteria in order to meet the performance requirements described in the contract documents. The Project Plan, as included as a Reference Document in Appendix 3 of the PSEMP, provides the conceptual MVDS locations and should be used as the basis of design for the minimum MVDS locations and quantities. The DBOM Firm is responsible for determining the final location and quantity of MVDSs for the system. 4.3 Project Specific Requirements 4.3.1 Vehicle Detector Type The vehicle detector shall be of the MVDS type. RFP 2016-199-KB Page 11 of 52 ,,1 ! m MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 4.3.2 Minimum VDS Accuracy Levels The DBOM Firm shall design, build, operate, and maintain the vehicle detection subsystem such that it is capable of meeting or exceeding the minimum accuracy levels noted for that detector type in the table below. Detector Roadside Mount Position Type Microwave 95%for volume, speed and occupancy, by lane by lane basis The DBOM Firm shall utilize radar guns to compare the vehicle speed measured by the MVDS's. The DBOM Firm shall ensure the radar guns are properly calibrated by the manufacturer prior to use for speed comparison. The radar guns shall be used per the manufacturer specification to minimize the radar measured speed error(Cosine Effect) due to the angle between the radar and target vehicle. The 95% accuracy shall be demonstrated on a lane-by-lane basis for the arterial and causeway traffic for both normal and congested conditions. 4.3.3 Speed Calculation The speed calculation shall be Doppler based. The use of average vehicle length in the speed calculation shall be unacceptable. 4.3.4 Power Supply The DBOM Firm shall ensure that the main power supply includes transient protection devices and vibration resistance as specified in NEMA TS-2 requirements. The DBOM Firm shall determine MVDS electrical requirements from device manufacturers. The MVDS shall have such protection devices as surge suppressors and lightning arrestors installed or incorporated in the product by the manufacturer to guard against lightning, transient voltage surges, and induced current. Equipment or devices installed in a single cabinet can be considered as a single system for the purpose of this paragraph. On devices having any combination of electric power, data or video communications, all lines shall be protected. Each MVDS shall be connected to a network-manageable UPS for the purpose of maintaining and continuing operation. 4.3.5 Excessive Cross Sectional Area or Device Offset At locations exhibiting an excessive cross sectional area or device offset, the DBOM Firm shall deploy high definition dual beam units of the same manufacturer as at the other sites. 4.3.6 MVDS Firmware All MVDS shall have the manufacturer's latest firmware installed at the time of installation. RFP 2016-199-KB Page 12 of 52 M I A M I B EACH Program Management Services for an Intelligent Transportation System and Smart Parking System 5 Bluetooth Travel Time System 5.1 Description The travel time system shall utilize Bluetooth detectors along select corridors to collect data for travel time reporting purposes. The detectors shall collectively report anonymous Bluetooth device data in the form of Media Access Control (MAC) Addresses to a central server at the TMC where the data will be processed using filters and algorithms calibrated specifically for the corridor. The central system shall match time stamped MAC addresses that pass two consecutive data collection points of a known distance to calculate the time it takes for a vehicle to travel from one point to the next. Travel times shall be processed through a series of checks to verify that they are reasonable and accurate given the current conditions. The central system shall archive all collected data and all data shall be accessible through a web-based interface for reporting purposes. The central system shall interface with the DMS system which shall post messages to the designated travel time signs on a recurring basis. A Bluetooth travel time system shall include the following: • Bluetooth Antennas • Bluetooth Detectors • Mounting Hardware • Cabling • Wireless Modems, as called for in the plans • Bluetooth Detector Software and Server • Bluetooth Detector Travel Time System Integration with DMS Control Software 5.2 Design Requirements The DBOM Firm shall furnish and install vehicle detectors at locations as required to accommodate the MTR set forth herein. The Bluetooth detector shall conform to the latest edition of the Florida FDOT Standard Specifications for Road and Bridge Construction, Section 660 Vehicle Detection System. Device placement shall strictly adhere to manufacturer-established recommendations for optimal performance. 5.3 Project Specific Requirements 5.3.1 Bluetooth Detector 5.3.1.1 General The DBOM Firm shall utilize existing cabinets, poles, conduit, and power if or where applicable and approved by Miami-Dade County Traffic Division and the City. All equipment supplied shall be identical at each field installation location and shall be completely interchangeable. 5.3.1.2 Electrical The field equipment shall utilize dedicated power sources. When existing cabinets are used, cabinets shall be tested to see if the power supply can sufficiently meet the needs of any existing equipment with the addition of the Bluetooth detector. Detector shall operate in the range of 6- 35 volts at a maximum of 3.6 Watts. RFP 2016-199-KB Page 13 of 52 Im MIAMI BEACH Program Managemv „AAfor an Intelligent Transportationent SystemSerand Smicesart Parking System 5.3.1.3 Cables and Connectors Connectors shall be provided and installed that are compatible with the communications equipment interface. Cables/adapters shall be supplied for connecting the antenna to the in-cabinet electronics. Communications cables shall be routed in conduits (new or existing if use approved). Strain relief shall be provided for cables to keep cables from being damaged from over-strain or bending due to the vertical rise up the signal poles. DBOM Firm shall measure the run between the installed location of the Bluetooth antenna and the in-cabinet Bluetooth electronics where the unit will receive power and connect to the communications cable. The DBOM Firm shall furnish cable that is equal to the measured distance (plus 20%)with signal and voltage drops that allow the unit to operate in accord with its technical specifications. The DBOM Firm shall furnish cable that contains shielding to prevent interference and crosstalk. 5.3.1.4 Physical Conditions Field equipment shall be hardened for field cabinet conditions and require minimal maintenance. Field equipment shall be placed within a cabinet so that it is easily accessible for maintenance purposes. All detection equipment shall have a minimum operating temperature range of-4 degrees F to 158 degrees F and humidity range of 0 percent to 95 percent. The maximum dimensions of the in-cabinet electronics shall be 6.00"x 5.00"x 3.00"and a maximum weight of 10 lbs. 5.3.1.5 Communications The Bluetooth detector shall support native Ethernet communications to facilitate future switch over to City- wide fiber network. The detector shall feature a Gigabit Ethernet port capable of 10/100/1000 speeds. The Bluetooth detector shall be easily configurable by City trained staff to be switched over from a wireless modem connection to native Ethernet with no hardware modifications. 5.3.1.6 Antenna The vendor shall support an omni-directional vertically polarized antenna that can be mounted on existing infrastructure. All antennas shall feature a class 1 Bluetooth antenna between 9 and 12 dBi. All as-built antenna placements and diagrams of cable runs shall be provided to the City after system acceptance. All antennas shall be rated for outdoor use with a minimum operating temperature range of-4 degrees F to 158 degrees F. All antenna enclosures shall be designed to withstand the effects of sand, dust, and hose- directed water.All connections shall be watertight.All antennas shall be able to withstand a wind load(gust) of 90 mph without permanent damage to mounting hardware and electrical equipment. The cable length shall be included with the cost of the Bluetooth detector. The antenna power cable shall be grounded. Bluetooth detector antenna shall be mounted to existing City transportation infrastructure using vendor recommended and City Engineer approved hardware. 5.3.2 Wireless Modem 5.3.2.1 General The wireless modem shall be ROHS compliant and FCC approved. The Wireless modem shall be PTCRB and CE. The wireless modem shall support at a minimum the following host interfaces:one Ethernet 10/100 Mbps RJ-45, one USB 2.0 (Mini-B5), and two I/O ports. The wireless modem shall support the following antenna connections: Primary 50 Ohm SMA, and Rx Diversity: 50 Ohm SMA. The wireless modem shall feature Remote management. The wireless modem shall be Class I Div 2 Certified. The wireless modem shall feature IPsecVPN. All equipment supplied shall be identical at each field installation location and shall be completely interchangeable. RFP 2016-199-KB Page 14 of 52 m MIAMI BEACH Program Management Services ,fildlafor an Intelligent Transportation System and Smart Parking System 5.3.2.2 Application Interfaces The wireless modem shall support the following application interfaces: TCP/IP, UDP/IP, DHCP, HTTP, SNMP, SMTP, SMS, and MSCI. 5.3.2.3 Network Technology The modem shall support the following network technologies: HSUPA(7.2 Mbps, on AT&T, Bell and Tel us) with fallback to: HSDPA, UMTS, EDGE, GPRS (MS-12) North America SKUs: Tri-Band UMTS/HSDPA/HSUPA, 850/1900/2100 MHz, Quad-Band GPRS/EDGE, 850/900/1800/1900 MHz. ROW SKU: Quad-Band UMTS/HSDPA/HSUPA, 850/900/1900/2100 MHz, Quad-Band GPRS/EDGE, 850/900/1800/1900 MHz. EV-DO Rev A With fallback to: CDMA lx, CDMA IS-95, 800 Mhz Cellular, 1900 Mhz PCS. 5.3.2.4 Physical Conditions Wireless modem equipment shall be hardened for field cabinet conditions.Wireless modem shall be placed within a cabinet so that it is easily accessible for maintenance purposes. Wireless modem shall have a minimum operating temperature range of-40° to 185° F. The maximum dimensions of the wireless modem shall be 4.00"x 2.00" x 4.00". 5.3.2.5 Wireless Service Service to be provided through City approved provider. DBOM Firm shall coordinate with the City on wireless service. 5.3.3 Bluetooth Server 5.3.3.1 General The DBOM Firm shall provide, configure, and install a server loaded with the Bluetooth travel time software and any additional software necessary for the operation and full functionality of the travel time reporting system. 5.3.3.2 Operating System The server shall be loaded with at a minimum Windows Server 2010 operating system or a newer Windows Server operating system compatible with the Bluetooth travel time software. 5.3.3.3 Storage The server shall feature at a minimum three 500GB 7.2k RPM Serial ATA 3Gbps 3.5-inch cabled hard drives. The server shall support a hardware based RAID-5 controller capable of supporting 3-4 drives minimum. The hardware based RAID-5 controller shall be at a minimum a PERC 6/E SAS External RAID Adapter with 256MB. DBOM Firm shall provide an extra hard drive of the same specifications in addition to the minimum three included with the server in the event of drive failure. The extra hard drive shall be installed but not configured as part of the RAID. 5.3.3.4 Power The server shall feature a non-redundant 375W power supply and shall feature a, NEMA 5-15P to C13 power cord, with 10 feet of cord length, or approved equivalent. RFP 2016-199-KB Page 15 of 52 ..delam MIAMI BEACH Program Management vs for an Intelligent Transportation SystemSerand Sigen? Parking System 5.3.3.5 Inputs The server shall feature an Intel Gigabit ET Dual Port NIC, PCIe-4,or approved equivalent. The server shall feature an internal DVD+/-RW optical drive. The server shall feature at a minimum two USB ports. 5.3.4 Bluetooth Software 5.3.4.1 General The system shall have the capability to output raw data in CSV and XML format.The central server software responsible for the Bluetooth detector raw data filtering shall report on detector health. If a detector is unresponsive for more than five minutes, then an email or text alert shall be generated notifying the TMC operator. The recipients of the alert shall be user configurable. System shall provide a password protected user accessible web interface with system configuration, report making capabilities, a map with detector placement, and color coded segments identifying system speeds. Travel time reporting system shall be capable of reporting an XML feed with a time stamped travel time.All data shall be available in CSV format as well. All data shall be owned by the City and neither the Bluetooth vendor nor the DBOM Firm shall have any rights to the data collected by the Bluetooth detectors. 5.3.4.2 Filtering The central system shall report a filtered travel time for the corridor's segments in an XML format to the central control software. The selected filtering algorithm shall be calibrated to the unique characteristics of the corridor with respect to the transit vehicles, pedestrian interference and ingress/egress points along the route. Calibration of the system will be performed using the floating car runs to verify the selected algorithm. System shall filter outlier data points using an engineer approved method. System shall feature user customizable filters that the City shall.have access to change from a browser based interface. Software shall update travel time estimates at a frequency greater than or equal to once every 3 minutes. Software shall account for clustering of Bluetooth devices e.g. multiple reads on the same vehicle. A minimum of 30 percent of the total matched pairs for every three-minute increment must be usable matched pairs for the system to report travel times, this setting shall be configurable in the system. The travel time posting thresholds (minimum and maximum travel time outliers) shall be calibrated upon installation and approved by the engineer. 5.3.4.3 Reporting and Archiving All data residing on the server shall be queryable through the web based interface for report making purposes. The system shall be capable of creating graphical and tabular reports exportable to Microsoft ExcelTM. Reports shall be customizable based on the following parameters: time, date, segment(s) and individual detector location.At a minimum, the system shall be capable of reporting on number of detector reads, number of matched pairs, number of ineligible matched pairs, segment travel time, corridor travel time, corridor speed, segment speed, and individual detector data reads. All reports shall be configurable to be viewed in 1, 3, 15, 30 and 60 minute data groups.All reported data shall be time and date stamped. 5.3.4.4 Storage The Bluetooth software shall be configured to store all raw and processed data received from the field detectors in both CSV and XML format on three 500 GB drives utilizing a level 5 Redundant Array of Independent Drives(RAID)configuration.All data shall be stored on three RAID-5 compatible 500 GB hard drives. The RAID controller shall be hardware based. Each drive shall feature identical specifications and RFP 2016-199-KB Page 16 of 52 m M J A M(BEACH Program Management Services „sfjafor an Intelligent Transportation System and Smart Parking System an extra drive of the same specifications shall be provided by the DBOM Firm unopened and in the manufactures original packaging. All data shall be"striped" across the three drives, with a dedicated parity block for each stripe. The stripe segment size shall be user configurable between 4kb to 256kb per stripe. The server shall be configured so that when a new hard drive is installed to replace a failed drive the RAID controller shall rebuild the data automatically. RFP 2016-199-KB Page 17 of 52 al ��IAM BEACH Program Management ,dilla, for an Intelligent Transportation System and Smart Parking System 6 Support Poles and Lowering Devices 6.1 Description The proposed devices shall be installed on existing poles to the extent possible.When existing poles cannot be used the DBOM Firm shall design, furnish, and install poles and lowering devices as appropriate to support the project's field devices including, but not limited to, the CCTVs and the vehicle detectors. 6.2 Design Requirements The proposed devices shall be installed on existing poles to the extent possible. The DBOM Firm shall first determine if the poles are owned/operated by the City. Upon confirmation of City's ownership/operation, the devices shall be attached with sufficient connections to withstand the anticipated wind load and environmental conditions. All support services (i.e. wires, cables, etc.) that need to be brought from elsewhere to service this pole would need to be drawn up. The DBOM Firm shall furnish and install support poles at locations as required to meet or exceed these MTR. The poles shall conform to the latest version of the FDOT Standard Specifications for Road and Bridge Construction, Section 785 Intelligent Transportation Systems Infrastructure and Design Standard 18113. As per the FDOT Standard Specifications for Road and Bridge Construction, Section 785, the DBOM Firm shall consider the lowering device and pole as two interdependent components of a single unit, and provide them together to ensure compatibility of the pole and lowering device. The DBOM Firm shall furnish and install lowering devices at locations as required to meet or exceed these MTR. 6.3 Project Specific Requirements The DBOM Firm shall be allowed to consolidate multiple devices, as appropriate, on support poles as part of this project so long as the functional intent and requirements for each device are not compromised in any way. All CCTV poles over fifty-two (52) feet above grade shall have a lowering device. All installed poles and lowering devices shall be contextual to the surrounding properties and urban form. 6.4 Approval Process Installation of new poles will require an extensive approval process by the City of Miami Beach Design Review Committee. RFP 2016-199-KB Page 18 of 52 O. M AM I B EACH Program Management Services .ififidkfor an Intelligent Transportation System and Smart Parking System 7 Device Cabinets 7.1 Description The DBOM Firm shall furnish and install a field cabinet and associated infrastructure at all locations as required to accommodate the MTR set forth herein.The DBOM Firm shall ensure that impact to the property is minimized by cabinet installation and cabinets are contextual to the surrounding properties and urban form. The DBOM Firm shall furnish, install, operate, and maintain all field cabinets. Each field cabinet furnished and installed shall be adequately grounded and provided with Transient Voltage Surge Suppression (TVSS) protection. The DBOM Firm shall ensure that all cable terminations and connecting terminal blocks are contained in a weather-proof aluminum enclosure that shall meet the applicable requirements for a NEMA 3R rated cabinet. The DBOM Firm shall furnish and install an ITS field cabinet for housing ITS equipment and network devices including, but not limited to Ethernet switches, wireless radio equipment, encoders, device servers, DMS controller, fiber optic cable patch panels, Power Distribution Unit (PDU), UPS, batteries, surge protectors, and equipment racks. The DBOM Firm shall replace all existing device cabinets to meet the requirements specified herein. 7.2 Design Requirements The field cabinets and associated infrastructure shall conform to the FDOT Standard Specifications for Road and Bridge Construction, Section 785 Intelligent Transportation Systems Infrastructure, latest version. The DBOM Firm shall ensure the placement of device cabinets will provide the protection for the maintenance technician from the roadway traffic. The DBOM Firm shall provide the details of placement of device cabinets and related device pole/structures as part of 90%design submittal for the City's review and approval. The DBOM Firm shall provide a stable, level, and slip resistant concrete pad (tech pad) at all new and existing, affected cabinet locations to allow a technician to stand on comfortably while working on equipment inside the cabinet. The tech pad shall be secured and stabilized in such a manner as to prevent shifting and undermining. The DBOM Firm shall ensure the cabinets are clean, neat, and consistently organized. The cabinet with same/similar equipment shall be organized in the same fashion: • Components shall be mounted by the same means and in the same locations • Power cords shall be connected to the same outlets • Devices shall be plugged in the same ports on the switch • IP addresses shall be ordered in the same way (such as the switch IP is always a multiple of 16, the encoder is always one IP higher than that of the switch, the UPS is always 2 higher than that of the switch, etc.) • Cables and connectors shall be properly labeled • No loose cabling within the cabinet shall be permitted. Cables shall be of proper length with some slack. Cables shall be carefully and neatly routed within the cabinet and loosely tied so as to not crimp or deform the cables. RFP 2016-199-KB Page 19 of 52 m MIAMI BEACH gram Management .4111kforProan Intelligent Transportation System andServices Smart Parking System The DBOM Firm shall include the typical cabinet details in the 90% ITS Design Plans Submittal for the City's review and approval. Each cabinet shall, in a minimum, conform to the requirements of the FDOT Standard Specifications for Road and Bridge Construction, latest edition. 7.3 Project Specific Requirements 7.3.1 Sunshields All field cabinets provided shall be provided with an integral sunshield from the manufacturer. 7.3.2 Interior Lighting The DBOM Firm shall provide the field cabinet with two 20-watt fluorescent lamps and clear shatter-proof shield assemblies which are mounted on the inside front and rear top of the cabinet. The DBOM Firm shall ensure that these lamps are unobstructed and able to cast light on the equipment. The DBOM Firm shall equip the field cabinet with door-actuated switches so that the lamps automatically turn on when either cabinet door is opened and go off when the doors are closed. 7.3.3 Field Cabinet Each field cabinet shall be sized as appropriate for the equipment to be mounted/housed therein. The DBOM Firm shall furnish and install field cabinets on this project in sufficient quantities such that each has a minimum of thirty percent (30%) unused capacity in terms of space and power. 7.3.4 Field Device Co-location The design shall take advantage of field device co-location in a single cabinet where appropriate subject to size, space, and power requirements set forth herein. 7.3.5 Generator and Auxiliary Power Connection All field cabinets provided for CCTV and/or DMS shall have a generator access panel. A manual transfer switch shall be provided, at a minimum. The DBOM Firm shall furnish and install a rack-mountable PDU within each device cabinet. The PDUs shall give the ITS maintenance technicians the capability to instantly reboot, start, or stop equipment in remote locations. The PDUs shall provide remote access from the City of Miami Beach TMC via an Ethernet connection and via an external RS-232 serial port. It shall have the capability to reboot a switch or controller automatically during LAN/WAN outages. The PDU shall have a minimum of 8 separate circuits and 16 outlets. RFP 2016-199-KB Page 20 of 52 thfiglifm MI AM I B EACH Program Management Services for an Intelligent Transportation System and Smart Parking System 8 Smart Parking System 8.1 Description The Smart Parking System (SPS) shall utilize vehicle detectors within the City of Miami Beach garages for occupancy data collection. DMS located at the entrance of each garage will provide real-time occupancy info for the specific garage to the motoring public. 8.2 Design Requirements The DBOM Firm shall design, furnish, install, test, operate, and maintain any additional infrastructure necessary to meet the SPS requirements stated herein. The DBOM Firm shall be responsible for the integration of all subsystems required to fully deploy the SPS. All subsystems shall be monitored and operated from a central location. The SPS shall be designed and manufactured to accommodate all parking spaces within all parking facilities that are part of this project regardless of how those spaces are assigned. The central controller shall have sufficient input-output ports and interfaces to receive the inputs, communicate with, and control all detectors, status signs, and other devices for all parking facilities. The system shall incorporate capacity for space control and detection of a 200% expansion of the number of parking spaces and ingress/egress points. The SPS shall be fully automated with no intervention required under normal operating circumstances. While in operation, there shall be allowances for manual adjustments and override of the SPS via the workstations, including but not limited to: • establishing the initial number of parking spaces within each parking facility • setting parking space variance values • manual control of all parking space count DMS • adjustment of the number of spaces available within each parking facility, level, and zone and reconciliation after a survey or inventory by authorized user The DBOM Firm shall provide recommendations and guidelines for system calibration; including but not limited to, schedule of calibration, and calibration procedures as part of preventive maintenance. 8.3 Project Specific Requirements 8.3.1 Monument DMS The DBOM Firm shall provide ten (10) Monument DMS to communicate pertinent facility information in ten city garages. The signs will be located in the following garages: • Garage 1 —7th Street and Collins Avenue Garage • Garage 2— 12th Street and Drexel Avenue Garage • Garage 3— 13th Street and Collins Avenue Garage • Garage 4— 16th Street and Collins Avenue • Garage 5— 17th Street and Meridian Court Garage • Garage 6—42nd Street and Sheridan Avenue • Garage 7—City Hall Garage RFP 2016-199-KB Page 21 of 52 M IAM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • Garage 8—5th Street and Alton Garage • Garage 9— 17th Street and Pennsylvania Garage • Garage 10—Sunset Harbor Garage Proper sign matrix size shall be proposed by the DBOM Firm to fit within the geometric circumstances of each installation location. All installed monument DMS shall be contextual to the surrounding properties and urban form. The DBOM Firm shall be responsible for the design and coordination of manufacturing of all Monument DMS. The DBOM Firm shall submit the Monument DMS design and specifications to the City of Miami Beach for approval prior to manufacturing. Each location shall be submitted separately as the number of necessary dynamic panels will vary from location to location. 8.3.2 Uninterruptible Power Supplies Conditioned/emergency power through the TCP/IP-enabled UPS units shall be provided for the following components and facilities to protect components from loss of power, power spikes, and power sags: • Parking Monument Signs UPS battery back-up shall be sized to last sixty(60) minutes. An on-line, solid state UPS shall provide both backup power and transient surge protection as defined as necessary by the Computer Business Equipment Manufacturers Association (CBEMA). The DBOM Firm is alerted to the fact that there are a number of power distribution panels providing electrical service City of Miami Beach wide. The DBOM Firm shall be responsible for providing the UPS backup requirements for each of the locations where UPS backup is required, based upon the equipment that is actually being supplied by the DBOM Firm.The City of Miami Beach shall review and approve the UPS units to be provided by the DBOM Firm. The DBOM Firm shall test all UPS system components during the Site Acceptance Tests for each parking facility. The UPS shall be sized with 50% spare capacity. This shall facilitate 30% expanded load with an 80% continuous load factor. A single UPS unit, appropriately sized, shall support all devices at an individual level's entry lane or exit lane. All UPS units shall be Simple Network Management Protocol (SNMP) compatible to allow automated notification when battery power is activated or the battery levels become critically low. On-line communication using an appropriate UPS monitoring software application shall be provided on one or more workstations with user selectable options to view the status of each individual installed UPS unit. At a minimum, the monitoring software shall display the operational status of each UPS unit (line/battery, online/offline) and generate alarms in the event the UPS unit's battery power is activated, becomes low, or is completely exhausted. The DBOM Firm shall submit specification sheets of all proposed UPS devices and UPS monitoring software for City review and approval. Included in the UPS product data shall be the manufacturer's recommended battery refresh cycle. 8.3.3 Vehicle Detection Subsystem The Vehicle Detection Subsystem shall utilize vehicle sensors and data controller to support the SPS required functionalities. RFP 2016-199-KB Page 22 of 52 „diglaCk_ MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Vehicle Sensors shall provide the following vehicle count data: • Entry and Exits from all garages • Provide available spaces to the Monument DMS Vehicle Sensors shall be located such that vehicular movements relative to entering and exiting a parking facility and traversing levels are detected as required above. Detection technology and occupancy data shall integrate with the City's Parking Access Revenue Control System (PARCS). Each Vehicle Sensor shall provide 99%accurate detection. The Vehicle Sensor Subsystem shall be deployed as described above. The DBOM Firm shall indicate the Vehicle Sensor Subsystem accuracy per vehicular count granularity at each parking facility as part of their response to the RFP. The DBOM Firm shall provide anticipated accuracy per facility for each of the SPS phases to be completed under this contract. The vehicle count inputs shall be transmitted to the servers that shall process the data on a real-time basis. The count signal shall be received within one second from the event.The processing shall consist of adding, subtracting, and comparing the respective vehicle counts against a predetermined number of parking spaces within each section of each parking facility. Counts shall be manually adjustable from a user workstation at the TMC. The following functional requirements of the SPS shall be provided using vehicle count data: • automatic and manual control of the status of the space count signage • automatic update of the number of parking spaces available on monument DMS every ten seconds frequency of update up to 30 second intervals shall be configurable by a TMC operator • long-term maximum and minimum counts for each parking facility • hourly flow rates through entries and exits, by level • receipt of input signals from all vehicle sensors located throughout each parking facility RFP 2016-199-KB Page 23 of 52 CA_ M�AM BEACH Program Management „AAfor an Intelligent Transportation System andServices Smart Parking System 9 Wireless Ethernet Radio System 9.1 Description The DBOM Firm shall provide a wireless Ethernet radio system to transport data from the field devices to the City of Miami Beach TMC. 9.2 Design Requirements The DBOM Firm shall furnish, install, operate, and maintain a high capacity wireless broadband backhaul Point-to-Point (PtP) system in conjunction with wireless Point-to-Multipoint (PtMP) deployments inclusive of the necessary hardware to provide data links between field devices. The DBOM Firm shall provide a microwave radio system with a bi-directional, full duplex communications channel between antennas to implement an end-to-end wireless solution for transmission of compressed digital video and other ITS and SPS data transmitted within the 4.9—5.8 GHz frequency. The DBOM Firm shall furnish material and workmanship conforming to the latest version of the National Electrical Code (NEC), the National Electrical Safety Code (NESC), Underwriter's Laboratories (UL), Agency having Jurisdiction (AHJ), and all local safety codes in effect. This item includes the appropriate sized NEMA 4X cabinet, conduit, vertical risers, antennas, radios, mounting hardware kit, power supplies and injectors, disconnect/snap switches, signs, decals, interface cabling, coaxial cabling, lightning arrestors, radio frequency signal jumpers, coaxial cable power dividers (splitter), coaxial cable connectors, coaxial cable shield grounding systems with weatherproofing, and labeling. Any integration between the wireless radio system and communications network, installation materials and configuration software necessary to complete this work, including the radio path Site Survey test and warranties, will be incidental. 9.3 Project Specific Requirements 9.3.1 Wireless Backhaul Point-to Point(PtP) Antennas The DBOM Firm shall furnish a wireless backhaul PtP system with antennas operating in the license- exempt 4.9—5.8 GHz frequency, cabling and mounting hardware, and configuration software. Radios shall not be Wi-Fi compliant, nor shall the equipment possess Wi-Fi certification. The DBOM Firm shall ensure the wireless broadband Ethernet radio antenna meets the following minimum requirements: • Frequency: 4.9—5.925 GHz, Dynamic Frequency Selection (DFS) • MIMO: o 2x2 MIMO Line of Sight(LoS) preferred; o 3x3 MIMO with 2 data streams, Non-Line-of-Sight(nLoS) capability • Wireless Technology: OFDM with BPSK, QPSK, QAM16, QAM64 • Range: minimum 5 miles line of site(LOS) • Channel size: 40 MHz, 20 MHz, 10 MHz, 5MHz channel bandwidths • Dynamic Channel Selection (DCS)capability • Data Rate: 300 Mbps • Dynamic Date Rate Selection (DDRS) capability • Throughput: up to 240 Mbps • Transmit(TX) Power: up to 25.8 dBm RFP 2016-199-KB Page 24 of 52 M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • Transmit(TX) Power Control: 0—25 dBm, in 0.5 dB increments • Receiver(RX)Sensitivity: -72 to-95 dBm • Automatic Transmit Power Control (ATPC)capability • Service Availability: 99.99% • Latency: < 3 msec • Encryption: AES-CCM 128 bits or greater;WPA2 • Authentication: RADIUS based, internal MAC address control list • Networking: DHCP, NAT, SNMPv1 SNMPv2, SNPv3, SSH, SSL, TFTP, VLAN,Web GUI • Network Modes: Bridging, Routing (RIP v2 and IP tunneling) • Network IP Stack: IPv4 and IPv6 simultaneously • Supported Standards: 802.1D, 802.1Q, 802.1p • Power System: Power-over-Ethernet • Power Input: 110/250 VAC • Power Consumption: 32 W max • Operating Temperature: -40°C to 60°C (-40°F to 140°F) • Operating Humidity: 100% relative humidity (non-condensing) • Ingress Protection Rating: IP67 standard • Connector: N-Type(Female) 9.3.1.1 Wireless Point to MultiPoint(PtMP) Base Station Unit(BSU) The DBOM Firm shall furnish a wireless PtMP system with BSU antennas operating in the license free 4.9 — 5.8 GHz frequency, cabling and mounting hardware, and configuration software. The wireless device shall implement a dynamic controlled access protocol where a BSU radio control access to and from all subscriber station radios. Radios shall not be Wi-Fi compliant, nor shall the equipment possess Wi-Fi certification. The radios should dynamically assign bandwidth in either the uplink or downlink based upon application needs while supporting Quality of Service (QoS). The DBOM Firm shall ensure the wireless broadband Ethernet radio meets the following minimum requirements: • Frequency: 4.9—5.925 GHz, Dynamic Frequency Selection (DFS) • MIMO: o 2x2 MIMO Line of Sight(LoS) preferred; o 3x3 MIMO with 2 data streams, Non-Line-of-Sight(nLoS) capability • Wireless Technology: OFDM with BPSK, QPSK, QAM16, QAM64 • Range: minimum 2 miles line of site(LOS) • Channel size: 40 MHz, 20 MHz, 10 MHz, 5MHz channel bandwidths • Dynamic Channel Selection (DCS)capability • Data Rate: 300 Mbps • Dynamic Date Rate Selection (DDRS)capability • Throughput: up to 240 Mbps(Layer 2) • Transmit(TX) Power: up to 25.8 dBm • Transmit(TX) Power Control: 0—25 dBm, in 0.5 dB increments • Receiver(RX)Sensitivity: -72 to-95 dBm • Automatic Transmit Power Control (ATPC) capability • Service Availability: 99.99% • Latency: < 3 msec • Connections: allow up to 250 remote subscriber units • Encryption: AES-CCM 128 bits or greater;WPA2 RFP 2016-199-KB Page 25 of 52 eSi M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • Authentication: RADIUS based, internal MAC address control list • I/O Interface: 2 x RJ-45 Gigabit Ethernet copper ports: o Port1: Data PoE power input o Port 2: 802.3af PoE output port • Networking: ARP, DHCP, HTTPS,ICMP, NAT, RADIUS, SNMPv1 SNMPv2, SNMPv2c, SNPv3, SSH, SSL, TFTP, VLAN (802.1Q), Web GUI • Network Modes: Bridging, Routing (RIP v2 and IP tunneling) • Network IP Stack: IPv4 and IPv6 simultaneously • Supported Standards: 802.1D, 802.1Q, 802.1p • Power System: Power-over-Ethernet • Power Input: 110/250 VAC • Power Consumption: 32 W max • Operating Temperature: -40°C to 60°C (-40°F to 140°F) • Operating Humidity: 100% relative humidity (non-condensing) • Ingress Protection Rating: IP67 standard • Connector: N-Type(Female) 9.3.1.2 Wireless Point to MultiPoint(PtMP) Subscriber Unit(SU) The DBOM Firm shall furnish a wireless PtMP system with SU antennas operating in the license free 4.9— 5.8 GHz frequency, cabling and mounting hardware, and configuration software. Radios shall not be Wi-Fi compliant, nor shall the equipment possess Wi-Fi certification. The DBOM Firm shall ensure the wireless broadband Ethernet radio meets the following minimum requirements: • Frequency: 4.9—5.925 GHz, Dynamic Frequency Selection (DFS) • MIMO: o 2x2 MIMO Line of Sight(LoS) preferred; o 3x3 MIMO with 2 data streams, Non-Line-of-Sight(nLoS) capability • Wireless Technology: OFDM with BPSK, QPSK, QAM16, QAM64 • Range: minimum 2 miles line of site (LOS) • Channel size: 40 MHz, 20 MHz, 10 MHz, 5MHz channel bandwidths • Dynamic Channel Selection (DCS)capability • Data Rate: 300 Mbps • Dynamic Date Rate Selection (DDRS)capability • Throughput: up to 240 Mbps(Layer 2) • Transmit(TX) Power: up to 25.8 dBm • Transmit(TX) Power Control: 0—25 dBm, in 0.5 dB increments • Receiver(RX)Sensitivity: -72 to-95 dBm • Automatic Transmit Power Control (ATPC)capability • Service Availability: 99.99% • Latency: < 3 msec • Encryption: AES-CCM 128 bits or greater;WPA2 • Authentication: RADIUS based, internal MAC address control list • I/O Interface: 2 x RJ-45 Gigabit Ethernet copper ports: o Port1: Data PoE power input o Port 2: 802.3af PoE output port • Networking: ARP, DHCP, HTTPS,ICMP, NAT, RADIUS, SNMPv1 SNMPv2, SNMPv2c, SNPv3, SSH, SSL, TFTP, VLAN (802.1Q), Web GUI RFP 2016-199-KB Page 26 of 52 „jean M I AM I BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System • Network Modes: Bridging, Routing (RIP v2 and IP tunneling) • Network IP Stack: IPv4 and IPv6 simultaneously • Supported Standards: 802.1D, 802.1Q, 802.1p • Power System: Power-over-Ethernet • Power Input: 110/250 VAC • Power Consumption: 32 W max • Operating Temperature: -40°C to 60°C (-40°F to 140°F) • Operating Humidity: 100% relative humidity(non-condensing) • Ingress Protection Rating: IP67 standard • Connector: N-Type(Female) 9.3.2 Software The DBOM Firm shall furnish units with a Window Based software program that uses a GUI (Graphical User Interface)to provide"remote programming, radio configuration, remote maintenance, diagnostics and spectrum analyzer”features. Ensure the software will operate on Microsoft®Windows Operating Platforms. The DBOM Firm shall provide configuration software that can be upgraded in the future at no additional charge. The DBOM Firm shall ensure the radio modem is configurable from a single location (i.e. master radio location) via supplied software (no extra cost). As well as, furnish software supplied with drivers to allow easy set-up with all field devices that will be utilized on this project. 9.3.3 Panel Antenna For 4.9—5.925 GHz systems, the DBOM Firm shall furnish a dual-polarity 5GHz 29 dBi panel antenna that will allow the system to function as designed. All antennas furnished shall meet the following minimum specifications: • Lightning Protection: DC Ground • Termination: Coaxial pigtail with a Standard N-Type Female Connector • Rated Wind Velocity: 125 MPH • Allows for Vertical or Horizontal polarization • Minimum separation distance from persons installing and using an active device: 9" • Minimum separation distance from other RF sources including radios and antennas: 6.5" • Welded construction The DBOM Firm shall furnish mounting hardware with the antenna that will secure the antenna to a mounting pipe that has a 1.5" Nominal Pipe Size (approximately 2" OD pipe diameter), as recommended by the manufacturer of the antenna and as approved by the Engineer. 9.3.4 Sector Antenna The DBOM Firm shall furnish an antenna mounting kit to support the antenna when attached to a metal pole, mast arm, or wood pole. This item is to include the following: • Wall pole mounting bracket • Power injector and power cord • Connector weatherproofing kit • Serial (RJ11 —DB9) dongle RFP 2016-199-KB Page 27 of 52 M I AM(BEACH Program Management Services iallikfor an Intelligent Transportation System and Smart Parking System • Grounding Kit • Gigabit PoE Surge Arrestor 9.3.5 Coaxial Cable The DBOM Firm shall furnish LMR-400 Series coaxial cable to provide a link between the antenna and the lightning arrestor that meets the following minimum specifications: • Frequency Range: 0—6 GHz • Voltage Standing Wave Ratio (VSWR): 1.5:1 max • Insertion Loss: 0.7 dB max @ 0—3 GHz o 1.1 dB max@3-6GHz • Impedance: 50 ohms • Bend Radius: 1"with less than 1 ohm impedance change at bend • End Connectors: 1 x N-Type (Male) o 1 x Right Angle (RA) N-Type(Male) • Operating Temperature Range: -40°C to 85°C 9.3.6 Standard N-Type Male Connector , The DBOM Firm shall furnish Standard N-Type Male Connector(s) of proper sizing to mate with the LMR- 400 series coaxial cable and utilize a crimping method to secure the connector to the coaxial cable. The DBOM Firm shall furnish a connector that meets the following minimum specifications: • Center Contact: Gold Plated Beryllium Copper-(spring loaded—Non-solder) • Outer Contact: Silver Plated Brass • Body: Silver Plated Brass • •Crimp Sleeve: Silver Plated Copper • Dielectric: Teflon PTFE • Water Proofing Sleeve: Adhesive Lined Polyolefin—Heat Shrink • Attachment Size: Crimp Size 0.429"(minimum) hex Electrical Properties: • Impedance: 50 ohms • Working Voltage: 1000 Vrms(max) • Insertion loss: 0.1 x 4 fGHz • VSWR: 1.5:1 (max) Provide instructions on properly installing the connector. 9.3.7 Coaxial Cable Shield Grounding and Weatherproofing Kits The DBOM Firm shall furnish a Coaxial Cable Shield Grounding Kit containing components that will adequately bond and ground the cable shield to the pole ground. The DBOM Firm shall ensure the grounding kit complies with MIL-STD-188-124A Specifications "Military Standard for Grounding, Bonding and Shielding"for coaxial cable and protects the cable from lightning currents in excess of 200kA. As well as, ensure each kit is supplied, as a minimum, with the following: • Preformed Strap: 24 Gauge copper strap that is a minimum of 1 5/8 inch long and is sized to mate with the 400 series coaxial cable RFP 2016-199-KB Page 28 of 52 MIAMI BEAC H Program Mgmry „gollaci for an Intelligent Transpanaortaetionent SystemSeandices Smart Parking System • Tensioning Hardware: Copper nuts and lock washers • Grounding Lead Cable: #6 AWG, stranded, insulated copper wire • Instructions on properly installing the shield grounding system The DBOM Firm shall furnish a Weatherproofing Kit containing components that will protect the coaxial cable shield grounding system against the ingress of moisture and prevent vibrations from loosening the connections. Ensure the weatherproofing kit is supplied, as a minimum, with the following: • Butyl Mastic Tape: 3 3/4 inches wide by 24 inches long (approximately) • Electrical Tape: 2 inch wide by 20 inches long (approximately) • Instructions on properly installing the weatherproofing system 9.3.8 Lightning Arrestor The DBOM Firm shall furnish a lightning arrestor installed in line between each antenna and its designated radio modem inside the equipment cabinet. The DBOM Firm shall furnish a Polyphaser Model #DSXL-BF lightning arrestor or an approved equivalent that meets the following minimum specifications: • Filter Type—DC Block(None gas tube design) • Surge: 20kA, 800MHz to 2.0GHz< 1.1 : 1 VSWR 18kA, 800MHz to 2.3GHz< 1.1 : 1 VSWR 700MHz to 2.7GHz< 1.2 : 1 VSWR • Insertion Loss: 0.1 dB over frequency range • Max Power: 500 w @ 920MHz (750 W @ at 122 F) • RF Power: 300 Watts • Let Through Voltage: +/-3 Volts for 3kA @ 8/20 s Waveform • Throughput energy: 0.5 J for 3kA @ 8/20 s Waveform • Temperature: -40 to 185 F Storage/Operating 122° F • Vibration: 1G at 5 Hz up to 100Hz • Unit Impedance: 500 • VSWR: 1.1:1 • Frequency Range: 800 MHz to 2200 MHz • Multistrike capability • Low strike throughput energy • Flange mount and bulkhead mount options • Standard N-Type Female Connector on both the surge side and protected side connectors 9.3.9 Construction Methods The DBOM Firm shall perform a radio path Site Survey test before installing any equipment. All radio path site surveys shall be completed during full foliage conditions. The DBOM Firm shall ensure the test evaluates the Signal Strength (dBm), Fade Margin (dB), Signal-to-Noise Ratio, Data Integrity (poll test), and a complete frequency spectrum scan. The DBOM Firm shall ensure the radio path site survey test is performed using the supplied brand of radio equipment to be deployed. The DBOM Firm shall provide the test results to the Engineer and the City for review and approval. The DBOM Firm shall submit copies of the test results and colored copies of the frequency spectrum scan along with an electronic copy of this information. The Engineer and the City will approve final locations of antennas and any necessary repeater stations. The DBOM Firm shall install a coaxial cable—power divider, antenna splitter cable and additional RFP 2016-199-KB Page 29 of 52 ..4111Lm MIAMI BEACH Program Management v for an Intelligent Transportation SystemSerand Smicesart Parking System antenna at locations where it is determined that a dual antenna configuration is necessary to accommodate communications in multiple directions. The DBOM Firm shall install the antenna in such a manner that avoids conflicts with other utilities (separation distances in accordance with the guidelines of the NESC) and as specified in the antenna manufacturer's recommendations. The DBOM Firm shall secure the antenna mounting hardware to the pole and route the coaxial cable such that no strain is placed on the N-Type Male coaxial connectors. On wood pole installations, the DBOM Firm shall bond the antenna mounting hardware to the pole ground using#6 AWG bare copper wire using split bolt or compression type fitting. The DBOM Firm shall install the coaxial cable shield grounding system by carefully removing the outer jacket of the coaxial cable without damaging the cable shield. The DBOM Firm shall install the shield grounding system following the cable manufacturer's recommendations. The DBOM Firm shall install and weatherproof the connection using the appropriate weatherproofing materials and following the manufacturer's recommendations. On wood poles, the DBOM Firm shall secure the #6 AWG grounding lead cable to the pole ground using split bolt or compression type fitting or an Engineer approved method. On metal poles, the DBOM Firm shall secure the #6 AWG grounding lead cable to the pole using an Engineer approved method. The DBOM Firm shall not exceed the 1-inch bend radius of the coaxial cable as it traverses from the cabinet to the antenna assembly. The DBOM Firm shall connect the lightning arrestor to the coaxial cable in the equipment cabinet. The DBOM Firm shall properly ground and secure the arrestor in the cabinet. The DBOM Firm shall permanently label all cables entering the cabinet.The DBOM Firm shall ensure the power supply for the radio system is NOT connected to the GFCI receptacle circuit located in the cabinet. The DBOM Firm shall place a copy of all manufacturer equipment specifications and instruction and maintenance manuals in the equipment cabinet. 9.3.9.1 Existing Antenna Locations The existing Miami Beach Police Department (MBPD) Wireless network is comprised of five primary locations that utilize Ceragon wireless backhaul links and one temporary location that utilizes an Alvarion wireless Point-to-Point (PtP) link, to provide additional coverage, for a total of six wireless nodes used to build out the MBPD core wireless network infrastructure. A select number of these wireless node locations are equipped with Alvarion 120° sector antennas. Throughout the city limits are Tropos wireless access points that were deployed as part of the now abandoned city-wide wireless mesh broadband network. Intermixed with the Tropos units are gateways that connect back to the Alvarion sector antennas. These gateways are now used to facilitate the communication links to send the CCTV surveillance camera video stream back to the Alvarion sector antennas and onto to the MBPD wireless core network back into MBPD headquarters. The six antenna locations include: • Rebecca Towers • Council Towers • Miami Beach Police Department • City Hall • Tower 41 Condominium • Parkview Point These facilities may be available for antenna installation by the DBOM Firm. The DBOM Firm must request approval from the City prior to use and shall coordinate with the City prior to installation at approved sites. The Engineer and the City will approve final locations of antennas and any necessary repeater stations. RFP 2016-199-KB Page 30 of 52 m MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 10 Traffic Management Center 10.1 Description The City of Miami Beach TMC will be co-located at the FDOT District Six SunGuide Center at 1001 NW 111th Ave, Miami, FL 33172. Within the facility exists open space on the second floor approximately 500 square feet which will be outfitted by the DBOM Firm to meet the needs of the City. The DBOM Firm shall design, furnish, install, operate, and maintain the following at the Traffic Management Center: • Operator Console Furniture (OCF) • All associated furnishings and furniture appurtenances • Video Wall The OCF shall be installed in accordance with placement details and design plans developed by the DBOM Firm and approved by the City. The DBOM Firm shall design, install, fully integrate, test, operate, and maintain the workstation computer equipment and the video wall. The size and location of the video wall shall be approved by the City. Additionally,the DBOM Firm shall install a video wall at the City of Miami Beach Transportation Department offices located at 1700 Convention Center Drive Miami Beach, FL 33139. The video wall shall have access to the video feed provided by City installed cameras at the SunGuide Center. This location will allow City Staff to have remote access to video feeds displayed at the TMC. The DBOM Firm shall perform training for City of Miami Beach staff that have access to the video wall following installation. The equipment for both locations mentioned above including but not limited to number of operator consoles, number of HD monitors for video walls, computer workstations, and server racks, will be coordinated by the City of Miami Beach Project Manager. Design plans shall be submitted to the City of Miami Beach for approval prior to installation. 10.2 Design Requirements The Operator computers and the consoles shall be provided by the DBOM Firm. The DBOM Firm shall be responsible for ensuring there is adequate space and mounting provisions in the OCF. The DBOM Firm shall be required to coordinate with the City of Miami Beach as to the timing and sequence of workstation computer installation as well as with regard to their exact location and orientation within the OCF. The OCF placement layout (i.e., OCF placement within the TMC Control Room) shall be provided by the DBOM Firm and shall be an integral part of the TMC design. The DBOM Firm shall provide the TMC design plans to the City of Miami Beach for approval prior to the installation of the OCF. 10.3 Project Specific Requirements 10.3.1 Device Server The DBOM Firm shall be responsible for furnishing, installing, integrating, testing, operating, and maintaining the device system software and configuration data on no less than three(3) server computers. The City of Miami Beach shall commission the servers to the network. The Windows operating system software and anti-virus software shall be provided and installed by the DBOM Firm on these servers. These servers shall be installed in equipment racks located in the FDOT District Six SunGuide Center located at RFP 2016-199-KB Page 31 of 52 ,agglaCk_ MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 1001 NW 111th Ave, Miami, FL 33172. The DBOM Firm shall have physical and remote access to these servers. 10.3.2 Operator Workstation The DBOM Firm shall furnish, install, integrate, test, operate, and maintain workstation computers for the required operators to meet the coverage requirements. Additionally, the DBOM Firm shall furnish and provide complete installations of the following at each Operator Console: • Category (Cat)5E Voice over IP(VOIP) patch cables connected to Construction Contract provided VOIP phones • Cat 5E Data patch cables for the workstations • Video cables as needed to support the transport of DVI video signals from the workstations to the video wall-display system per requirements set forth elsewhere in these MTR RFP 2016-199-KB Page 32 of 52 m MIAMI BEACH Program Management Services ,diglafor an Intelligent Transportation System and Smart Parking System 11 Device Management Software 11.1 Description The DBOM Firm shall furnish, install, integrate, test, operate, and maintain the CCTV cameras with an enterprise-level Video Management System (VMS) software solution and all other ITS and SPS deployed devices(e.g. DMS,travel time system, and vehicle detection systems, etc.)with the vendor-provided device management/configuration software. In lieu of utilizing separate vendor-provided management/ configuration software packages,the DBOM Firm may opt to utilize an"umbrella"software package solution capable of managing all ITS devices via one GUI platform similar to a Physical Security Information Management (PSIM) software solution. The DBOM Firm shall furnish and install devices (i.e. CCTV, DMS, VDS, etc.) as defined in these MTR. The DBOM Firm shall integrate and test the CCTV cameras, new and existing DMSs, VDSs, and communication devices with the equipment's respective vendor-provided software. The DBOM Firm shall furnish, install, and integrate all the TMC equipment including the LAN, software licenses and the workstations necessary for the operation of these devices from the TMC using the respective vendor- provided software packages. The DBOM Firm will operate and maintain the software. 11.2 Design Requirements The integration of the furnished and/or installed equipment with the vendor-provided software shall be the responsibility of the DBOM Firm. The DBOM Firm shall collaborate with City of Miami Beach, or its designated representative, as necessary to obtain and/or provide to the project the following services: • A site survey that will serve as the basis for the creation of all required database, configuration files, System graphics; and any other preparatory work required for the successful integration and proper operation of the vendor-provided software. • The Windows operating system software and anti-virus software shall be provided by the DBOM Firm in addition to the procurement and installation of all other software required to support the vendor-provided software. • Provide field device information, such as equipment configuration diagrams, Internet Protocol (IP) addresses, protocols, and documentation (e.g., users' manual, troubleshooting guide, etc.). • Configure the field devices for integration with the vendor-provided software, including link, lane, roadway, and device configurations. • Provide all required post-installation services to facilitate required System testing and operation using the vendor-provided management/configuration software from the TMC.These services shall include populating the tables and creating software map layers, segments, links and/or any other required graphical elements. • Troubleshoot any DBOM Firm-installed hardware issues (both field and central) that affect the integration work. The above services are described in detail below. RFP 2016-199-KB Page 33 of 52 ,igigherl MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 11.3 Project Specific Requirements 11.3.1 Pre-ITS Device Software Installation 11.3.1.1 Servers The DBOM Firm shall furnish, install, integrate,test, operate, and maintain any server(s)required to operate the ITS and SPS devices under this project. The new server(s) shall be installed on blade racks located in a designated telecommunications room with the proposed TMC. 11.3.1.2 Workstations The DBOM Firm shall furnish, install, and integrate operator workstations with the necessary vendor- provided client software and licenses including the Windows operating system and anti-virus software for each workstation. 11.3.1.3 Device Protocol Compliance For the devices being deployed that are to be communicated with, monitored and/or controlled via the software located at the TMC, the DBOM Firm shall ensure that the protocol(s) used by these devices is compliant with the governing equipment and ITS protocols (e.g. ONVIF, NTCIP, etc.) stated in the MTRs for that specific device. The DBOM Firm shall coordinate with the City of Miami Beach, or its designated representative, as necessary in this regard. 11.3.1.4 Network Infrastructure The following sections describe the network infrastructure that must be installed by the DBOM Firm before installation of the device management/configuration software: 11.3.1.4.1 Hardware Due to the client/server nature of the ITS and SPS device software, the Transmission Control Protocol/Internet Protocol (TCP/IP) shall be used to exchange data between application and database servers. In the case of a web-based implementation of the vendor-provided software user interface, each workstation shall require TCP/IP access to the vendor-provided software application and database servers. The LAN cabling shall be provided by the DBOM Firm to provide network connectivity from the workstations to the designated TMC telecommunications room and interface to the video wall display. The DBOM Firm shall assure as part of their work that TCP/IP connectivity exists between all vendor-provided software application server(s) and operator workstations. All proposed field devices shall be connected via TCP/IP and have network communication compatibility with the device application server(s). It shall be the DBOM Firm's responsibility to provide all necessary network hardware and cables to provide the required connectivity. Power service receptacles, modem/phone jacks, and TMC network data jacks shall be provided by the DBOM Firm for the consoles. The DBOM Firm shall communicate, collaborate, and coordinate via the City of Miami Beach Project Manager with the TMC ITS Engineer concerning the video wall display (VWD) communications and power service requirements within the TMC so that all equipment furnished under this project is fully compliant with the power service provided within the facility for this purpose. RFP 2016-199-KB Page 34 of 52 MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 11.3.1.4.2 Software As the device software is configured, it will need access to various network servers that are available as part of the greater City of Miami Beach network. The DBOM Firm shall make available the following network services and the associated parameters(e.g., host names, addresses, etc.) required for access during the device hardware and software configuration: • Simple Mail Transfer Protocol (SMTP) Mail Server. As required, the vendor-provided device management/configuration software shall have access to the SMTP mail server to be able to send emails regarding major System events. The SMTP server connection shall be provided to the DBOM Firm by the City of Miami Beach. • Domain Name System (DNS).As required, the vendor-provided device management/configuration software applications may utilize TCP/IP to exchange data and the applications can use either IP addresses or host names in their configuration files. Note that the use of DNS is preferred because using explicit IP addresses is less flexible than using hostnames. One of the ITS device application servers shall be configured to provide DNS by the DBOM Firm. • Network Time Protocol (NTP). All TMC operator computers shall be synchronized with a common time source. The time source shall be provided by the City of Miami Beach NTP server. Regarding the configuration of the above mentioned services, the DBOM Firm shall coordinate with the City of Miami Beach IT Department. 11.3.1.5 Device Worksheets The DBOM Firm shall coordinate with City of Miami Beach, or its designated representative, to collect and provide the required information about each device that is to be interconnected with; communicated through; communicated with; monitored and/or controlled via the TMC device management/configuration software. The exact information to be provided for the devices involved shall be obtained from City of Miami Beach or its designated representative. The City of Miami Beach shall approve the format and naming conventions used to ensure compatibility with existing devices in the City's device database. 11.3.2 Post Device Software Installation Services The DBOM Firm shall provide the services described below: 11.3.2.1 Populate Device Database Tables and Configuration Files The DBOM Firm shall populate all device database tables and configuration files using the data collected in the device worksheets. 11.3.2.2 Create Device Map Links The DBOM Firm shall create the device map link layer(s) for each of the respective devices (i.e. CCTV cameras, DMS, TTS, VDS). The DBOM Firm shall display all field devices, travel time links and highway shields on this map layer. The City shall approve the format and naming conventions used to ensure compatibility with existing devices in the City's ITS device GIS map link layer. 11.3.3 Device Software Training The DBOM Firm shall coordinate with the City of Miami Beach to schedule the Device Software administrator and operator training. RFP 2016-199-KB Page 35 of 52 m MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 12 Grounding and Transient Surge Protection 12.1 Description The DBOM Firm shall ensure that all infrastructure and equipment installed as part of this project are adequately powered and properly grounded; and provided with adequate TVSS protection. 12.2 Design Requirements The DBOM Firm shall design, furnish, and install infrastructure and equipment grounding and TVSS protection at locations as required to accommodate the MTR set forth herein. The infrastructure shall conform to the latest editions of the FDOT Standard Specifications for Road and Bridge Construction, Section 780 Intelligent Transportation Systems General Requirements, and Section 785 Intelligent Transportation Systems Infrastructure. In addition, grounding detail shall be specifically depicted in the plans as appropriate. 12.3 Project Specific Requirements The DBOM Firm shall install grounding and TVSS in accordance with the latest editions of the FDOT Standard Specifications for Road and Bridge Construction, Section 780 Intelligent Transportation Systems General Requirements and Section 785 Intelligent Transportation Systems Infrastructure. RFP 2016-199-KB Page 36 of 52 MIAMI I BEACH.argighProgram Management Services m for an Intelligent Transportation System and Smart Parking System 13 Field Device Power Service 13.1 Description The DBOM Firm shall be responsible for the design and coordination of the installation of all required power services along the City of Miami Beach project to support the devices and/or equipment to be designed, furnished, installed, integrated, tested, operated, and maintained to meet the requirements of these MTR. The DBOM Firm shall be responsible for obtaining power for all field devices and equipment included within the project. The DBOM Firm shall provide full payment to the electric utility for extending the existing power service to provide power to the field devices where needed. The DBOM Firm shall be responsible for the payment of all power bills until the time of System Acceptance and during the operate and maintain phases. This service shall be activated in a manner that will allow the accounts to be transferred to the City of Miami Beach at the end of the Project. 13.2 Design Requirements The DBOM Firm shall furnish and install power service at locations as required to meet or exceed these MTR. The power service shall conform to the latest editions of the FDOT Standard Specifications for Road and Bridge Construction Sections 780 Intelligent Transportation Systems General Requirements and Section 639 Traffic Control Devices Electrical Power Service Assemblies. It is stressed that per Section 783-3.1, conduit and pull/splice boxes for fiber optic cable shall not contain power cables. 13.3 Project Specific Requirements The DBOM Firm shall install power service for each field device and required supporting equipment. The DBOM Firm shall remain responsible for the cost of any overhead-to-underground utility adjustments to be accomplished by the local power companies. RFP 2016-199-KB Page 37 of 52 m M l AM I BEACH Program Management Services ,tgallafor an Intelligent Transportation System and Smart Parking System 14 Adaptive Traffic Signal Control 14.1 Description Optional task to be defined post award. RFP 2016-199-KB Page 38 of 52 m MIAMI BEACH gram Management v ,stagriforProan Intelligent Transportation SystemSerand Smicesart Parking System 15 Warranty All equipment shall be warranted and guaranteed against defects and/or failure in design, materials and workmanship. The DBOM Firm warranty shall conform to the requirements in the FDOT Standard Specifications for Road and Bridge Construction (latest edition). The DBOM Firm shall submit the warranty terms as part of the Proposal. The warranty shall provide that, in the event of a malfunction during the warranty period, the defective device or ancillary component shall be replaced with a new device or ancillary component of same make and model within five calendar days. A failure shall also be defined as a subsystem, device or ancillary component becoming unable to comply with the Project requirements and all applicable standards. The DBOM Firm shall be responsible for all labor and equipment costs for installing the new device or ancillary component. Any device or ancillary component that, in the opinion of the City, fails three times prior to the expiration of the warranty shall be judged as unsuitable and shall be replaced by the DBOM Firm with a new device or ancillary component of the same make and model at no cost to the City. The unsuitable device or ancillary component shall be permanently removed from the project by the DBOM Firm. For the replacement/upgrade of the existing devices and infrastructures,the warranty period shall not begin until the date that the City issues written notice of System Acceptance. For the new devices and infrastructures, the warranty period shall not begin until the date that the City issues written notice of the System Acceptance of new devices and infrastructures. The warranty provisions in the FDOT 2016 Specifications are summarized below by device type. Device Type Guarantee Provisions I Terms Dynamic Message Sign Manufacturers defects 5 years after final acceptance Closed Circuit Television Manufacturers defects 3 years after final acceptance or greater Video Display Manufacturers defects and supply 3 years after final acceptance or greater of expendable parts ITS Field Cabinet Manufacturers defects 2 years after final acceptance or greater ITS Equipment Shelter Manufacturers defects 1 year after final acceptance or greater Microwave Vehicle Detection Manufacturers defects 2 years after final acceptance or greater System l Transient Voltage Surge Protector 1 Manufacturers defects + 10 years after final acceptance or I greater RFP 2016-199-KB Page 39 of 52 MIAMI BEACH gritgla Program ManagementSeerviceS for an Intelligent Transportation System and Smart Parking System 16 Testing Testing provided by the DBOM Firm shall verify and document that the furnished System meets all requirements defined in these MTR. A test plan documenting in detail how the System shall be tested and validated shall be submitted by the DBOM Firm to the City of Miami Beach for approval. The DBOM Firm shall develop (as part of the Test Plan Submittal) a Test Evaluation/Traceability Matrix comprised of a detailed list of the requirements of each of the components of the System furnished, installed and/or integrated hereunder. This matrix shall serve as a tool to cross-reference each planned test to a specific verifiable project System requirement. This Test Evaluation/Traceability Matrix shall be used to document that the functional requirements are tested, and the required results achieved and verified by the City of Miami Beach. For the purpose of this Testing section, all references to a particular number of days shall be assumed "continuous calendar"days unless qualified with the term "working"days. The DBOM Firm shall re-submit for approval any deviations or changes to the approved Test Plan at least fourteen (14) working days prior to any planned test activity stage. No tests shall be conducted until the City of Miami Beach has approved the test plan. Specific documentation requirements are provided elsewhere in these MTR. At least fourteen (14)working days prior to the start of any of the tests below, the DBOM Firm shall submit to the City of Miami Beach a previously approved detailed test procedure to be used during the test. Testing of the equipment and all software provided shall be conducted in the order listed below: 16.1 Factory Acceptance Test This testing shall be conducted on each production unit of equipment to be supplied to verify for the City of Miami Beach that all design, materials, and performance requirements specified by these MTR for a particular component(s) are satisfied. The factory acceptance tests shall be performed at the equipment/firmware/software manufacturer's facility or at an independent testing laboratory.The equipment to be tested and installed shall be new and produced within six (6) months of the test date. Factory acceptance test satisfactory completion certification documentation shall be provided to the City of Miami Beach with each item of equipment/firmware/software furnished. 16.2 Installation Inspection This review shall be performed after the field installation and prior to the commencement of the stand-alone test. During this inspection the DBOM Firm and the City of Miami Beach (or its designated representative), shall inspect all installed devices and supporting equipment for review of physical conditions and to ensure equipment has not been physically damaged. If a unit fails to pass its installation inspection, the DBOM Firm shall correct the problem or replace the unit until satisfactory results are achieved. A report of satisfactory inspection shall be provided by the DBOM Firm. Neither witnessing of the inspection by the City of Miami Beach, nor the waiving of the right to do so, shall relieve the DBOM Firm of the responsibility to comply with every aspect of this installation inspection requirement. 16.3 Stand-Alone Test This testing shall be performed after the field installation, but before connection with the central-to-field communications network. Per City of Miami Beach approved test plans and procedures, this testing shall exercise all stand-alone (non-network) functional operations of the equipment installed and demonstrate RFP 2016-199-KB Page 40 of 52 `V1 AM BEACH. Program Management Services ,ediggikfor an Intelligent Transportation System and Smart Parking System compliance with the stand-alone functional requirements defined in the MTR and all applicable standards. If a unit fails to pass its stand-alone test, the DBOM Firm shall correct the problem or replace the unit and retest it until satisfactory results are achieved. A report of satisfactory stand-alone test completion shall be provided to the City of Miami Beach by the DBOM Firm with each item of equipment furnished. 16.4 Subsystem Test This testing shall be performed based on the construction project milestones. The subsystem test shall demonstrate that all equipment furnished, adjusted, or modified by the DBOM Firm has been installed properly and operates according to the City of Miami Beach approved subsystem test plan and procedures. At a minimum, the following subsystems shall be tested by the DBOM Firm: • Camera surveillance system (including CCTV cameras, support poles, and lowering devices) • Communications • Vehicle detection system • DMS • Video Wall Display • TMC systems including Device Management/Configuration Software • Bluetooth • SPS • ATSC (Optional) The DBOM Firm shall conduct the subsystem test in the presence of the City of Miami Beach or its designated representative. The subsystem test shall begin within seven (7) working days after the DBOM Firm advises the City of Miami Beach Project Manager that they are ready to begin the test. The test may begin when the DBOM Firm has satisfied the City of Miami Beach that all work for the subsystems being tested has been completed. The subsystem test shall verify that all of the requirements the MTR defined for the subsystem being tested have been met. These tests shall be performed utilizing the associated project field equipment and communications equipment. The test shall demonstrate full control of the field device(s) from the TMC with the assigned communications channels, as well as the functions of local/remote trouble shooting/diagnostics specified in the equipment's functional requirements. This test shall be conducted using the vendor-supplied software. During the test, the DBOM Firm shall provide qualified personnel to support the diagnosis and repair of equipment during the testing as required. These personnel shall be available for this support within twenty-four(24) hours of notification that their services are needed. After installation of the Device Management/Configuration software, the subsystem shall be tested with it to demonstrate all applicable functions and features of the Device Management/Configuration software work properly from the TMC. All equipment and software furnished, moved, installed and/or integrated by the DBOM Firm shall be tested to determine conformance with the design, functional, and construction requirements as defined in these MTR. The DBOM Firm shall not begin tests until the City of Miami Beach has approved the test plan, procedures, and data forms. The test results for each subsystem tested shall meet the performance requirements identified for the particular subsystem/component defined in these MTR, as well as the requirements defined in the approved test plan and procedures for the subsystem. In the event the subsystem fails the test or is rejected by the City of Miami Beach, the DBOM Firm shall correct the problem and repeat the test within seven (7) working days after the rejection notice from the City of Miami Beach. The DBOM Firm shall furnish and maintain all required test equipment as part of their services. The test equipment — both hardware and software — shall be the property of the City of Miami Beach after the completion of the test.All test equipment utilized shall have up-to-date calibration certification in accordance RFP 2016-199-KB Page 41 of 52 MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System with the test equipment manufacturer's recommendations. The test equipment shall be made available for the City of Miami Beach's use at any time the City of Miami Beach needs it, subject to more pressing project needs. The DBOM Firm shall coordinate with the City of Miami Beach Project Manager in regard to City of Miami Beach requests to use project test equipment. The test for the individual subsystem shall be conducted in the presence of the City of Miami Beach or its designated representative. If requested by the City of Miami Beach, the DBOM Firm shall postpone any test for up to seven (7) working days; such postponements shall not be grounds for extension of completion time. The City of Miami Beach may waive its right to witness certain tests. The DBOM Firm shall perform a successful "dry-run" or trial test prior to the scheduled start of testing. If the test is to be postponed due to an unsuccessful trial, the DBOM Firm shall give the City of Miami Beach a forty-eight(48)-hour notification. Failure of any item to conform to the requirements for any test shall be counted as a defect, and the equipment under test shall be subject to test failure as determined by the City of Miami Beach. The DBOM Firm may offer previously failed equipment for retest, provided all areas of non-compliance have been corrected and retested and evidence thereof is submitted and acceptable to the City of Miami Beach. Neither witnessing of the tests by the City of Miami Beach, nor the waiving of the right to do so shall relieve the DBOM Firm of the responsibility to comply with the contract documents. Such actions by the City of Miami Beach, or approval of any test results by the City of Miami Beach, shall not be deemed as acceptance of the equipment or system tested until the successful completion of the System Acceptance. The contract period shall not be extended for time loss or delays related to testing. 16.5 Operational Test The Operational Test shall be comprised of subsystem and system-wide testing of the equipment and software implemented during this project. The Operational Test shall verify and document the conformance of the equipment, subsystems, and the System to the requirements and functionality covered in the DBOM Firm's approved final design documents. The Operational Test shall therefore provide end-to-end verification of the readiness of the System provided for on-going operation. A thirty(30)-day Operational Test shall be required for the project.The Operational Test shall not be allowed to commence prior to successful completion of all individual subsystem component tests. The DBOM Firm shall operate the System during the Operational Test in conjunction with the City of Miami Beach and with City of Miami Beach oversight. The DBOM Firm shall submit an Operational Test Plan and Procedure at least fourteen (14) days prior to the point of time operational testing is to commence. The Operational Test Plan and Procedure shall be subject to review and comment by the City of Miami Beach and shall not be approved until such time as it is determined to be completely satisfactory. Once the Operational Test Plan and Procedure has been approved, the DBOM Firm shall schedule the Operational Test at least two (2) weeks in advance. The DBOM Firm shall then be required to conduct and successfully complete the Operational Test and subsequently document and report its results to the City of Miami Beach for final approval. 16.6 Burn-in Period The Burn-in Period shall not be allowed to commence prior to successful completion of the Operational Test and City of Miami Beach receipt of the Operational Test report. The Burn-in Period shall validate all aspects of the furnished System components under day-to-day operating conditions. The intent is to demonstrate a continuous sixty (60)-day period without substantive degradation in performance or failure in compliance with contract and System functional requirements. Throughout the sixty(60)-day period any RFP 2016-199-KB Page 42 of 52 MIAMI BEACH Pgrm Mgmry for roan IntelligentaTanaransporteationent SystemSeandices Smart Parking System System problems, errors, failures, or malfunctions shall be tracked, categorized and resolved based on level of severity. The applicable four(4) levels of severity are: • Severity 1 —Any hardware or software subsystem, element, component, or process that does not function as required and results in substantial degradation of day-to-day operating conditions/capabilities. • Severity 2—Any hardware or software subsystem, element, component, or process that does not function as required but poses no substantial impact to the operation of System by the System operators. • Severity 3—Any hardware or software subsystem, element, component, or process that does not meet the designed functionality and/or impedes the operation of the System but poses no substantial impact to the operation of System by the System operators. • Severity 4 —Any hardware or software component or process that does not meet the designed functionality and/or is"cosmetic" in nature and is transparent to System operations. The success or failure of the sixty (60)-day Burn-in Period shall be determined by the number and type of severity levels encountered during the test. The following represents the impact of each severity level on the eventual outcome of the test. Severity 1 • Indicates a failure of the sixty (60)-day test. • The sixty(60)-day test is stopped. Once the problem is resolved, the sixty(60)-day test is restarted from Day 1. • Payments regarding the sixty (60)-day test are withheld. • The warranty period shall not begin until System Acceptance. Severity 2 • Does not indicate a failure of the sixty (60)-day test. • The sixty (60)-day test is stopped. Once the problem is resolved, the sixty (60)-day test shall resume from the point at which it was stopped. Once the problem is resolved, the implemented fix shall operate without flaw for seven(7)consecutive days,which may extend the sixty (60)-day test period. • Payments regarding sixty(60)-day test shall be withheld. • The warranty period shall not begin until System Acceptance. • Reoccurrence of the same problem that should have been resolved might raise the level of the issue to Severity 1. Severity 3 • Does not indicate a failure of the sixty (60)-day test. • The sixty (60)-day test is stopped. Once the problem is resolved, the sixty (60)-day test shall resume from the point at which it was stopped. Once the problem is resolved the fix shall operate without failure for a minimum of seven (7) consecutive days, which may extend the sixty (60)-day test period. • Payments shall continue to be paid. • The Warranty Period shall not begin until System Acceptance. RFP 2016-199-KB Page 43 of 52 ,dsgegkell MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System Severity 4 • Does not indicate a failure of the sixty (60)-day test. • The sixty(60)-day test is not stopped. The problem is resolved in a timely fashion. • Payments shall continue to be paid. • The Warranty Period shall not begin until System Acceptance. All System components, including all hardware and software furnished to the project by the City of Miami Beach shall be tested. Verification that all reported problems have been resolved shall be the responsibility of the DBOM Firm. Meetings shall be scheduled during the sixty(60)-day test as required to keep the City of Miami Beach aware of all System and equipment failures. The meetings shall provide a forum at which the City of Miami Beach and DBOM Firm can review System component failures and classify the failures by severity levels. 16.7 System Acceptance Testing The DBOM Firm shall submit a System Acceptance Test Plan and Procedure at least thirty(30) days prior to the point in time System Acceptance testing is to commence. The System Acceptance Test Plan and Procedure shall be subject to review and comment by the City of Miami Beach and shall not be approved until such time as it is determined to be completely satisfactory for the purpose of supporting the evaluation of the overall System operation and performance. The DBOM Firm shall use this approved plan and procedure to verify that all components of the System are working in accordance with Contract requirements. Once the System Acceptance Plan and Procedure has been approved, the DBOM Firm shall schedule the System Acceptance Test at least two (2) weeks in advance. The DBOM Firm shall then be required to conduct and successfully complete the System Acceptance Test and subsequently document and report its results to the City of Miami Beach for final approval. 16.8 System Acceptance Upon satisfactory completion of the Operational Test and all required System Acceptance testing, the City of Miami Beach shall inspect the project for System Acceptance and approval. 16.9 Test Equipment 16.9.1 Description The DBOM Firm shall procure and deliver to the City of Miami Beach various new and calibrated test equipment items to support the operation of the ITS and SPS. The DBOM Firm can utilize this test equipment while performing the testing requirements. The test equipment to be provided shall include: • Hand Held Waveform Monitor • Color Video Monitor The functional requirements for this test equipment is described below. RFP 2016-199-KB Page 44 of 52 ,101A0 M I A M I I EAC H grm MngmServices for Proan IntelligentaTransportation eent System and Smart Parking System 16.9.2 Functional Requirements 16.9.2.1 Hand Held Waveform Monitor The DBOM Firm shall furnish a high-resolution, color LCD-display Hand Held Waveform Monitor. The unit shall provide comprehensive TV signal monitoring for NTSC applications. The unit shall be an analog and SD-SDI waveform/vector/color picture monitor. The Hand Held Waveform Monitor shall meet the following minimum functional requirements: • Multi-function: picture monitor, waveform monitor, and vector scope; • Monitor and troubleshoot video and audio systems; • Display the incoming video signal; • Waveform and the vector signals shall be viewable full screen or may be reduced into the corner of the display; • A composite video output shall also be included for viewing on an external display; and • Modes: picture, waveform, vector, audio(analog only), and waveform resizable in-picture. 16.9.2.2 Color Video Monitor The DBOM Firm shall furnish a nine(9)-inch diagonal visual size color video monitor for testing CCTV video systems. The nine(9)-inch color monitor shall be lightweight and compact. 16.9.3 Material Requirements 16.9.3.1 Hand Held Waveform Monitor The Hand Held Waveform Monitor shall meet the following minimum material requirements: • Battery and AC power; • Composite video output; • Minimum LCD screen of at least four(4) inches; • Automatic detection of Analog/two hundred seventy(270) megabit per second (Mbps)-SDI Signal; • NTSC compatible, two hundred seventy(270) Mbps, DSI; • Alarm mode to activate when the waveform's color changes above one hundred (100) IRE and provide user feedback when video levels exceed accepted standards; • User-selectable display controls through on-screen menu; • Two(2) NiMH battery packs; • One (1) viewing hood for operation in bright light; • One (1) stereo headphone jack; • One (1) desk stand for bench top use; • Inputs; o Video: one (1) switchable composite analog or two hundred seventy(270) Mbps—SDI; o External reference: one(1)composite analog; o Audio: one(1) balanced audio connector(XLR); o Power: twelve(12)Vdc or internal battery; • SDI reporting; o Cable length margin flag; o Presence/absence of error detection and handling (EDH) packets; • Outputs; RFP 2016-199-KB Page 45 of 52 ,Atiggieti MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System o Video: One(1) composite video; o Color picture; waveform, vector and audio in color or monochrome; • Capable modes: picture, waveform, vector, audio (analog only), and waveform in-picture; may be sized into the picture in the corner of the display; • Operational software installed on the machine; and • Required testing probes, cabling and connectors. 16.9.3.2 Color Video Monitor Features: • Have horizontal resolution of over three hundred (300) lines • Include built-in comb filter • Use NTSC color format • Include BNC video in and video output connectors; BNCx2 (one (1) bridged output for composite video) • Use one hundred twenty (120) Vac power • Include the power cord with the unit • Video input: 1.0 V(peak-to-peak) composite, seventy-five(75) ohms, BNC with auto termination • Required test leads or test cables, and adapters for testing RFP 2016-199-KB Page 46 of 52 figigiL0 MIAMI BEACH Program Management Services for an Intelligent Transportation System and Smart Parking System 17 Close-out Requirements During the close-out period, the DBOM Firm shall perform all close-out activities necessary to transition ownership to the City of Miami Beach, prior to the expiration of the project contract or any part thereof. This close-out phase shall run concurrently with the operation and maintenance period. The DBOM Firm shall commence the project close-out phase twelve months prior to the completion of the contract. The DBOM Firm shall ensure that all equipment and facilities are in good condition and that any required replacements or repairs will have been undertaken. City of Miami Beach staff readiness will also be ensured and ongoing training will continue during this period. The close-out requirements and procedures will be documented in a Transition Plan provided by the DBOM Firm and approved by the City of Miami Beach. The DBOM Firm's close-out services shall include all tasks in relation to the hand back of all City of Miami Beach field devices and equipment.The condition of these assets at close-out shall be in no worse condition as opposed to the condition thereof at the time of installation, fair wear and tear excepted. Replacement of defective parts shall have been rectified by the conclusion of the project contract. The DBOM Firm shall include the hand back of the documentation inclusive of the testing, inspections, and certification needed for the City of Miami Beach to assume ownership at the completion of the project contract. The DBOM Firm shall include the hand back of all software and computer programs, including testing and inspections procedures. For the purpose of close-out of the above-mentioned assets, the DBOM Firm shall provide comprehensive, appropriate, updated and complete registers and documentation for signing off by the City of Miami Beach engaged to continue with the Operation and Maintenance Service or any part thereof. All assets handed back may be inspected and verified for completion and correctness by an independent party appointed by the City of Miami Beach at their sole election. The DBOM Firm shall do all things necessary to define, develop and transfer all interface protocols needed between those parts of his remaining Operation Service and those related to the operations taken over and to be performed by the City. All warranty and registration information and documentation shall be transferred over to the City of Miami Beach. All steps required to transfer ownership of the system and supporting documentation shall be taken prior to the closeout date of this project. In the event of the DBOM Firm's hand back activities' start and end dates are interrupted by the actual Operation Service to be performed in parallel, the DBOM Firm shall propose and implement alternative working methods in order to ensure successful hand back completion. The DBOM Firm shall hand back the following, in a good state prior to the end of the project contract: • Documentation on currently installed equipment • Operational and software licenses • Software • Systems • City of Miami Beach's assets including field equipment, TMC facilities, and others required under the Contract The DBOM Firm shall deliver all training and other services necessary to ensure a successful and timely hand back and acceptance signing by the City of Miami Beach. The DBOM Firm shall provide the following RFP 2016-199-KB Page 47 of 52 M IAM I BEACH Program Management Services „rigglikela for an Intelligent Transportation System and Smart Parking System training and close-out activities, where and when applicable, to the satisfaction of the City of Miami Beach to ensure a smooth transition: 17.1 Training Requirements The training course provided by the DBOM Firm shall be developed to pertain specifically to the individual subsystems comprising this project, and shall be designed under the premise that the course participants have no prior knowledge of the subsystem or the associated technology. The training level shall be dependent on the intended audience—system operators, manager, system administrators, or maintenance staff. The training shall be tailored for the group being trained.The courses shall be designed to train DBOM Firm operations and maintenance staff and City personnel or their designated representative in the proper operation and general maintenance of the ITS and SPS field device and associated subsystems described in this document. The training required for the various project elements, the minimum duration, and the intended audience is identified in the following table. Duration System System Project Element (hours) Operator Manager Administrator/ Maintenance CCTV Camera System 16 X X X Communications Hardware 16 X X Dynamic Message Sign 40 X X X Bluetooth Travel Time System 16 X X X SPS 18 X X X Field Cabinet 3 X X Video Wall Display System 18 X X X Vehicle Detection System 16 X X X All Field Device Hardware—CCTV 12 X X Camera, Lowering Device, DMS The DBOM Firm shall be responsible for providing an indoor classroom equipped with the necessary A/V and demonstration equipment for training, which shall be comfortable and either in or within close proximity to the TMC. The training shall include both demonstration and"hands-on"equipment training. This training shall be designed to familiarize the trainees with the design, operation, and maintenance of the subsystem furnished under this contract. The training shall cover function, theory of operation, installation, calibration, operation, testing, maintenance,trouble-shooting, repair, and performance and operating parameters. Each instructor shall have provided training for at least three (3) other projects of similar scope and complexity training personnel on the same or similar subject matter, unless otherwise approved by the City of Miami Beach. For the LCD Monitor, computer DVI media and display services, the DBOM Firm shall demonstrate the use of these systems for the end user and provide hands-on training within the TMC itself and no specialized training or documentation shall be necessary. RFP 2016-199-KB Page 48 of 52 m M IAM J BEACH Program Management Services eitflafor an Intelligent Transportation System and Smart Parking System 17.1.1 Project Specific Training Requirements 17.1.1.1 Video Wall Display The DBOM Firm shall conduct a training session for the video wall display systems installed. The courses shall be designed to train City personnel or their designated representative in the proper operation and general maintenance of the video wall display and associated subsystems. The other course shall be designed to train maintenance technicians in maintaining and repairing the video wall display and associated subsystems. Manufacturer's representatives, or DBOM Firm personnel approved by the City, shall conduct the training courses. 17.1.1.2 Device Management/Configuration Software Training The DBOM Firm shall coordinate with the City of Miami Beach Project Manager to schedule the respective Device software administrator and operator training. RFP 2016-199-KB Page 49 of 52 CA M I A M(B BEACH H Program Management Services ,st a II 1 g kfor an Intelligent Transportation System and Smart Parking System 18 Documentation Requirements 18.1 Materials Submittal The DBOM Firm shall provide the following submittals for equipment and components for each of the project elements and subsystems identified in this MTR: Catalog Cut-sheets: The manufacturer/vendor provided catalog cut-sheets shall clearly identify (ideally pictorially) and describe the item or component in detail. Installation Procedures: The manufacturer/vendor provided manual shall indicate clearly and pictorially the installation procedures for all components, subassemblies, and assemblies. As-Installed and/or As-Built Record Drawings shall also be provided. Operator/User/Administrator Manuals: The user manual shall describe, in sufficient level of detail, how the equipment must be operated. The user manual shall include such pertinent operational information as control layouts, displays, etc., for properly operating a fully functioning unit. The manual shall document operating procedures describing the initial turn-on and adjustments to ensure an operational System within the performance requirements, as well as system-level corrective maintenance procedures. Maintenance Manual: The manufacturer/vendor provided maintenance manual shall indicate clearly and pictorially the maintenance procedures for all components, subassemblies, and assemblies. The manual shall include pertinent information on maintaining and repairing the equipment, hardware, software, connections, interfaces, and peripheral cabling as applicable. The manual shall include sections that completely describe the theory of operation using block diagrams and schematic drawings; diagnostic and repair procedures for corrective maintenance of the unit; assembly and disassembly instructions and drawings; layout drawings showing location of all components; and a complete components listing showing component type, ratings, and acceptable manufacturers. Software Manual: For manufacturer/vendor provided software that is furnished for each individual subsystem, a software manual shall be provided describing the operation of the software, including all the features of the graphical user interface. Warranty Documentation: The warranty documentation for the equipment shall warrant against all defects and/or failure in design,materials, and workmanship for a minimum of two(2)years from the date of System Acceptance, as recorded by the City. Additional warranty requirements are provided elsewhere in these MTR. 18.1.1 Materials Database The DBOM Firm shall provide a comprehensive equipment/parts list in database form. This database shall indicate description,manufacturer,model number, part number, serial number, location whether in the TMC or the field, of every piece of equipment, assembly, component, device, or discrete part valued over six hundred dollars ($600). In addition, the list shall also indicate the specific source for any specialty items, including address, telephone number, and website of the manufacturer/vendor. Finally, for all field devices, the list shall indicate specific locations of installed equipment according to the City of Miami Beach approved device identification/numbering scheme (ITS Device software package database scheme), and GPS coordinates. RFP 2016-199-KB Page 50 of 52 MIAMI BEAC H Program Management Services „goligki0 for an Intelligent Transportation System and Smart Parking System 18.2 Test Plans and Procedures The DBOM Firm shall prepare test plans and procedures for all test required for this project. The test plans and procedures shall be prepared based on the requirements identified these MTR. The DBOM Firm shall prepare detailed test plans and procedures for review and approval by the City of Miami Beach before testing of a particular item of equipment, subsystem or the System commences. The test plan and test procedure in combination shall include, as a minimum, the following sections: • Date, time, location, and estimated duration of test; • Name of firm and names of engineers designated as witnesses; • Description of component to be tested, showing a test of every function of the equipment, subsystem or System to be tested; • Test equipment list; • Test objectives; • Expected results—a description of the expected operation outputs and test results; • Test duration; • Test sequence details—a step-by-test outline of the test sequence to be followed; • Test result forms—data forms to be used to record all data and quantitative results obtained during the test; • A connection diagram wherever applicable; and • Software—the DBOM Firm shall supply the City with full documentation and shall supply a copy of all diagnostic software. 18.3 Training Documentation The DBOM Firm shall prepare training material in support of training on the operation and maintenance of each subsystem/component provided on this project. The DBOM Firm shall furnish ten (10) sets of approved training course materials. All materials, including any figures and drawings, shall also be submitted in electronic format on CD-ROM. Ten (10) copies of the CD-ROM shall be submitted to the City of Miami Beach. The training materials shall include an introductory level briefing to familiarize attendees with the subsystem/component. The training materials shall also include an engineering/operations course that provides an overview for basic understanding of the subsystem/component operation and how it fits into the overall System. The materials shall include subsystem elements, block diagrams, theory of operation of components, operating procedures and capabilities, hardware, and software configuration and software applications. 18.4 Manual Requirements The DBOM Firm shall provide training and operator/user/administrator manuals, full warranty information documentation, device protocols, troubleshooting guides, and any other documentation required by the City of Miami Beach for each piece of equipment or test equipment furnished as a part of this project. 18.5 Transition Plan The DBOM Firm shall provide a plan describing the hand back requirements and a detailed plan to transition the device operations and maintenance from the DBOM Firm to the City at the end of the operations and maintenance phase, or at an earlier date as may be identified by the City. The Plan shall detail how the DBOM Firm will work with other service providers to ensure a seamless transition of Maintenance Services and ensure a continuous (24x7x365) system operation and functionality of all Project components. The RFP 2016-199-KB Page 51 of 52 Q_ V I AM I BEACH Program Management services for an Intelligent Transportation System and Smart Parking System Transition Plan will be submitted by the DBOM Firm to the City no less than ninety (90) days prior to transition. The Transition Plan will be subject to the City's review and approval. RFP 2016-199-KB Page 52 of 52 PSEMP for Miami Beach ITS and SPS Appendix 6: Concept Plans February 2019 Appendix I E f Sheet List Table I Sheet Number Sheet Title MAYOR 1 Mann ea./ PHILIP LEVINE BOARD OF COMMISSIONERS 3mama arra.r ImmoCr nneelA MUM MICKY STEINBERG I MIAMIBEACH MICHAEL GRIECO JOY MAIAKOFF two e. KRISTEN ROSEN GONZALEZ man ra RICKY ARRIOLA JOHN ELIZABETH ALEMAN > CITY OF MIAMI BEACH CITY MANAGER t - JIMMY L.MORALES 1 ASSISTANT CITY MANAGER COLO Mi. INTELLIGENT TRANSPORTATION MANAGEMENT KATHIE BROOKS E. e-to 0000 Ye au AND SMART PARKING SYSTEM PROJECT RER-01R JOSIEL FERRER-0IAZ 000101•1 MA iiI au000001 01000 {E0000 000001 ma swam. Me wooCONCEPTUAL DRAWINGS tI� -*:� ,r. rrato no '.!. '�- 'v�ts11. 0-0 _ APRIL 2017 a 'fid "�Rmourn o.ao wow ND WM MI ,...„,,,_ ., ,,,,„,,it PPRCE • 4 f __000 _ _ m . PREPARED BY Rrnu 1� ,I n wuonuc ;; fr-p -� Kimley»>Horn '�r L 1221 BRIC(ELL AVENUE,Surra 403 } ,� MUMt FLORIDA 33131 PROJECT LOCATION a au .n s_m owns (386)er32025 en MST I - ...rim MP,,WM rww.IOMLEV-HORN.COM LOCATION MAP INTELLIGENT TRANSPORTATION00000 1 Kimley>>Horn 0 J1q .2{. "'NUMBER _ MANAGEMENT AND SMART PARKINGLIC I , ,_ Ao,R�.E>,. SYSTEM COVER SHEET r ..oma AMYL 9111E 40.VO R 33111PREPARED FOR pawCVR !— POMP az n ._a:EY1-R_.6ai, CP OM. �� _MAwDEDE COUNTYCITY OF MIAMI BEACH R.I.d2uc a��r f.FNFRAI NOTES , axwua o..u,n Nw.N urwrr,vtancxNFrxfl aolES lffEtlQ cora wawa {}j a.caN,O Nom M NnuTr mNwia x Mr aA of Neating=''''''cncx x M - w anro v} Zg MOTECTED. F A CORM..10.7 IS XI d Noofw nAroro we,ru nro gan A.ex=feu a N.Sa.S[o raf nu o-,2. ,Dc oN mot,.Woo, r.r M..(CMGER OF OEM DESTROYED MO HAS NOT MN.00-sNOON f ofmoc[o.M poffFf sxw,n NOT.M NOWT ® mfNfrt�m,NA m off smog- I No un,r[s ry ,r.non....Row uo sNw,0.LI 114 Oo(m�Mmx MvouR0 w.w m wr MEN WED .4 lw C.„p®�® ! SON Cf AT f ,w6 mm1 m e orgLC..OF HE 0111405 y M 130.11.0.� p� _ - MOMIS A 11.11 OF MO MAWS MR ASO A UM rofST UTAST LOUTS. OF r� UTS M CT AM S NOTIFY AM SIMS.Sort o[ u Imw-Allno • MINIMINTAIIM St,IS MUM 10,1 SO MON CMOS.LIMAS MS FAMATEL TS LOCATION OF MM..NC 2/120 9 ONO 391 a W OS1Wflm F'M ca,WNno,NnM tn,AncfPf®,rnTso,,,99fuOwn¢anon 911.0 CONSOLIC.I. •EmiMn usV,f3.ME TO SfY.w x La uaf]fONCOME 10.1 14214 MOMS SW 4 rNW FM,oMR NaYf flu,s mMww[o a osrml �� �S C.C. TOR 51., OF ALL OS ON.WALL 5.TIMN TM MOS AM INSTALLED DOEcIAT...Dos entr I. NwMnW�Is,.c1 uM`°�iunrRM w rosin, [aMarn,O Ip xFM w FAlS1No unuT'ATIENT.ALL OE OINIE FIN.S.. .M fPrn2 16 n x 01.MIS.ONO i .NY.CUM 0 M..ELLONC NUITI COOL'INE OM NANO.SM..FOR 110.1 NO WOOL 020.1.11032 MO AMI.11110 NANO MOSINCLON All COMONENTS.1/1.N.PROM.M.O.NO 1.1019 FM NOSIE Iy D F M CONTR..fp .,MAN NOM.04.110 NO COM.. .012.1.14. u AOR..CO..MAL a w 00710111.40. 7.arbiOrt Moo.wawa x MOWN N ME 00.01/0 NNE NOLO POLO F . MIT cem"��,wowFOND.. nD•s�'ro 1.0.19 RIF (1FFlNI11n D AfRnN W G ADO ABBREVIATIONS: .011001 COE It MS COMMINT CA.,NOT 41100.N CMS,PLANS ECTIMOM GSM,LOCASMS SOL.NE CCNI mmu mum um.. M @MKT w MOW unury D.YAa CM=f.M 0111104.01 CONSTRUCT.MAGENCE IN FONCONIANCE Of.0 0.STRUCTIM KYNITY OM RESPECT TO OI• AIM WALL,.TO AMID MOWS MS MSS OWNS ME COMIACTOR S f sr .4614S anon/nm.cr or[Nf NT ONO sonnet aan c 0.21.19 m,mn vet. ��nNS OMAN MO.MN ,NaNypr.np COMMrvf, IMINENTS OF MAKS, W NECIESSART TO MR FILLO COMMON. B 0(00$4 LOCA.NAT IN w1 eca ar M F..+.•.N x..0, MON rf..0 xruo[AMMONS MY'"ora,rw root ION) ) -(xoom aux-o.oc Ii COMM) Mc nem cousc mum =Mr m�fr®a FTC Robb,'ToindmE PITISMOS ASSISTANCE.MRFONA010 Au.ALCM,.MS.001,MAIM met SuO.d IS M a M MMIC. NASIIMMDf AIM sMxS a wa AMR 04 CON.RIMIC 1101.NO .nc _ i 1 w,CCM..AT w1..cfasc fuSf Al.fxu i WOO.10 ma _ _ I _ _ _ -11.905901 MMOLS w un w M•1120 ACCON ROM Cf NAY AlLNITIC 1.0.0.0 DAM MO. 303.1.01111 NOY .NIENNICE Cf Mille / LS MOM(a woo ens)wnwSMON TO TM.mc UNT ry 0.9.x00 n wNONu uM-x MS Am s o.w. - ON MT W.- x.xf Norfff cdNuranfou .aro. NNW LOW w NHICO MOWN OM N TR.C,STOMA MSSm W.E A.M.TIC NNOR N.C..NL N,u,f,ll NTN,mwwIE CITY xmr.M f0, -N,< Nf root x wc.rrO w. moo, R„y CA (MCC/V COMA. M.O. i swxr mm u.DSSu Sn-ffS-aO Nol N.MN moll woMe W•�t MIIONVTAMAROS orz(ortia�CONSTRUCT. MANIC r cm. M fawau¢SO. Mef o wo•onr r.wc 30.0.......... iN� .N ra onvm co AL Cf m� ato�a® TM TRANS.NOT.9N,a f,re„ma fw,sf_a OM..Al NS r NaaNM OPEN. . fD.f.,a xan.D aOUT NO Sunshine8111 cam 1 LAMM M ITC MATE Cf FM.RI.TOl.USL ROM 1.-0A.ONTO 1110M-Cf-NAT USE PONT. •••••IP/• j; TENIONARY RAMC COMM 1.0/..CLOW.POINT.N10/01FEC PE.FOS AU.NCO TM.NAN-ONN Yi! r TONNATIM Cr SO MSS 0. ; root STAN.Swtoxw wn FIN ..w waa mMOUCTO o01. OM,M. All MO E ,nmon ` oW .3 comm.0 T0 3.0013 TN.,mo mommoroom mumcm0 mom...oumuLm umu T..pommy I ARI mu.TMnaoa orsxr ours=c ret oz..n x Acmro.N¢Mn M MOOT MOWN a n[MOTS SraOuof 4"s j f sf k 3{ }{j s1( g! INTELLIGENT TRANSPORTATION s cc NIAME Kimley>)Horn „ MANAGEMENT AND SMART PARKING 3' SYSTEM GENERAL NOTES :, 1221 ORMILL ANNUL SUM NM NAM O AT INPREPARED FOR G-01 s— 9.90/9 �.,� f, NN...N,�.-.�C..0. _G Nmaav,a .. _--41.11-0.3 COUNTYCm of MIAMI BEACH ROMA„2uc PROF if, ! MATCH LINE/SEE 9ELOW LEFT I I I ZirIll Y D-05 #L;y� ■ 1 H •t2� hhh111111"' A 61 1 SHEET LIST TABLE � r -- — — I 1 `0 � ° SIM Na OESWPTM 1 1'.',.;.1/4'.' �9J 1 4_,aS I EMI CONDI SHEET LAN ____---F0-05. ; i b 11 6-01 CO..NOTES mo"/ 0-01 MEET MMEET MO NET YAP L K[ — T['i— — I 5-01 SITE NEN - I 5-02 PRQECT LAYOUT 1 aS; ! 5-w PRQECT LAYOUT 1 y I 1. { 5-a NI P .ECT LAYOUT 3 4. I", .-_ 1 5-05 ANIMA LOCATIONS _ —J.6�i— -- I C-01 TIR,C-13 09116 ESE L 3-04-\'j _04-! ��S p, C-14 MRU 0-a N45MOION E v f , 0--04 b M C C-11 50 -00 + AV ALTON RD ✓f _ ' ,' I c„,..TIM6 C-41 N,1ST STREET f �1 I 1 C-52 MN STREET LJJ Rf CC-NSA C:-I5 _4 C-43 T1NY Fb TTM STREET NuM. Y wr�o.v� '_4- 03 , 1 {1 d Itl; SS1 o-9 HONEST M11EMA OETML- REBECCA SORER-STE 9 ',..1.-Z-' Py -- V'— - 1 D 01 ME F4 ANIE NA DETAIL-COUNCIL TONER-SITE 02 `G�1' v S' O-o3- — €j 0-00 YEREIESS ANIMA DETAL- MAYO BEAM POLICE 1^' — — J, OEPARIYENT 91E 03 `D-02 11 0-D4 TIRELESS NIIEINA OETNL-NEN CRY MIEN-91E 04 ` - J 1 o-ro WIRELESS ANIEMA DETAIL-TOPER at-91E 04 S, Yi n' 1 {8 t o-a ME1E4 MIMOSA OCTAL-PARNMEN PONT-91E 09 1 0-67 CCN DETAILS -- J I ( 9h11 4 E I Y' 7 t 0-00 CCN Is BLOE10014 INSTNLAT011 DETAILS ' V 'lir 161 --4• 1 q 0-09 CCN.YETI ESS S i0E10UN INSTALLATION OETALS _ `-'4 _ -.-- --,/ 7!y, D-02 O-10 'MEIESS INSTAL/AralINSTAL/AralDETADETAILS2' 0-11 ENDS NON.OETAL - j0-(11 i,i is ?-°31---..1 1 0-11 TONELESS ACCESS PANT(NAP)OETAL ;7 x- -12 J NM �-�,.,- - _ —__ids,-- 1 - --- 1. E.! UCATINAL i Kyr a. i SS U 1 MATCH UNE /SEE ABOVE RIGHT a} NORTHERN SEGMENT SOUTHERN SEGMENT a 59 A INTELLIGENT TRANSPORTATION I— . Kimiey*Horn °'°�', ��-� SHEET NUMBER LN, No 4�?nT MANAGEMENT AND SMART PARKING wN A 1221•MOLNNE 0.WO.P1.`.TIl ISM PS PtSP�DOCR ,mom PROJECT LAYOUT AND KEY MAP G-02 €w ROOM LAR ST VOCKNOT-nNNOR. CA R1mN1. �„ CITY OF MIAMI BEACH x0210*wEuc PROF i W MNR-HOE COUNTY CCTV CAMERAS laCADGN ICoe.Agnes and Ind.C.Y IFM Indo,p•W pM/Dbnr.Avenue aro Tel Street DYNAMIC MESSAGE SIGNS VEHICLE DETECTION SYSTECain.Avera and]+.l StnNMS- .it 43rd Street and Nath Bay Rand LOG..d =ELSW lncATIDN Nim Recd and SSrO Street EB Melon Cm.D.me Arthur Godfrey Rood/West el.Street No...Cause. Ent of South Fount.SVwt Ntan Raw m0 1pn Sbwl E Alton Rood and W 51st Simi Pe Alton Read and Sou.of 4th Street 43.30 Tuttle ca weer o-,9s)2 miles sees m TRAVEL TIME SYSTEMS Alton Raw and Neth Nkagm Ave. Ntm Rood 5th Street and Ent of JoM..en Avec. AMm Reed and 11th Stmt 1xB 1DG110N 0wnwglm Avenue and Ilth Street Atdott Arrau.and Met Sbrt WcenF9tan Avenue and South of Ermda i.1 W0r0gtm Avenue and 17th Stmt ll Nim Rood South of GnawRood Aver./Neth Men YedYn n.enue m Bev Rad an Road and Wee.51.1 Stmt Dab Bounty.and SW of..Mend.Avenue d 17q Stn. ++i WaeeFOtm Avenue and 11M Street we Indra Creek dna and 6.Street Read and North of Wnt 21st Stmt Venation Coamay/DaN Beulerad me Purdy AVOW. 1 Gonne Avenu•and 25th SD. Dianne AWnW/Indim Cr.ee pne and)+.t Mr. Indian G.4. DD.ad 31st Sbwt Dade Balaand North Mirk.Awns 1 Yrbbn Avenue and 170 SU..l NB Collins*and 31.1 Street CeXM Arae.and 71.5. Wo.....Aanu.m0 Dad.Ba laved i Sen Street ad.NNr.an Move EB NatlF-Manu.0,0 570 Street N.Reed Street a.Sarq el We.Nth Sort Nlon Pow and rStreetSB YorAr.Iw Canvey and South Fast.SM La Gorse Or.and SJ.Sbrt CWF.Aw,w and South el 5300 M. No...Comoro,ad 1em.1al I.le E ...fon Avenue 0,d 17th Stmt SB Allan Read and M.St.Street I! Alton Road and N Ykhl9an Avenue ® Dwe BanA.vard ad iJrd Sen. N .PAdMR Carsomy/Sth Street ad Nim Raw aAb Tuttle Co...eeoY(I-195)1 mY.wt of .YDe Tu.Cwrwy(I-195)2 ales...t of Al.Rood Ormmq Dyne 0,0 NE of Rue Babeea Wee Alton Row1. I-195/Nthur Cad tl.ridm Avenue and Sq Street `{ n'.1'Raw ed Ntan Raw ]lel S..and NE of Rue Bmd•art pne WSI,Fgtan nveoa.rail 5th Street Yacnrtnv Causeway and Fountain Street ® CWF.A..nw and.t 01.1 stmt Nem.Canny and NE of Eart 1'r.e .Of. Nfan Raw d 17th 5th rt Jib Tut.Colwoy(1-195)1 mee ere el I Nlm Rood ® 11tln SVwt ad Mallon Arson IMdn9 Arena.and Nath of 63rd SM 11 ]tet Stmt and Rue Ban.. ES Dad.BOUI.wd and Men Raw 17.Stmt ad N.0,Road Coffins Same mtl North of 63w Street Wait Avenue 0,0 zea Street ( Hardt.Avenue rail 7.Street 9B Alan Real and North 11.19.Avenue Alton Read and South of Ieth S.... Alton Rood RoaW.23•0 Semet at I Indira Cr.and 65th Street SR 6610,Raw rail Nath of Cheer Aaan Was Arens and North of 55th Stmt CWFe Mane and 31ntl Street I I Nim Pew and 391n Street NO Alton Row aid North of dor Avenue Arthur Godfrey Row and hold Ammo 3 Nim ROW and 44th SVM l6 1]q Street 4366.Tann AvenueMMR Godfrey Raw ane PM Tree?Drive 44 S Mari Raw ane 23.S.. Pe SMART PARKING SYSTEM 11th street and CWF.nava GrainsAranw/1nd"w+c....D.and Wrt of Nth Stmt 3 CWF.Amex ane 370 Street M =ARM 1]q Mr.me Bevan Avenue - .1F.Avenue and Wnl el.t Street I; CalF.Armes at 3000 SU( NB 200)q S rat W.f.CausewayI-195/Adnur Godfrey Rad and Alton Road 6p 5111n Sit and Ended Avenue nu. 5th Street and CWF.Avenue 12th Street and Dead Area. CWF.Anand e]Dp Mate PP Y el.SinPro.Area. Street d P.aEB/1B I.e*NWr Caur.0Y and SouthSouthtm Fount..St _ _ 1301 Caine Avenue Alton w oaf WStreetl e]q Street 41.1 street end 2ebbn nrwr. Ell Wo 01000 causnyAth street ane W.Amr 1557 N.M..Avenue aim Row ad W.S.Ld 54wt Collins Avail.0,d Nth sent 5o Remedy CwrwY and See of Bey DNw eve 1)u 0 S0 Irwm Cr.On.and 63rd Street I S 41 41 Stmt and PM Tree DrN'• IIB Arthur GodfreyRow and Flan pine 100 Wwl Ord Street Indian Gee Dela and SJrd Street Pe flamingo 1n5 Bad.Aanu. ^ten M. ^and n99etl nwnu. clNamady pM and Rue Band.eea VII SSD lana Avert. Abbott ria an and Tel Sbrt E f cam.Ave...and 65th Stmt AO 1661 PeF.y1VO.Avow. Ne000 5 D.F.and Ru.Saban 0.1w Bar o 3 Venetia Can.eay and Been Ib EB/.B 1900 Boy pine ]lel Street 0y Rue 001 Treasuree dive }` Nam.dy Cau.ray and Ewt 5 Oa* s3 Hwang Avenue and 67th Terrace V I rain fNIM AwnM•and 437th re &I Byron Anus and Pero Stmt 1 3 a. wo2ziml INTELLIGENT TRANSPORTATION "�maasoo" - — Kim ey >>Horn a i/1] MANAGEMENT AND SMART PARKING V tats SS NOM SYSTEM B`°"°F' DEVICE LOCATION LIST G-03 PREPARED FOR we.m..w �— loll a.We.eAKAIL.305-571-AA dlns� CITY OF MIAMI BEACH LIG PROF+9 1 R. RM., DAR By - oe®e. ___MIAMI-0MA cUWn RDI.rc _— 1 go — ir N on N 4 o1 Y a,. rz , ID ." 1 ..1 iup D" y - MMILT.tI4�'� ;e ' � 11 11 , I C"fit ? s t,. I pII , a r if A f• a. 11 MI a, cm wpm i NORTHERN SEGMENT SOUTHERN SEGMENT Kimley>»Horn X27. INTELLIGENT TRANSPORTATION �" vcc..�ecq 1 . �GM R �. .D .GD.m.c °A' MANAGEMENT AND SMART PARKING lle PS, nYSTEM PROJECT OVERVIEW S-01 ,i Q. CME.S WR SO44 N.N ,rt13.znPREPARED FOR •.ms... ISMS SIS o., CITY OF MIAMI BEACH c MRCS. 4—. aMRurs WA Si Rwq.E1ygM.ca a meow Pap•• —YNM-O,GE COUNTY FLORIDA us. _ { t • N 33 11103 1 I 1 , . 0 • .� CD • 04 I JOHN F KENNEDY CAUSEWAY- I.u - ° IFGFNO coruat Lamm R $ ® mrwGlla xi fN 0 4 i 04 ary-an no® jKlmley>>Horn aoia1m INTELLIGENT TRANSPORTATION ^m° secrn NUMBER �no�,r MANAGEMENT AND SMART PARKING .++R. SYSTEM OC PROF' PROJECT LAYOUT 1 S-02 1' Li a vin W PREPARED FOR PKKNE 303-6/3-203 .0 PROF [+. �RRR UM n •••.K��.-w..cw G omomR �.. _1 -oE NM Dr DJ CRY OF MIAMI BEACH FLORIDA _' uu ,NCOMITYonto•.. ` .T.x SYS„.^,^4'''fff��� �4- .L". „� - M. r x.a e. d. w.t; r k? I tis i� T iii. t I q . a t ;M �r,_;. f. • , I.i p , I-195 E= JULIA TUTTLE CAUSEWAY = "!...„.--)., 44,..,„.i.,r -39.�•i 4 • rot,,. d LESESS Y y;. T. r _ =A an an*me 1 S '.?iw.� 'Y r,- mu rcaow m af t a. PoIffi...10•Off,��a "'°s' INTELLIGENT TRANSPORTATION Mina POWWOW. SHEET NUMBER Kimley*Horn •, MANAGEMENT AND SMART PARKING SYSTEM """7' PROJECT LAYOUT 2PRE '`• �m MED wI S-03 ! CITY OF MINA BEACH la PROF /� . n wn-D.Dr cw Rano•.. 1 • r a N OUP.Scat.“111 we Ur El 1 TTH ST 1 vENE11ANEVIIPII 1 , t` •ate �' r H :: ' ,y fir€ as r.... ` wt z tI'i1 k "3I :� _ ` y. Yv,,yL s e :77. .J t A 4 ?. �atae X` 'IFrNo, ' < tae ;:. t�4:"i Rx7"f► svM �! • .I ' } p'l T.. 4 - �• u , .t p� aTI-mr10® {1 5.t AI r .,i' .- Vii Q .'" INTELLIGENT TRANSPORTATION '�'�" SHEET nunecr 1_ wnII - Kimley>>Horn o �,o .�u,,r07„ MANAGEMENT AND SMART PARKING SYSTEM IX MIT 1 PROJECT LAYOUT 3 S-04 r�a .o� r... v,,, MERMEuR ..rea 7— -.wrac. cd o-omoorn CITY OF MIAMI BEACH uc vnor, I .— a..... urz n 04.. _run-o•oc coven riomoa r: IMATCH UNE/SEE BELOW LEFT e ......., ;.. .,. �� i ; . . ....• , _ . ........... ��F w.mwu:DC,,�.MD�WR�DRV.D.1081.13 EI tom,, ;4 , I s f 11 ii i1umMECCA MEM_,rtl \ , 11 Al a s. 11 ted--. ` ', ., - 11 *1 II r il I. k 1 \ iiiii ipi, IR ` , ii MATCH UNE/SEE ABOVE RICHT sI NORTHERN SEGMENT SOUTHERN SEGMENT i1 . B Kimley>»Horn omaalm INTELLIGENT TRANSPORTATION ®^�" MANAGEMENT AND SMART PARKING OVERVIEW OF ANTENNA o..unaM. SYSTEM uc N6 S-05 r m n v„ a PREPARED OR PROF LOCATIONS Roc my-073,m LIC CITY OF MIAMI BEACH .. RM. DAR w «...Ac.-wW.a. a 00030006o®„ _MAMI-DADS COUNTY FLORIDA..s .1 x—�— }.Q t( i ,.may ` .�ri L. tY g�k�. $ Al , . "'Mil ito . .) .•.' +i te ., , 1 1 r• ,I 1, q. a y _ 4xRM ry 3 �1' p �G , AT hi.. y 2 y, , . ii.�r ., a ""�t a.. 'T'. ltllal AYE Q " Y1 .. . I r ..,,st '' • i EYM i. 1 • S _ t _!' f f ,. 7-, . iy."_ y� 1 rai. L Y`�.• t` C•r Kt.� a. • • i .`a yf . .714 e , 1. -4 , ' - - ; -- .64 'I.- '•- - • ........-, ,rI,..._, , -;_ .10 11,.. ..,„.,- .- 'tip.•:—.0 -• .. ks I k1 1 -I �.- .air • �. � '® it ii m a MO i_ awzuwi MAW.1W SW INTELLIGENT TRANSPORTATION '��°^�`�" vccr NUMBER' Kim ey*Horn MANAGEMENT AND SMART PARKING E AZ MOM SYSTEM e MEI COLLINS AVE C_01 RIPE PREPAREDm. MAP Iv',,,,,,,,�,_„as,m„ n 0000.rCITY OF MIAMI BEACH DC PRIX.i i.. moon s.x n NM. _fa.0-o.oE COON, naso.... 9 T . • j F• trop.ma tib -me.-,. ` '- ' l f„a y wen IL�_LCi--�7 er' • Ra 3 WOW ME ,:-It' ...c,. .444,40:.`.�; r a t ...7'. M }i l ( •;4...r v i . f i 7 R `��A. sr '�' v It ..,-,-.77.;.5.-,21:„..-,,v,,.. ,^; �7x. pry - A 14 1 yt COOS AYE i .3 i S < '"K:•.I't, rte ..�IMMO +I "'V •1.. - - •4` ..�=Aran 2 4 :pF �.•�lr �x K • v c m...�a,.� •t• s • , 3-. y TK,S di m * < }j „ �, '� •• � acv � �;'::: e�`.'✓ `.�" . x "t`t ,.. v"R". � �w.o, f ✓ '"s ��r ski �, - Kirnley >Horn °bwrzta INTELLIGENT TRANSPORTATION ®�` .w�� N s MANAGEMENT AND SMART PARKING ti SYSTEM REPAPIDIKR m.y61 COLLINS AVE C-02 5 - .....a...wxm,.3....--.73-:r®oo.. CITY OF MIAMI BEACH LIC PROF < 1.. areae 1.111-00.0(COUNTY naso•.e • 1 fa .v . L 1 I.-".' cs ► -� 'V BARN ME .r:. iIN r410 r ( te. �y ,: ii 36I . . ., ......... , - •11 4, c*, ,........„? .1 - . :. , ., : . , .....„ , fi ! v f .tt;Ij s "IP' IMP ; �# �fi wr ' t ,- s-s� ,n a ti, iir 0 r...., .. :, 4 i .4110. .,,.4 ..... Ai W w LINS AK ter �€nnd.m�� 4 _ i •` jam . 4 a tea_'+p r. y'g - • w��.� Zr.. wee lacuna ael Pan 'N M ) ,.sm. L .ILF' ® I..c ima�' Kimley>>Horn o amTm I" KNE BROOM INTELLIGENT TRANSPORTATION T NUMBER .nine MANAGEMENT AND SMART PARKING SYSTEM UR PK, COLLINS AVE C-03 PREPARED FOR ..w 1 w MOMS ma n N0 191 CA mmm. CIN OF MIAMI BEACH Hasa Y s. ' ..' ,717.7"--'?'"Ilkf' ''‘V,f: -"' ,..' ' '• i• --'- , _igp,rr,„.4, 7.,,Pi.. _:..:;:i.,,r'T...,e...-,----.'p_';.,_.,s....,...„ . ..._•..., -1. - -- '••••••• •- {li• : it MP Iwalc�� -1 ,up � . - . 1 R !♦ • 1, F .� y -4 .- D�1 1 i ^t d "'"p r+.• . 1 4r ,f, r L "rP r.. ¢j/ te' *,ii • ,`fr . _ .3r �{� - { ,Y: r.,i 40 4 9"- y r y f 4 • 1, r}. : ♦-404**--RF .,,; x_. • 1 . t t � • (� g 1. � "-. _ -;� - .. i f �` V irk OW "ri .{ t ... Ca1N9 LECi.. ., 'yd, � **T1 ; 'IN F C n l'i 1,, ., -:r71 ' • AAA OrNintsu Loa. Klmley»>Horn ,,,,.27,,/R°R INTELLIGENT TRANSPORTATION ®� SHEET a.an 1, MANAGEMENT AND SMART PARKING SYSTEM ucwori COLLINS AVE PREPARED FOR ....wi... Ci-04 l_ VO u..yOM 31:1c-6 a 00000...A y' CITY OF MIAMI BEACH OC F.a i 1 ,. s OAT n .s,. -...„..0..tt ROmO.u2 7:irip '.'.,i F T I .� , { x� I:1111 ' _ ''�R i • 'ate. - r }_IN__C_•_T `-. A" • I l'A'- i-k s, y t Jr+ '.„AA,: t 4. + +dti � SMLIy ':.*-.' ....L.-'- • ..-. . � t `. 4 1111.HA. --, r „�,� .--ryes „�-i• -T,".i ..'try ' • t t 'no -fir " _. . HMS ME -,q, p 1` 's, - rye, ,11,11 ,) . ,W}: ?3 e'4p 11 S •I- ' Pa/ I t W 11 lra ♦ 11 ',..30",04,4" ».1111.,. i • • • , �.. i . . ,.[`r• ` • - k�.ar. 1111 t ,� tp=' `• a,r, _ '�P A�' 'Ht (`r ;.4 I to 'p � r • L , .:'t Is:. it• t 1, t,':f`frJ~.• �4' ;va II A.'� • A .t ` t �t ! "1�` . qa , �'Y . ! , I: �� A.t'' ami ■ 1111 _ rr� rt tt N R 7µ • ,�,, 1111. �,,„� ` 1111 `Y•S'- v, �eLI •. -.`Y = wt'Y P _ 2. 1{ 1111 1111 .• ` s.oMMP . �' 'r, . .. 1111 F ,• t .: ., t to 4 dl'” ti } I� 1111.. 11_11_ ,A7. .. A*.0 11 _ 1111. 1111 > � AO:Ilk 11 Klmley»>Horn a INTELLIGENT TRANSPORTATION �m sHaMM. TMr ,rid, MANAGEMENT AND SMART PARKING F „1,_�a„MO,s1.Ta. SYSTEM "°' COLLINS AVE C-05 mans MOUE.W�O.ACR3C,a, ��� 1111. WM. ,,.,,,..,,,1.0,11 .000... CITY OF MIAMI BFA(H �C MC , p- awn as n �., _Mu.-1.oe roman ROMA,.e • X "+.n O I' a, -eR f 411.42192, 1.1. MT _ _ ' _ , 199 at v i. y r, : ,.. Y r+ r .k. ' .:' i '''°' . 114::: ''''.. ':.1 ''' ;.: t..'', ' 1 . ..iill ''''''''' „i ,::: '\- . SWI ts, . _ >. '� _. r.. _ j s r Toor ,t� M L •:1:—",,,Ii—'-----_„. ----„::4,, ! i r 1 �..M 4 y3 •11. , • tf " s•.' W! OSP w pq t AMS -;r ,.;t- ®lFC - p � - ilp ,9.9.[mnoe W �p _ Kimley>»Horn T '�' INTELLIGENTTRANSPORTATION ®gym' MAMA I= .M� MANAGEMENT AND SMART PARKING Y� �� � SYSTEM q6 COLLINS AVE C-06 �� „��. n u PROOFED FOR uc.aa , FEN m0 .w.u.n-�asar u aoma.. ui.w-o.oc 0012 CITY OF MIAMI BEACH Homo.d4 __ Vag 7,1 r> 1 ,. .. e 1 4 "t or:* , ; &� 1::"..‘t 1 1 .. 41: 1 'tt t , „, f d t .... _ a.In "...IV. 1 1 .. 1 r .. ... .4,*fitt;iitio' '4.041' 4" -1 . r,,, 1' �'i r an 11 ,,‘' * 's !, y f ¢, T �� J ",�R _ +ail � '.�S '''',1' i 11 tr ;.. ` ta { I ,� », ~ a+► ss 2r ti� 1$ y'tee; ` x ' mao, . , Ap. i ,0. 4:,gyp *c:- ,!• » ! y R . .: 3:zi; v -vr- ' 4 6 111 , s i i + , • 'I , ' ' T itizi . ,. _A . g 0 ,,,, , 0.1 —_-— Kimley>>HornINTELLIGENT TRANSPORTATION �.. v u.uuue x F ,nin, MANAGEMENT AND SMART PARKING .mr SYSTEM Le COLLINS AVE C-07 PRowit $33' �: p-. ayso ,. w. .. v,•w.:rF.-.axcw o nnom.w �.. _ui CITY OF MIAMI BEACH LIC rna', .u1-awc awN, nano.d r I'' ' ''' t(' il , aTaL T 1 l Mi is yy,�...y../,�,7 :: -,z-.= 44-t'c"*" -'II-SI, . ..... — • 11 I; _. � t i1 ,, . pp ,, , ,i : , I - ii4..,., Z, ;;,4 ..,6e`' -714 ..r• f fry v 1 fark .., lilt — i t i —* 1/ .fit 1t s . • 51 1 14`. HCl `i7 191114, 64 or.r r A. i. I ,. Q ` Y om' .S 4i+► 44,.•;:4,..Z,� c ` .. - 4 411. 1 , . s • t `�L!:s v !t , OM ® 00•••0161611 NM n ^, "'► a V, _ __' mu am va ms-wean 11 I�� h* _ f g .e.h.. - ,1 z.'::,r t. .-,"w ^ } eau totem am 11kl.5.cr. ' M*VC .Y,at'• :'+ .— I...-- AO tea, Kimley>>Horn oays,m INTELLIGENT TRANSPORTATION scr0mffx _ MANAGEMENT AND SMART PARKING _ IOU NI 00,01 SYSTEM x",,' COLLINS AVE C-08 PREPARED FDR .mitve.m 1 rnr....,0n-�wrr m„ r,oomw.wr'r CITY OF MIAMI BEACH uc=Of r ,r ...,„, war a. - v®.. —161.006-0011c Cour,aomo.o.. CZ c !J ki Fy y . ..... _ + i .y - r r+ t or II, 1110, r,c-i^in ,,,44:r� (w ' "--- ='". 7 •'w" i 'app nil. Ali 1 `14 y Y-\ Pt" ylY 1. x� .l -`• {„ t j ,1,�7"- +; t.. ,sae ' � :, , I.. . ':t Ti'-'7. 4. .. ' 1' i fil'' ; ° I. � t:: �, `t' :�r� ,4 , ,1 i"-r/"` lig " ~""� 7. „ • 'Air Xaa ... 'w�i1 t4 a..,. w ,i a :.....„.14- .,.,. .S-.,,_—„•,. � 414 I' r " Jr' ,..-4,,. a�YFy y • +r. .. f JiC y f . m, • .. — 7 ., w _ - 7! h.k;y., s . r l I '. f ,' - 'fj. ® Yrs MO= ,r 1 m� MAL ME tate-tw y i ' } "" .� a a p *.a• 7 3,d} __ o� an-an ma= �' " 444' Yom['` L Y , lit .F �& ' rte[anal as !:11 .flf� }( & 1 Q(d1. .4 i Ammo us INTELLIGENT TRANSPORTATION ................ vr wean IMIIIMENIMMIZ Kimley>»Horn cc MANAGEMENT AND SMART PARKING m m SYSTEM " COLLINS AVE �y ...1..... = 'U' ..3 =UM PR.su.DFOR ..4..1.•4. 33MIIIMI ....,r.a,_„a„m, .2025 =MS3 mooaw. CITY OF MIAMI BEACH uc Pccc.i FD m0 41w-0.a 00011, Joao.d4 Iipl, • t• 11 N i4S;P 2fm yr.uop• RT ' -. I .As t t - e,- — Jr f , il N • It , • a :i( VISIWOWII I I ` i I 1 l I . iw d) f z ®. rrq . a. _ „ 1 Au. }.. i 11 eQ4' ,' Y Kimley>> M>Horn0 INTELLIGENTANAGEMENTAND TRANSPORSMARTTATIONPARKING � ,ECT NM._ 1 SYSTEM COLLINS AVE C-10 rnvwRE:1rax UC PROF i ' .w.uuY-»dwal u momu.'WONG 305-013-2025 MTV OF MIAMI BEACH t prow. - DAM ST �.ST u 111u.-04x COMITY w.w... a ti�/ � a �1�A �. •r v. .i �°. _ • 4 �{y Yitiii yxr{' ':*x 4�.. if 7 � µ or. Ari r r 1 f _ aye A� _ -T1 * - fes= , Vif' i • I :tom ;s— r4 '� r• , d. • R r ,:::: i- 1 ^ t ` l �. `ti ddb ` - \/;moi t� itt < _ 4 '! 4„„,„, p T #, ` " r 1 .ay z 1J.�r 4 ti • el y *"'" a,�".,;1"' L . -. N, s onwc were v i 1`n � mim INTELLIGENT TRANSPORTATION L--'-"'" cr w.reo+ — -- Kim »>H leyorn MANAGEMENT AND SMART PARKING MMSMMMMNNgi.MngNUM SYSTEM x`"61 COLLINS AVEPREPARED MR sumer.= C_» """"-,-«a. '0000m. CITY OF MIAMI BEACH �p _ B}3�0 C 41.-0.40E miNxr naaw.e 4 t t t r• con II a 11' o-7 'i"$.10' 4`,. /JO '"}`,a.* ..,.. . " '--. ,�4, it s -1 . 1 i•`9�.6�`.ro,�Y lr�. e`, /�,�e/�rrgp, ti �� " S• et •A‘14.",* .,':r� ! - -.t."..:.,j� r. s ,:. It NVSAVI•NI * a� x " '.� » T7 r +• Im Y Id } t(sem -= J{ 1 ; p` . iso — nQ ;1 . . to . . ® m...��. Y t. a• �i a- 9.�`.. r:: ` sc � �� _ - " INTELLIGENTTRANSPORTATION '�""m'" s�crrvurecn i� —� i imley>>Horn w ,� � MANAGEMENT AND SMART PARKING � K"' SYSTEM "' COLLINS AVE C-12 1 CIN OF MIAMI BEACH LIC vaai i F0, mF7.3 mer-oeoc courvn wadoe da • 4.1i ! '> - 'eyilli ' A 7 . r Pg a s / ... , 1t •:, z: _ y j, ,,0 1 , .w '•4'34, _ r ;,,,-,,..r;,'' ,- fir, *. ,: { „� ::•r --r•. ' #fit "� rr •',l Tom : I; k �� gid. �+ s " ' . :•^y% :,..,,.,_ Manu . ..........,....N.,.., os..,.� w... (p �r fes-. _ _ • ' -.1 ..' ",''.4.- , • •-_,, N• ,..-1. ' '. or'iii.'' .. ...:','-4 ,, .. ? ,r I, &A Oilr ammo nes 1 .on Kimley»�Horn INTELLIGENT TRANSPORTATION ve .- c ww • oim =� MANAGEMENT AND SMART PARKING = MIIIMMIONIm SYSTEM """' COLLINS AVE .MinIEMieIMm —m C-13 IIMMINII ,,.,,,,E,,,a,,,W, a ate« CITY OF MIAMI BEACH LIC wor I ©I - m0 ....-o.oc Ca.sr ttd.M.«« i ,!''Pret, •ti-- , pi , .. „ ...... .. , ... ,,,. .,.,„,, . , I , • , 1 . 411. .......... - .0 r I ._.., - ...eAr nig. is, I i _. , , 4, ' ., . - .,71 ;It 4,4,1":‘ ,tr.Al„4, - 1 - or ....,.• • ,„ '44.,. 9. ,N - - on --'--- ...: , 1 •A, . if ,"' .7% _f.i A:... --risi -- "CZ_ LI 44 i 1 i • . , 4 , ...4,. .— •. 211iliezr* 1 i , " , , • , • . ..• ..1, . , _ , T 4. . 1 - ..:, i A . , _, .e. 4 1 - . - 1 I . il ; i ..,,..-1, ' • - ... - - L 1 T, di ' 1 '} t 1+, . ' A , i • N .4.14*:*1' 1 7- .....'.:PINPErAta , C °?:111 ii' 1'3111111"::'' ' ....." rt,......., . - ,,, / V ., _ ... ..........„...„..1 1 . _ ..; , . ,. , r., • ,.......... A i ^. t' i .--• ...'-' ---- -r s 77- - -- -.."- %VII -rA7 %Iv no s . - _ ... I ,pp: •.''' itr, ; ' ..-. '.f ----) --\ "777--",. . - _ ---.... EITI ...•LOCAIWO !1 k — --.7s, I ,A." .k.,,‘ , r ' 4 I, i,.. „,I_ , ittp - • !' ..''''' i i',*.,, ::. '.Y'.11.' 1 L F, : :, 1 :7',.,. ''' F, s$ . f . 1. ....0., , -1. - . -sir mpll lama%a sm. moose, .p 7 .':::1" , gOl sow.MECUM WOW f/* '4 #41. ' — i/ ..- .....''''4,-- .., 1 •... a, ' . _ a , .1 , `,$' I ' 7.074111041ROIT OW NO I , ; $ , IMI •••••ie.ea 111111111IMINO • 1 ON PROSCI. 040223101 INTELLIGENT TRANSPORTATION .m...0... SHEET PER 1 iiif .........==.•=: KI IM eV*Horn .... MANAGEMENT AND SMART PARKING L1CFR7 I Ic.,.....,,... MST:, SYSTEM COLLINS AVE C-14 PREPARED FOR .m imin mon. 122.wOL MOUE 9JI :oa..."M 3313. = llC PROF 1 A 3 MIMI11.1111.1111.11 = IONO.11417-NORN COY CA 007041.4 =UMWCITY OF MIAMI BEACH 21:211121:1113 1=1:mi 111.-OPOE COUNT' FLORIDA "'"----r. • . - ...... • : . 4....4,0„ii..,,...c.3„...._t_ _ -, A. ,,,4 .., . _ ,_ __ 4... ffteme nom 0+Per• • _ �. lam r 41111 "x / \" 1 ♦ tis ••t+•,� '`"..,.- /r + 41, 1 . it. •,....., . ...... r ,� �7 r ..1- zyl„ x .. , ._. ., sl ...4..,,,.. .,„ y7 ,+t f , ' F'• fr‘i :.,,,. •! _ii -' '..." : 1.......t.T , . -i7+ it } L 7. '' r�.� �, • Avy ySEI! • . 1w�=-�y{-•� tool W 4,i) ({ • i - .–.%V\ .,,. – . „ ,. L .,,..---- ; '.. • .4,,,:-..•'.61-' '417,_ ,....,::: ':Ay' ' .147." rgis; : folD , �...?..77---.7.-:.--,i-,-p..,,, Ti`:_ .p. '+ t 'lr LEGEND. mow.. r=r \ .� h —._ — = J E2 m..CR..... 1Cs••e• 1 IKl•mley»>• Horn A.W. `INTELLIGENT TRANSPORTATION . rm` SEE ween j E.i MANAGEMENT AND SMART PARKING illi� = SYSTEM LC"° COLLINS AVE m G15 .= �= ixnw nvi�i PREPARED FOR ...�...i 1= �ni .••,,,Afly,a•,m, �,,, CITY OF MIAMI BEACH LIC PHK i t 0 00 MAY-...co.., ROMA ca c _ r�'ilt7�i. � .....t.il.,,,'::::‘,..;,'ow. "w� 431 • WOK VALI RI RV .. � -.. fir---� !. I Xi; - ' ''..":;°' I -•-• 117. '''',. 1 1 ''''..4'1:1<1;:v. 111 ' .. : --:";4111' ''': r-::3 *"' - - '., '...* �--------z--s:7.6 L,C: . it. "a• a i• -� II.» •r • ~ Vit' +, f .w s , .k '.'1ii r*r -. �k �g ...�. �y},• a a{ ` t'1 ? jj ` j "i' CL I °� I -1 - ,►J M, " - .. i , :.,,.._,.:,...)3,,,,_ 5114_ 7-4 - :.':1`1111.":' a I:. :::2-.:4:,,,','...:-:\l'ILV: :Ii. illi't:I.:11:''''''''1 \ aa s ►. 'T �s. r a. \J o`A'. w �� r tR —�. i � crrnu ..• P ' '��� ..4� •�r- A — Tit ® m,,,� t. f " E an woo= i'a Yy w 7 ! aad— . 4. •)0 s i ft'. _ "V ., . E=30,-. as i� me= Kimley>»Horn INTELLIGENT TRANSPORTATION ®gym ... MANAGEMENT AND SMART PARKING LC_ .— -- v � . t, =M71 PREPARE°FOR .�.• COLLINS AVE C-16 1•111111 = NO.305-01-2025 „IE,,,L, �, .omum.v CITY OF MIAMI BEACH uc raor 1, pp mp C uiw-u.oc cCuPI.. �aao.dA a A.a 1aJ t •-.e I r.-.....' I. P�r W .. • • -1.,. - 7'. • . , - 1.).- ' vt ._. i+ r 7 t' 4` r ; - d >a«> , 4 • kic '�. "w!�a 1671 em 1 . , . tz r t`-' j� int rox ±jt. ...-- .. , ` �` { < a At I I Ili NOW! , li ,..1,1--- -•w 11 • WI i II 4 ' ., S s -t '..1:,*:- /:"„' ':1,-.7.- ,,, A } . •t.-..J.f*w. - - - wry-are loam ,1 r• ;�. r nip p -a; n 4.. �'TJ}T,T rT' •^...._--.'7'' 11 .. . ;:ks'%4';, "x s ,. ,+ m., ,e..,a,¢sr nm l L.y'•7PK1 I .7.' ............... :J�:f • o.........• limissossmimm woo i IIMIIMM== Kimley»>Horn IreTRANSPORTATION11� P � .- �•• n v, .SYSTEM.O. .r r, COLLINS AVE C-17 © �� .,...rF,-�.«, es,m.m,.. ®w . CITY OF MIAMI BEACH ago.d �o 01)Wir • z. it . • 3II s ' A' S , , z s tp Pm I rte.; . ' y a I/11, 1 i ;ti•, , S !fir ;.::7,:4 E i, ' �r , . t_ le ' EV • 1 t z ih t.,!... t ...... re .4, ...11 . .4 , • e -? ., .. ' 11'. i ,.... ,. V 1 ., _ •W . 1 ..A.. _ r,, ® m„.rav n.•x 11' _imatididie .., -: Do i rr `t � j K; 6I >Hor o INTELLIGENT TRANSPORTATION �`--- 9.EEr MAKER �� MANAGEMENT AND SMART PARKING ,N= �= , w c SYSTEM mw� COLLINS AVE 1 a�� ....,, „,,.0-„ ,,,,,,.. cm o IA e BEACH G18 u•..n�. ID m© u.ui-n.oE CO.TY nano...A t. Ilk !L yr11 • •" - ma• ,.+'' nm h • J I:t ''' . '4,,, „. ,, ., , . .. . . _. • f --s-7'... aha ..�, ti mi .wa+.e sea se.® i l i•. o.j r i , ... _ . , MI Loom Lar ,As 3� �� �,a INTELLIGENT TRANSPORTATION '"�” Kimley>»Horn MANAGEMENT AND SMART PARKING ME � � SYSTEM "n WASHINGTON AVE G19 7= 11M1=raill •,,,,''''.,.,.,�, ,,,.a,,. CT'OF MIAMI BEACH • i•s i „t h} • 8 . i 7' *-), o 1 ,i ) j C t ^ +. S * Ju1 ur 41111.00 III MT ,> '! , w".. (ilt T .,,y, �'•✓ 1 �i t \I . • * g.:-�, •tit ' ,f• ' # - -- .) '� "� 1. ;; f. ei i�R,°"` ,,;K ,....,•+-.;""� x:?a:,..x'b.. ..,. II- .4 �' - w `]9s r , • ' i-s.•: ,, . 7... . ..... • ., ..n.,.,:: ...., iu,u., .. u ..,... u .. ..... u . . .„, ..... , ..ilisr , , , , .. . . . L,. . , t ,. . _ . uu. I.,Li..,.u. .).,, .... 1... t \.. . .. .it:, r.. .;a. •,,..., ., r. .. .y_.1 . • 74 I -xt � f - L....._ 77] mour...N.,f*.03.N vaill ' �.,rz .4( \1. ..t ' , .12., " *.'^. : _ '''.' g\.\ ",f '- ;e : aMop mum'sot No nauwwool IK l • `` vn.cima.at . Kl1,1I Horn 00223101INTELLIGENT TRANSPORTATION ,s, mossa • .),42,,-, MANAGEMENT AND SMART PARKING LICas SHUT P.01.03.SYSTEM WASHINGTON AVE C-20 away.•2010 MOMS�v�}4w.44rt.1313, PREPARED FOR .•+�.•.� 1[� mu Aa mom '�..amuy�oeacd �, .. CITY OF MIAMI BEACH uc vaov i} 2�. e..ao.e wrz n moo —ru,-OWE moan aaao..4 / /1eleic. l'SwiB + P r , 1,3111111151.,:i ,_.._ i ;-,:`,1 : ,11:16, µ LI ' . APW i 'ill,'1 illi fs { ,•! '' ,(; . y '''..7, 7 .. cam }. : k .. • ....-t '�.{, +ww- ' . i .+P^. '. ='S '' - -, + 110.!.. - • Y!.a► - .... •�" .r. M' a. . L '• yr♦ • }x1. �' �� r • "r-.t 1 • 1 4"4" __ . r- r . • ' • ..i v *11 -.A.--#4.f ifV r •':F 7 4 , • i 1 •., r ' '-'7 c.\, I - 11- :- . . '• ' ),. , ilb 'Alei , r - . 1...7 r '1-44':44.14)..,via 7: 1 t 7:;:.1'1 t si ,- - • - .....-- zi commas me re ; ;4.1!oil: t.s V j, t] WY ♦ r 34 M • f i ii '� .. 7•; 24 rime cameo mew lir II 1131 : '°" INTELLIGENT TRANSPORTATION '®'�` s.. MM. owzumi KIM ey>»Horn MANAGEMENT AND SMART PARKING �� SYSTEM 61 WASHINGTON AVE C_21 .— —m :aT .•,ssrm = PREPAREDFOR ..riine uC PROF , ,0 0CI .w...aa,-.w«<w n.2000.00 =MI nw-owc moor ITY OF MIAMI BEACHnaso•.. i ...,..„i • -r I e r . ... r �f • i R N ,t' s.. ,w -. fs. L: 'tr -r 'II—1;".: ;ma ' r f� r ... ',.0 I , • Ill:1 .* .1, ;:,,,:;", #.0.._.,.,:-.101 ;A; ..,...... ,... , ........_•1_, -_.r i, , , ! , , .. ' .,., iv 4..idf. ' lir 0,.i , _.:11: , ,_. .. ..' :710 .1.1'i .,j ,i , ,L , , ... '` L . LEGEND Y #�..1 ♦. II cower.pi M..sx J__J ; L • I1� • --- - ---INTEWGENT TRANSPORTATION '®"�. _-- WEE xwern Kimley>»Horn ° v"% �� i MANAGEMENT AND SMART PARKING BEIN �� kryc. I SYSTEM LE"�' WASHINGTON AVE C-22 7=MINNIMMIll ..,,,,, 0,p. u,,,x.... CITY OF MIAMI BEACH LIC PROF I, i,,, w ,- T1=16 ...., 1-li ,,, _. . . _ _ ''fir 0202 i` ,t i .. ...,,, - . %i ,..1 '.. :4 W 'd ' _ , C,,,, .. : , . ,"may _ -. \---11 . , , ,,,„ , . ,,,, -^1 vri I s tVISVS6b..: '' t �. r , # ttom r ]I T . " .i*tea ,' ' . §a� •� l• �� ` . ' •• i.�'5', .L. ate« 999777 .�_. amp, .a •I ' I -, s IJ 1-_1-- -, • u; ,1;~ a e 3 LA f p . `,•-•1 ....'''....•ill'r:,.i .,. 7 Ai 0202 �, is .. r 1i' .: , r 0202 F f t► . gra. 7• s f - .„4 r' .r • .: .r .1 r /11 `� m««� �.9R ounm INTELLIGENT �'� OENTTRANSPORTATION ' . .—• 1 I .. f ,. 1 1 IL '' hi tiO 1 li•, :\''.-4.4114111' " 1-"•:'..7 - fill I Kimley>>>Horn .02231, MANAGEMENT AND SMART PARKING t'�Vu«k w I SYSTEM OC MY 1 WASHINGTON AVE C-23 - 'nvFw®ran uc mawPROF I !.. moon am . RIDE 308-013-2025 a®� y COUNTY CITY OF MIAMI BEACH e — «-oma I- .ma•y ii VI _I. " Lam'. I �, •, ,1 ,_ . i Y �^ ' i ,. IN , • ...‘ ". s 4 r 4 d . r ^' ,r ':...P.'d,Cliiiit, ..4' ' i I. . 3.,.,11' '.,r.i.`• ""•; ' . ,-,.,' '"") ' ' ,, i . :% :,1"-Immrywk_ . ‘,.' i .. . _.. . ._ 7 ---- Yom. Yu ---- ®4 . idnOl MY n[f y . .. lYL 1[!n0 PeenIO : t •, ..f.' \---- \------- 04 I I Mell1111 INE Kimley Horn wan 7,444o7,444oINTELLIGENT TRANSPORTATION ....... .... vcc ..eu 1-MEMItintiminie -- >'> MANAGEMENT AND SMART PARKING �= �� nv =f3== SYSTEM mum' WASHINGTON AVE _ - 0-24 PHONE 305-471,015 =NW CITY OF MIAMI BEACH uc wia i I /C mI0 ..•N°"T�'�"`w u ommw. =MEI W.,,-owc counm Fano,.. 1 ' . * f. ',.. .',,,,• ,4 ,,.e.-..-,,_ \It ,,.,,,,,,11.7.- _,,,,tr ,.....„--, '7-- - ,..,,,--....,-,--- -g-T-7 . .., ..,,,,. t 1 } I, , . .., . ,t-,..„ pi,.., . it , •.. , 44.1gila ilre, .10 j,.may '�S - 1'4 t t,`; t i ,r t • iiLL_ 0" ..i,, - ..-2.., .,14.-: , ,. ... k ; t. j cr a t y - n . yi �' � rf �. � e d*i�i iC t • t. "b 1 . ' ,c a ji;'•,.., -,� _ l , .,Mt -l:'t. CRY 'ilf r '4 q,� •�1�.., y,, j�.`.�. •;,,,-..,-• '.__ 1 a.. t��t� ....i.:4;4:. fly S`� r^ j''NL, „"( i i •- ,40. , ). l .N. r1s , /1 i , i : .,. . , : . ?:_:,,...„ g` ' ,- 1 1 e ,, _ . 3f.,.. 1, L--' 'f� �irt , #, , 1 4- 4 _ ^ lall WV-an ROOM .4 wear comae S10311 34 F- ',t_ { --'_ir -1 r' sir 1 : tic warm j Es-..; .. aEr•. MM P.M �_" i 11 r # I .e„rNM,1v INTELLIGENT TRANSPORTATION '®'...,..` SHEET NUMBER Kimley>»Horn °, 0 MANAGEMENT AND SMART PARKING y ,,-.,N..e mm. SYSTEM "�' WASHINGTON AVE G25 :� u..au306-473-202S n v� PREMED FOR .T...,..� B ......L, ,,(,a, u CITY OF MUNI BEACH LIC PBDE i j F .> „Bax. wrz er o®- _1.110.1-DADE COUNTY nae°.,., �i • ;, l.i ,•-• s ski :,4 Am.— ti" ,"�a c p, j • :„0,...t ., . _ .-,.-,,,,, iL,,,,.*,,,......„ ,,,Aiii, - fi . ,i . -,....:,:,;.. . „:,4„,„„, : ! \ y_ } Jr: ,,,,, ,..:4, . v ,,, , ,, ,, , = d '* q v % \__,A. { f' r .4. . :04.-w. IIIE IIE 1 1 1 �� _ �`� � — rr7r-FE—Err.—Err \• •- . i� (`(-f F-f E-Fr-FEE-FEE r r i- 4. �,: rrE�1-1-1--rrrrrEE EE 7 It JI1 Ill L1_11 _ I. 1 y .. "r,,,17-—EFT- I— x r ..r-r——Err--r ®MOM=RIM I `• ti # , r&7 I I I - f I• I atm Iva wow-moo= �, m F,. 1 # . rrr—rr Fri- a M. w • ,I �, P.FEE—Err—EE .4 ,.�e,x spew 3 ;." I' rn;rrrr—rrr{—rrr a i 4 . E IVMeV >Horn aa,znoi INTELLIGENT TRANSPORTATION .� vccr.wax N MANAGEMENT AND SMART PARKING = � SYSTEM "� ALTON RD all MMIMMIIIIMINIEIMMINIMIIMMINIMMMIIIIIIIN,� �MM ,...r.,-«w.cw a m,00.e CITY OF MIAMI BEACH uc PROF , wnc xo-ere-wm • tp mp ==.1=1:111111121 uuu-o.a couxr nano.d2 a r32.41 • I # _ i _ ` - ♦ x� 41 .110 it: CI • q f � _ •, �' a .Z 1 3 i 3i. j 04.74 �,' - a Z` s 1 ? 41, 1 Y _o ► 3;1 ii - t -,,,,5, , A,',- . '- • ....-V ., , - 'f,.. " ••••• '• -9-, It i; '-' k'ddr� d-R r •r,aea'+Y- r_ 1 II .. ., I .. o � a :'.�t ilarseo . - .y�ir�,�(�,i"+ v 1 � r•l ,i !Is-£y e n w..loom. • .' 011024CHIM is.•alt P ^., > ' 1,..1111r m4 .x¢r., no® �t P N. z. � • .e.',•rf'P. s I' . s, 4 014 COW an memo .4 VMS ammo.meal it ; - . rl' i •`r.=• f. e�...m..>v i1._ INTELLIGENT TRANSPORTATION '�•'••'• SHEET MASER FKimley>»Horn „J',"2",., MANAGEMENT AND SMART PARKING SYSTEM W"•` m CH .a• y 10,YAK FLy 131 _ ALTON RD SV &I PREPAM13 FOR sun us=mem C-27 MOPE f ..... MR n HHRH F..m.M. G„m,,,, CITY OF MIAMI BEACH , Wu,-0/LE COUNT/ iLOPoO/.r 11'4' ( # b . ti a; t f n K ti ,, •...,.,),t,..:4„:,,, , Eto,. . *r. ,.ME v ,,,,44 R !i:,,,, r 1�- fI v. f :2 .r y,i► i -4 enl, k"�Vs_` `� �t _ - a•t CEJ ,•t► 1 IN +j'., +4 K1011D� + 1� gibr5" r. ' sty �7 . ! I , 1! Ga' 1 " X . . , " ( � '� � t 71 ' , ! . • dyfit ; � . t.. r. a. '44 • f f . « f dky 07 f , r 'c a•-i. *e, Tm..�d..n • 1 1.40411101116R 90 MR !.. i• ._.r t II -L..• 1a' 7 =I mac WIWIL MN � a.mOi INTELLIGENT TRANSPORTATION '®"�" vccr xwF. IGmley»>Horn MANAGEMENT AND SMART PARKING MN MIIMINII=-� SYSTEM " ° ALTON RD .mm R...FU, =M71 PREPARED FOR R.rt...•.a C-28 Immatim PRO.305-47,2026 �., ., �, a..... =CM/ CITY OF MIAMI BEACH UR PROF 1 0 /1:21 mpI=EMEI 1...-ORRE CORRTY FLORIN ooa 1 ,F,. , , t 1 0 , 0," a„gy p , 4 4. , 4 !- rv` . '+.. A, 1 Jo � a�''I � � 4, mr� 1 �� % „ 4 ,4ti (1 t-, .. ... A ` } ri.1, --0\ -44 0.., L 10 11 i .. ,,,,,ii, -4... .rti • mir- v- t ii ^1 pp v�. i; : •_ • t ti /.1 + .+ t.� t.,, tri ' { pEw 1 aWLw[.O-IOC • . r, V 147 1 ,. cJ r ++ 7 ' S' .94#.• ell alma ass Jit. draw as,re Kimley>»Horn TMu� INTELLIGENT TRANSPORTATION 0...5.....••••• *EU MAKER MANAGEMENT AND SMART PARKING SYSTEM VL N61 ALTON RDPREPARED FOR C-29 F.. 1.40041u,....rc,.w.ua �,p.c..vu, ..00^ W,W rrCIT(OF MIAMI BEACH FLORIDAFLORIDAum-0ME mua ,a -r41 .L F J6�s� { s •.. 1. lb. ,. 4" .is ,� d . • ril 0...44tT i •,..t, . ii 4 .. �� • - • . _� tlit • ,,. 31ipiloot,.: .-7 N ..'. At).s. 't i 1 ' -4g- --•'- '' ' • I _ . ib i I - .- ' - 4 ' .'-'-""-""""-"`i *""i..,:k.A.,.. ,Aveivjg- 14141 1.. E � : �� ,.d a3 w y li 1 ' �.�... .; ". a 9` • si fid _ xT y ! 't f , .„, toi ii T1 i M �. ,. k I .`14' LECSIQ F , J * , s _! � .;y o :e ...moo. _'L jONE - d a an_ ear lik ...; ez4 oat 111611011 2141011 1'° _r►...a.A..tali . . ._., :.§ "i .. INTELLIGENT TRANSPORTATION ...,....x.m• vicerM..an i_ Kimley>»Horn 01 *All, MANAGEMENT AND SMART PARKING L SYSTEM "° ALTON RD C-30 1321 IIIIMELL MOUE SAX 203.WA.Ft 33111 FIMID VI Di PREPAPEO FOR 7 PIoRCM 3011-473-261. 1 MILIFALFT-MCIKCOld CA MORON "" CITY OF MIAMI BEACH N.-OMOC CO 11V FI_ OA r •u i* A _- , . w it k'0 .."V a• , ` T"` L 9/ q . u� .,,,.,,ir , -.,cei.:t4,7 it:7:'''' . • - Alt tt: ; 74 • ^` 'k ,, -,,e, 1, `ia ? /s- •r ,Z, Kr g. 4. N,41‘• 4•7 I , / ,. \ ' f,: ' '� .M^r , r .onr manor.xm� S� y .•..r (rf - „ .`.- .- --- ., f. 14# ® e.w.cra.aaa Ki•mle',' Horn 's INTELLIGENTTRANSPORTATION � � • vaErMAD, .ring MANAGEMENT AND SMART PARKING F _ SYSTEM ""'Y' ALTON RD C-31 •y .v.w n vui PREPARED FOR e.. ,.a I.. etiem,e ora m e...Man-Kae.COD n „ ....... �^ _r CITU OF MIAMI BEACH aaaD.do D o a I/ w-D,uc mu.rc + - r 7---4 e a� s 7��! Eiii UMW ICAL"..err 1 ,fit •.fir /tT r .2if•'�. `. .. } M. • 4"-.•' •*.i. 4E,• t?I'll! 1. / • 4+ . ...i,. ,... a 5 1 t N'art `7.. e t 1 ,r--r` C '+Rwjw 1 i ....',4v*: .w a x" 1 " , .7 ..' •,77 'tt''• • '� ms µ$ ,. '.+y4', gar 1.41r 41111116 r . ,tt''',..1,_,....., . 8. �, it + ` • AAs ✓ n�, . � ten.. Y t • "' ,•,•„, 10-• s. i L .r, ' K ! by�. R' �y t it S Y 1 'M yAi. f . .q+. n nil luta na allot-mob= 1.,„. I S !i=1itR 1 mus qovum mom so I miiminiminomiNINE `""'"°` INTELLIGENT TRANSPORTATION °"°'�'m"' srFr.warn 2101 _: Kim ey*Horn MANAGEMENT AND SMART PARKING SYSTEM ""6 ALTON RD i .v,a• - n v,„ t PREPARED FOR m. .� C 32 7 = ...,,..r, m, u .. CITY OF MIAMI BEACH uc ,t t0 010 1=GMEI uiue-o=nr CO., aaeo.do ' .., 'Ne 1: Yf Ater. lt'1': " , ' A x. .;:-- 'or ..,--.1 . '.., ' :-%;- :-..i,e,;':•..,-, d›. ,r7mr ,,, • i s .-4, ,♦ ..:, ,. •`' . ( 1 ' � r ter+ ti; ., ,. ' ,, .: i ,�. l.. .'�4 r fiG.ya'"^ Yg , mil." + : Jr + • 'r CCCCh� ;~ i rr'�v is v7 M 4, :r ��t� ! • r� A " 1 i• t..^ �KCF +I if p 6 at:j J l :' -•t•' eta ,. p t, r i� , .e ,tr. .L ,gyp, � ' 7 [ .,,� .1' ,t.. ^,( ..e ..R • !Y .e. i r y}. i.. M,4w.oi.* `.*4 ry {' _ itt �..`... M .4" 1 ,.Yt , y• �. rYb" i• ..� ...- xa — n"X t .4. l, V*l i4.`' 4 t� ° t (' ti - .Y "1..i...' r", E •f., ,, ft' • t• •t • MI Ma LO p �r SOW NM ALTO AD r � ,{« Il ,y .RS1 , y ,5191MmD. ,• 6 ^ ` a si Aa FtR �a « T. gr r • 'fi " '......4- `1.7' '''' .4,=•••• 4, -,'' .:..y.:.. sti;.„?..7.4e4.-.; , 4t."407. Luau lig, y 1' tN. s.t #,',, , +' b.' , ? .'4 *t� ' �! __ , rau • .. ttax ». z.'a `.r' mel lama rsa m�� j, • • x Kimley»>Horn .... INTEWGENTTRANSPORTATION .".“..."194E..wan 1 == MANAGEMENT AND SMART PARKING SYSTEM g161 ALTON RD C-33 OP MIAMI FCR VA um,wo 7 0 nO ......,._„r.,W, �,.....,,, CITY OF BEACH i 0 mm =MEI..,.-.wE...n • d 1 i a lig r, ?, '� , " re s .�,... ' 1 ` a .. - "jl �'-1 J I,• +7' w.. P : y� ( Ai, • aw .+�' � ' • F $ , �„7,,,,, frf � rr afor 1 + iy > . 1-----,-7,41.x.-1,:-.).--4. ` • � ._. A -"-°.:;„,:;...-J' c j n WAN 1.1.100 , mr..cnm•• p411 nu,¢.Lea-rpmm Doll cnv-an mom i ` et a!-L -.17.,. .,4,,, _ >ae• Onisnom LOS Kimlev*Horn 04azu101 INTELLIGENT TRANSPORTATION I E =� MANAGEMENT AND SMART PARKING �..ee. �a .m �� 2v crzaM KR AR�� ALTON RD _ -_ C-34 PNCOE:300.411.-2015 CITU OF MIAMI BEACH UC PROF i t t�\ '0m .,,,,,,..,„„„..„0,, u amo.w u.0-owe=Are Rano.d4 __ _a .,.� ` ,+lied . 4. .r Wit; „.. . . . . :1, ,/..• - wry ef'¢ a +fl i.- W �F"r ,1 .. 1 r/ ���Y: ,plR T7 .1� sem•- � �✓., ,.., ..... t .,1. 1, , .„.. . . , , . . .0....:,. . . •, ^tet ! ..,. I� . �" ;uw ^ -.,.• • 44 . . j -• 4 e.. y a. bP_ fi e 4< <f ._ �' r. _ r.rAL\ r '4 dt... . vo 1,... ‘,,,,,..c. iii . _....:. wilit ,.4. .,, 4,,,," . i 4 .t....i.y, .7,3,7.,e„,,-....:.,1 -.:,.1'. ' Ilitlartr.:. _ Iti..":' '4.1 3 ..,..14:.l'4.•••:-,,,,,;:::'''i:-......:'7r...•.,.;,;'',..-=., _, • ...,.r:II-e., '...-:„ - . , 44.....4.,-—.INA , .,. e. ..,,,.. . .„ erg, ,....., V C .• p e 1 cab 1. , �. 1T �f a ..t mt!` y+ �ig•j g. S s, : w . e roti + J A• q. 'I' 4'a _! .11.� fli ! . i mr1r�ru iu n[ a 1 u -owe _ Klmley >Hor^ owzuioi INTELLIGENT TRANSPORTATION �` ® 9. nwan ,...........=.�� �� MANAGEMENT AND SMART PARKING _ .� �C '''"'9"f3101 ..�.e ALTON RD G35 e� �� ,.,,,,,�.�,a,m, u ,,. CITY OF MIAMI BEACH LI mar !� m;1131 n.u0-owe muhtt rt«ao•d� 4,1 '1.T • 10 ' , .fig I ,^p rt! j '.�� �. ,t,., . li tea, . (t': ' "Y s `t ,�,, + i ,. .i :� l w►fit 1• .•r V. 1.14; ,I L: 44 p f ''fr$c :9r KmM Io am.0111 -au 1. .3k •\1: ' I 1, A Y,I, ,r.4 ile IA %Pto'{.AI 2' E:' N \ 1 . r .� . . , �) Shy gq��y. ,,, 1 \ ., .. M�. it it - i - - ti -, 'k P c4 , ,,7''',' :4jit ,''''... 4, , "` , „ ... . t .. 40. ...\14- \ \ ' ; ' '' , F� _ ".fie 'Wt. �'�1' ;.' � 1i' ♦ r '�'�• 'f M ...,as xi "� a.; 1. fz m..OSCA,v.... sr. mast TOO dal MI m iiit INTEWGENT TRANSPORTATION '�"�" 1 'T•2:' SHEET HMS., r, MANAGEMENT AND SMART PARKING A SC"' ALTON RD C-36 IS— �,. nom,, ...�... niore 305-473-2(r2, *CITY OF MIAMI BEACH uc PROF, p .. moo.. wR a. �.. _11,,,11-0wE mu. r�aeo.-A . R--7., r ,. ' ;"b � = it : f :a , , 0. p I.,?.!'.. ({ st: �-- �, -,....F M Mr p. i i .1.--0.,. d,,. .:.•fig~ "� #r---`1 N .,i i ` a :, J Ir.Cr_I r L ti r-• • y4.: -, y) r I n I'.�° i e 4','1r•• ••'''t -h� -jl.. `�;•,j� •s i 1.------,y" i M.� • 1.'.f, `41•%,4,11k , 'i. Si 1 : M1 x. V it . $ i ..1-,:•, b ,'sz ?" r. , .•....' ,..,- ~'3 S3 lye 'r ♦ ® .. a r' • 4.ri, 'i'4'' K .°'. 1� "a".":^+. 4.'t •' c. f«..- it �i k' 1, 'i • ya S • 1 1 M g: F c �,a a l r '' "#r , '. � y,�++ ✓ .; 'z` '411' ' • t-,.....ri,,;:. * •,, ...... r + ', 19 ' Kimley>>>Horn °.aINTELLIGENT TRANSPORTATION .'-°""....." srtfr.wax 41N.47MANAGEMENT AND SMART PARKING PM, _ SYSTEM ALTON RD ..a. .. .. ......,.,...@. cg,.....v,,, ,� ,-..E per.. C 37 CITY OF MIAMI BEACH L. 'r 14 t 3,i �•7y- Z �l r t Z w 4;7 , MIMIC SUM WPM 4 , ~ � , e '`e 1 • 4iit.,,,,> * ,..4: 41 .011, ...._ 4 . , i 1 '. ..y s +� 14, i er s. I) _ .►. '1Pjr a. aj 4 5g5g ` Y . _ {ttt .. 'e h el • . 7 .-,,,,40.4., K- itscr, smil, :cis, -. --;:itip.0 7 -,1,-. L .* ek. i',,t.1 refivi f yR 7 4 3" 04"' ,' moi- 7; '•'+c I, " �' `_ '* i X47 5 7,.' .w >� . , + "''`� 91 .o V � r EON r '! ' x ',y `.�.5 ��' ` eft . . 41i� +. . ar �. r� irk.mi ,•.$ k; r 1 6: � x � »M.�,h we ` w. � �.�'.�' x� � ' LLCM =me"t - i LIMO.M41101 KM sin ii vose .t. ....„,7,At t,, i s 1 INTELLIGENT TRANSPORTATION Kimley»>Horn ie, MANAGEMENT AND AART PARKING SYSTEM tC PR if ALTON RD C-38 _ oMOW �,c w.2 nus OF B 9 s-en-xrzs ,,,,s,E,_,,.,,W, a � CITY OF MIAMI BEACH :, =7; g". ewo,. PAN .x _r.0-nxx CCu.n :w.4 5;.. . - .770,..,Tiviii.t.4,.., ., i...:t,,„,..- ,-..„ •: . ,...* .. ,r.,,,,, .: Bilk ' i0, M - ' 4, ,..• f. �' f ;, r'� fp' s^A' A ;-* r, r AD �" s•§ y� 1 .,---,,...,111,...4;4:1.:-,,,, y t'E,f.t jy�_ jA '.M ..ii ,4- ...."4''''6. w w } t s r� -4. AR. "I{ry,, ,ix+' ` , pie.. { , .A,,, t7j� l� I'' t ppxs v.. , -,..‘4..- �3L �. . 4i •8 1 ` `' Iiia ~':rtill.� . :., . y . , ,.„:4 "'' .•y � .. r •'ti,aVP 4,.. . -i,, ,, w ^ M; t i. ... ! i;i4.1.1).°1 . .; ,At i• '...c. \ .4 i ., ..-' 0. ts, lev./.1. i i % i `' ' r ♦' ',:.'i. ,• e J4"..k.:=. �'r�"r r1 `', a w, 5. /EGEBE +Or .n4 N' y'ilk, , i::44...: .. �`, may ^ 3 }+y`�^'.A .F 4. ml wo iJ '.�'� 1x /� W...v�• .1�G � '9i81'. J1I, �'��. i.., ‘_ _ r— vn..0 m.S>a i Kimley»>Horn 710223101 INTELLIGENT TRANSPORTATION ............... SHEE..,Y., MANAGEMENT AND SMART PARKING wou RS MOM SYSTEM Le Mr IALTON RD 9 +.n nv..i PREMED FOR .•.,e. C-39 A � R w" IR ,„„.„„..„.'"...._,..,'%."-e."2:„,.... w ,,CITY OF MIAMI BEACH Rio uc PROF § 2'� .0-woc m� ... A . . ..„,,,..,-- --7,- ,, - , T' )0;t:. 4.:'' 1 ..' 4 : s . ,. 1 i i'", k 4a a a.,af„^. `"s 'J i .. t 4.4- t4 "t 'w�:i"w t"^ ' / + w 1 ii Y MAK IEJLE IX WI a jt' r •t. ®1 t r t. . t ii• A i'MJq., •rte". R t"f^-.: • !• , % » , .4.. ►. J�4� i4 v ‘: 'el . . `QRS' ^' , H' . tel' ' f.' 4 4- ,r ` -?Y, i W ` ;?„ '1,7;'4 'q- f.. 9 i ,R �' ... X, , r,'1 +' \\ �y "fir r f �� ,,, ;/ , f k��� :e ....moo. I. } .,• � . I. ..�° Yf +�lc :+t;o ,,,f ,, , n . , wt.+.imoot-wool. E 1 w . ' «01. ‘... 1"'". ,,,,, -1, • F'0' 1 oil wimul memo wow Kimley»>Horn �40�r� NTELLIGENT TRANSPORTATION scsrwan i MANAGEMENT AND SMART PARKING .�' SYSTEM LE"" ALTON RD C40 SYSTEM PREPARED ...UM.._ - v'a..�aWPC 305-513-NN a.-.we.m� a mwwwv"' CITY OF MIAMI BEACH IA Pnar I, I . tea. wR '. mom Fr _NAM-owE Caw, �o eo 17 ili i -4.- - . • 4 . , „ , , ,i,,, ,...,......„. ..;,, ...,.. . ./... - 1 1• •- `�..Jr� ! t t ' °�7'.1-- _." 0 11 tam ' .Y v.'•s 1 i i n� N • t °.i.-;-, t, 41;',„,i., 4',. , tJam+ I.. I 1 !i r.. ti. moi. �`'k di',,f r�'�;'i ` f .. '�l• ♦%. • 4p F, r tip. , _1'•4� '> _i. - t . 1. o, `,._ ,, , • .. A t7. ham'f 1= r-Te A. '- ''': IF . - ' { ` � a'i3+ ,. it. •, ' � (.,, i.. 111 t 4114' j 1 t ,, A. ' hi • • M1 a n I iii -Zat, i ti*"'r •' r = 1 +, v ;., ' bio• _. , i x� sSt r 3 a . ‘,.....• k •.I! — 1 r / f ti Pe IC . I. • \.;,,,,•' fit, { ; r• -' • .,, r . nt • "4.1 .�'IC �t� '+,` fi �'x� "a ad1 { � i � rt aro a.a 'o.1i , .Y i Yw 1 ¢ t � ` /1P:� z m.«m.. >. 11,:Y.,,,.. , :� . '4' • 'L.!'" ', ! t :_�Y O.O:a,m INTEWOENT TRANSPORTATION v..., v�ccr..uMffR �_ Kimley>»Horn .7,,,,, MANAGEMENT AND SMART PARKING SYSTEM "�' ALTON RD rnEPwlFOR r aor,, ED n .77 C 41 — nrc ^"_^ CITY OF MIAMI BEACH i .. NEM.. UTE n - WOAD. _n.,.-OAOE CO.TY .. . . ... ...7.,..,'r " 45 4, -4 It * • . . ` � ' J auw.c raraYoe' +' ,- F ` ^, r7q•"..ia a b ' � yY t i ,„..0..:0,.. k ,*err' 4::I . ' .-- - f r S � � r. grin34i >. " '. -4,4.,,,,,,,,;....4.:,--...-..., ,,„;,,, *. T 'iL ', �` Tt 4. ip. 1. t zr 40N.,... 5g a It, 4J,... 4 ••,,,,vii. 4, ,.. . , , c r l �� ,,,i,‘,-.3..1.„..z.,..,.,„ _ y o ` s rio• ,,,_19 :. ,._ , _. *, _.., -,� s. :` 4 � A" by `+^ . itifi 9� ' .. " r r r ' ' K X33.... +� � T° q r �. 54 i I I t�t ', ' a. ty, A 1� r,q ,,r ' v' ,,,t� d Avio 10 • • .4 , !a R z L•fix '., i b x .�i., j ',� '1.t ,.'-*s .� ?' `a�"ry '. �' -`~:,* t* �" t**,r"�` a P M y 77t M i i tris ` ;t: A. ' ,+� >1�,.if -- j y � ,` r 22 I•f t ^". J, a +. `hey 4 d Y ;*'✓ ' ...,4',/ `w,f.' --,':-...t. :1!�� ,.� ® ewa inrw,on y n 1411 7 al • _ owxxna, INTELLIGENT TRANSPORTATION `�"^�"' SEE,NUMBER Kimley>»Horn 9z„ MANAGEMENT AND SMART PARKING i_ SYSTEM M61 ALTON RD C 42 ""' PHONE 305-1173-2025 .AEs,�own uc mcF i, g+s .e.sas DAM ., W...�..E.-HO..au ..'"'" w MM.-U.NE CITY OF MIAMI BEACH aaen.d4 illi^,:ii .* N..),,...-.:•".7: , ---_:,-„, :,i, ' . .tr,.',. 4.1/4,- x-,' A., ...„,.,.. „,,,,, , ,.. • Ill"' x-• a S`O, 1rr, t .'t.*:::';'''',,, ;:-.:';'.'7'... 5r 1't �.fi's / e .'�' ; .} ' • !!1+"rr }'�.... • } �y " } jj1.t lik � y' s , yr�. y • +419 ;" r. II 'f 'Id •fi t"4:.'' * .;-• .. • -elf -, r U a i k ? ' A ii r ' y :4 � - .,... . �'bS •,4...f f JNI „ / } / ! ' '�'*"+ ~.'"• �. TM1` `.'`,. � w „4.,„,;.,,,t1:;•,'',:.. � # yam. y�, ... + ;yam ”, , ,moi �fx :,.',.;;":?!.,,H,,,,"t.:, v4, ., `"' ,,, + „ \ Nos z gr ! * titt • :LOMB,I tie*? 40141 r-.-'- -6 ' „*„.„3 -•c', i . t -'li»a 77 r '\ f.,A,:. 4' Nwnr an1-nni some I • Ki ley*Horn �� INTELLIGENT TRANSPORTATION MEMO 140.9934.4 � n, MANAGEMENT AND SMART PARKING F fi.,1..,-1.311,430 A33013Aln NC 111411 4 SYSTEM Ile "”' ALTON RD C-43 PREPARED FOR MX UMNII PROP, N. :ms as n '� vU1 ®„ _u„W CITY OF MIAMI BEACH N _ -ONOE COUNTY FLORIDA u . . . i _ „4,...„,„,,,, , . 4 ... , .„, 1 . , -.., ,,4, :44 , i ,,t,..,...; A A ., i ' .4i1P.:, ' • i r f,3. v a/ , kiiirt k•... I tip. w `A `.1, '.- . ; , I r .• s~j 1tai-, ,gip ..+L '0 t 1 - „ l ',' __all t -4,-, ti 1 0. it I , _I. $$, • r y k H f - '• f I _ ,..��_� 1 , tom etym.MBION AMMO MIMMIBIT MI MO ]' _- -- - - ----_____ _ p -WEN.a i Kimley»>Horn om�im INTELLIGENT TRANSPORTATION ^�• ,*r NUMBER ^"n MANAGEMENT AND SMART PARKING uc wvI I wax AS MON SYSTEM ALTON RD C-44 MIX,/WPM SUM NV...1..ft 13131 MINS IR DJ PREPARED KR 7 '� CITU OF MIAMI BEACH LIC MC,', p .... —w.r-o.oc couan ROMA..e di 'Cup /H4'. *, �'""�� 2' f C / (, T • s } `` `int .=', ;*�; t �� '! Pi*sr r< +aa / 1. f ;,_• 'l, -C" t ,`� �' fret, -ems 1. i• .i ♦n J. n •. 8 -v"- $ t ' �pFr•of r 1T. """'^•ar. I �'• /l'r ' • • "m"..61.91114■1, a t+�► m.d" '.ir @^ry{. ~ti ,•+ 141f. f•..`r ,,_/ ....x�LEfi�tl¢ oti • 04 moon , . .,.,.. .^Y Tfr. •u�rr• 3r v • .;... ®1 m 0.1.001Mara HMS 104,40rt OM MOrMi mum mem sr �� INTELLIGENT TRANSPORTATION '�^'m"` SEE mum. _- Kimley>»Horn c MANAGEMENT AND SMART PARKING jm �m f SYSTEM ""� W 41ST STREET C-45 �= .y�W„ ...come CITY OF MIAMI BEACH uc PROF tp I0I0 w•.-o•oE coiner FLORIDA o• _ LLL LLL LLL LLL L LL S ` viri, , k:' ,..1.7::',...,..-.-,:_ m LLL LLL LLL LLL LLL LL � , , v ,. ',"`~ -"' ! LL LL L. • t .• r .y. ; j ' °,. 1t. , •• ., !r 4104 j r + • d d • t r ,i�. r -.'. li,',.4 .,•. -. '" ',4,-, _ Al ... Y • � � � ' Y . t.. isa• . dr ., ',1f/.1 VA ,,. •4- ,t' • 4 ,,1. .."1 - ., ' , 441'1 or. (y r w. may. , ei r f �f J ! t 4.44.7 .. �- .,-;4.•,,i,‘4.-....,.4-, �L., j 1yc. M nr $ it -.,. - . V r'� - • .✓ .. o f. • • 1. • ..14"‘:'A'`•'4`!.} F 7 .. ti, ( , -s . i ;' (�7 ,ten t i . Itir ..,_�..�.. , ;. XL f`[f �tt', 1.11" jyI�1 i •Cf tall mese sae ami • ]1 • . _-- i• - e.. •. ). alJ ' .' 0 ,.« m °" raa 1111.11.11 .1111.1111111 = • INTELLIGENT TRANSPORTATION '"."".•'''.•••'• vEEr..,YBER Klmley 'Horn MANAGEMENT AND SMART PARKING � _ _� =EX= «' W 41ST STREET C-46 0 mm .....o.a.-"a.,,cw aaoo«« C w.«-o•oE COUNTY OF MIAMI BEACH 7=`,..7 I '' "= ,•� r' LL LI �� rrl� 1� . .A,'ar *AP' ' LL LI •,e • LI . �� ik. ir ;. yam, % �i I , t ' + .. .� .1? j ars .gn ` y ..+� •„.,.,; Par► j WIIIIIIIIIIMMI 'li ''' , .... ,, ' ''' .' ,j i to • ' t , ,„ • I*�t ''� ' V :tie:$..ti if • * ; tbr. • a` -. s I., 4. .. . ...•4 .. gMrgq4 I. :0-4 tee}, r i r 5ga • � 6'' .,10-,'4 1, .... . .. . 4, ,IctituNft - '1 ,,-::',: ! r 4y `+y k, 3Y. ' lok ' til . r • f cm-an.0050 Kimley>»Horn �w�y101 INTELLIGENT TRANSPORTATION sir nwaa .nano MANAGEMENT AND SMART PARKING W SYSTEM PROF 1 W 41ST STREET PREPARED C.47 PIKNE 3C.5-673-11195 f-0R .�. ,.® , F:. MOON w>< n "`"""'-1pA"'v' a°0°°°°" �„ CITY OF MIAMI BEACH Fl moo. UC PROF I, ............,CITY t,f'4 1' s'�r`• 1 it W'• ,ry a ..ter f I...c.. .'•-••• . z ',,,',- ,:: • VA,-SA =,. ,,s.,r. >• ..- --sr-Alli- —'-'•** t *." S , 1 g 01 , k. 1 �: "�b 1'3. { «`. , * f • ,.• ;;b 4 • , ± 1 ^t „� ,. . i • n V„ p, K- I � Y y 1 [41 1 Y� pi e ,.r }LLt ' :: 1 �• .. is•= _ J.{.11 1 , Y 4110.111...4 � � fit., � �. -.,,-,..:11-1.1:44, �,. t � s Pli" , t I _ fit, . :. old -1 . .t" .,.s `lett' .i" ' ', 7, _ 1.0121¢ 22 tateMPICAVie we S1E ifJ ,• .r -J ,} ...�!r I'; F i,11 ) , mis ..arag sots. mo® ,o4 Amu realm MOM w n t__ Kimley>>Horn 010.MNta�`. INTELLIGENT TRANSPORTATION ,me SMUT MOWER anS M MANAGEMENT AND SMART PARKING ICYCY-NCOM SYSTEM 71c5TH STREET MI C-48;r— ,. n 33131PRPrut�Far •� 1 w 11.1.016 OA. eV ""mart-0..“.• `'®0°'i ammomom CIN OF MLAMI BEACH nnn. uc PROF i w -WOE COMITY ILL _ •.. iLLLLLLL_L_LLLLL:- t 1° ILL_LLL_L_LL_LLL L_L I I L I I L I I I "Orr .„.%,.-,, ,01?-404:-.' 1 ILL„ LLLLLLLLLLL •s*';t - .4 r^� :.' L ` LLL-_LLL_LLL *-K •. .ti �, , rz- i! L I I 1 I I I • l t , 11__LLLLLLLLL_LLLL 1„ .4,;,,, . ,, ‘'' IliILL_LLL_LLL_LLL_ 1"t • - i` �' _ tiLL LL_III IIL . I. .44, CCL LLL_LL.L P. -i ':' .1.-- f . =1L Lt_ LLL_ 1 Al'A '' ,, - o ... . ,. , i(' :Nal:.7�'. ,. a G w MOM ,N. ",i_ r, T 1 ), Yt F7 ` ,. `L_Ls RLL imam ..— i i i, _ LLLLLLL_LLLLLLLLLLLLLLLLLLr CELLLL RP.PA�,.D.� L LLL_LLL _L_LL_LLL LL__L_LLL_LL __LLL LL a a„ 4j .L 't 1 L LLL_LLL_LLL_LLL LLL_LLL_LL __LLL, LL �. a l_ L 1 1 _L —4 1, -'t"- I I 1 ( 1 1 1 ' 1 I I 1 1 .,,. II t ,. LLLLLLLLLLLLL_' _L_ LLLL4LLLL - .LLLLI_LL® ,:� 11 u,� INTELLIGENT TRANSPORTATION '�` �t1wuc Kimley>>Horn .din MANAGEMENT AND SMART PARKING SYSTEM LIC FAM ' 17TH STREET C-49 PREPARED FOR LIC PROF 1/, p.. WA.. OAP r PROW 306-103-20.6 M..,-10.x.m1 C.�.vui Rm n __luui-D.DE coulry ITV OF MIAMI BEACH ROAM + — r fit t t• �r === i., ,; ,, rill f _LLL I, y, s ' • _ <Al 1 V —LLL I . • l .- --4011 N �•� '2 i ,.ra. ' _LLL_ ' 11.4 ._._.�r'.; -.. 1 �.. N le i:, y i �.," , Lr I } LLL_. LL I. P S II .: — — h r �� • "-`9lA if r , 4.,,'"* fr..t. ..' . 4 p ! ' , Iti a- r"-- r , . ill.- . - . , / lit'i i ,. . . . :„. .i- , i ( t. - 1 ...,_ , ,Ir. ' ifIv- ,f. 4 •r .,.r L` why: ? �� eee .22 ......... .101 II , • - -It, ."•4'..-.,"-..-Avok, 1 m mu mcran mot 7II It. x,; .6V.•_ . ..... ,. ,. _ ,a »w.. K.mley>>Horn o+oxa % INTELLIGENT TRANSPORTATION .... s«Cwue. MANAGEMENT AND SMART PARKING mg AS MOM SYSTEM NC PRO 1 17TH STREET PREPARED ..me...m C 50 . n„ «v CITY OF MIAMI BEACH uc rraa t I_ t. ava. o.a n _ SOWS —uw.-o.oeCOUNTY . L.:, ; ,,,,„,:. R •s. } i I. i. w. 5,,+"" Qk I.. 'rot +.Z '41, .4447, ', ` .. + r • • w•. ro rl ry, R bat k > •.�" • 1 '1.eir4. . • • 1', •I . 1 n . • ,t *ft ._ �'. y::„..7,.:, R. ��v �! arYti k"1 N i . ,1 - ., 10. i � k l*•.. w "�'.' ' - rl � d . '. . .•e tl g -~— - — lii4 . 4r J•F A � K].6 x N `„ rt., ", . I? ''f iir --a, vv. - / 'gip r 1� p or P ' r 'M " ri t 911 ' r.ty ; 0 _ _.._®..., 4 . RR - r^ ' ta ,,7f _ 5 r , : { �~ A° , n Y • itryrs +t'. , y,,� ,If cNoII . G.r.rzrz. e E 1 .' A d aiv mi Haim O _ (r 11.11 4 t 4i.. . '. f r_ Ern e , ' .. ■ ♦rk rt, i • a� �.m��u ma a YO aazxi,m INTELLIGENT TRANSPORTATION '�"p" SHEET NW SU Kimley>»Horn rz MANAGEMENT AND SMART PARKING 1 SYSTEM ""�' 17TH STREET C-51 PREPARED wri mrt mem um p:. a+.nn OAT n •..•.aE..m.am. u mmii. e®., _WWI DAM cour+r CITY OF MIAMI BEACH amo.d,LIC PROF i t y ( diol wr r,-;-* ir u 1 _ r.-...,, -F,L k)n+i -t�c+.r .f �_ �irro ti r '11'4=4..pe orAt.i �e r...;-. +1 ' .. o i 4.0 r .'''';.; .414,98‘,„fr.44 cge r,-0,p mt.., . +♦ • 8 ,J .4711%,"4:2,4' 2 f P o +" -! k:,,-, .4,,,,o.#'AI'', ',\ ..0. ,,>$4,11,,,f,',„,4' , fro.,0;77, ",40,, ,, 4 4 7S1 fid, t�- ,fit / '�'.'itr 4:0,17... , „, , S4 .`b: ,\` a�O' ' a #e .ref ..•r, �`' 11 . l 1. :1 Alla 11 $FRffrA TOWER I' *0:0223, .no[r Kimley>»Horn n. INTELLIGENT TRANSPORTATION '�'�. 6 MANAGEMENT AND SMART PARKING SYSTEM xRa WIRELESS ANTENNA DETAIL- n u„ PREPARED FOR ..•...-..— REBECCA TOWER-SITE 01 D-01 D- n, .,,r,v.E.-w.,.m„ CA mOOOMOW 305-673-2035 _r CIN OF MIAMI BEACH c PROF r Y MX Ari-woc mwn r.ORIOA r � 111 1 .� w t,*.., a T41 - jp'rr �'i l �' Y A .., :T" ; 4 'tet } WE/ s,L "' ,i'�' "`,, + 4,I i I » ///(,. IM ) ii 1! `.��e...•.,"�° . !.. ." i ,x;'"�d is . "- , ,Y. It a ."7"..s. ...'•-__'-'. r---' lrvt ;.;. /s >� ` . . * , �. -- Bt r•11-"- 1 -i- re .;,-.:~1- . „+' •J 4. a:51110sl _ COUNCIL inNiR '2 PA Kimle >>Horn 04022.> 1 INTELLIGENT TRANSPORTATION �^""` i -ec= r Y > +2ron, MANAGEMENT AND SMART PARKING ,X„-, WIRELESSANTENNADETAIL- SYSTEM MI L R.51 telitom r, 0.1 PREPARED FOR C. COUNCIL TOWER-SITE 02 D-02 ROB p.,. mAvas ua n w.n-.+.--w 305-03-202, u'MOMS CRY OF MIAMI BEACH un-MpC CP1NiY RptiO.u 1 a ir!n i-1,- P.:7•14. PPPPOW '1-"":;:voto 7 RP;OPIEEZ' ir 4 ,r. t ,, ' ... 7:-- "''' ''' -r!,*1;" ....90:4!- • -fr 1 ••,-... ,. . • -- - .., .......t-.... ...; ,4=11 Ft- -,de . - ...40g.... I 4, , BI- Erl! rirl%-; ?S.,: ":Ctre7r2 1-7.1.:11tInifrt‘,...d- -4-'1 " i ..,. , •- =1'1 ..z1,-Icr ,z--r!.,_ "m.- +. i ,.) -II .3„,..- ,1-7.4.4-„:-. .t.A1 -4 -'''reilEij Aig;16:1 1.77,2°.•1.7--4 ji " 1 i 1....:r, -.,,,e,-, vt g.,64...,., ioa,,,,,,,„•,=,,,,,,,,- mr.cf • , / ,., .1_re !•-•,-,?- tatur Tit ,,,,,,-.7c:',.., iv'. .., ;WNW •UW"... ',../ 1 .-"- itzhi. e--J.---- *4 • -. 1„w!..0 :„.ik-,4 ..- . • / . ,l'Ar:"?.....moce. '` ,•• ... Ift '-•-::'"Plor...‘; if, ` A. ..- • .,;,„„i..,7 Dira.7.7 Or• At. ,.... . ,..5,70,,.., "... I --t'-•••''!". ' '''''c'h i .• e".# rztraromo• 1.7.,.1.,,...t ... tr 1 t, , „.„....„-••• 1 ...- , y . , ,..........,#)Amir.....c..1 - 3 - -4, li ,,4.7„..;_t.-.r.---,4'7'' . 14?:?..j rIza 47,t--*Al r; '',1/.Keril v. -a- • ;. r.: , v --4,:i s, ---4. •m'ric-_-;:;-r-7'414-,„;'I /_,4::.....4-s. i I. , .0..,,,,,, >_.,.. ,0 .i . - mid 1.121;41 Weli•''' .-*11 . '''ft. ,Adier,Id gi I P ':',.•" -'I".":41..4:- •4..4• -"'"' 4,-.1-1-.:f" -,10110., - --"rof«.' - i- II •"' "";....;,i..,:figtv. 0:1,1;f1..,fr*It ,1,...,.1.(-, .. •-. .1 Itlit 1 ''',' ''.. ' ,.flAii.' :.'..,. V.r:.-,1 r 4 7 I f i• . "0"'-- H ,"'',, t; or 1 1, jffl 1 i 6 a'i i*.42:"•8 1-...If.14 : Xi ri I:02 '..'=''''')IL:"4;,,,A F..-.i:""-.•• vet', I' full I.* 4 r....& ,:i1r4Attr, wi%."' ._• 1;,If f,L. 44 fl -.4.1='- 7- - t--:0 (car . 4 014.1••• ,-, 1 ir ''- }1 11, , .7.: ;4.1r;.•;.T.Filirza .,,,,iC?141,t,- . ' . •, 4i.:., ,...„..„„,a, 1,,,I,L, c , T,0.-4":„-4-22r.„,-..w.&-,=- - • -• - .i igrx•-v,-,.-01,', •-..... -4r47.' ••,OLS ':11,41 i•••-•xiil. .4 -..•' ,:.... , -.!..4 ,.. :# •i -ekan 1L,,,OrSt."..;/111,145411*4 V' .'; fr..242.• 4\ .tb, l'. .-,,,,,v., V41...•••,2,30r.'.=:'-', at.r.::+......, .Am"io744 Iiiilk,, i, •_. _ .!I.= ,.„. .. =1144. f ,4,4_, ,v -i: .4 1'Marl .'‘', ..'"'4,1110.0141.=-_,:. 11,40-• ..4 Mo.11-..:...-,''.71, ' 1 -'14T- -.=-1L-,-;4•• - ludwizi°71 4.i! .0-, . A _ iI ,i,„,,,,,ma Jima=_a p_,m,,,E a 1 1 s -AP RO T INTELLIGENT TRANSPORTATION ,. WIRELESS ANTENNA DETAIL- I ' 74022310/ Kimley>>>Horn ,27.7. MANAGEMENT AND SMART PARKING DC RCP, SYSTEM MIAMI BEACH POLICE D-03 YAM-CADE ITY OF MIAMI BEACH er.OS PROM PREPARED FOR pm mem wap I UC PROF , DEPARTMENT SITE 03 MOOR 303-.71-2:025 C._ 7114.417-NCRII COY CA 07.2614 Pam n _ C.., 2'.. PL7PCPS PM EP I --:.'"',...... .3 i• '',..:---,:r 1:1401...i. ':.' 11- , ....."7r.1 .,.. imir j-.wP- t,44 , 114 I , • ..." ..., - ; ..0`4,---.27. .4 .41r.' ..-it- .' r r) • ' 4 ';.,... ''. ,..../. r ' r-' /: ',.'. '''''' : ' ,,,7'.;,', ,., •,0' ..; -atriVe: • K. ,. .. . N:&0.,.,- , I. i, /,-.- ,tre.-_,..,••• ---' .,. ' • • :r7t.--.e9.' ../". afit. „-4... .06.,„.4.;.,•i ...,'ir.6. "3 )1,„•;."1,-' ' ( ' -. • 4b, " ....... I ere-..-: -c-..':-,..., . -A '''':).;f4. 144.7,".",•' .-.-**''' 4 ' ,, ..1. . /. .'" ' .,... r.i.j-: ';'*144.j.•?..44e...i.,.1•4 N*.%.. '- .Arlo * .t% v ^ ... -' . . 111444 ..;.A 4s,;... 4:,• A p.,‘1,.. ,....., ,,,Aar,r.A' ' , .y.1 , ,,.,,,,iir;11,,,p,,,sit IF.t:11.:/*A14,._.I.,.. , si..i i ..a b n.7:::,i i _.., i 1 .----,•.:.‘!..i '''''' ,,f7114-::-r T',/r- ..raii,. , ''''''.•4• I - ,_ . - i ,...,0'PA.,...d/ , -; f,.-,-. ' ''' • /0" 11 7-4v-tii":".T.!i;,:, ;;;e .-‘ir. I! ii.4.. -Ar'.' , - ',--1"' A ''''•' 1. ,. . --' ^ ,-- mIwl • Is Nv...•/ 1.1 . `.., . . 4. „ , kl •' ..i.w... ..,'-'"' 51 L. - 1"Z.4,: 1 i ''''- ..91 II 4. ,.''. .:!.'4'.'''.,It! t . v.v-,r,r,iii , '. 111.7.41 1:-.-141 ^ - mi tell' , ' - 474,,,taiw .,.,,. , dormiwp I j , , , ., ..,,,, ,1--,..,.......1--., 16.1% - Wi,..,„,,„„,,_„‘:...,r ._.4.r. • _ ........6„e„. •..._ . , - 4 ,e''-. ,Ite-::14.- :-..-0 gle.'r" 40' •-•- I- .—..---,-- r.- ,, ., AI f : • ' 7 ' V-k , ...„ ,,,_....,,,,_ 11, iril 3.V'...;" .' ' .."' 1 .'',„„';i'' x7.,".. - - - ' . ' """ ' -'2k :,X'1‘0:- 1-1,..). • Il ,:f", ,:i.' -:- AIL;,rntuic•z.,4t$ty -er. .. .._ 1.4'/ !. . .,- :.,r , ...-i 40,04.;,4,01i,/ -- ' • , - - ' - - ;1 ,.fte41.0 4..:, • '!..F.M.'"X ,..-.•'.. ' '".',417:1*.'"'." . tii.,r9it ": ',,NIS. ; lillica' . . II Jr‘''''ACIiii•4" -A t inifir417r1". ""..." .' v. . ,,,... . . .........4 . f.64,.... _ --s Nip ,,...4 ,„1 •I liallidlO. k....! 1 i - • .1' "*.i..i k,' 1.2r=7,1".1-.6:4= ,ii ._.-- - , _. rt ii ' ,."r''Vel- '.;:- iSt ..z..- 41-.....a, •:-:=74 :-, -,,A0-1r- -_-:: :•=.2 '.',--I.:' 4.. 1 I •r .. .-v. ' SIR ...Mil r...1.;', . flll' A ...al--.-___.-- 41' . - .t, . ....“"te.. L.,.... .,W.,.... .. ........Iv few. 1 .-,u---- ..;....r.: .-- '1,:,-- !7.41 kamo.....,,..... • r-ii --ir....-.,:-.741,-:51;.rt. ws co 0 :-.°';Jr, --:.;7.-9.3..•n-:,,,-01 7-7301,..: ,, .' : ."' IP 42.7. ,;..172. 42 ..;1' 1 .Na/4- . 40,1-,,. ,•- .--.• - - 1. „,.:-'74..r, .= . a 1 ""1""Ir....1. ' .7 mg . II.Bt244.it j •"41'vol 1 Pi,19 3-...T t.it .# ":„. 1 0:.„,...,,,,,Ltpit..!•:x$ .'--,,.ia;11,1,11.,.unof 0,..0.,_...,„._,,...,, .r....k, :1 ,4,9,1! ,.... .ni.' ,, • , ....•-534/..- ,iriii.', .....:. 'I .-i -- . 1--7::.'frv'-,fe • lir -- - .... . 1')' . r-' ii",4ffrkrdo.'t Pm• '. • .: r5.• ;.-II., WY .s. atlik ii..... ...-......f h... ,' . ....1.-„,.• .......4,r -,7 ' '.*. ..it 74‘,.. i ' Il µFW PITY TOWEY Si 1K ,..„.,.„,,imley> >>Horn a,'... INTELLIGENT TRANSPORTATION MANAGEMENT AND SMART PARKING ............ li"-- 2/M6 tg Pra, WIRELESS ANTENNA DETAIL- I SYSTEM ,,..“...,...., NEW CITY TOWER-SITE 04 0-04 . .......305-1173-2025 PREPARED FOR CT'OF MIAMI BEACH uc**0*1* I VOW.411,-.11.1.C. .OPDXFse I'F• gro191. LIAIE SY , 1 ii.... -r.--2....,-',..f_-..,,":..' .'''': ..,',L iii,13..T .1,, ....;_ti. :tr-o- I 7,141 1 •• ) It • 1 4 i1.;:.;filir. tik, ..i •, ,, +II,..1 i.,:,•0 c :, r r*40,44 , ,.."..4 g / #-ifetor6.. Y. i : -lift ,ii.,it ,:e, ,,,,...,4 ,• "," . ......ip, ..240,—flire 00 .„Id,. 1 - .w. -,* ,-i:, •-:-.,..t.-.'..- :::,--, -.7 -t,........-,,, 3 r - g7.,,,tp, , ),14., -*-.. ..f.P:; i' •' ' e-' i 0:•,,v4a,...i..- .:-..-!--i-,-... 4 ,if..);42e;,4! ' 4114 4, , All' 4, 1 "4,:i.t .';'' p,,e , : ,,trre,,,it4,,,,,./4, ....„ , . . v .1 1 • , r.,,,,, 4, -...,, . ..i.,41-.4 ,,„ , $4' • • 1 i..;Irt i,.',',. ,,.. Iff.e....,..,,..., *,,,, ii*.......: .‘. ; vpiddi.... 414,5,.. 04,,,.:;,./.1,:;„• :4-4744,44 i /45. li 4,,D rs, ....- qt. e:;,:•• %.11#60Fairioltra,t10, et'7 ' • - '.. ' 11 f,7:i it:..04,4.1.'-Zri;r:44' t41415:::.4; ,,le3. .pi--; Ii. ..: 6... .,,,,:,-.,,,,,..,,..;,,„.., 009170 # tft se.; i: /I 1 .iii „..g.. .,0,11 .1,Ofo,,,,,oltiv,,,,,i-ft.ix,Zip-l•at ---4 4 y ---s. 0/J s i • '. gr-;. ,r;"4:1 • . ---. , '.-.. I; or F.,,, . -/ 01401#147404r.r.#$ tillr,..1=mafrel A 74-' ' A"f 1 ill , time. 4,.. . , /yrie, -•••Trir•v4re 4?-„, ,4,.,..„.„, .I, iii .r..Z.:, '(4,- .r.i. ,rilf ' 4'401.4r0,' ,,r•',44 '#;*-v'' •,,f tri--40 ' '1p -:-/-0 jig; -10:7,t'll---4. 44fr.'mrititt-, 4, •' ' #r*.4 "4.-4' 44. ....:*,.. ilip Art #001, # • I,. a •d.-----9,*,-.:„...' • "......' r'r,0, I,,„ 0 z . f, t 1 ;I ::41'; '....et :- ' .•.'" ,*,-,41,4.1 ir' :0"...; ' 1 ay.- 0 7 .1-i•4", 2F, '-.):,'W ifi /5 ..ca,-'''. 0 *101:4*.ltAI:4,,.. 7.6:41 , "4.,111114. #7, V itte -4400 ir'-4-- -"'"' 1'4. ' ' r --,t •-•u i---0„ii--"tlf...c At,'. Oil ."4 #si,-.4, t.Viif 4 ;'.4rt" i #i".•;-4 4971. 1. 0;44•77 -.: • % . ,,,,,,,, .,,,,• „„,..5.7 4.„-, ,,-.••....,• r r-.::,..., 0%Sr: , ,,- 0,00r,,X,,,,. •T•40,1 4.4. .%"' '‘,,,t, f.,7,,,, 4.•„ it". vb. t • -i , i* • t ' — N. .1 • - -....:4,- "Jto.tr. ..- . '"4"--0.114-'4-ff.,s''..1 fo 'ft f gi „ -;.1,,,,*... - ......-.4 ,--r-, • t # •N'0:-,-• ••T••! .0 -:4 74; , 1 r,,,,it.0 .,,,,......4,„.... „...!!...,;:„.. :1 ..11 y7;"t•.. / . - • - -*Iir'lir-,t 111,V ., ,(It' v. ''' , '',... 'AL ' ' 6k/is 1 i S c ..- 4,-.:.ar ...10 rote Iv i,l,„ ..,„,,,s . - ,.. art , -i v. . -• S ' v .7,,.., _. -,4" ., 04116.:. 7 4/2/...•.. $I EBBILII I' INTELLIGENT TRANSPORTATION warm MAMMA. Kimley>>>Horn 0.223101 DAM i 1 . MANAGEMENT AND SMART PARKING ...", WIRELESS ANTENNA DETAIL_r— SYSTEM PREPARED FOR ....FP F... TOWER 41-SITE 05 D-05 PHINE 135-673-2025 I... . .... . CT'OF MIAMI BEACH MAXAMLEA-AMM CCM CA M000696 i.. DAM Br RORIDA em --— , ISO 341, ' f /' '011/Wt /. - tr • • �- M ►;%r y rsllss•,t f S.�,• •''►. ' et —E'—'4,1$ Irl IP' . :.. ' le Al ii / f y-, t f e ii i 1 41-iiiiki.41.44.,*/ . . .,.// ,."-% ,.er;r-?. W.,. --Ig--. -4.,,.. 0 if r, •- � Ii C.,:. 4 ✓�4�I • � f t t43mac , i107 �..tr.. ..#F*,4,b .Y .c t? 44): r0 �fk4 ♦47:/ \ip, 4 s .R 1Kr G •I ,I�I ♦p? / ,d _ )A! I !, . air . 44 f. `,t. � + , ' y ']I]Iit PMNVIFW POINT Kimley>>Horn omaavm INTELLIGENTTRANSPORTATIONARKI a'�^'n° ��%aRna MANAGEMENT AND SMART PARKING ucwO, WIRELESS ANTENNA DETAIL- I— SYSTEM D-06 _I. .2•„ - PREPARED FOR ,..,....'..... PARKVIEW POINT-SITE 06 F •E+mws UR r *M...,HORN COY w 40440596 CITU OF MIAMI BEACH nuc•R •OEC ry ROMA r I I w.,., ;_ ��... '—� r o,�auo�. ,,� '; 1 1,_-,,,,,- ,_. _,„,,„,C,,,,„,, ,,,„../...,,,.:,,,,,,,,t i{ � u �� � THE a I "' I '‘,4` t1s r, Ilii Jr-lir-9 ,, _I AMMO f...�1�1IaI'—II�II (1FI1F a., ...r«..-. – cum i 5 CONCRETE POLE FOUNDATION 9la,-,..,,,.„.„,,,,„, Composite r Y(t e I Camera CnDI! �_ . __- I I Ihi FRONT VIEW 11 C�I CCT V/MVOS OR WIRELESS 1 plaibtT 8 vole v/are i t- 1! — GENERAL NOTES: 1. Cabinet layout is for pole or base mounted Installebons. I 2. All dimensions and stela are approtimele. j I il I;—Communieetlone I {�I� vole open;nq for CeR,not 3. The minimum CCTV e n bot o dimensions shall be 36'H X zaw X zz'D J rl is ErR.aree shall e<Fscrory l^s,,(,+�, a. Conduit entrances are m bottom of cabinet. [ 5. There shall be front and,ear doors.Both doors shall have the hinged side next to the pole when pole mounted. i P00W 8. Cabinet layout represents preferred placement of typical devices.Project-speaflc designs may not Include all C m components Illustrated here. a I I7/fondue R,s<rs (UPo 7. Furnish and install NSS protacoon On all ceding in cabinet. 8. Furnish and Install secondary TVSS protection ion on outlets for equipment 4 (1)Communieotions .cabinet ° Conduit g. Ensure that equipment cabinet is bonded to CCN system pole grounding system. -( FRONT VIEW SIDE VIEW 10.All network communications oondults and dui shell be sealed with approved waterproof dud plugs and seals. is DETAIL A M I1.Pole vaunted cabinets shall be mounted whinges next t0 the pole. 1 9I A It.........t.............INTELLIGENT TRANSPORTATION ' - Kimley»>Hotn asiTAsrm MANAGEMENT AND SMART PARKING R� .aF 1221 81110(0.1.MOVE SUIE 400.mum.it � N IMO SYSTEM CCTV DETAILS D-07 PREPARED FOR ®... MIME 306-471.1.5 I� .a.xrc.Morx carr a�Fnu, CITY OF MIAMI BEACH LICPROFr/ I a. MOON N F e as.. "wNR-MDC OWN, ao1,104.UM — INOTES: I • I MOUNT THE PRESSURIZED CCTV CAMERA WHERE THE CAMERA MORD 1NAVE THE BEST INTENOED VEWINC COVERAGE. 2 THE MOUNTING HEIGHT CAN RE ADJUSTED IN TOE FIELD IF NECESSARY. D. PROVIDE MEW POLE RISER AND WEATOERHEAD WHERE NEEDED. ) A. ALL GROUNDING SYSTEMS SHALL HAVE A RESISTANCE OF 5 OHMS OR LESS 5 PROVIDE ADDITIONAL GROUND ROD AS REQUIRED TO ACHIEVE S OHMS OR LESS = R. GROUNDING AND 1V5S INSTALLATION SHALL MEET THE REWIREMENTS DE FOOT SUPPLEMENTAL SPECIFICATION SECTION 521. E 2 REFER TO THE FDOT INDEX 18105 FOR PEDESTAL MOUNTED CABINET DETAILS. B. SEPARATE CABINET REQUIRED.MOUNT ON UPRIGHT OR ON PEDESTAL I I AL ORM -�}p{� F�p�{ OA]Lf(L Ra _-.it*: 1 I Y 11' -4::::...°V....‘""" El 11 1 ;lI I / 11 t I r f7 / N /ARM,1111101 ORM I; - i____,........-- pitli,,,.f.., ----I el I !LI }U•-I r UNI j L:1 :_..2 �..H II '"'"ISPOR II) B B I , T-'��II-T ri 1 a•_• �.W_J S _- �� I .III I R 1i CCCAMERA k R HETOOTH ASSEM9LY } Ri TV MAST ARM ATTACHMENT OFTAII e..MAR&AMISS,11/./........ ,M✓ 2 J IE (EXISTING MAST ARM MOUNTED) 1 11 DETAIL'A' 12 NNA._.A<r D,DI INTELLIGENT TRANSPORTATION "'"""`ID°'" SHEET NUMREN Kin12 »>Horn 4/12/17 MANAGEMENT AND SMART PARKING OA YCCTV&BLUETOOTH SYSTEM D-08 n nl FI u„, PREPAREDMIAMI R UC P ROF I E INSTALLATION DETAILS I INOLI M,S,PPO,bRI,E. C. a COMM2023 CRY OF MIAMI BEACH t N. RENRws OArt RP -1411.4.C. Rana _MIAMI-DADE COMry FLORIDA um I NOTED GROUNDING NOTES 1. MOUNT THE PRESSURIZED CCN CAMERA WERE THE CAMERA MOULDI LL EXOTHERMIC MELDS SHALL BE INSTALLED PER MANUFACRER = HAVE ME BEST INTENDED VINING COVERAGE. RELOYMENOATWS TU j 2 THE MOUNTING HEIGHT CAN BE ADJUSTED IN THE FIELD IF NECESSARY. 2 THE CONTRACTOR SMALL USE EXOTHERMIC MELD MOLDS j I ALL IDE TIE NG SYSTEMS SHALL t. LERISER AND �AHRESSTAERE NEEDED E OF S OHMS OR RECOMMENDED BY THE MANUFACTURER SPECIFIC TO EACH MELD LESS APPLICATION. 5. PROVIDE ADDITIONAL GROUND RW AS REWIRED TO ACHIEVE 5 OHMS 0R I DIE STRUCTURE SHALL BE CONNECTED TO THE GROUND.°ARRAY. 8. GROUNDING AND MS INSTALLATION SHALL MEET THE REQUIREMENTS a BASE-MOUNTED CABINETS WHICH SUPPORT ITS DEVICES W THE ( FOOT SUPPLEMENTAL SPECIFICATION SECTION DMO STRUCTURE SHALL ALSO BE GROUNDED TO THE COMMON GROUNDING _ X. REFER 0 THE THAT INDEX 16108 FOR PEDESTAL MOUNTED CABINET ARRAY IF ME CABINETS ARE MMI.6L1 FEET Of THE STRUCTURE. fl SEE SUMMARY OF DEVICES FOR CCN CAMERA MOUNTING LOCATIONS A'GROUN0.RE LEADS SHALL BE BONDED TO EQUIPMENT CABINETS 9. SEPARATE CABINET REQUIRED.MOUNT ON UPRIGHT OR CN PEDESTAL INS A COPPER GROUND BAR. EARTH HLLIMRE LOCATED GIME AE Of THE CABINET NTH THE RE TD PROTECTED IN TH 1 A CABLE LUG.LY CONDUCTIVE TO THE GROUND BAR AND M AN ELECTRICALLY CONDUCTIVE COMPOUND DESIdED TO PREVENT OXIDAOON AND CHEMICAL CORROSION. I 5 GROUNDINGMTHE SYSTEM SHALL MEET E REQUIREMENT OF 5 OHMS OR LESS AS MEASURED FROM THE SIGN STRUCTURE USING THE v z Y THREE-POINT GROUND MEASUREMENT TECHNIQUE IF ME 5-OHM 3 REWREMENT IS NOT ME,.LWGER GROUND RODS MAY RE USED OR THE GRWNDIUG ARRAY EXTENDED UNTIL ME 5-CHM REQUIREMENT IS I MET 15.GROOMINGGROOMNG CONDUCTOR SHALL BE BONDED AT TOP AND BOTTOM OF { �e�SMR.® A lv� RIGID GALVANIZED CONDUIT PER.ESC. 1. EMI _ NI I /� �:'n Maw 1 I! r /A men or II x�q� _y 3 III {a 1F . L ��• III R� 4 ,+I•;.: Ifll T-' ,�� T $i I 1 '.III 1 Cyl I .I il } • ��Y Q 1 Ij �..w.,..�M.�,o../� ---- B RI /' NTS DETAIL +��J } N CAMERA h TD RWEOTH ASSEMBLY 61 CCMAST ARM ATTAI.HMFNT fIFTAII a 1IF (EXISTING MAST ARM MOUNTED) 11 DETAIL "A" ��D,D, INTELLIGENT TRANSPORTATION mane 1 Kim ey>>>Horn MANAGEMENT AND SMART PARKING B`a •n�i'T TE RAST CCTV,WIRELESS&BLUETOOTH MAU AS SW.1 ,:TI MI „, P� FOR «Ruana••••• INSTALLATION DETAILS D-09 1— Aw.NU.-How coN N.03Nwow re pi CITY OF MIAMI BEACH LLD PROF I P i w F.,,490. NTC BR nem.n _MAW-DADE COATY FLORIDA em. _— { s i i GROOMING NOTES E% ALL OMERMIC MELDS SHALL BE INSTALLED PER MANUFACTURER p RECO MENDARONS C ME CONTRACTOR SHALL USE EXOMERMC MELD PODS i RECOMMENDED BY ME MANUFACTURER SPECIFIC TO EACH MELD I APPLICATION. A /�M� ' I ME STRUCTURE SHALL BE CONNECTED TO 11E GROUNDING ARRAYBASE—MOUNTED C . DEVIS ON THE ) ../...'—'""".... STRUCTURE SHALLABINETS ALSO BE GRIN M DED TOLWHICH SUPPORT BE E COMMON CRWNOING -- ARRAY IF ME CABINETS ARE MMIN 60 FEET Cf ME STRUCTURE. 1 1/1 L________11Ih - GROUND OIRE ERR SHALL BE BOND LL BE LOCATE CCT INE 'MMA COPPER GROUND BAR.BONG SHALL BE LOCATED ON IN` S ACA Of ME CABINET D T ME EARN MRA TERMINATED D { 1 ��Mf CABLE LUG,BOLTED TO ME GROUND BAR AND PROTECTED MM F] I ���- AN ELECTRICALLY CONDUCTIVE COMPOUND DESIGNED TO PREVENT 11 AN ELECTATION AND Y CONDU IVE OSION MP 5.ME GROUNDING SYSTEM SMALL MEET ME REQUIREMENT OF S 1 I OHMS OR LESS AS MEASURED FROM ME SIGN STRUCTURE USING ME I. lI k6 / EE—PUNT GROUND MEASUREMENT TECHNIWE.IF THE 5—OM ]' Q I / REWIREMENT IS NOT MET,LWEfR GROUND RODS MAY BE USED OR NY ME GROUNDING ARRAY EXTENDED UNTIL ME 5—Glu REWMEYENT IS 1 yy MET. �i I 1 INNING CONDUCTOR SHALL BE BONDED AT TOP ANA BOTTOM OF t{ 1y1L�/ 6 RIGID GALVANIZED CONDUIT PER N.ESC. MI 4 I Y 9( I I ._�. _ __-— MI 3 1 "'.I I\ ((' I f t E I 'NI Nf 1 Y `mM ri "s --mum —�' ERE.'ESS ACCESS PRINT 11fTAll B I (EXISTING MAST ARM MOUNTED) kf F:t F7 z 11 ,NA 010222.nnl INTELLIGENT RM.>m�,aP., j Kim ey>» o Horn D F AND TPA WIRELESS INSTALLATION j RE MMM 6 E r..R.AF. MMS -G mu,2017 00772-DORD AND ASS0010 MS.NC Nmom ier DJ lE _M acm AS"Mom MIAMI LLIGDm... DJ MEWED PON MR P "m DETAILS D-10 CITY OF MIAMI BEACH AW—DAM COMFY ROMOA M TYPICAL MVDS INSTALLATION DETAILS N.T.S. Lc ETP ALLOY 110 COPPER AIR TERMINAL(CLASS II) 1 BOND R ANG TIN-PLATED BARE SCUD COPPER GROUND WIRE TO THE AIR TERMINAL MOUNTING BRACKET. SQUARE CONCRETE POLE ARM TO BE MOUNTED DIRECTLY TO THE POLE. POLE TO BE DRILLED TO ALLOW ACCESS FOR MVOS MVDS CABLING.ENSURE NO ROUGH EDGES AROUND ACCESS SEAL TIGHT POINT TO AVOID CHAFING ABS DAMAGE TO CABLE. ��Bp AWG INDJLATEO ,- INSTALL A GALVANIZED OR STAINLESS STEEL METAL RSICE WIRES)(TIP) '� PLATE WITH GROMMET.DRILL 1'BELOW LENDS LOCATION. TYPE 336S POLE MOUNTED CABINET DRIP LOOP DRILL POLE FOR CABLING ENTRY AVEC TN-PLATED BARE SOLID (1.23')AND UTIUZE GALVANIZED ER GROUNDING WIRE OR STAINLESS STEEL EMBEDDED IN POLE) DISCONNECT PLATE W/RUBBER GROMMET FOR ENTRANCE HOLE S�1EAYN-001144 --"1/(.- ^ 1/2•RGS WITH/2 ANC 11N-PLATED,„.............: (i RE y\ BARE SOLID COPPER GROUNDING WIRE 1 CONDUIT(35TEAP5 ��II E X11 5 VARIES CABINET TO BE - 1 PER MANUFACTURER'S ATTACHED BY REQUIREMENTS OTHER METHODS THAN BANDING MEW ROTATED 90' It CABINET TO BE PANEL BOARD(IF REQUIRED) Si ATTACHED BY 1'RGS TO DISCONNECT 1•-RG,S FOR ITS DEVICES OTHER METHODS (3-(8 AMC INSULATED ON 50 OF 1-75(SEE PLAN SHEETS) ! THAN BANDING SERMCE VIRES) 2• L,\,i GROUNDING BUSHING GROUNDING NOTES STAT LESS STEEL I4 %L•GROUNDING BUSHING dd7 CONDUIT STRAP$ III 1,•LB 25•CROUNQNG BUSHING 1•ALL EXOTHERMIC MELDS SHALL BE INSTALLED PER MANUFACTURER (3'C-C RECOMMENDATIONS ZCONDUIT E ,E2 AMC RN-PLATED 2.THE CONTRACTOR SHALL USE EXOTHERMIC WELD MOLDS BARE SOL1D 1 RECOMMENDED BY THE MANUFACTURER SPECIFIC TO EACH MELD TI 7 COPPER WRE 1APPLICATION.MOLDS SHALL BE APPROVED BY E MANUFACTURER LOCATION AND NUMBER 4'TOS FOR/2 AWG SOLID CONDUCTOR MIRE. OF PULL BOXES VARIES. 3.THE STRUCTURE SHALL BE CONNECTED TO THE GROUNDING ARRAY. (SEE PLAN SHEETS)I - BASE-MOUNTED CABINETS WHICH SUPPORT ITS DEVICES ON TIE STRUCTURE SHALL ALSO BE GROUNDED TO TIE COMMON GROUNDING H ., _ i�_ M / ARRAY IF THE CABINETS ARE WITHIN 60 FEET OF THE STRUCTURE ',E27%,„..„,,' '' - TILT RO ACCE 5 RO OF 4.IF ELECTRICAL SERVICE DISCONNECT IS NOT MOUNTED TO A > `�v ==1 1—:I I I- CABINET INNSSULATTED TIGHT SERVICE SHRN LOCATED TONNED VARE LEADS SHALL BE E SIDE OF E NEM IISCONNECT.NDWITH A I UTI—1 I—I I' m - SBR )(TSR) a 111-I I _ I — '.' ,111,1 SHALL BE PROTECTED LEITH NO-OX COMPOUND. m -111-11-1 I -1 I I .c':H;,. 1-111-1I - 1.I25n" BRAS OPTIC e40.VARIES) 5.WITH A BURNDYECLAMPH«+0 SHALL BE LOCATEID ONT HE BADE OF _'4.; ,.....4 THE CABINET AND SHALL BE PROTECTED WMTi NO-OX COMPOUND. " POLE SHALLINCLUDE B'(TAIL)OF/2 AVEC 6.THE GROUNDING SYSTEM SHALL MEET THE REQUIREMENT OF S F NOTES j 4'. TN-PLATED BARE SOLID COPPER OHMS CR LESS AS MEASURED FROM THE SON STRUCTURE USING THE GROUNDING'VIRE THREE-POINT GROUND MEASUREMENT TECHNIQUE.IF THE 5-OHM 1. SETUP VIRTUAL SPEED PAIRS ACCORDING TO THE CLASS NS REQUIREMENT IS NOT MET,LONGER GROUND RODS MAY BE USED OR REQUIREMENTS OF THE MVI)S USERS MANUAL. Amax (NON-STRUCTURAL) NTS GROUNDING ARRAY EXTENDED UNTIL THE S-OHM REQUIREMENT IS 2.POLE MOUNTED CABINET TO BE ORIENTED PER THE PLANS. •GROUNDING ROD(( MINIMUM) I (IX D OR DDD A (20'20'L GROUND 7.GROUNDING CONDUCTOR SHALL BE BONDED AT TOP AND BOTTOM OF '( ROOS TO ACHIEVE 5 OHM RESISTANCE) RIGID GALVANIZED CONDUIT PER N.E.SC. I04022310,' INTELLIGENT TRANSPORTATION "'•..^'""" Kimley»>Horn .A MANAGEMENT AND SMART PARKING xa •�s� SYSTEM A. 1]• R.�o00.R"04 �� PREPARED FOR UC Pqm� MVDS MOUNTED DETAIL D-11 2 0. 00200w OAR: F W"'"0i'-1p1 M.COi Cl 4°0°°°°° �.. _OI CA C cwH CITY OF MIAMI BEACH A WIRELESS ACCESS POINT (WAP) DETAIL 1 N.T.S. T COP MR TERMINALIN'ETP ALLOYAL(C 10 II)ER BOND/2 ABS TIN-PLATED BARE SOLID I COPPEGROUND WIRE TO THE MR 1 TERMINAL MOUNTING BRACKET. = DRIP LOOP WAP(IF REQUIRED.SEE PLAN SHEET) N 1-1 ARM TO BE MOUNTED DIRECTLY TO THE POLE. POLE TO BE DRILLED TO ALLOW ACCESS FOR MWS CABUNG ENSURE NO ROUGH EDGES AROUND ACCESS ((3C yySB6EAL TIGHT PONT TO AVOID WAP INSTALL A GALVANIZED NOR SG TAINLESS STEEL MDAMAGE TO ETAL SERVICE PARES)(T1?) AWG INSULATED I r 1 ')11 PLATE WITH GROMMET.DRILL 1'BELOW MWS LOCATON. 8 I TYPE 3365 POLE MOUNTED CABINET DRIP LOOP DRILL POLE FOR CABLING ENTR 2 AMC TN-PLATED BARE SOLID _ (1.25)AND UTUZE GALVANIZED OPPER GROUNDING WIRE OR STAIN ESS STEEL EMBEDDED IN POLE) DISCONNECT PLATE W RUBBER NROMMET FOR EN ANCE HOLE STEP-DOWN ( 1/2-RCS WITH/2 AWG TN-PLATE)SOLID COPPER ( (IFANSFORMER REQUIRED) GROUNDING WIRE �� EI SQUARE CONCRETE POLE • 1 s_I` CABINET TO BE ATTAOHED CONDUIT STRAPS gt VARIES BY NETHODS OTHER (3 C-C) VIEW ROTATED 90' b 1 PER MANUFACTURER'S THAN BANDING REQUIREMENTS 11 II) 2'GROUNDING BUSHING 2.RGS TO DISCONNEC 5 E D GROUNDING BUSHING I 2 GROUNDING BUSHING )1 ,�� GROUNDING NOTES: 9, STM LESS STEEL L71_• z'LB CONDUIT r CONDUIT SI RAP$) 1.ALL EXOTHERMIC MELDS SHALL BE INSTALLED PER MANUFACTURER §i (3'C-C) ,` RECOMMENDATONS P Q AWG TN—PLATED BARE I 2.THE CONTRACTOR SHALL USE EXOTHERMIC WELD MOLDS SOLID COPPER WIRE ` RECOMMENDED BY THE MANUFACTURER SPECIFIC TO EACH WELD 11 \ APPLICATOR.MOLDS SHALL BE APPROVED BY THE MANUFACTURER x 4'TO \ , FOR/2 AMC SOUD CONDUCTOR WIRE. s 1 3.THE STRUCTURE SHALL BE CONNECTED TO THE GROUNDING ARRAY. BASE-MOUNTED CABINETS WHICH SUPPORT ITS DEVICES ON THE g STRUCTURE SHALL ALSO BE GROUNDED TO THE COMMON GROUNDING 9i _ T�• ' uIG _R,—111111 ARRAY IF THE CABINETS ARE WITHIN 60 FEET OF THE STRUCTURE. III—III— —�i. i„� —I I I I „ye.;•(A IO QU 4. TOUND WIRE LEADS SHALL BE BONDED TO EQUIPMENT CABINETS . IN Ig'� 1 .7: — -._ SEAL TGEIT W SEKTIGHT ) WITH A COPPER GROUND BAR.BOND SHALL BE LOCATED ON THE INSIDE 1. —III -_ _ A'" 4:'II EI I� f 1�)NI SULATED SERVICE A C�CyryC LLYOCTHE IONDTO THE GROUND BAR UCTIVE COMPOUND DESIGNET WTI THE EARTH IMRE NEDRTO TERMINATED ,t III-I II _ ' _ _ OXIDATION AND CHEMICAL CORROSION. i I -III-I I-III-III :•..1%t,c.,I-III-I I - I--FlBESOSER(NO VARIES) 5.THE GROUNDING SYSTEM SHALL MEET THE REQUIREMENT OF 5 tt CA OHMS OR LESS AS MEASURED FROM THE SIGN STRUCTURE USING THE ull I THREE-POINT GROUND MEASUREMENT TECHNIQUE.IF THE 5-OHM .`.... POLE SHALL INCLUDE 6TAIL OF p ANC1 REQUIREMENT IS NOT MET,LONGER GROUND RODS MAY BE USED ORY TN-PLATED BARE SOLID ER•`:' GROUNDING WIRE TEE GROUNDING ARRAY EXTENDED UNTL THE 5014 REQUIREMENT IS 's:A. MET. 5M D�r 0�Ilail 11 CLASS NS 6.GROUNDING CONDUCTOR SHALL BE BONDED AT TOP AND BOTTOM OF F i - - (NON-STRUCTURAL) RIGID GALVANIZED CONDUIT PER N.E.S.C. 9r GROUNDING 20'MINIMUM) S 1} (EXTEND OR ADO DVE�OIO AL GROUND D) 1 M RRR ,n, i]]r Dt INTELLIGENT TRANSPORTATION MEN=^°' Kim ey»>Horn UbAnon MANAGEMENT AND SMART PARKING Dana, WIRELESS ACCESS POINT � AS MON SYSTEM NICKELL AVENUE.SLATS sal WAYS FL EP <..m...a (WAP)DETAIL D-12 3— uv..A..,,PH..303-413-202S E.-w.x cau a 00000.Muu, PREPARED FOR ,CRY OF MIAMI BEACH UC CVO A A SE+va,S DAR IR eon _THAM-DARE DDM rl R.DRIDA.8 ____ PSEMP for Miami Beach ITS and SPS Appendix 7: RTVM (to be developed by DBOM Firm) February 2019 Appendix APPENDIX B: PROJECT ORGANIZATION B - 1 ORGANIZATIONAL CHART DesigHnn,B lid,Open tion,and Malnt nce Services for an CITY OF MIAMI BEACH Imelllgem Tr nsportadon System(RS)and Smart parking System(SPS) RFQ No.2016-199-KB MIAMI BEACH KIMLEY-HORN AND ASSOCIATES TransCore Prime Contractor' DESIGN CONSTRUCTION INTEGRATION and TESTING LEAD DESIGNER SIGNAL TRANSCORE TRANSCORE SOFTWARE WIRELESS BCC ENGINEERING TECHNOLOGY INC. IBI GROUP SIMREX WIRELESS TMC DESIGN SOFTWARE SIMREX ASC LOGIC 181 GROUP OPERATIONS AND MAINTENANCE TMC OPERATIONS AND ITS SOFTWARE MAINTENANCE MAINTENANCE IBI GROUP TRANSCORE APPENDIX C: DBOM FIRM PROPOSAL C - 1 RESPONSE TO REQUEST FOR PROPOSALS (RFP) FOR: DESIGN, BUILD, OPERATION, AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM (ITS) AND SMART PARKING SYSTEM (SPS) RFP NO. 2016-199-KB i 111 0lik P\t t `.'. #► ` " a : -.6. k 1 . . .1 , ! -,1r 4 . 1 serv, . , ''' :,vy'.'wrE " cl,m'E , . _ 41111t1P.1 _;,--; i A L. n ''''', 41a. '.* _....,....,..a. 1. ,t t- , ,• . • ,"- . ;... . ; , ..} ... ,4,-„;--' •,yW ;r v:><.. Vit. t SUBMITTED BY: « t I. : L p TR/VcLciERE. all •• engineering D GD . 111 TAB 1 • EXECUTIVE iSUMMARY ., y '. t ll�l f ' m MI w.046.__. - N1 0 VI VI Mfg 6..T tw...�. f-. ��w .� err 0u^a�w.w.�� allf r OS 7-6 -c .' e y ..... t .. " .:'' !SPS' . !. . �� `' - _ —moi GG c. . # 1 ..6 all PI I It- - + ,Nil s' 116' M■ ■m' . 4. .I- .+s. _# iiI �; ■■ ■ • UM win c. L F ratili- ,,,, . _ I . i 111 . . .1 .% At 1 „ . jr r .,, I ic - ; 4* in i - - "ii Ail . • , , or di . 0 � ��' ! / : — 1, j F 1 4- V. ei. 4...:...-..... 1 , ... , , 4 .,, . . .-I r 1. Cover Page, Letter, and Table of Contents • 2. Organizational Chart •3. Minimum Requirements •4. Response Certification, Questionnaire and Requirements Affidavit (Appendix—A) 1 .1 Cover Page, Letter, and Table of Contents Tab 1: Executive Summary I Response to Request for Proposals(RFP) No.2016-199-KB pass«ano with for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TI?ANSE� and Smart Parking System (SPS) GRE. al '_. -,, eng reenrg Emit, Ms. Kristy Bada November 23, 2016 Contracting Officer II City of Miami Beach Procurement Department 1700 Convention Center Drive Miami Beach, Florida 33139 Subject: RFP No. 2016-199-KB: Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS)and Smart Parking System (SPS) Dear Ms. Bada: TransCore ITS, LLC(TransCore), as your prime contractor, along with our lead design partner, BCC Engineering, Inc., is privileged to submit our qualifications for the City of Miami Beach's review for the subject Intelligent Transportation and Smart Parking System DBOM.TransCore is the nation's largest firm providing Intelligent Transportation Systems(ITS)solutions and we are a uniquely-qualified company specializing in ITS design-build programs. TransCore is pre-qualified as both an ITS Contractor and ITS Professional Services provider in the State of Florida.As such,we are very well positioned to provide the complete turnkey services to design and implement your program for this first phase to improve the transportation decision-making within the globally-attractive destination of Miami Beach. TransCore's resume includes being the first and only ITS DBOM provider in Florida as the prime contractor for the 1-10/1-110 ITS DBOM in Pensacola, which is still on-going in earnest with continuous operations and maintenance (O&M)into 2018 and beyond.Additionally, and highly important to this Miami Beach program, is that TransCore has been providing ITS maintenance for the infrastructure for FDOT District 6 throughout Miami-Dade and Monroe Counties for the past 15-plus years. There will be no learning curve in selecting TransCore to deploy and maintain the City of Miami Beach's ITS and Smart Parking infrastructure! TransCore recognizes the importance of partnering and teamwork and so we are proud to present our key team members along with our experience in this qualifications package. TransCore's lead designer, BCC Engineering, will showcase their engineering acumen and their aesthetic design to ensure that the ITS and Smart Parking systems are scaled to blend into the physical environment that makes Miami Beach unique. The TransCore team also includes Serco, for the operations phase which will be co-located at the SunGuide Transportation Management Center(TMC)at FDOT's District 6, along with Park Assist to bring the innovative parking solutions that the City of Miami Beach expects. TransCore understands your expectations. Firstly, how aesthetics in ITS needs can be incorporated evidenced by The Marlin entering ,, the Florida Keys; a TransCore original! Secondly, in regards to the SunGuide TMC,we know that the City of Miami Beach is looking for AI%. expertise in TMC deployment and TransCore's design-build portfolio 1? % - ,1 includes the recent build-out for District 6's retrofit and upgrade which -; , ' expanded the video wall and re-designed the consoles for current ,f' = - operations.Thirdly, a local, known team! On behalf of TransCore and our team of subconsultants, I greatly appreciate your consideration for selection on this important contract, and we look forward to expanding upon these key elements during Phase II. Sincerel,, � 1 ,1to Patrick S o Senior Vic- - sident, Managing Director 1.1 Executive Summary-Letter Tab 1-Page 2 Response to Request for Proposals(RFP)No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRANSCORE. Table of Contents Tab 1 Executive Summary Page(s) 1. Cover Page, Letter, and Table of Contents 1 —3 2. Organizational Chart 4 3. Minimum Requirements 5—6 4. Response Certification,Questionnaire& Requirements Affidavit(Appendix A) 7—13 Tab 2 Qualifications of Prime Proposer 1. Organizational Narrative 1 —6 2. Similar Experience 7—16 3. Financial Capacity 17— 18 4. Capacity to Manage and Implement Project 19—21 Tab 3 Qualifications of Key Team Member Firms 1. Organizational Narrative 1 — 14 2. Similar Experience 15—59 Tab 4 Qualifications of Key Project Personnel 1. Key Project Personnel 1 —68 2. Certifications 69—72 Tab 5 Prior Work History as a Team 1. Prior Work History as a Team 1 —7 Appendix Additional Support Documentation 1. FDOT Prequalifications 1 —8 2. Licenses and Certifications 9—22 1.1 Executive Summary— Table of Contents Tab 1—Page 3 1 .2 Organizational Chart Tab 1: Executive Summary II Desiggn,Build,Operation,and Maintenance Services for an TRNYSaNE t CITY OF MIAMI BEACH Intelli:entTrans•.rtations m ITS and Smartl+arkio-. stem sps ORGANIZATIONAL CHART RFO No.2016-199-KB MIAMI BEACH TRNVSWRE. . serc0 AS ■ • Srt;/zt z %,1,11: KIMLEY-HORN AND ASSOCIATES CEI IRA TransCore ITS 'PRINCIPALS-IN-CHARGE a ASC BCC Engineering,Inc. ASC ASC-logic Roger Marrero(TRA) Q HWA Hoffman Weisman&Associates OVERALL PROJECT MANAGER SIM Simrez Corporation Anel Millan,PE(BCC) Li_I SER Serco Peter S.Eugene(TRA) 1,...„, PA Park Assist MGV Manuel G.Vera&Associates,Inc HOES He Engineering Services.Inc. GA!OC ENGINEER-OF-RECORD LEAD DESIGNER Luis Rodriguez.PE(8CC) Roadway FOR FUTURE SERVICES(AS NECESSARY) Chaoxi Ling,PHD,PE(8CC) Erik Spillman.PE(BCC) Arturo Espinosa,CCNA,CCNP(BCC) •Choice Engineering Consultants •SPACEEK Structures DESIGN ' CONSTRUCTION LEAD DESIGN TEAM CONSTRUCTION I INTEGRATION ITS PLANS CONTRACT DOCUMENTATION MISCELLANEOUS STRUCTURES CONSTRUCTION MANAGER De TMC CONSOLE SOFTWARE Enk Spillman.PE(8CC) RTVM,PSEM Joan De La Rosa,PE(BCC) Charles Napolitano(TRA) Hugh Stetter,PE,PTOE(ASC) Arturo Espinosa,CCNA,CCNP(BCC) Erik Spillmann.PE(BCC) Hugo Altiman,PE(BCC) WIRELESS Julio C.Natareno.PE(ASC) Arturo Espinosa,CCNA.CCNP(BCC) Carlos Dillon.El(BCC) Frank Neuperger(SIM) TEST PROCEDURES/EXECUTION NETWORK INTEGRATION Arturo Espinosa,CCNA,CCNP(BCC) TEMPORARY TRAFFIC CONTROL TRAFFIC MANAGEMENT CENTER SMART PARKING SYSTEM(SPS) Matthew Weisman,PE(HWA) PLANS(TTCP) (TMC)INTEGRATION Darrell Brantley(PA) Arturo Espinosa,CCNA.CCNP(8CC) Hugh A.Stetter,PE.PTOE(ASC) Oscar Oliva,PE(BCC) Hugh A.Stetter,PE,PTOE(ASC) Mitchell Moe(PA) PARKING MANAGEMENT ADAPTIVE TRAFFIC CONTROL Liduan Mendez.El(BCC) Julio C.Natareno,PE(ASC) Zac Allen(PA) SOFTWARE INTEGRATION Darrell Brantley(PA) (Optional) GEOTECHNICAL SURVEYING AND MAPPING WIRELESS DESIGN Mitchell Moe(PA) Matthew Weisman,PE(HWA)John(Jack)Hoffman,PE(HWA) Hernando Ramos.PE(HRES) Manuel G.Vera,Jr.,PSM(MGV) Frank Neuperger(SIM) Zac Allen(PA) ADAPTIVE TRAFFIC PARKING MANAGEMENT TEST PROCEDURES SIGNAL CONTROL(ATSC) Arturo Espinosa,CCNA,CCNP(BCC) Arturo Espinosa,CCNA.CCNP(BCC) (Optional) Matthew Weisman,PE(HWA) Matthew Weisman,PE(HWA) Matthew Weisman.PE(HWA) Hugh A.Stetter.PE,PTOE(ASC) Dacha Quintana.PE(BCC) OPERATIONS MANAGER MAINTENANCE MANAGER Joseph Snyder(SER) Carlos Rolon.EE(TRA) UTILITY AND SUE COORDINATION Muhammad Mansoor(SER) Can Smith(TRA) (Deputy) (Deputy) Pedro Ugas(BCC) r.z Fr�<,ma s•,•�,. r avo,.o„o�m cno,r r. �.i 1 .3 Minimum Requirements Tab 1: Executive Summary Response to Request for Proposals(RFP) No. 2016-199-KB In °°°"°''°""'h' MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) T,.,vcrWRE. 'I and Smart Parking System (SPS) 1.3 Minimum Eligibility Requirements The TransCore Team is fully qualified to provide the scope of services outlined in RFP 2016-199-KB. We have submitted detailed verifiable information affirmatively documenting compliance with each minimum requirement. Our team has worked on numerous similar projects and our key personnel have the expertise to successfully design, build, operate and maintain the City of Miami Beach's Intelligent Transportation Systems and Smart Parking Systems projects. Briefly outlined below is our response to each requirement. The TransCore Team has provided services similar on a national level to more than one public sector agency within the last five years. Details about our similar experience, key personnel, and certifications can be found in Tab 2—Qualifications of Proposing Firm, Tab 3— Qualifications of Key Team Member Firms and Tab 4 Qualifications of Key Project Personnel. 1. Each of following ITS project components shall have been provided, by the Prime Proposer or a Team Member Firm, to at least one public agency in the last five years. Submittal Reauirement: Project name and location; project description; original and final contract duration,original and final cost of the project; date of completion, owner's representative and contact information; role in project. Specific project details are provided in Tabs 2 and 3. i. Design Services • City of Aventura—ITS Power Restoration and HDIP NMS System Upgrade • Miami-Dade Expressway Authority(MDX)—SR 836 Operational Improvements (MDX-83628) • FDOT District 6—SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange Improvements, Section 5—Design-Build Project • FDOT District 6—Transportation Management Center(TMC)Control Room Retrofit ii. Construction Services • FDOT District 6—SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange Improvements, Section 5—Design-Build Project • City of Aventura—ITS Power Restoration and HDIP TVMS HDIP Upgrade • MDX—SR 836 Operational Improvements(MDX-83628) • Port of Miami Tunnel GTS iii. Integration Services • FDOT District 6—SR 826 (Palmetto Expressway)/SR 836(Dolphin Expressway) Interchange Improvements, Section 5—Design-Build Project • FDOT District 6—Transportation Management Center(TMC)Control Room (Video Wall) Retrofit • City of Aventura—ITS Power Restoration and HDIP TVMS HDIP Upgrade • 1-95 Express DMS and Toll Sign Panel Replacement Project • Port of Miami Tunnel GTS iv. Operations Services • FDOT District 3—1-10/1-110 Freeway Management System (FMS)and RTMC D/B/O/M • Georgia Department of Transportation (GDOT)—Statewide TMC Operations • Alabama Department of Transportation—TMC Operations for the Birmingham Traffic Management Center(TMC) • City of San Francisco(Municipal Transportation Authority) • Hong Kong Tunnel Operations v. Maintenance Services • FDOT District 3—1-10/1-110 Freeway Management System (FMS)and RTMC D/B/O/M • FDOT District 6—ITS Maintenance 2. The Prime Proposer or team member of the Proposing Team shall be pre-qualified by FDOT in the following work types: 6.3.1 (ITS Analysis and Design), 6.3.2 (ITS Implementation), 6.3.3 (Intelligent Transportation Traffic Engineering Systems Communications), and 6.3.4(ITS Software Development). The Prime Proposer or at least one member of the Proposing Team shall have on their team members pre-qualified by FDOT in the following work types: 6.2(Traffic Signal Timing), 7.3 (Signalization), and 13.7 (Transportation Statistics). 1.3 Executive Summary—Minimum Requirements Tab 1—Page 5 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) tit TR/1iv�5JRE. reff Submittal Reauirement: The Prime Proposer(its own or one of the members of the Proposing team) shall submit certification of prequalification by FDOT. Copies of FDOT Pre qualification Letters have been provided in the Appendix tab. 6.3.1 (ITS Analysis and Design), 6.3.2(ITS Implementation), 6.3.3 (Intelligent Transportation Traffic Engineering Systems Communications), and 6.3.4(ITS Software Development): • TransCore ITS, LLC. • BCC Engineering, Inc. • ASC-Logic, Inc. • Hoffman, Weisman &Associates, Inc. 6.2 (Traffic Signal Timing): • TransCore ITS, LLC • BCC Engineering, Inc. • Hoffman, Weisman &Associates, Inc. 7.3 (Signalization): • TransCore ITS, LLC • BCC Engineering, Inc. • ASC-Logic, Inc. • Hoffman, Weisman &Associates, Inc. 13.7 (Transportation Statistics): • BCC Engineering, Inc. 3. The Prime Proposer or team member of the proposing team shall have successfully delivered or renovated a minimum of one Traffic Management Centers nationally, involving at least one installation involving of a video wall display in the last five years. Submittal Reauirement: Project name and location; project description; original and final contract duration, original and final cost of the project; date of completion,owner's representative and contact information; role in project. Specific project details have been provided in Tab 2. • FDOT District 6,Transportation Management Center(TMC)Control Room—Project included expansion of the existing video wall, replacing all consoles with new consoles, replacing workstations and two-way radio system, modify the equipment room and addition of new service panels. 4. The Prime Proposer or team member of the proposing team shall have at least one (1) member holding a current Miami-Dade County Electrical Contractor License or a State of Florida Certified Electrical Contractor License, or both. Submittal Reauirement: Submit a copy of the Miami-Dade County Electrical Contractor License or State of Florida Certified Electrician License, or both. TransCore LLC, ITS is registered as a State of Florida Certified Electrical Contractor, License No. EC0002393. Copies of all applicable licenses have been provided in the Appendix tab. 5. The Prime Proposer or team members of the proposing team shall have successfully delivered at least one Smart Parking System project in the past five years. Submittal Requirement: Project name and location; project description; original and final contract duration, original and final cost of the project; date of completion, owner's representative and contact information; role in project. Specific project details have been provided in Tab 2. • Hard Rock Stadium SunPass plus Parking System 1.3 Executive Summary-Minimum Requirements Tab 1-Page 6 1 .4 Response Certification, Questionnaire & Requirements Affidavit (Appendix A) Tab 1: Executive Summary Solicitation No: Solicitation Title: 2016-199-KB Design, Build, Operate, and Maintain Services for an Intelligent Transportation System (ITS)and Smart Parking System (SPS) Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 Kristybada@miamibeachfl.gov PROPOSAL CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness,responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: TransCore ITS, LLC No of Years in Business: 44 No of Years in Business Locally: 20 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS): 150 4th Avenue North CITY. Nashville STATE: TN ZIP CODE: 37219 TELEPHONE NO.: (615)988-9981 TOLL FREE NO.: N/A FAX NO.: (615)251-0114 FIRM LOCAL ADDRESS: 3901 Commerce Parkway CITY. Miramar STATE: Florida ZIP CODE: 33025 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Patrick Shortal, PE ACCOUNT REP TELEPHONE NO.: (954)342-0690 ACCOUNT REP TOLL FREE NO.: (305)992-3037 ACCOUNT REP EMAIL: Patrick.Shortal@TransCore.com FEDERAL TAX IDENTIFICATION NO.: 94-3198006 The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. 21 RFP 2016-199-KB Tab 1 —Page 7 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling,and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates None. 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name,2)Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. This information has been provided at the end of this Affidavit. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-.erformance by any public sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub- consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Not applicable. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. This information has been provided at the end of this Affidavit. 22 RFP 2016-199-KB Tab 1—Page 8 O. Q • ... • amondod. Furthor information on the Living Wage requirement is available at 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners,as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners`or to domestic partners of employees? X YES NO c. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and 22 1 RFP 2016-199-KB Tab 1 —Page 9 submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e- procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confine Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 pS Addendum 3 Addendum 8 Addendum 13 ( Addendum 4 Addendum 9 Addendum 14 c's Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. 24 RFP 2016-199-KB Tab 1—Page 10 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award,or in failing or refusing to make any award pursuant to such Proposals,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals,and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation,the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses.At that time,all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. 25 1 RFP 2016-199-KB Tab 1-Page 11 In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Patrick M aortal, PE Senior Vice President, Managing Director Signature of P ,pose • . "tho' -d Representative: Date: (� ` 41/4 November 23, 2016 State of FLORIDA ) On this 23rd day of November ,2016,personally appeared before me Patrick Shortal,PE who County of Miami-Dade ) stated that (s)he is the Senior Vice President of TransCore ITS, LLC , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: / n,s. 4. ,:ti CARINA DOMINGUEZ fi/Id) •' CARINAMY COMMISSION#FF967067 • EXPIRES March 02.2020 14c,);14.41,%.3Flnnt4MMMrys.....car 26 RFP 2016-199-KB Tab 1—Page 12 I Response to Request for Proposals(RFP) No. 2016-199-KB no:s«mbnwan: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/�►vJ�-LIRE. ecq roe�r9 1.4 Response Certification, Questionnaire& Requirements Affidavit (Appendix A) 3. Reference & Past Performance (as required by item #3 in the Proposal Certification, Questionnaire, & Requirements Affidavit); requirement to submit three (3)project references 1) FDOT District 3 1-10/ 1-110 FMS and RTMC Design/Build/Operate/Maintain (DBOM); Pensacola, FL a. Client: FDOT District 3 b. Value: $34M c. Contact: Lee Smith, District ITS Program Manager/Assistant District Traffic Operations Engineer d.Address: 1074 Highway 90, Chipley, FL 32428 e. Phone:(850)638-0250 f. E-mail: Lee.Smith@dot.state.fl.us 2) MDX SR 836/SR 112 Open Road Tolling (ORT) Implementation; Miami, FL a. Client: Miami-Dade Expressway Authority (MDX) b. Value: $22M c. Contact: Juan Toledo, PE, Director of Engineering d.Address: 3790 NW 21st Street, Miami, FL 33142 e. Phone:(305) 637-3277 ext. 2115 f. E-mail:jtoledo@mdxway.com 3) FDOT District 6 ITS Maintenance; Miami-Dade and Monroe Counties, FL a. Client: FDOT District 6 b. Value: $17M c. Contact: Omar Meitin, PE, District Traffic Operations Engineer d.Address: 1000 NW 111th Avenue, Miami, FL 33172 e. Phone:(305)470-5100 f. E-mail: omar.meitin@dot.state.fl.us 6. Code of Business Ethics Pursuant to City Resolution No.2000-23879, the TransCore team states hereby that it shall adopt the City of Miami Beach's Code of Business Ethics ("Code")and will comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 1.4 Executive Summary-Response Certification,Questionnaire&Requirements Affidavit(Appendix A) Tab 1 -Page 13 Ly TAB 2 • QUALIFICATIONS OF PRIME PROPOSER s. . - - D . co N ' kap r ••••00600.0......, ,- , 4/ 11,1., Ri i. v 1/. N-a .J-� / ./,_: ,/e ..-ter --' ' ..viCR'S'� ,: 1. Organizational Narrative • 2. Similar Experience • 3. Financial Capacity •4. Capacity to Manage and Implement Project 2.1 Organizational Narrative Tab 2: Qualifications of Prime Proposer Response to Request for Proposals(RFP) No. 2016-199-KB joss«meowm. for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/1NSWRE. and Smart Parking System (SPS) g y 2.1 Organizational Narrative About TransCore Transportation systems affect our lives everyday—the logistics systems that expedite bringing goods to market, traffic systems that monitor intersections, or Radio Frequency Identification (RFID)technology that enables wireless toll payments and simple access systems for secure complexes. For more than 80 years, TransCore has specialized in developing innovative transportation solutions that support government agencies and private firms around the world. OUR HERITAGE—Our history of supporting the transportation industry 1 dates back to the early 1930s supporting operations on the United i+ .� ,. � States'first toll road in Pennsylvania as well as the development of Radio Frequency Identification (RFID)transportation applications at Los Alamos i National Labs in the 1980s to implementation of the nation's first electronic "*- toll collection system. The breadth of the company's expertise includes toll, � traffic management, Intelligent Transportation Systems (ITS), customer Penn Turnpike Commission was service centers, ITS construction, systems integration, design consulting, the first toll road in the U.S. operations, maintenance, and RFID manufacturing. TODAY—TransCore has transportation installations around the world. We develop and maintain nearly half of all U.S. toll lanes; and are the nation's largest firm providing Intelligent Transportation Systems (ITS) solutions. Our partner RTA Dubai was honored with the 2015 Hamdan Bin Mohammad Award for Smart Government for"Best Service Centre," and also received the 2014 IBTTA Toll Excellence Award in Technology for its expansion of the Salik Toll System. Our Midtown in Motion Adaptive Signal Control System in New York City earned the International Road Federation's Global Road Achievement Award for excellence in intelligent transportation systems (ITS)and traffic management in 2013. In 2015, Engineering News-Record (ENR) ranked TransCore No. 119 out of the Top 500 Design Firms. TransCore ITS, LLC (FEID No. 94-3198006), has been incorporated for 44 years providing full services to the transportation industry and is one of the largest ITS companies in the world.Additionally, TransCore is a wholly owned subsidiary of Roper Technologies (ROP: NYSE)thus having the backing of an S&P 500 company. TransCore's organization structure is aligned into four business segments with the breadth of TransCore's expertise in ITS design, implementation & integration, tolling system integration, traffic management solutions, and customer service centers including operations and maintenance. TransCore currently has a staff of over 1,800 people in 60 offices across the country. The Florida region has more than 300 professionals providing a full range of intelligent transportation services from eight offices located in Miramar, Fort Myers, Tampa, Orlando, Chipley, Tallahassee, Jacksonville and Pensacola. TransCore's South Florida operation, based in Miramar, FL, will provide a dedicated and experienced project staff who understand the issues surrounding ITS planning, design and deployment. TransCore has long been active with Florida Department of pre-Qualification Work TransCore Transportation (FDOT) ITS projects from Monroe County Classes and Work Groups ITS and as far north as Pensacola having provided ITS services 6.2—Traffic Signal Timing 4 for every District in the State including on-going work in Districts 1, 2, 3, 4, 5, 6, 7 and Florida's Turnpike Enterprise 6.3.1 —Intelligent Transportation and the Miami-Dade Expressway Authority (MDX).The System Analysis &Design Miramar office will serve as the lead office and is staffed 6.3.2—Intelligent Transportation Systems Implementation with supervisors acutely aware of the current conditions 6.3.3 IntelligentTransportation and construction requirements for Cityof Miami Beach ITS Traffic Eng. Communicatios and Smart Parking DBOM. TransCore is uniquely qualified 6.3.4—ITS Software as both an ITS Contractor and ITS Professional Services Development provider in the State of Florida. 7.3—Signalization 2.1 Qualifications of Prime Proposer-Organizational Narrative Tab 2-Page 1 Response to Request for Proposals (RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services t� MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/1/VSCO2E. siq reeerg Organizational Leadership TransCore's regional leadership team for this ITS and Smart Parking DBOM program for the City of Miami Beach consists of Patrick Shortal and Roger Marrero. Mr. Shortal is the top administrative leader for TransCore in Florida. Mr. Roger Marrero is the area manager for TransCore in South Florida and will serve as Project Principal for this DBOM program for the City of Miami Beach. Mr. Patrick Shortal, PE (TransCore)As Senior Vice President, Mr. Shortal is TransCore's Managing Director for all business segments for Florida and the Southeast Region. Mr. Shortal has served in both the public and private sectors across over 24 years of transportation engineering experience in Florida, including working as Chief-of-Engineering for PortMiami until 2012, and with the Florida Department of Transportation (FDOT) in the 1990s. Over the past decade, Mr. Shortal has managed design-build and alternative delivery of several public-private partnerships (P3) projects, as well as various open-road tolling conversions and intelligent transportation system programs throughout Florida. Mr. Roger Marrero (TransCore)As Vice President, Mr. Marrero is responsible for overall operations in the South Florida area for TransCore with lead office located in Miramar, Florida. He will serve as a Project Principal for this project, providing support as necessary to the project management team. With over 15 years of experience in ITS and construction management, as well as seven years of experience specifically with District 6 as a former ITS System Engineer and ITS Operations Engineer, Mr. Marrero understands the time constraints that Project Managers face when managing ITS projects. He directs and advises TransCore's design-build projects throughout the state of Florida and his background includes project management, design, integration, maintenance, and operations of ITS projects. Top Contracts/Engagements (over last 3 years in Florida) 1) MDX SR 836/SR 112 Open Road Tolling (ORT) Implementation; Miami-Dade Expressway Authority; $22M in toll system integration services since 2014. Description: Design, implementation, system integration and maintenance of the open-road tolling (ORT)conversion on SR 836 and SR 112. 2) 1-595 Express ITS Maintenance; FDOT District 4/1-595 Express LLC (Concessionaire); $5.5M in maintenance services since 2014. Description: Turnkey ITS maintenance for the 1-595 reversible toll express lanes, that was constructed under a public-private-partnership (P3) in Broward County. 3) FDOT District 6 ITS Maintenance; FDOT District 6; $8.5M in maintenance services since 2014. Description: Turnkey ITS maintenance services, including preventative maintenance as well as ITS device lifecycle repair/replacement for Miami-Dade and Monroe Counties including the 1-95 Express Lanes. 4) Port of Miami Tunnel ITS/SCADA System Integration; FDOT District 6/Miami Access Tunnel (Concessionaire); $3.5M in services. Description: Design-Build project providing installation and integration of the Control and Communication System for the Port of Miami Tunnel that was constructed under a public-private-partnership (P3)connecting Watson Island to PortMiami. 5) Pensacola I-10/1-110 ITS Design-Build-Operate-Maintain (DBOM); FDOT District 3; $10.5M in operations and maintenance (O&M)services since 2014. Description: Comprehensive design, build, operate, and maintain (DBOM)services for a freeway management system and Regional Transportation Management Center(TMC). 2.1 Qualifications of Prime Proposer-Organizational Narrative Tab 2-Page 2 cia Response to Request for Proposals(RFP) No. 2016-199-KB °°"° °°-h for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRANJWRE. V:# and Smart Parking System (SPS) orgreef r9 '.� �. TransCore ______ ______ 4 Corporate Overview Engineering Innovative Transportation Solutions A leader in the transportation industry for more than 75 years,TransCore delivers innovative ideas and products that transform the way we move from Point A to Point B. rt - z..-- ." - r '' +" C r TransCore's culture is built on delivering +'`` Nit• = t ground-breaking transportation solutions, `r % _ =" - from providing radio communications for ; _ ._ '' the country's first toll road in Pennsylvania " - ry- in 1939 to our work today developing the J1 _• i a'..I -' country's largest Express Lane Network in y ^� '+ " AL bt .a . San Francisco. y - 1.4 illi fli ' Focusing solely on transportation,TransCore :ad leads the industry in: } 0 ► Next generation All-Electronic and _4:,' Open-Road Tolling I ► Intelligent Transportation Systems(ITS) that reduce traffic,and improve driver safety and mobility ► Radio-Frequency Identification(RFID)technology that provides secure access for toll roads,airports, hospitals,parking garages,trucking fleets and rail carriers,and our nation's borders. World Class Workforce TransCore's highly specialized and dedicated In 2004,1 ransCore became part of the Roper employees are strategically customer-and Technologies family,a constituent of the S&P industry-aligned,meaning every day we 500,Fortune 1000 and Russell 1000 indices.In anticipate needs of our customers in line with 2013,we relocated our corporate headquarters trends and innovations to provide the most to Nashville,TN. effective and efficient long-term solutions. Today,our 2,000+professionals span the globe with offices across the U.S.and Middle East. T sC&RE Trusted Transportation Solutions 2.1 Qualifications of Prime Proposer-Organizational Narrative Tab 2—Page 3 Response to Request for Proposals(RFP) No. 2016-199-KB In assoiO'iO"with for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRS Ic .5.7- RE. and Smart Parking System (SPS) ,_ ;,,,G iNNier Tolling Systems Pioneering Tolling A true pioneer in All-Electronic and Open-Road ` ''‘ I Tolling,TransCore designs,builds and maintains comprehensive tolling systems,providing full 4`'` .4116scale operations and maintenance services for nearly half of all U.S.toll lanes.In Dubai,we developed the world widest Open Road Tolling Vi zone spanning seven lanes.Our expansion of w - the Salik Toll System earned industry acclaim with the 2014 Tolling Technology Award from 1 the International Bridge,Tunnel and Turnpike Association. °` End-to-End Capability •' ""' Lane System and Software Our Infinity Digital Lane System'offers � I T I 2, 1I Zi-!19-.' transportation agencies and motorists a simpler, At Sata TOIL Gate more secure way to travel our nation's toll roads. Infinity employs innovative sensors and imaging devices in the roadways and atop toll gantries,as !!! �:.•� g. ., well as RFID readers and cameras to recognize ! = -,Y' . x1 and accept each vehicle's toll tag or license - plate.This technology improves the flow of traffic by eliminating the need for motorists to stop at toll booths. Integrity Back Office Platform Tolling Innovations and Firsts For more than 25 years,TransCore has designed tolling customer service software and operates ► North America's first electronic toll collection customer service centers across the globe.Our system in Dallas,Texas in 1989 Integrity back office platform processes more ► Nation's first High Occupancy Tolling than one billion transactions each year,assists Managed Lanes in San Diego in 1997 tollway customers with invoiced payments, replenishes customer accounts to keep ► World's first reversible Open Road Tolling accounts in good standing,and coordinates the bridge in Tampa,Florida in 2006 distribution of toll tags. ► More than 7,400 electronic toll collection lanes worldwide 2.1 Qualifications of Prime Proposer-Organizational Narrative Tab 2-Page 4 Response to Request for Proposals(RFP)No.2016-199-KB In association with: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRAicL-:-a RE. and Smart Parking System (SPS) . Intelligent Transportation System (ITS) Solutions Atial!WEI% Az.. .I..... .-- ,,, ... . , par z_____ i-_ i: „.„..„.r...,... , :..... .... •., >� =+err: ,..;... .... — , t..,.. _ -,Filli illiailligill 1:11 - .112-Mal=114*11111114”'III 4.nrigiminr ,, , -11111• , '''- ---- , --10. - ...-- JO. Yi . . — N Willi 4: '''',..„,`,• + „/ .... ‘‘.' ------ t Leading Technology ITS Innovations and Firsts TransCore has led the way in designing and ► Traffic Management for Winter and Summer deploying ITS solutions for agencies across Olympics since 1980 North America.We manage traffic management programs across the globe,including the world's ► World's largest traffic management system— largest traffic signal control system in New York NYC—since 1985 City.This year,we will extend our reach into Saudi Arabia,providing an advanced traffic ► Traffic Management for Super Bowl — control system to improve the flow of traffic for Meadowlands—2014 the 7 million people living and working in Riyadh. ► First city in U.S.to actively manage and Real-time Traffic and Event control more than 10,000 signalized intersections from a single traffic Management management center—NYC—2014 Using TransCore's TransSuite®Advanced Traffic Management System,traffic managers can assess, analyze and respond to real-time traffic conditions from a central command and control center. TransSuite's set of scalable,integrated traffic management software modules provide high- resolution graphical maps of roadway conditions and the tools needed to automatically adjust to changing traffic patterns.These traffic changes can also be communicated among agencies responding to an emergency or abnormality. T CORE. 2.1 Qualifications of Prime Proposer-Organizational Narrative Tab 2-Page 5 I Response to Request for Proposals(RFP) No. 2016-199-KB n ossocattonwah for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) ��' ''"'"�Ere- enq'reenrg Radio Frequency Identification Technology In 1981,five scientists from the renowned Los Alamos National Laboratory developed jf TransCore's RFID technology. This ground-breaking wireless data technology allows communications between „U readers and electronic toll tags, ensuring secure access to our �RE• -- nation's toll roads and in other TR $� �— applications across the U.S. Today,TransCore is the _ world's largest manufacturer of transportation-based RFID TransCore is proud to lead the industry and the technology.We have RFID installations and world in the next generation of transportation products in more than 50 countries,and process innovations,including vehicle-to-vehicle and more than five billion transactions each year. vehicle-to-infrastructure technology. RFID technology is used on our toll roads, in airport ground transportation systems,by Homeland Security,and in parking and mass rail transit systems.In fact,every rail car in China, Mexico,Australia,Canada,South Africa and the United States has a TransCore RFID rail transponder for tracking purposes. RFID Innovations and Firsts For more information: ► One millionth toll tag distributed in 1993 Call 615.988.8960 ► First electronic border crossing system in Otay Mesa,California in 1995 an Follow Us linkedin.com/company/transcorelp ► First vehicle registration transponder system in China in 2000 transcore.com ► First interoperable tolling transponder in 2014 T sC5�zE. C 2015 TransCore,LP.All rights reserved.TRANSCORE and TRANSSUITE are registered trademarks.All other Trusted Transportation Solutions trademarks listed are the property of their respective owners.Contents subject to change.Printed in the U S.A. 2.1 Qualifications of Prime Proposer-Organizational Narrative Tab 2-Page 6 2.2 Similar Experience Tab 2: Qualifications of Prime Proposer I Response to Request for Proposals(RFP) No. 2016-199-KB °°'«'°, .,dh: for Design, Build, Operation, and Maintenance Services + MIAMIBEACH for an Intelligent Transportation System (ITS) ,,� and Smart Parking System (SPS) TR/1/�IS�ORE. —moi 1-10/1-110 Freeway -- Management System (FMS) 4 . , and RTMC D/B/O/M Pensacola, FL lir Years Project Constructed(or"under construction"): 2011; 2018 (O&M) Project Cost: $17.5M; $3.5M/Year(O&M) Contract Method: Design-Build/Operations/ Maintenance Company's Role: Prime Contractor Key Project Managers: Roger Marrero Design, installation, integration,operations and maintenance of an RTMC and freeway management system comprised of 12 DMS,40 CCTV cameras,88 MVDS,and one RWIS with fiber optic and wireless communications over 40 miles of roadway along with RTMC and Road Ranger operations. 1 !+ w i \ -:` wu .... .. .,._ ir_.i ._,Ills._--• -. AS 1111111r441 j i-r Nor— TRANSC.C)RE. 2.2 Qualifications of Prime Proposer-Similar Experience Tab 2—Page 7 I Response to Request for Proposals(RFP) No. 2016-199-KB "°s'°°°''°" "h' for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) �` and Smart Parking System (SPS) TK/1NJWRL r engineerM . t( - • .. ' ,:. d SR 826/SR 836 Interchange - , . 3,-;-...... Reconstruction (Section 5) • .. •t.j , I M4AM=Dug ,. ili. Miami-Dade County, FL f' t ,,AESSWMY F11iTi j .t� r r1 / 1 rl,+',DX .,, ) ., sr i • Years Project Constructed(or"under �_,, • 4 construction"): 2015 F • `• t.r Project Cost: $12M � it �.f,�, Contract Method: Build-Integration-Maintenance «.�. ; Response to Request for Proposals(RFP)No.2016-199-KB In a5SOC1O'oo°with' for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) - and Smart Parking System (SPS) TR/UVSCORE. ' 1 �rq.r.3eer9 t `~ FDOT District 6 — Transportation Management Center (TMC) er•s� •, _, Control Room Retrofit ,,,, - ° _ Miami-Dade County, FL Years Project Constructed(or"under '. i1- construction"): 2015 Project Cost: $3.3M Contract Method: Design-Integration-Build _ � Company's Role: Prime Contractor Key Project Managers: Roger Marrero, - - Charles Napolitano .4/i TransCore as Prime Contractor,along with ASC Logic as 1 ei L';". --�' lead designer,were responsible for FDOT D6 SunGuide P r -rte Transportation Management Center video wall and control 0- ,',,. room upgrade.An extensive upgrade to the existing #t —„ .1 - —._- control room is required to be delivered while maintaining �' ' 24/7 operations. Demolition,expansion and construction .• ,. - _ ,"_-,� will include relocation of existing video wall,a new row - ,- _ .r — + of video wall cubes to be added,in addition a new row of ���1 „, , operator consoles will be added,new work stations and „, Ai : layout,layout,carpeting, lighting,sound proofing,electrical and II , ;`f various upgrades,stations and layout, carpeting, lighting, _ . / • sound proofing,electrical and various upgrades. .4/ �w� ® • if/ MI A e https://www.youtube.com/watch?v=EHIQtcMLBOQ • s”' • ` i r "d rya. ' L .. timir r. ',Y p !' -,,,.4,}.i Pte(i` d .d - � i• - - :rte i- •• M 1:- K w � ~ \ CIL ' 1` http://www.sunguide.info/sunguide/index.php/press/ _• •�F . _ details/video/sunguide_tmc . ._in..; 1•.4.rir-.,r. 1"..... ill 4 '. •ri."1:g1'' iiig ;' - _ - - TRAUVSC.C�RE. 2.2 Qualifications of Prime Proposer-Similar Experience Tab 2-Page 9 Response to Request for Proposals(RFP) No. 2016-199-KB Inassociation woth oiohonw"h for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportaion System (ITS) and Smart Parking System (SPS) TRAI RE. '-' , argVnrg City of Aventura — ITS Power Restoration and '-t. <.11/..""' ''"e..� HDIP TVMS System Upgrade ' Aventura, FL »4 Years Project Constructed (or"under construction"): 2016 iii if Project Cost: $1M 44 -r� .,, , Contract Method: Design-Build-Integration- Maintenance 1 ikkv Company's Role: Prime Contractor a 171:, _ Key Project Managers: Roger Marrero, Peter Eugene, .1 L-se Charles Napolitano • t, ,t . ` ,'" -..• • ‘,�.• Repair damaged power service to the ITS devices located x i ��"'� around Country Club Drive and Biscayne Boulevard as ..-. f0, well as the Installation, integration,of 18 HDIP CCTV. '. Utilizing both Wireless and Fiber Communications • between the ITS device sites and City of Aventura Dispatch Center. In addition,establishing a wireless link .. -,t•*; between FDOT D6 RTMC in Miami to City of Aventura to share video information between the two agencies. - l w ^off 7 - -- .++t1 r5 . ,ter !wr r. .000. rte_ 21111 -:, / i . _ \ I "0 I if1aAO i'4-= ° ° i TRAISa-ca 2.2 Qualifications of Prime Proposer-Similar Experience Tab 2-Page 10 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRnRE. and Smart Parking System (SPS) agree,;,,, FDOT District 6 ITS Maintenance 41.` Miami-Dade and Monroe Counties, FL Years Project Constructed(or"under construction"): 2017 •• Project Cost: $3M/Year `'ti F, Contract Method: Maintenance `+• •.• 1� ,. Company's Role: Prime Contractor Key Project Managers: Carlos Rolon TransCore is responsible for maintaining ITS _ n infrastructure for FDOT in Miami-Dade and Monroe . Counties.This includes all ITS Devices(CCTV, MVDS, ' ' DMS,ADMS, HAR, Fiber,and Wireless Communications • along 1-95,SR 826, US 1, 1395,and 1195. • .ter; • .t; ,ar TRANSwRE. 2.2 Qualifications of Prime Proposer-Similar Experience Tab 2-Page 11 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) T AN-caC RE. __ and Smart Parking System (SPS) ;"g;" ,,.9 SR 836 Operational Improvements (MDX-83628) Miami-Dade County, FL Years Project Constructed(or"under construction"): Under Construction Project Cost: $400,000 Contract Method: Design-Maintenance Company's Role: Sub-Contractor Key Project Managers: Roger Marrero, Peter Eugene, Charles Napolitano ,/ Design Services for four color freeway DMS signs, 13 HDIP PTZ CCTV Cameras on Lowering Systems,30 Microwave Vehicle Detectors(MVDS),and new 144 count SMFOC cable utilizing harden layer 2 gigabit switches for communication to the Cisco Core switch located at MDX and FDOT D6 RTMC. • • , . TOLL SCHEDULE SWAM TOLL-BY • SWAM PLATE {f CARS / 2 AXLES $0.70 $1.40 -- 1" EACH ADD'L AXLE $1.40 3+ AXLES $140 s) • TRIV 'SCORE. 2.2 Qualifications of Prime Proposer-Similar Experience Tab 2-Page 12 Response to Request for Proposals(RFP) No.2016-199-KB In association with. for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) T ici 53 E. R'_ and Smart Parking System (SPS) ,,,9.,.c,,,r9 Port of Miami GTS Miami-Dade County, FL Years Project Constructed(or"under „, `'' „„�AIM ilii construction"): 2015 AM a ilii as.aaaa nil +�a a:wr r�„�fa. Project Cost: $1.9M 'rte a r.�ii.1isUS' a . Contract Method: FFP Design-Build a az t=am i 'malaak. 'ass ���"�. Company's Role: Prime Contractor - - ' ma '.maaal Key Project Managers: Roger Marrero, Carlos Rolon The Port of Miami GTS system was designed to automate and consolidate a number of manual and disparate systems -3 P -+ } 'T' '� that the Port of Miami utilized to permit,manage,track and - __/-.C4� :G - ,- collect revenue form commercial ground transportation - providers at the Port.The system includes an RFID-based . '., 4, vehicle transponder system and RFID readers installed r- - r on the causeway linking the seaport to the city of Miami at 41111'AS, - • to identify and record all registered commercial vehicles -- - . `rte; '«a ARA amp �` . ingressing and egressing the port.An automated license °'a.. "' +mai ' plate recognition system is also deployed to track violations •..i aro I%.maY . 9 Y ].+..:a r• it t y„ r-. and verify the capture of all tagged vehicles.The roadway UV a" e : . a li 40, v>R _ _� _r equipment was installed on existing FDOT sign structures — 1111.1•41.� � �� * . on the causeway and TransCore was responsible for ,.., conducting the necessary structural engineering and design work to comply with FDOT standards. 11/3 . ( The system includes a complete back-end data management and billing collection that is integrated into the Port's overall IT systems through a series of Application Program Interfaces,developed jointly between the Port, TransCore and GateKeeper Systems. TransCore was responsible as the turnkey systems integrator for the entire project.This included the design, deployment and testing of all roadway ID systems as well as management of all civil/electrical infrastructure installation and provided PE stamped architectural drawings. _ TransCore also managed the design,implementation and testing of the back-end software system and server farm for the application as well as a system test bed for additional application development and upgrades. TransCore continues to provide ongoing system support 1 _ by a separate maintenance contract in conjunction with i , Port staff. In 2015 TransCore is recently completed expanding the AVI system to accommodate the Port •, _ • I • Miami tunnel project.The tunnel project not only added killill s'r _ik , additional buildout of th previously installed AVI system but added a significant Intelligent Transpirtation System(ITS) ldeloyent for tunnel traffic operations.This doubled the the - I i size of the current system and added approximatly 5,000 SEC containerized frieght trucks to the monitoring system. In ' == Response to Request for Proposals(RFP) No.2016-199-KB o s«oeo wa for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) TRANS—CORE. and Smart Parking System (SPS) Port of Miami Tunnel i Miami-Dade County, FL Years Project Constructed(or"under construction"): 2014 Project Cost: $3.3M Contract Method: Design-Build-Integration- Operation-Maintenance Company's Role: Sub-Contractor Key Project Managers: Roger Marrero, Peter Eugene, Charles Napolitano, Carlos Rolon TransCore was responsible for the final deployment, ITS, SCADA systems as well as the build out of local Control Center on Watson and Dodge Island. Installation and integration included DMS,CCTV,OHVD,PCTS,PA, Gates, LUS,AM/FM Rebroadcast System,LFC,and Fiber Optic Backbone. i ' f r,. • er TRA/ RE. 2.2 Qualifications of Prime Proposer—Similar Experience Tab 2—Page 14 I Response to Request for Proposals(RFP) No.2016-199-KB °°'° °`°n with for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRnNSWRE. and Smart Parking System (SPS) ergseenr9 Miami International Airport GTMS Miami-Dade County, FL Years Project Constructed(or"under construction"): 2016 Project Cost: $3.5M Contract Method: FFP Design-Build _ Company's Role: Prime Contractor Key Project Managers: Roger Marrero, Carlos Rolon MIA was one of the first adopters of AVI for GTMS, deploying the initial system in 1996.The AVI system zF ` +' consisted of Amtech A11200 readers and battery powered l transponders that interfaced to a third-party billing system t from Durasys.The initial deployment consisted of 20 1. �� =' lanes of equipment and 3,500 tags. In the ensuing years, airport growth has led to an expansion of the system to 30 lanes of equipment and more than 10,000 tags. >e� = In 2007,TransCore was awarded a contract to install 14 • lanes of SunPass interoperable AVI lanes and interface — = them to MIA's Parking and Revenue Control System (PARCS).This project was part of a state-wide effort 11111/111111t to deploy the SunPass Plus at major Florida airports r. , allowing SunPass users to pay for airport parking with F 0 � their Florida turnpike tags. - - In late 2013,TransCore received a contract to perform 3 ,_ a multi-year upgrade to the MIA system which included replacement of the Durasys system software with the GateKeeper CVMS solution and change out of the entire go' tag and reader infrastructure at the airport.The new system includes our latest generation Encompass 5 ` readers and our low-cost sticker tags.This was a complex process that required the phasing in of the replacement .1 tags and readers over time with a transition plan that 9 minimized any impact to revenue for the airport.The system servers and software were installed and placed in operation late in 2014 and the build-out of the new lane equipment is scheduled for completion in mid-2015. When completed,this upgrade will provide interoperability with the Miami SeaPort and Fort Lauderdale GTMS systems,which also use TransCore AVI equipment and GateKeeper software.Provisions are now being made for the addition of automated taxi dispatching in calendar 2016. TRA1 -S CRE. 2.2 Qualifications of Prime Proposer-Similar Experience Tab 2-Page 15 Response to Request for Proposals(RFP) No.2016-199-KB Inassociation with o"ononwlh for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) T ic[ V and Smart Parking System (SPS) ����-�� -;r,g,reef r9 ,. . Hard Rock Stadium ' SunPass plus ' y Parking System 4 , '"`� -= Miami Gardens, FL ""''- Years Project Constructed(or"under • 47.4; , . construction"):2016 �' 4 Project Cost: $400,000 , ,r_ ._ .� Contract Method: FFP Design-Build • Company's Role: Prime Contractor • !s. :► Key Project Managers: Roger Marrero, . " V^ Peter Eugene " -- _ - • .' ,.,r `' , In mid 2015,the Miami Dolphins approached TransCore — - _ to develop a mobile payment processing and fee collection system that would allow patrons to be able to pay for event parking at the stadium using their existing Surpass Plus accounts. Building on the technology already developed to allow SunPass Plus to be accepted ., for parking payment t major Florida airports,TransCore and our technology partner,GateKeeper systems worked closely with the Florida Turnpike Enterprise (FTE)to tailor the unique solution for the stadium. Guests attending events at New Miami Stadium now • have the option to enter a designated lane at all stadium parking gates and use their SunPass transponder as a method of payment for the appropriate discounted parking fee. Guests must have a SunPass account that qualifies for SunPass Plus,the account must be up to date and in good standing,and the SunPass transponder needs to be present in the vehicle at the time of entry into the parking lot in order to utilize this method of payment. FTE worked with the stadium to develop the special rates and business rules unique to event parking. mow.-- , 7 The technical solution utilizes the TransCore handheld ..«� ,.. . 4kF a r E1150 reader and specialty firmware deployed on a Galaxy Android mobile device to read the tag and then .:1..- - "---;--.0.--;-'---o. - - send the tag ID and transaction to our application on i"', � % local servers which validates the SunPass account 5 '! • 1 with FTE and creates the account charge.The remote „IMO*.,'rte ;f"!- f. ti-s ` 1 , devices,located throughout the stadium property ------_-44,t,8 \ communicate via an existing wireless network at the � stadium for maximum mobility and convenience.At any -�? -- :max. given event,approximately 30 of these mobile stations � �� are in operation. jh r - ' ,� The entire system went live at the beginning of the 1.. liti. 01 - >x 2016/17 season after extensive testing in pre-season i4`4. ^ events. - # Tizn1VSCaRE. .011 2.2 Qualifications of Prime Proposer-Similar Experience Tab 2—Page 16 2.3 Financial Capacity Tab 2: Qualifications of Prime Proposer CHUBB GROUP OF INSURANCE COMPANIES 15 Mountain View Road CHUEB P.O. Box 1615 Warren, NJ 07061-1615 FEDERAL INSURANCE COMPANY October 13,2016 Ms. Kristy Bada, Contracting Officer II City of Miami Beach Procurement Department 1700 Convention Center Drive Miami Beach, FL 33139 Re: Financial Capacity for TransCore ITS,LLC Surety Statement of Bonding Capacity Dear Ms. Bada: It is the privilege of Federal Insurance Company to provide suretyship on behalf of TransCore ITS, LLC. Federal Insurance Company is A++(superior) rated by A.M. Best, Financial Class XV. The surety is properly licensed to conduct business in all states and is listed with the United States Department of Treasury's Listing of approved sureties. k It is the intent of Federal Insurance Company to provide the required payment and performance bonds, subject to acceptable contract terms and consent of TransCore ITS, LLC. It is understood that any arrangement for a performance and/or payment bond is a matter between TransCore ITS,LLC and Federal Insurance Company as surety, and will be subject to our standard underwriting conditions at the time of the final bond request. We value our relationship with TransCore ITS, LLC and have the utmost confidence in their ability. The Surety is prepared to provide bond capacity in excess of$200,000,000. Should you have any questions or need any further assistance,please feel free to contact our office (404) 923-3611 and ask for the individual listed below. Sincerely, • FEDERAL INSURANCE COMPANY Sarah Hancock Attorney in Fact Tab 2—Page 17 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 CHUBS Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Joseph W. Hamilton III, Sarah Hancock, Rebecca E Howard,Steve Swords,Joseph R.Williams,Chaun M.Wilson and Annette Wisong of Atlanta,Georgia ---- ---- ---- --— —---- --- -----•----- ----- ----- — ----- — each as their true and lawful Attorney-in-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the moddication or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMP/10Y,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 24 day of June, 2015. %I . Illi ' ` II / c2Ti^dit rn- e------ •. M htoros,Assistant Secretary •avid B.Non-is,Jr.,Vice Pres•= i i( ..Pliii ,•Ilk* 1/111) 2S�7d'r�"'D !EA.'; , STATE OF NEW JERSEY ss. County of Somerset On this 24th day of June, 2015 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL • INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the E said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE ; COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority, i and that she is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal —_ �• • •\ KATHERINE J.ADELAAR ././4'k- %5J�� STM \ NOTARY PUBLIC OF NEIN JERSEY . .----iii`-'r1�•� No.2318685 X191 t� / Commission Expires July 16,2019 / Notary Public ,Pl \.../1_,/10CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'All powers or attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary, any Assistant Secretary and the seal of the Company may b0 affixed by facsimile to any power of attcmey or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes onty of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.• I,Dawn M.Chloros,Assistant Secretary of FEDERAL.INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the'Companies") do hereby certify that (I) the foregoing extract of the By-Laws of the Companies is true and correct (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seats of said Companies at Warren,NJ this 13 October, 2016 de,pihk.4‘ Sl'-', % ifik _cuc___ -\,(-)0J„,,,,,--i . _ . Dawn M.Chloros,Assistant Secretary 1 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,vERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(905)903-3493 Fax(908)903-3656 ernaut: surety(achubb.corn Form 15-10-022513-U GEN CONSENT(rev.12-14) Tab 2—Page 18 2.4 Capacity to Manage and Implement Project Tab 2: Qualifications of Prime Proposer Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) ai and Smart Parking System (SPS) TRA ""'"RE any-rr�enr9 1fa' rfl`�vfwrc. 2.4 Capacity to Manage and Implement Project TransCore has successfully completed numerous Design/Build (D/B) implementation projects for FDOT, county and municipal clients across the State of Florida. We take pride in the fact that we are a recognized ITS D/B leader. In fact, TransCore has performed design and/or construction on 30 D/B projects in Florida. TransCore is currently working to replace four Dynamic Message Signs (DMS) on 1-4 for FDOT District 1 as a portion of the 1-4 Fog/Low Visibility Detection System Design/Build and has worked on over 25 projects that have included DMS implementations which is a critical element of the first phase of the City of Miami TransCore has Design/Build Beach's Intelligent Transportation System (ITS) and Smart Parking experience on 29 projects System (SPS) program. in Florida exceeding $127M in value. You can be assured that TransCore fully understands that the City of Miami Beach has proposed multiple phases to the ITS and Smart Parking implementation and, as such, requires a prime proposer who has demonstrated experience to manage and implement projects greater than $15M. TransCore specifically cited three projects in excess of$15M for this purpose as required in the Reference and Past Performance subsection of the City of Miami Beach's Proposal Certification, Questionnaire & Requirements Affidavit Form (item 3). Those three, highlighted again below, are strong, tangible, comparable projects that fortify TransCore's capacity to deliver this multi-phase program to the City of Miami Beach. 1) FMS and RTMC Design/Build/Operate/Maintain (D/B/O/M); Pensacola, FL 7 a. TransCore - Prime b. Value $34M (to date as O&M element is still ongoing) lopc. Substantial Completion for Design-Build Implementation received in 2011 " ' A , d. Operation & Maintenance (O&M) ongoing until 2018 2) Miami-Dade Expressway Authority (MDX) SR 836/SR 112 Open Road Tolling (ORT) Implementation; Miami-Dade County, FL a. TransCore - Prime tissajo 14 b. Value $22M • OW/� . - --,..4, ,01 c. Substantial Completion for Implementation received in ',�s re" 0.y, September 2016 ,, : d. Maintenance ongoing until 2022 3) FDOT District 6 ITS Maintenance; Miami-Dade and Monroe Counties, FL a. TransCore- Prime „i.. = b. Value $17M (since contract inception in 2011; ongoing) A `4 c. Maintenance ongoing until 2017 As noted above, the two projects which had an implementation phase (I-10/1-110 D/B/O/M and MDX ORT) have received substantial completion and were both delivered on-time with owner's schedule as 2.4 Capacity to Manage and Implement Project Tab 2—Page 19 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/1NE. and Smart Parking System (SPS) ., ,o.„,.9 well as on-budget.Additionally, for the Pensacola D/B/O/M and the FDOT District 6 ITS Maintenance, TransCore has received all allowable contract extensions due, in large part, to our performance for the maintenance and operations while abiding by the performance metrics required of each project. Overall for the State of Florida, TransCore has averaged a Contractor Past Performance Rating (CPPR) construction score of 94% on our most recent design-build projects and an 86% on all FDOT work over the last five years. Recently TransCore is also proud to have worked on some of FDOT's highest visibility Public- Private Partnerships (P3s) in the State which secured the two highest honors of the 2015 American Transportation Awards: •The Port of Miami Tunnel project took home the Grand Prize for reducing traffic congestion in downtown Miami and supporting regional commerce.As a subcontractor, TransCore worked closely with lead contractor, Bouygues Civil Works of Florida (BCWF)while building out the Surveillance, Control and Communication Systems for the tunnel. •The 1-595 Corridor Improvement project won the People's Choice Award for relieving traffic congestion and creating a multimodal network in South Florida. In fact, TransCore continues to work with the Concessionaire, 1-595 Express, LLC, on the overall ITS maintenance for this 30-year O&M period. For the City of Miami Beach's ITS and Smart Parking program, TransCore believes we have organized a team, headlined by BCC Engineering as our lead designer, that will further ensure that the TransCore team has the capacity to manage and implement your multi-phase program. It takes a team, and partnering, to deliver success! Our team's approach is based upon the experience we have gained from current and completed ITS construction, operations and maintenance projects within the State as well as our experience with dynamic message systems, the key element of Phase 1. Some of the key aspects to the TransCore team's approach to manage the City of Miami Beach's ITS and Smart Parking program are: • Setup early coordination meetings with project stakeholders, including all stakeholders reviewers, operations staff and construction management staff, in order to create a team environment in which all players have input. • Coordinate with the City of Miami Beach's program manager, Kimley-Horn and Associates, Inc., to ensure that all RFP requirements are being met through the design submittals. •Verification of the existing conditions. We will verify the preliminary plan layouts to ensure that existing electrical services are adequate to meet the new power demands and verify that cabinet space is available and adequate to house the new device equipment. • Place grounding and surge protection design at the forefront of the design efforts and approach it as a key issue. This will be accomplished through our experience with the FDOT standards and extensive ITS infrastructure maintenance. • Coordinate closely with other projects, including the owning agencies and the adjacent project contractors as well as to ensure that the DMS structures are designed to fit the surrounding aesthetic landscape. • Prepare and maintain a project design and schedule matrix, allowing for a quick reference guide to all relevant project delivery tasks, materials, methods and schedule milestones. • Development of testing documentation from the first day of Phase 1 of the project to ensure full compliance with the approved products, project requirements and standard specifications. 2.4 Capacity to Manage and Implement Project Tab 2—Page 20 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRA' S57RE ir:gmeer'.rg In summary, the TransCore team has the requisite expertise in applying ITS construction and engineering principles, ITS technologies, and communications networks and we are grounded in our relationships and partnering spirit. More importantly, we will stay abreast of the ever-changing technology landscape and constantly scan the market seeking new and proven technologies to solve your traffic management and parking challenges. Our team has the right management staff and the ability to pull resources from not only our South Florida offices, but Statewide, as well as a proven track record for successful project delivery. We are fully prepared to manage and implement the design and construction necessary to create a fully functional ITS and Smart Parking system that the City of Miami Beach will benefit from and come to rely on during the long-term operations and maintenance (O&M) of the project phases. 2.4 Capacity to Manage and Implement Project Tab 2—Page 21 g�f TAB 3 • QUALIFICATIONS OF KEY TEAM MEMBER FIRMS , D it CCPC.A.) • - „.y . M. F; .. '..tel"' .. 1. Organizational Narrative • 2. Similar Experience 3.1 Organizational Narrative Tab 3: Qualifications of Key Team Member Firms Response to Request for Proposals(RFP) No. 2016-199-KB Ino oco nwi1h for Design, Build, Operation, and Maintenance Services ,�— MIAMIBEACH for an Intelligent Transportation System (ITS) TR/1/VJWRE. and Smart Parking System (SPS) ,, wt ergire©eng 3.1 Organizational Narrative TransCore is proud to present the qualifications of our key team member firms as we T/zn�vSCORE recognize the importance of partnering and teamwork. The Team is headlined by our lead design firm, BCC Engineering, Inc. as well as our other key team members including Serco, for the operations phase along with Park Assist for innovative parking solutions for the City of Miami Beach's ITS and Smart Parking program. This section highlights the key team member firms as shown on the project organization chart in Tab 1.2. The TransCore team has the requisite expertise in applying ITS construction and engineering principles, ITS technologies, and communications networks and we are grounded in our relationships and partnering spirit. More importantly, we will stay abreast of the ever-changing technology landscape and constantly scan the market seeking new and proven technologies to solve your traffic management and parking challenges. Our team has the right management staff and the ability to pull resources from not only our South Florida offices, but Statewide, as well as a proven track record for successful project delivery. We are fully prepared to manage and implement the design and construction necessary to create a fully functional ITS and Smart Parking system that the City of Miami Beach will benefit from and come to rely on during the long-term operations and maintenance (O&M) of the project phases. 6 II " t The BCC Engineering, Inc. (BCC)firm was established in Miami-Dade County in �r. s' 1994. Since that time the firm has diligently worked to meet the needs of our private ) ' a and public sector clients. BCC Engineering specializes in providing planning, design, engine rind and construction management services for civil, structural, and transportation related engineering projects. BCC Engineering routinely takes a lead role on major projects and has been responsible for some of the most interesting and complex projects in Florida. BCC Engineering offers a wide range of services and has the resources and experience to carry out multiple design assignments. Our engineers are leaders in the Florida consulting industry and the staff has all the requisite skills needed to ensure success on each project. BCC Engineering's in-house design and construction staff totals 140+, including 40+ registered Professional and Senior Engineers, 14+ Engineering Interns (El's), Cisco Certified Network Professionals (CCNP) and LEED®Accredited Professionals. BCC Engineering prides itself on innovative approaches to solve the difficult challenges faced by our clients. We are committed to provide optimal solutions in time and within budget constraints. Intelligent Transportation Systems (ITS) and Traffic Engineering are highly technical disciplines that are now an intrinsic part of most roadway construction and road reconditioning work. BCC Engineering has a group of experienced professionals in these areas that can take on technically complex projects ranging from single corridor signalization upgrades to county wide Advanced Transportation Management Systems with Transportation Management Center(TMC) deployments. Our firm's services include ITS and communication system planning, design, construction management, integration and testing. BCC's staff have been involved with Transportation Systems Management and Operations (TSM&O) district programming, research and design of connected vehicle testbeds, performance monitoring systems, arterial management, and the design and deployment of Traffic Adaptive Systems. An excellent working relationship with our clients and the regulatory agencies has afforded BCC Engineering the opportunity to continuously work on interesting and challenging projects. Public 3.1 Organizational Narrative Tab 3—Page 1 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/1NSWRE. eerfrg sector clients have included: Florida Department of Transportation (Districts 2, 3, 4, 5, 6, and FDOT Central Office), Florida's Turnpike Enterprise, the Miami-Dade Expressway Authority, Miami-Dade County Public Works and Transportation Department, the Department of Environmental Resource Management, Florida Department of Environmental Protection, City of Miami Beach, and City of Doral. Private sector clients have included a variety of architects, developers, and owners in multiple areas such as retail, mixed use commercial, office, industrial and private. Organizational Leadership: • Jose A. Munoz, PE— President Mr. Munoz guides the day-to-day operations of BCC Engineering, with his principal partner, Ariel Millan.As a company leader, he is continually focused on the future of the civil engineering industry and the strategic course that will guide the firm successfully through the next decade. He brings over 20 has twenty years of experience on major Transportation Projects. His experience ranges from PD&E Concept Development to Final Design on rural highways, urban arterials and major interchange reconstruction projects. • Ariel Millan, PE— Executive Vice President and Senior Highway Engineer Mr. Milian is Executive Vice President and Principal of the firm and manages more than $2B in projects throughout the state, boldly takes calculated risks to recommend solutions others may not have even wondered about. His portfolio of engineering successes, combined with investing in the people around him, sets him apart as a sought-after industry leader. Mr. Millan's abilities encompass a broad range of skill sets from roadway geometrics and drainage design to the development of an effective traffic control plan. Role for this Project: Principal-in-Charge for the overall Roadway and ITS Plans Design. • Luis Rodriguez, PE—Vice President and Senior Project Manager Mr. Rodriguez is a Managing Principal and Senior Project Manager with extensive experience with traffic control and phased construction. Mr. Rodriguez is responsible for the coordination of engineering projects, including providing field support, preparing engineering calculations, developing specifications, reports, preparing schedules and cost estimates.His experience also includes continuous coordination with the client/owner, subconsultants, contractors and permitting agencies from the onset of a project through its completion. Role for this Project: QA QC Services for the overall Roadway and ITS Plans Design. • Daniel Raymat, PE—Vice President and Structural Engineer Mr. Raymat is Vice President and Senior Structural Engineer at BCC Engineering, Inc. he has served as Lead Structural Engineer on major limited access Design-Build Projects with a cumulative construction value over$1.4B including the $559M SR 826/SR 836 Interchange, $177M SR 826/SR 874 Interchange, and$243M SR 826/1-75 Express Lanes. In 16 years, he has already designed over 60 bridges for FDOT and government clients. Top Contracts/Engagements: 1. SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange Improvements, Section 5—Design-Build; Client: FDOT District 6; Value: $559M— This design-build project to reconstruct the SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange. This project includes the reconstruction of SR 826 from south of Flagler Street to north of NW 12th Street and SR 836 from east of NW 87th Avenue to west of 57th Avenue. The SR 826/SR 836 Interchange is 3.1 Organizational Narrative Tab 3—Page 2 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services �11»� MIAMI BEACH for an I nelligent Transportation System (ITS) ----- +f and Smart Parking System (SPS) TRANS—( 'RE. �+ "gireenrg a four-level System-to-System Interchange with direct connectors that provide for traffic movements in all directions between the two expressways. The project also includes the reconstruction of two service interchanges, the reconstruction of NW 12th Street and the realignment of the North Line Canal. The project includes 47 new bridge structures (four Concrete Segmental Flyovers, seven Steel Plate Girder, and 36 FIB) as well as an extensive amount of permanent and temporary walls, and sign structures. 2. SR 826/1-75 Express Lanes Project—Design-Build; Client: FDOT District 6; Value: $243.6M — The project includes the addition of approximately 13 miles of Express Lanes to be constructed; 10 miles along the SR 826 (Palmetto Expressway)and three miles on 1-75 (SR 93). On SR 826, one to two Express Lanes in each direction will be provided beginning approximately 0.20 mile south of West Flagler Street(south of SR 836) up to a point south of the NW 154th Street Bridge. On 1-75, one Express Lane will be provided in each direction from SR 826 and to NW 170th Street(2.0 miles south of the Miami-Dade/Broward County Line). The improvements consist of widening both SR 826 and 1-75, reconstruction on SR 826, new construction in the median of 1-75, and an elevated structure connecting the Express Lanes on SR 826 to the Express Lanes on 1-75. This project includes new drainage, lighting, Intelligent Transportation Systems (ITS), signage, and landscape. 3. SR 9 (1-95) Express Lanes and Ramp Signals—Phase 3A-1 from south of Broward Boulevard to north of Commercial Boulevard—Design-Build; Broward County, FL; Client: FDOT District 4/ The de Moya Group, Inc.; Value: $148,749,800— Phase 3A-1 represents the first of several separate 1-95 Express Lanes Design Build projects that will ultimately extend 95 Express from Stirling Road in Broward County to Linton Boulevard in Palm Beach County. The Phase 3A-1 limits are from south of Broward Boulevard to north of Commercial Boulevard. The project includes converting the existing High Occupancy Vehicle (HOV) lanes to High Occupancy Toll (HOT) lanes, as well as one lane widening each direction, resulting in two tolled Express Lanes in each direction. The number of existing general use and auxiliary lanes will remain the same.Access to the Express Lanes will be limited to designated entry and exit point locations: between Broward Boulevard and Sunrise Boulevard, and between Oakland Park Boulevard and Commercial Boulevard. The Express Lanes will implement congestion based toll pricing. The facility will employ Electronic Toll Collection (ETC) via the Florida Turnpike Enterprise's (FTE)Sunpass system. Other project improvements include: milling, resurfacing, and overbuilding of the 1-95 general use lanes; guardrail; barrier wall; attenuators; shoulder gutters; drainage; bridge widenings; temporary and permanent retaining walls; sound barrier walls; sign structures; portable traffic monitoring sites; tolling gantries and associated infrastructure including equipment buildings; Intelligent Transportation System (ITS); signing and pavement markings; Express Lane delineators; signalization; lighting; ramp (metering) signals; utility relocation; landscaping; and any additional items required to provide a complete highway system in accordance with all standard Department policies, procedures, and guidelines. Length: 6.53 miles. 4. 1-4 Widening from SR 44 to East of 1-95— Design-Build; Volusia County, FL; Client: FDOT District 5; Value: $134M — Responsibilities included roadway design and managing design for drainage, temporary traffic control patterns (TTCP), signing and pavement marketing and signalization plans, signals, structures, Intelligent Transportation Systems (ITS) and permitting. This project involved widening of 1-4 (SR 400)from four to six-lanes, from the SR 44 interchange to west of 1-95 and resurfacing to east of 1-95 and replacement of the existing ramps to/from 1-4 and US 92. The project also involved the design and construction of one temporary and six permanent bridges. The roadway work consisted of widening and resurfacing as well as reconstruction with the replacement of asphalt pavement with concrete pavement. Length: 14.036 miles. 3.1 Organizational Narrative Tab 3—Page 3 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an I nelligent Transportation System (ITS) TRAICSCiE and Smart Parking System (SPS) N9r ,ry 5. SR 821 (HEFT) Widening North of SW 184th Street (Eureka Drive) to South of SW 104th Street/SR 990 (Killian Parkway)— Design-Build; Miami-Dade County, FL; Client: Florida's Turnpike Enterprise (FTE) The de Moya Group, Inc.; Value: $143M —The project includes the design, widening and reconstruction of SR 821/HEFT, which accommodates the future needs for capacity, operational and safety improvements, from north of SW 184th Street (Eureka Drive) to south of SW 104th Street/SR 990 (Killian Parkway), including a new extension of SR 874/Miami-Dade Expressway(MDX)through the interchange with SR 821 (HEFT). Capacity will be provided via the addition of one general-purpose lane and one express lane in each direction through the limits of the project. Reconstruction of the HEFT SR 874 interchange will modify the northbound configuration of the interchange in order to provide lane continuity for HEFT lanes on the left and SR 874 exiting traffic to the right.Additional surface street improvements will be provided to improve operations and capacity at the interchanges. Length: 7.318 miles. ASC Logic, Inc. (ASC), a Florida-based corporation, was opened in June 2012 by Hugh ASStetter, PE, PTOE, a seasoned traffic signal and intelligent transportation system engineering � professional, with a keen eye on cost effective constructability, while maintaining superior LOGIC quality and client satisfaction.ASC specializes in bringing state-of-the-art roadway technologies to life while focusing on motorist safety.ASC has actively participated in all stages of a project life cycle including planning, procurement documents, comprehensive design services, systems integration, inspection, testing, training, operations, and maintenance.ASC is a FDOT Small Business Enterprise and Miami-Dade County Business Enterprise and Micro Small Business Enterprise. Organizational Leadership: • Hugh Stetter, PE, PTOE — President/Principal Engineer Mr. Stetter has over 16 years of experience specializing in Traffic Systems & Engineering, Intelligent Transportation Systems (ITS), and Communication Design. Prior to forming ASC Logic, he served as a Regional Manager and Principal Engineer for both Telvent and TransCore. During his 12 year tenure with TransCore, he performed in nearly all capacities of his projects from a Field Technician to Principal QA/QC. Mr. Stetter has performed under professional service, maintenance, and design-build projects. Role for this Project:Traffic Management Center(TMC) Integration, D6 TMC Console Software, Test Procedures and Execution. • Julio Natareno, PE—Vice President/Principal Engineer Mr. Natareno has over 30 years of experience with Project Management, Planning, Design and Construction specifically in transportation engineering, contract reviews and execution, cost estimates, plans preparation and specifications, construction management, quality control and assurance, environmental compliance, maintenance of traffic, claim analysis and resolution and overall processes of both public and private sectors. Role for this Project:Traffic Management Center(TMC) Integration and D6 TMC Console Software. Top Contracts/Engagements: 1. Port of Miami Tunnel DBOM; Client: Bouygues Civil Works of Florida; Value: $1B (DBOM)—ASC was responsible for implementation of critical tunnel systems including: ITS/SCADA systems, tunnel electrical systems, tunnel fire alarm systems, and tunnel lighting systems.ASC also supported other project disciplines with constructability reviews and shop drawing/design development including: Civil Construction, Site Grounding, and Building Services. 3.1 Organizational Narrative Tab 3—Page 4 Response to Request for Proposals(RFP) No. 2016-199-KB you«;orowah: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) II TR/1/VJWRE. and Smart Parking System (SPS) r_.' ,NrE.:,rg 2. SunGuide Transportation Management Center Control Room Retrofit Design-Build—Client: TransCore ITS, LLC/FDOT District 6; Value: $2M—ASC was responsible for developing design documents, permit plans, specifications, and transition plans for deployment of a Mitsubishi Video Wall upgrade, 24 new operator consoles, and other miscellaneous items for the existing 32,000 square foot STMC servicing Miami-Dade County and the Florida Keys.ASC was also responsible for planning and documenting a zero-downtime transition of the current FDOT and MDX operations staffs to and from temporary operations areas during and after the retrofit construction. 3. 1-595 Managed Lanes DBOM; Client: 1-595 Express, LLC/FDOT District Four; Value: $1.2B— ASC was responsible for project closeout activities, final acceptance documentation, and system modifications ASC is also the project manager for the ITS portion of two 1-75/1-595 ramp modifications acting as connections between the 1-595 and 1-75 Managed Lanes Systems. 4. Miami-Dade Expressway Authority (MDX) General Engineering Consultant— B; Client: EAC Consulting MDX; Value: $5M/year—ASC was responsible for construction and CEI project management for deployment of 15 color LED DMS and associated structures with CCTV verification cameras along SR 836, SR 112, SR 924, SR 878, and SR 874 in Miami-Dade County. 5. East Venetian Causeway Bascule Bridge Rehabilitation; Client: Miami-Dade County/Lakes Engineering; Value: $3M —ASC is responsible for the design of the electrical system upgrades to the East Venetian Bascule Bridge, including replacement of four drive motors, vector motor controllers, brake assemblies, span lock hydraulic pumps, motor starters, limit switches, control system and the operator console. Hoffman, Weisman &Associates (HWA)started in 2014 by two former public sector engineers. Mr. Jack Hoffman has over 35 years of experience with transportation administration and management, traffic operations studies for roadway design and site development, traffic signal and advanced traffic management systems (ATMS)design and construction, traffic signal and intelligent transportation systems (ITS) plan preparation, technical reviews, and specification packages. Jack has worked on major projects in Florida,Texas, Massachusetts, North Carolina, South Carolina,Alabama, and California. He has been a leader in the evolution of intelligent transportation system (ITS)development and deployment, particularly in Florida since 2001. Mr. Matthew Weisman has over 10 years of experience in Transportation Engineering. His experience includes management of over 30 transportation operations employees, the operation and maintenance of an entire municipality's transportation assets, traffic studies and reviews, and project management for several capital projects. Matthew has been contracted by Trafficware, the designers of Synchro, as their official beta tester for unreleased versions of software, and was the instructor for several years of their three-day Synchro SimTraffic training course across the USA and Canada. Since starting HWA, both Jack and Matthew have been providing expert-level guidance and services to government agencies, vendors, and consulting firms. In addition to their general Traffic Engineering knowledge, specialty skills include traffic signal operations, traffic signal timing, adaptive signal control systems (ASCT),ATMS central software, modeling, simulation, automated data collection, detection systems, layer 2 and layer 3 network design, programming, and deployment,TSM&O, active arterial management(AAM), dynamic message signs, fiber optic and wireless networks, and traffic management center design and operation. Both Jack and Matthew's most recent public sector required them to conduct internal traffic studies as well as review those which were submitted by other agencies, developers, and consultants. Jack's position as Palm Beach County's Signal System Manager required intersection safety studies, capacity analysis, traffic signal warrant studies, speed studies on County maintained roadways, and traffic impact studies. Jack also wrote Intelligent Transportation System specifications from scratch for the 3.1 Organizational Narrative Tab 3—Page 5 Response to Request for Proposals(RFP) No.2016-199-KB mess«arownh: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) ��-- and Smart Parking System (SPS) TRS NS5 RE. za w ^rgreer,rg County because in the early 2000s, FDOT still had not developed ITS specifications yet. Matthew, as Traffic Operations Manager for the City of Gainesville, conducted numerous safety studies for vehicular, pedestrian, and bicycle traffic. This includes intersection analysis, signal warrants, speed studies on City-owned roads, and sight distance calculations since Gainesville had significant hills. Because the entire Gainesville area was in a concurrency exemption area, Matthew would review traffic impact studies to review if any operational needs would be required by new developments since there were no set funds to be collected by impact fees. Lastly, Matthew developed the entire Alachua County's Intelligent Transportation Systems specifications, many of which became adopted by FDOT District 2. Both Jack and Matthew are professional engineers in the State of Florida and Matthew holds an IMSA Senior Level III Certification. Matthew currently serves as Vice President for the Florida Section Board of IMSA. Organizational Leadership: • John "Jack" R. Hoffman, PE— Principal From 1999 to 2006, Mr. Hoffman served as the Signal System Manager for the Palm Beach County Traffic Engineering Department. This experience gives Mr. Hoffman first-hand knowledge of the intricacies that impact the arterial performance. Mr. Hoffman worked closely with his staff implementing various signal retiming parameters as well as retiming several corridors himself during his tenure.As the manager of the signal system, he was also responsible for putting together much of the fiber optic connectivity that would later be used for the TSM&O in Palm Beach County. Mr. Hoffman implemented the first large scale Ethernet controller deployment in the state connected by fiber optics. Following Palm Beach County, Jack served as a Traffic Engineer Project Manager for engineering firms and contractors such as DKS and Associates and American Lighting and Signalization. He has implemented several advanced ITS projects, including a large 28 intersection SCATS ATSC using Siemens 2070 controllers operating the TransCore SCATS firmware, Greensboro, NC regional ATMS, and Hillsborough County, FL ATMS. Role for this Project:Adaptive Traffic Signal Control (ATSC) Design, Construction and Integration. • Matthew S. Weisman, PE—Principal Matthew served as the City of Gainesville's Intelligent Transportation Systems Engineer from 2007 to 2013, and as the Traffic Operations Manager from 2013 to September of 2014. Much like Mr. Hoffman with Palm Beach County, he completely overhauled the City of Gainesville Alachua County system from a 1980s dial-up closed loop system to a complete Advanced Traffic Management System. The system provided fiber optic cable to nearly all intersections in the urban area, over 200 CCTV cameras, a live traffic website, and social media Facebook and Twitter feeds. Matthew specified several adaptive projects for Gainesville, including an 11 intersection SynchroGreen deployment on SR26, a five intersection InSync system, and a six intersection Miovision Spectrum system (Spectrum project had not been procured at the time of Matthew's departure from Gainesville). Matthew maintains a close relationship with both Trafficware and Rhythm Engineering, and has been to both of their headquarters. Currently he is engaged in an integration project for SynchroGreen in Palo Alto, CA, and is also currently assisting a SCOOT system deployment for Reedy Creek Improvement District (Walt Disney World Resort). Role for this Project: Parking Management,Adaptive Traffic Signal Control (ATSC)Test Procedures Design, Construction and Integration. Top Contracts/Engagements: 1. City of Palo Alto Traffic Signal Network; Client: Trafficware Group; Value: $105,000— Designed, configured, installed, and tested fiber optic physical plant and Ethernet network for the entire City of Palo Alto, CA in the heart of Silicon Valley. 3.1 Organizational Narrative Tab 3—Page 6 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services --�� MIAMIBEACH for an Intelligent Transportation System (ITS) TfZ�1N,�SC.O-- RE. �[ . and Smart Parking System (SPS) :� reef rg 2. Expert Witness Services CSX; Client: McGuireWoods LLP; Value: $60,000— Provided expert witness services, testimony, and review of traffic studies of at-grade rail road crossings. 3. Traffic Signal Design and Construction Services SR 80 at Arden Lakes; Client: Michael B. Schorah and Associates; Value: $50,000 — Provided traffic signal design, permitting, and construction services for new mast arm traffic signal at SR 80 at Arden Lakes in Palm Beach County. 4. Walt Disney World Traffic Signal Design Build —Vista Boulevard at Bonnet Creek Road; Client:Control Specialists; Value: $35,000—Provided traffic signal design services for the Walt Disney World Company for the replacement of a diagonal span traffic signal with a new mast arm traffic signal. 5. Reedy Creek Improvement District Epcot Center Drive Temporary Intersections Design; Client: Control Specialists; Value: $35,000— Provided traffic signal design services for the Epcot Center Drive Interchange project by designing temporary traffic signal design plans through the various construction phases of the project. Simrex Corporation's background started in 1992 as a consultancy doing SIMREX communications and signal processing development work and project management for other manufacturers and large systems integrators. In 2001 Simrex acquired one of its customers:ARIA-GLB Wireless Systems Inc(AWSI)and became a manufacturer of high performance wireless products used in Aerospace and other demanding applications. Simrex had contributed to the design of these products. In 2004, Simrex partnered with GE to develop Simrex branded products for sale through GE channels into Traffic and ITS markets. Since that time Simrex has developed a full line of communications as well as timing and control products for this market. Simrex also provides full turnkey solutions that incorporate Simrex's and 3rd party components as well as project management for design, and commissioning of these systems. Most end users and integrators take advantage of Simrex's profile based configuration management system that allows radios and other equipment to be preprogrammed and staged/tested at the factory for initial deployment as well as subsequent system expansion. In order to ensure the full capability of end user autonomy, the configuration profile database is electronically shared/duplicated and the end user is equipped with the easy to use tools to create database entries or download the new or existing profiles into blank(spare) radios.This system ensures consistency of programming and eliminates a source of error in configuring devices for these systems. Simrex can also provide cloud based system monitoring such that end user systems administrators can securely observe system performance on a smartphone or PC when away from the office or operations center. This system is very secure because it cannot make changes to the system or control anything. It is one-way data for observation only. Simrex has rolled out several innovative ITS projects working as a subconsultant to TransCore. Organizational Leadership • Frank Neuperger—General Manager Mr. Neuperger is General Manager at Simrex Corporation, a developer and manufacturer of wireless communications products that are used in markets spanning Defense to the entertainment industry. Recent focus has been on developing the Traffic/ITS segment of the market. He has over 30 years of experience in technical and management roles in both product development, engineering services and project management with most of the focus on communications. Role for this Project:Wireless design, construction and integration. 3.1 Organizational Narrative Tab 3—Page 7 Response to Request for Proposals(RFP) No.2016-199-KB joss«Icron wah: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/tNSWRE. 9f gr Top Contracts/Engagements 1. WidebandTraffic/ITS Communications Network; Client: Region of Niagara; Value: $732,804— Direct Engineering and design review, support and equipment supply through a multi-phase roll-out to implement a region wide system to support controller interconnect, CCTV and Preemption. Simrex's CRMS Network Visualization and management system is used as well. Current system has 225+ radios and -113+ fiber nodes. Expansion is ongoing. 2. NE Corridor Railway Communication System; Client:AMTRAK(National Railroad Passenger Corporation); Value: $1,28,180— Infrastructure equipment and mobile radios for rail control system. This includes radios for both trackside equipment as well as locomotive onboard radios. Simrex supplied 220 MHz licensed frequency radios and power amplifiers. 3. Railway Communication System; Client: New Jersey Transit/Parsons; Value: $1,136,000— Mobile radios for rail control system.This project is comprised of licensed frequency 220 MHz radios for both trackside equipment as well as locomotive onboard radios. 4. Integrators—Ongoing Engagement; Client: Temple Inc., Decatur Alabama; Value: $316,000 to date—Traffic and ITS systems involving serial and wideband wireless communications, wireless contact closure, wireless preemption, crosswalk, and Wireless advanced warning flashers. 5. Integrators—Ongoing Engagement; Client: Vosloh, Inc.; Value: $275,000 to date— Railway communication systems involving serial and wideband wireless communication. se rco Serco Inc. is the Americas division of Serco Group, plc, one of the largest service providers in the world with over 100,000 employees in 35 countries and 10,000 in America. With $3.1 B in revenue in 2015, Serco Inc. is recognized as Washington Technology's#30 Top 100 Federal Government Contractors in the nation. Serco serves the Department of Transportation, Department of Defense, federal civilian agencies, the intelligence community, state and local agencies, and commercial clients. We help our customers deliver vital services while increasing the satisfaction of their end customers using our deep domain expertise and proven processes formed by over 50 years'experience Serco's transportation business offers operational services, Safety Service Patrol (Road Rangers), Intelligent Transportation Systems (ITS), aviation, fleet management, rail, parking, citizen services and defense. With established partnerships with the local and state agencies such as Georgia DOT,Alabama DOT, Louisiana DOT, and the City of San Francisco, Serco has created environments focused on performance allowing transparency of our progress through dashboards. Serco has the skills, knowledge and enthusiasm needed to assist our customers in achieving their missions. We work tirelessly to build long-term collaborative relationships that rely on mutual trust and respect. Organizational Leadership: • Sean Mattingly— Executive Sponsor Mr. Mattingly is the Business Unit Manager for the 1,200 Serco employees that make up the Transportation and Infrastructure Business including FAA, Surface Transport/ITS, Fleet Maintenance, IWMS/TRIRIGA, and Parking Enforcement. • Joseph Snyder—Operations Manager Mr. Snyder is a Program Manager responsible for overseeing operations plus supporting business development and marketing of TMC Operations. He assists in the oversight of 3.1 Organizational Narrative Tab 3—Page 8 Response to Request for Proposals(RFP)No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIANIIBEACH for an Intelligent Transportation System (ITS) ��" and Smart Parking System (SPS) T"i'' 'CO—RE. TMC Operation Projects including operations staff scheduling and management of Work Breakdown Structure (WBS). Mr. Snyder oversees, supports, and conducts operator training. He also oversees operations plus supporting business development and marketing of TMC Operations. Role for this Project:Operations Manager. • Muhammad Mansoor—SPS Senior Technical Advisor Muhammad Mansoor is a seasoned manager with experience delivering services to state, local and business-to-business sectors in parking and transportation related projects with a focus on operations, management information systems, and performance-based contracting. He has managed and helped transform some of the most complex parking programs in the nation; and has transitioned over 15 municipal parking projects within the past 10 years. His main goals are to provide the strategic and operational thought leadership required for teams to tactically deliver results and he has a proven ability to drive innovation through technology. Role for this Project: Operations Manager. Top Contracts/Engagements: 1. CMS Eligibility Support Services(ESS); Client: Centers for Medicare and Medicaid Services (CMS); Value: $1,039,880,954—Provide support to the federally-facilitated Marketplace for the Eligibility Support tasks under the Patient Protection and Affordable Care Act(Affordable Care Act)of 2010.Tasks include the intake, routing, review, and troubleshooting of applications submitted for enrollment into a Qualified Health Plan and for insurance affordability programs including, but not limited to,Advance Payment of Premium Tax Credits, Cost-Sharing Reductions, Medicaid, Children's Health Insurance Program, and the Basic Health Program,where applicable. 2. Goose Bay Site Support Services; Client: Public Works and Government Services, Department of National Defense; Value: $597,938,701.96—Goose Bay is a Canadian Forces Base located in Newfoundland and Labrador, operated as an Air Force base by the Royal Canadian Air Force, and is the site of NATO tactical flight training in Canada. Serco delivers virtually all non-military services required to operate the base, which includes a commercial airport that is used to support the local population, and the growing mining and hydroelectric development in the area. Tasks cover a wide range of job types from unskilled labor, to skilled Technicians, Engineers, and Air Traffic Controllers. 3. Driver Examination Services (DES); Client: Ministry of Transportation Ontario; Value: $478,624,687—A 10-year, Public-Private Partnership to deliver accurate and relevant traffic information service throughout England, the NTCC was first to use a comprehensive suite of technologies to obtain a clear picture of actual predicted road network traffic conditions for an entire country.The unique NTCC experience Serco brings includes designing, building, and operating the control center, providing a suite of highly complex software systems. Serco provided accurate and timely travel information, enabling proactive, effective response to traffic changes, incidents, and weather events. 4. Federal Aviation Administration (FAA)Contract Towers(FCT)Area 5; Client: Federal Aviation Administration (FAA); Value: $169,928,789—Provide air traffic control specialists, safety managers, and program management services in support of 58 Air Traffic Control Towers (ATCTs) in 11 western states, including Alaska, California and Colorado. Responsible for the safe and efficient movement of commercial, general aviation and military aircraft on the airport and in the airspace surrounding the airport. Provide risk management, quality assurance and program management to meet FAA service standards and quality metrics. 3.1 Organizational Narrative Tab 3—Page 9 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) ������--- and Smart Parking System (SPS) TRA SCORE. ... englreeYrg 5. U.S. Patent&Trademark Office (USPTO) Pre-Grant Publication Classification (PG Pubs); Client: U.S. Patent&Trademark Office (USPTO); Value: $124,316,313—Serco provides a turnkey service to classify newly submitted, unpublished patent applications in its virtually paperless patent classification facility. Serco analyzes the claims made in these patent applications and assigns the appropriate US and CPC classifications to the key aspects of the invention.The patent application is then returned to USPTO where it is published and routed for examination. Serco's in-house team developed, and continues to enhance, an XML Services-based paperless patent classification workflow that exploits appropriate search technologies (such as Google Search Appliance)to deliver the right data at the right time to the PGPubs patent classification staff. The productivity and quality improvements are measurable as a result of the process instrumentation and reporting built into the workflow solution. PARK ASSIST. Park Assist is a business intelligence technology company that utilizes camera- REALLY SMART PARKING based sensor applications to improve the parking experience. Park Assist's patent-pending camera-based sensor systems are highly regarded in over 25 countries around the globe for their ability to improve the overall parking experience, integrate with other systems in place, and enhance operational efficiencies and security coverage. This year, Park Assist celebrates 11 years as the global leader in parking sensor technology and the pioneer of camera based parking systems. Park Assist is part of the TKH Group (Euronext: TWEKA), a $1.6B publicly traded company headquartered in the Netherlands. Park Assist is the largest provider of camera-based parking guidance solutions in the world. Additionally, Park Assist is the only parking guidance company to call New York state and New York City their home, with the company's HQ having been in NYC since the company's inception in 2006. Park Assist invented the first camera-based parking guidance system in 2010. Park Assist's camera-based system is a patent pending solution (US Patent#0113936A1). Park Assist's systems have demonstrated stable reliability through a myriad of conditions in over 25 countries, spanning the Americas,Australia, Europe, and Asia. Park Assist has a dedicated engineering team based in the New York HQ focused on forward-thinking innovation in parking technology to ensure clients will always be ready for the future. Headquartered in in New York City with regional offices in Fort Lauderdale, San Francisco and Los Angeles, Park Assist has the most experience of any guidance manufacturer worldwide in designing, deploying, and supporting guidance systems for parking. Park Assist has deployed these systems in over 25 countries around the globe, including over 50 installations in North America with top retail centers, municipalities, airports, healthcare centers, corporate campuses and casinos. Park Assist has a fully staffed technical support team to assist with maintenance and support after installation. Organizational Leadership • Gary Neff, Chief Executive Officer As CEO, Gary is responsible for the worldwide delivery of Park Assist's mission and vision. He sets the standards for meeting client expectations and the performance required to meet Park Assist's promise. Gary has 30 years of experience in Parking Access and Revenue Control Systems (PARCS) as well as a wide range of parking technologies. He has also been an advisor to BMW on the development of the automaker's mobility platform. He is experienced in the parking industry and often speaks at national and international parking conferences on trends, issues and innovations. Mr. Neff will be responsible for the delivery of Park Assist's promise. 3.1 Organizational Narrative Tab 3—Page 10 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) ty TIv55JRE • Ilan Goodman, PhD, Chief Technology Officer In his 10 years of parking technology experience at Park Assist, Mr. Goodman has provided extensive knowledge and execution of system architecture, signal processing, machine learning, and engineering management. Mr. Goodman has an incredible history at Park Assist and is a certified expert on the company's patent-pending technologies, projects, and infrastructure. Mr. Goodman possesses an incredible wealth of computer and software expertise including MATLAB, computer vision, information theory, algorithms, simulations, C++, Image Processing, Linux, simulations, Python, software development, Java, and embedded systems. Mr. Goodman will ensure functionality of the M4 sensors and all software modules for this project. • Tom Sivak, Vice President—Operations Tom is responsible for managing corporate operations including manufacturing, logistics, technical support and pre-sales support. He also oversees the two largest business units, North America and Australia. While focused on revenue generation and cost control, he also provides guidance and refinement to all the business unit managers who report to him. Tom has 28 years of experience in Parking Access and Revenue Control Systems (PARCS) including Amano, Ski Data and Federal APD (3M); as well as parking operation management experience during his time with SP Plus. Mr.Sivak will oversee branch operations to ensure effective delivery of the project commitments. • Mark Martin, North America General Manager As General Manager, Mark is responsible for all North American operations activities for Park Assist. He brings over 20 years of experience in the parking technology space, specifically in the PARCS and mobile application sectors, to the Park Assist team. Mark has provided both team and thought leadership in the development of innovative products and national account programs with leaders in the PARCS manufacturing, automotive and sustainable technologies industries. Mark is an Advisory Board member and co-founder of the Green Parking Council. Mr. Martin will oversee all account management, installation, logistics, project management, service and support. Top Contracts/Engagements 1. Fort Lauderdale Hollywood International Airport; Client: Broward County Aviation Department; Value: $3.3M —Park Assist installed M4 camera-based guidance solution in the Hibiscus and Palm parking garages. Park Assist provided a turnkey installation which included a one-year warranty with the option for FLL airport to continue the maintenance agreement following year one. 2. Reston Town Center; Client: Boston Properties; Value: $n/a— In order to offer a gateless solution for paid parking, Park Assist was contracted to not only improve the customer experience but to also communicate with the mobile payment vendor to verify visits at the garage and enable enforceable payments. 3. Legacy West; Client: The Karahan Companies; Value: $n/a— Park Assist installed the L4 system, a groundbreaking technology that combines LED lighting with single-space camera guidance, on the Legacy West property, a 240-acre, mixed-use site that includes retail, dining, and residential tenants, in addition to various corporate headquarters for Toyota, JPMorgan Chase and FedEx. 4. General Growth Properties, Providence Place—This leading mall developer chose Park Assist to enhance the experience at their premier shopping centers including Providence Place in Providence, Rhode Island, and Oakbrook Center in Chicago, Illinois. Park Assist's M4 Camera System provides 3.1 Organizational Narrative Tab 3—Page 11 Response to Request for Proposals(RFP)No.2016-199-KB pass«ar on w,h: for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) ]; = and Smart Parking System (SPS) TRANSCORE. ���+++ . ,greer rg GGP customers with the ultimate parking experience for their visitors. Ensuring that visitors spend more time shopping and enjoying their restaurants is more valuable to GGP than having customers circling their parking facilities in an effort to find a space. Park Assist's leading M4 puts GGP retail centers on the map as an effortless parking destination and boosts exposure as a leading developer in both experience and technology. 5. General Growth Properties, Oakbrook Center—This leading mall developer chose Park Assist to enhance the experience at their premier shopping centers including Providence Place in Providence, Rhode Island, and Oakbrook Center in Chicago, Illinois. Park Assist's M4 Camera System provides GGP customers with the ultimate parking experience for their visitors. Ensuring that visitors spend more time shopping and enjoying their restaurants is more valuable to GGP than having customers circling their parking facilities to find a space. Park Assist's leading M4 puts GGP retail centers on the map as an effortless parking destination and boosts exposure as a leading developer in both experience and technology. 5�� ICe HR Engineering Services, Inc. (HRES) is a Disadvantaged Business Enterprise (DBE) disciplined in geotechnical engineering and construction inspection. HRES began operations in Miami on July 1998. Our firm is committed to providing quality and y professional expertise in a wide range of engineering areas. HRES' principal engineer has been involved with some of the most challenging engineering projects in South Florida. We are qualified by FDOT to perform in Group 9, Subgroups 9.1, 9.2, 9.4.1 and 9.4.2 and Group 10, Subgroup 10.3. We are also qualified by Miami-Dade County in 9.01, 9.02, and 16.00. HRES' main market is with the public sector. HRES is a certified Disadvantaged Business Enterprise (DBE), a Community Small Business Enterprise and/Community Business Enterprise (CSBE/CBE) in Miami-Dade County, a Small Business Enterprise (SBE)with the South Florida Water Management District, a certified Disadvantaged Business Enterprise (DBE)with the State of Florida Department of Transportation. HRES provides geotechnical services that include subsurface explorations, foundation evaluations and recommendations, and pavement evaluations and recommendations. Its geotechnical expertise includes design, planning, execution of new geotechnical projects and the remedial procedures to correct foundation problems of existing structures, extensive involvement with axial and lateral pile analyses, slope stability evaluation on retaining walls and embankments using geogrid layers and roadway construction over soft soils. Other specialties include design of numerous retaining walls types such as mechanically stabilized earth, reinforced concrete, sheet pile cantilever and anchored walls. The firm has geotechnical drilling capabilities and an in-house laboratory for testing of soils. The drilling is performed with two truck mounted drill rigs, Central Mining Equipment; model CME-55 with an automatic hammer. HRES has 4-inch diameter rock coring wire line capabilities. HRES also provides construction materials testing inspection services including PDA Inspection, site preparation and foundation inspections. Organizational Leadership • Hernando Ramos, PE— President A registered Professional Engineer, Mr. Ramos brings more than 24 years of experience with transportation, industrial, ports and civil engineering projects. his responsibilities include Planning,Analysis, Execution and Review of Geotechnical Projects, Shallow Foundation Recommendations and Evaluations, Deep Foundation System Recommendations, Slope Stability Settlement Analysis. For this project, he will serve as geotechnical engineer. Role for this Project: Project Geotechnical Engineer. --- - - I_,. - , \IL\ Al 3.1 Organizational Narrative Tab 3—Page 12 Response to Request for Proposals(RFP) No. 2016-199-KB n ass«:11.n with: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRAIRE. Y�♦m`�, Top Contracts/Engagements 1. NW 25th Street Viaduct Structure, from NW 22nd Street to SR 826; Client: FDOT District 6— Design - Group axial and lateral analysis of 24-inch square prestressed concrete driven piles. The viaduct structure has a maximum span of 220 feet. Our recommendations for minimum pile tip elevations are based on the lateral analysis. Construction - Recommended dynamic pile testing (PDA) at every pier located in the canal and at every other pier located in the ground. PDA testing is presently conducted. Production pile lengths and driving criteria are presently provided. 2. Earlington Heights Metrorail Extension, from Earlington Heights Metrorail Station to MIC; Client: Miami-Dade County Department of Transportation and Public Works— Design - Group axial and lateral analysis of 24-inch diameter augercast piles and 36-inch diameter drilled shafts. The metrorail guideways have span lengths exceeding 150 feet. The structure has both continuous post-tensioned concrete segments and concrete segmental spans.A great portion of the metrorail alignment consists of a single pier supporting two metrorail guideways. Our recommendations for minimum pile tip elevations are based on the lateral analysis. Construction - Recommended a total of 5 axial compression Statnamic load tests, 3 lateral Statnamic load tests in addition to 2 static tensile load tests. 3. MacArthur Causeway Bridge; Client: FDOT District 6—Design - Bridge over the Biscayne Bay designed for vessel collision and retaining walls designed to sustain minor damages during a hurricane. Bridge supported on 3-foot diameter(end bents) and 7-foot diameter(intermediate piers) drilled shafts. Group axial and lateral analysis of drilled shafts design included scour considerations. The bridge has span lengths exceeding 150 feet. Construction - Performed 1 static axial compression load test. 4. SR 874/Killian Parkway Interchange; Client: Florida's Turnpike Enterprise— Design - Bridge over SR 874 continuous span structure with span length of 240 feet. The deck (concrete) and the steel structure are built together. Construction - Recommended dynamic pile testing (PDA) at 3 test pile locations. 5. SR 826/SR 836 Interchange - Final Design; Client: FDOT District 6— Provided geotechnical recommendations for roadway and MSE walls. The project has an extensive demucking program under the proposed embankments/MSE walls. Provided geotechnical recommendations for sign structures and mast arms. M.G.VERA Manuel G. Vera &Associates, Inc. (MGV) is proud to announce we are celebrating ASSOCIATES,Inc. our 40th year anniversary. In the 40 years of our existence, survey is what we specialize in and is all we do. MGV is a unique firm in that it has the capability and technology of any big Surveying Firm but its principles are patterned by a family business, service oriented and sound quality control ideology. Our entire business plan and approach is designed to assure we meet and exceed our clients'expectation without exception. Our firm has both the administrative flexibility, staff and the technical know-how needed to get the job done without any red- tape or delays. Organizational Leadership • Manuel G. Vera, Sr.—Founder and Principal Mr. Vera, Sr. has been in the surveying professional since 1960 and has been a registered Land Surveyor since 1972. He began his company with one crew, himself as Party Chief and Draftsman, his hard work and dedication to quality, service and honor has led to the 3.1 Organizational Narrative Tab 3—Page 13 Response to Request for Proposals(RFP) No. 2016-199-KB a s«enow„h: for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) '; Tom' "'"'"�E rq development of his company from a three-employee firm into one of the largest surveying firms and a reputation of honesty, service and quality. In the more than 50 years, Mr. Vera, Sr. has been in the survey profession, he has completed all types of surveying projects including hundreds of control and section surveys throughout Miami-Dade and Monroe Counties. • Manuel G. Vera, Jr. — Executive Vice President and Senior Surveyor and Mapper Manuel (Manny) G. Vera, Jr. is a well-known presence within the survey community with more than 32 years of experience. He has managed a variety of survey contracts and projects for the Florida Department of Transportation, Miami-Dade County, Miami-Dade Expressway Authority, City of Miami, and numerous private clients. Mr. Vera, Jr. has performed and managed all types of surveying services including: Design Surveys, Right-of-Way Control Surveys, Right-of-Way Mapping, Platting, Construction Layout,As-built Surveys, Drainage Surveys. He has extensive experience in the management and coordination of survey projects involving a variety of surveying techniques such as Aerial Surveys, Conventional Ground Surveying, utilities designation, etc. Role for this Project: Land Surveyor and Mapper. Top Contracts/Engagements 1. FDOT District VI, District wide Right of Way Monumentation Consultant Contract; Client: FDOT District VI; Value: $1.5M —On this district wide task oriented contract, Mr. Vera is the Project Manager in charge for all survey activities including field survey activities and office support and mapping tasks for the duration of the contract. 2. FDOT District IV, District wide Right of Way Mapping Production Support (C-9D58); Client: FDOT District IV; Value: $1.5M —On this district wide task oriented contract, Mr. Vera is the Project Manager in charge for all survey activities including field survey activities and office support and mapping tasks for the duration of the contract. 3. FDOT District VI, District wide Miscellaneous Location Survey Consultant (C-9C43); Client: FDOT District VI; Value: $1.5M —On this district wide task oriented contract, Mr. Vera is the Project Manager in charge for all survey activities including field survey activities and office support and mapping tasks for the duration of the contract. 4. City of Port St. Lucie, Crosstown Parkway Segment 1 —from Manth Lane to US-1 (Port St. Lucie); Client: Reynolds Smith & Hills, Inc.; Value: $183,000—MGV provided Design Survey Services for this 2.5 mile project in Port St. Lucie, known as the Crosstown Parkway Segment 1-from Manth Lane to US 1. 5. FDOT District VI, SR25/Okeechobee Road from NW 79TH Ave to SR997/Krome Avenue PD&E Study; Client: Metric Engineering, Inc.; Value: $594,000— Provided a Full Design Survey including: the establishment of horizontal (NAD 83/90) and vertical control (NAVD 88) networks, survey baselines and Right-of-Ways were established as per Department Right-of-Way Maps, platted and/or dedicated Right-of-Ways for SR25/Okeechobee Road; Topographic and Digital Terrain Model (DTM/3D) Survey was prepared from right of way to Right-of-Way, along the area proposed; Drainage structures and above ground features where identified and shown on the Survey; Bridge surveys were located, and canal soundings were performed at each bridge. 3.1 Organizational Narrative Tab 3—Page 14 3.2 Similar Experience Tab 3: Qualifications of Key Team Member Firms Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) TRnfci. &E. �:._,; and Smart Parking System (SPS) eng;raerrg 1-95 Express DMS and Toll Sign Panel Replacement Project EXPRESS LANES Miami-Dade County, FL 5046_ 0 N L Y Years Project Constructed(or"under construction"): 2016 Project Cost: $3.3M Contract Method: Design -16ii n cCompany's Role: Subconsultant TO Pm 87-6] _ Key Project Managers:Arturo Espinosa, Luis Rodriguez, Oscar Oliva,Joan De La Rosa, i Zit Liduan Mendez { O.c BCC is providing the following services:Standalone, I T O Ives D a j r'/ i7 Subsystem and System Test procedure preparation and execution; ITS device programming,and network integration and Temporary Traffic Control Plans(TTCP). $a 5 This project included the replacement of toll rate Dynamic TO 595 Message Signs(DMS),lane status DMS, ITS control cabinets with their internal controls and power backup equipment and DMS verification cameras.The new $25 PLUS TOLL FOR VIOL, DMS being installed are full color and full matrix LED signs.The new DMS verification cameras are digital high definition(HD)type.The new HD cameras were not compatible with the existing analog type camera lowering device. BCC designed and recommended a procedure to retrofit the existing camera lowering devices to make i them ready for Ethernet protocol digital HD cameras.This retrofit procedure allowed the replacement of the existing �Y i,. analog cameras with new digital HD cameras in a time K a- 1+ frame of 2 hours or less. 4,.'.1. .l,,, , r -r.- , \ -3st � i 1 � . - ,1. .\ im 6111 engineering 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 15 Response to Request for Proposals(RFP) No. 2016-199-KB "°"«'°"°" 'h: for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) TRnRE. �; _ ,; and Smart Parking System (SPS) y,g,, ,„„9 SR 874 Ramp Connector to SW 128th Street a.* ,: { ';a Miami-Dade County, FL Years Project Constructed(or"under -= — - ._ - construction"): 2018 -.e. r _r_ Project Cost: $40M - > Contract Method: Design-Build Company's Role: Prime Designer >e t"'. < i3` Key Project Managers: Arturo Espinosa, .'` • , Erik Spillmann, Luis Rodriguez, Oscar Oliva, / Joan De La Rosa, Liduan Mendez i. K - BCC is the lead ITS designer and Engineer-of-Records. JY. This project includes High Definition(HD)Closed Circuit i ti / ,/� ' Television Cameras(CCTV),Dynamic Message Sign I (DMS), Microwave Vehicle Detector System(MVDS) ''40' and a 144 count single mode fiber optic backbone to be al installed in the new flyover connector.This project starts Ai 7„c rL� in the SR 874 highway and through the connector it ends -� �/ ✓ in an arterial street. ITS devices are on both the highway (.e-,,__ i- side and arterial street. No-low a I j r /r R... • 1. ti ate` ... . ./ .. , , ., . , i, , . , . Y a,, a tir X • Ipg,,,, (sT..„, ,,iti'm ,, ,. argireering 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 16 Response to Request for Proposals(RFP) No. 2016-199-KB l"°u°"o$,onw m for Design, Build, Operation, and Maintenance Services MPA AIBEACH for an Intelligent Transportation System (ITS) ------ and Smart Parking System (SPS) TRANSCORE I --"71111111111111111111 11111111 --_ _1 - Dolphin Station Park and Ride Transit Terminal ., j Facility w,..,,,,,,,, ' .,,�,,, - �.._� Miami-Dade County, FL r- f_. - ---- Years Project Constructed (or"under construction"): 2016-2017 - Project Cost: $16M .`=-` • .,; '` Contract Method: Design-Build -- . " �• -� , Company's Role: Prime Designer Key Project Managers: Ariel Millan, Jose Otero, ` '° Arturo Espinosa, Dacha Quintana, Luis Rodriguez, ` ` '' " t BCC is the prime designer for this new park and ride , ` N . facility,west of the Dolphin Mall in Miami.The Intelligent -' . — Transportation Technologies and Surveillance System t '• + a '' are part of BCC's design scope.The project includes ' �= High Definition(HD)surveillance cameras with digital r` •r - video recording system,Automated Parking Management Information System with outdoor parking occupancy , - .- billboards, Electric Vehicle charging stations,a transit s ` . information digital signage system,wirelessly-controlled -" f LED lighting though out the parking lot and the �� ```"-4' information technologyservers and networkingequipment ' ad2. : 4 �. f �;` ' . , ,. J ..f used to bring this new park and ride station into .. r �' Miami-Dade Transit(MDT)County-wide data network. ►- '-Ir, 1, f ,k.....,-•`,..,, :- _ ,,.„ ", The scope also included a new signal installation at the • 4.* £ �,''�. • -.- intersection of the new Dolphin Station Road and NW % r .1r�— •• 4r,`„ 12th Street.The new traffic signal will be composed of mac,': .,.„ .,. ,. . '4► three new mast arm poles,traffic controller, pavement ", r ., • -' ` loop detectors and pedestrian features. 4,4.. , "- - �� • 0 } �F' ,'�r,�+.+i.''-r / .,,,.'.,., .,„,- r Ari . :i ,/` .-.. 4 Ra 1' �,;- ��� engineering 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 17 Response to Request for Proposals(RFP) No. 2016-199-KB Inossocootion with: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) ice— s• and Smart Parking System (SPS) TR/1 J.J . I L. ..._ erg roe,rg .0417^° r �. ..114..".....• ..i•--...": _ ' 1-95 Express Lanes and 4 = '- '� "" Ramp Signals — _,,e,-'I''�-� :: - - : Phase 3A-1 s+1 - 0"' ` . Broward County, FL f,t !` III�� , " Years Project Constructed(or"under s .O O. construction"): 2019 � - / Project Cost: $148M y ,r & . , Contract Method: Design Build �� Company's Role: Prime Designer `% Key Project Managers: Arturo Espinosa, Dacha Quintana, Erik Spillmann, Pedro Ugas, Liduan Mendez, Hugo Altimari � ' pr :0 BCC is the prime design consultant for this project.The v s. first of several separate I-95 Express Lanes Design Build 10 projects that will ultimately extend 95 Express from Stirling ii, �,- ... / , Road in Broward County to Linton Boulevard in Palm 'i� ; �' Beach County.Erik Spillmann(Engineer-of-Record)was Y tit.,4,-* -.4--:-,' j,.i` responsible for the complete design of the ITS system. 1 ti The limits are from south of Broward Boulevard to north of --• Y � a --l. 0' .- w 1. Commercial Boulevard.The project includes converting ti w A. existing High Occupancy Vehicle(HOV)lanes to High r,..-. !A- •'•. ly' 0. _ Occupancy Toll(HOT)lanes,as well as one lane widening gi . :' , , �' _'F each direction,resulting in two tolled Express Lanes in each ` ! / -- Pe.,-- direction.The number of existing General Use and Auxiliary / ''�`„ , , Lanes will remain the same.Access to the Express Lanes I will be limited to designated Entry and Exit Point locations. ..,,.`,1%,(.1 nRnanu�Y �Ea Ri,u RGEgy The Express Lanes will implement congestion based toll ,•-'rec . ..., - '' _ pricing.The facility will employ Electronic Toll Collection .s7 •` .-Ny. (ETC)via the Florida Turnpike Enterprises(FTE)Sunpass .- 11111111Vtgal ":;4.+6, w-,; " System.Other improvements include:milling,resurfacing, ''':. ..;i and overbuilding;guardrail;barrier wall;attenuators; shoulder gutters;drainage;bridge widenings;retaining walls;sound barrier walls;sign structures;portable -- traffic monitoring sites;tolling gantries and associated •• 'art .*6. infrastructure including equipment buildings; Intelligent " Transportation System ITS signing and pavement -+ markings;express lane delineators;signalization;lighting; ramp(metering)signals;utility relocation;landscaping. '' IV- -ps. `= .., , • f =a . At lilt '. , engineering 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3—Page 18 I Response to Request for Proposals(RFP) No. 2016-199-KB "°"«°'°"with: for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) , and Smart Parking System (SPS) TIZAI ARE. R o , .4, " " Advanced Traffic 4'' 1 .. ,, k •• Management System - tk'� s (ATMS) 4 ., . _ ' ` Manatee County, FL Years Project Constructed(or"under z ":'' _:r114_ ' - =r1 construction"):2010 .--„ " . - Project Cost: $9M - 1, : I— `� '"" *�" -= Contract Method: Design-Build Company's Role: Prime Consultant - Key Project Managers: Erik Spillmann � Mr. Spillmann*was the Design Project Manager and di 1 "'^ • -' , Network&System Integrator for a project that designed, constructed, installed,developed and tested a system and \ components for an ATMS system. He led the efforts in the .`' ITS design, plans,and specifications package; review of 000 the Master Plan and Conceptual Plans; SNMP/network { q ' manager software configuration;CCTV integration with CCTV monitoring software;system testing;and training. Theproject involved 144 signals,VDS system, CCTV Lens ° tkp 1 Ox Len System,TMC Workstations,and video wall for over 30 87F 38 'NH ,.4'-'fps t' 87F miles of fiber infrastructure.This project included software 'I- - ' development for the integrations of CCTV control and `J1 , + . monitoring and microwave vehicle detection into ATMS. maRra 11111111111111111 , °IL ,. Nlir L Ly:ns Lo .... _ a __ 17 i"4___ t" - - ,4 al '-$1, Individual experience of BCC personnel engineering _______=_Imegiiiiiimi . 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 19 Response to Request for Proposals(RFP) No. 2016-199-KB Inoss«oationwrit) : for Design, Build, Operation, and Maintenance Services Ii MIAMIBEACH for an Intelligent Transportation System (ITS)and Smart Parking System (SPS) TR�UV$CORE. c+g reerg HEFT All Electronic Tolling . Phase 1 , 2, and 3 Miami-Dade County, FL Years Project Constructed(or"under construction"): 2016 ,res. Project Cost: $63M . Contract Method: Design-Build Company's Role: Prime Consultant Key Project Managers: Ariel Milian R. * ir 0 BCC Engineering was the Construction j1. Engineering -Jr • , Z '�► t and Inspections(CEI)consultant for all aspects of the - • ' '' i -'' conversion of the 47-mile long Homestead Extension of .,- the Florida Turnpike(HEFT)to an All Electronic Tolling ' ;• �i , (AET)facility.Project highlights include the conversion t , III # to AET collection of the four Mainline Toll Plazas at Bird i'y:.ii Road, Homestead,Okeechobee Road,and Miramar plus j ' the 26 Ramp Toll Plazas on the HEFT. Improvements "' included the demolition of the existing canopy,support columns and concrete island structures within the existing toll plaza cash lanes,widening of the southbound and northbound HEFT between Bird Road and SR 836, t1r" °" widening and overbuild operations to correct alignments at the plazas,installation of pre-fabricated toll equipment building structures,installation of steel tri-cord gantry 11 structures for AET tolling equipment,overhead truss and _ 'i cantilevered mast arm sign structures and drainage. Improvements to toll plaza facilities included complete demolition of several plaza facilities and modification to I other facilities including tolling,electrical,mechanical, and other utility systems upgrades,removal of toll booths and other tolling equipment,and modifications to the ^" "" KK' '"°""" `• access tunnels. Intelligent Transportation System(ITS) improvements included installation of new fiber drops from ;;I the fiber trunk line to the new toll equipment buildings and the installation of new ITS communications equipment at all tolling points. Traffic signalization improvements include installation of i new inductive vehicle detector loops at various off-ramp ri locations where existing pavement was resurfaced.New L,i. I. roadway lighting improvements were constructed along - • the mainline HEFT widening limits between Bird Road and SR 836. Modifications to existing roadway lighting systems included replacement of existing lighting along the ramps and at the toll equipment buildings. B. MA engineering 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 20 Response to Request for Proposals(RFP) No.2016-199-KB mass«mow„n: for Design, Build, Operation, and Maintenance Services ]� MIAMIBEACH for an I nelligent Transportation System (ITS) ,���-- 'i and Smart Parking System (SPS) TR/1NSC. 'RE. B :vG;r�c;nrq 1-75 Corridor Freeway Management System (FMS) and ITS Integration Project '' *' Sarasota and Manatee Counties, FL 4 `' . Years Project Constructed(or"under r construction"): 2014 . ' e . ., Project Cost: $20.6M Contract Method: Design-Installation-Integration Company's Role: Prime Contractor Key Project Managers:Arturo Espinosa Arturo Espinosa*,was responsible for the design, x furnishing,configuring and testing of the head-end r ,, 4 ' ITS network communication equipment and servers '1 .{' required for the creation of a new satellite Transportation , •%''.-' , v i Management Center(TMC)center located in the Manatee c �,F , H County Emergency Management Center. 44.0 1 Y This center was commissioned as an online-standby 4, ., +, ', '. , , . Ethernet network and SunGuide software cluster to 1 `a ' the main FreewayManagement System(FMS)system currentlyoperational at the Southwest Interagency Facility 4 °'of ti z° -, zit; P 9 Y "-r, r"r, , a : for Transportation(SWIFT)located in Fort Myers, FL. 4 { Mr. Espinosa developed all test procedures and migration 477- + y' " plans required for this project. Mr. Espinosa also executed `„ e`' ' x '+ ,'; all the TMC related test procedures including software f ' ..`t and hardware subsystems.The work also included ,t L" ` " , + ° the installation of a brand new video wall and ancillary .7,4?. processing equipment(Activu brand). The migration of the existing FDOT ITS District 1 ITS ft" - £ Ethernet network from a flat Layer 2 network to a fully 4 :, Layer 3 routed network included the replacement of FDOT ITS District 1 Core switch at SWIFT Center and the • replacement and reconfiguration of all existing distribution network layer switches at all HUB sites. \,_-1. .1_,.........._......o ..y --' A. ;;;,y.• f 114 i *Individual experience of BCC personnel engineering 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 21 Response to Request for Proposals(RFP)No.2016-199-KB "°s'°"°"° "h for Design, Build, Operation and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) Ti:'T /1/VSCORE Advanced Transportation Management System y¢ ` " (ATMS) 44 °rid �r Broward County, FL Years Project Constructed (or"under construction"): 2012 to 2014 Project Cost: $5.3M Contract Method: Design-Build • Company's Role: Subconsultant Key Project Managers: Arturo Espinosa Arturo Espinosa',was responsible for the communication equipment and software installation, configuration, integration, and testing for this ATMS deployment along arterials throughout Central Broward County. The primary system components entailed a new dedicated communications Ethernet Gigabit network, including underground fiber optic cable,arterial ITS devices, Closed Circuit Television (CCTV)cameras,Arterial Dynamic Message Signs(ADMS), Microwave Vehicle Detectors (MVDS), Bluetooth and Automatic Vehicle Identification (AVI)Travel Time, and fiber connection to existing traffic signal cabinets. This project included the furnishing and commissioning of the new Broward County Advanced Transportation n. Management System (ATMS)head-end system, collocated at the FDOT District 4 Regional Transportation Management Center, in Broward County. The work at the Management Center included the installation of the network core Ethernet communication equipment and application and database servers.As part of this project a new SunGuide software instance was created exclusively for the new Broward County's ATMS network. Vd` 'Individual experience of BCC personnel engineering 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 22 Response to Request for Proposals(RFP) No. 2016-199-KB naso lmion wah: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) 'I"' 1J�-�JRE. US 1 Advanced { Transportation Management System (ATMS) Miami-Dade County, FL Years Project Constructed(or"under construction"): 2006 to 2007 Project Cost: $6,002,298 �� <' Contract Method: Design-Build , Company's Role: Prime Contractor Ac of ( Key Project Managers:Arturo Espinosa This project provided the Florida Department of Transportation District 6 ITS system with a full ITS extension along US-1 from 1-95 to approximately SW 112th Street. In addition to the new 96-count Single Mode Fiber Optic Cable(SMFOC)backbone installed along US-1,this project included the design, installation,and integration of eighteen CCTVs,seven MVDS,and four ,' Arterial Dynamic Message Sign(ADMS). This deployment also included one environmentally controlled concrete hub shelter for the installation of Layer 3 Ethernet network switch to extend the existing FDOT ITS backbone network.Arturo Espinosa*was responsible for the ITS and communication design and implementation, as well as responsible for the development and execution of the testing procedures for this system. tW4 `Individual experience of BCC personnel engineering 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 23 Response to Request for Proposals(RFP) No.2016-199-KB In OsSociation will for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) � and Smart Parking System (SPS) 'I"' VJWRE. a Metro Orlando Computer Signal System (MOCSS) • �_ _ 4 Orlando, FL , III - ,- _ r . -- . s 3 - �W11 � iii Years Project Constructed (or"under i ,/,111, "t ::- . construction"): 2003 ._ 01 _'s. . a ::,! ni i ,L '"! lVj ll - Project Cost: $7.5M F .t • 4 '„ , J--.46------........,........" Contract Method: System Engineering Design Company's Role: Prime Engineer ! 116 _ ig=°°= ` Key Project Managers: Erik Spillmann "d --� -. Mr. Spillmann*was the Design Engineer/System - Manager for the analysis,development of procurement '.L, �, �` ;;,., packages, production of design plans,and CEI support __ ', '' ,,, for the deployment of one of the first Ethernet-based • "' ,y � • ATMS systems in the nation.Key elements included .c':=- --�.• af�: : <, . - the installation of a fiber optic communication network - r - '., es _ (31 miles), upgrade of over 200 signal controllers,TMC i :. .:- =-- ~ _w upgrade,and CCTV camera system installation.Project ' - included the establishment of an inter-agency regional = -, `• lames _` Ethernet based fiber optic communication network +e —"` `. . between FDOT District 5,City of Orlando,Central Florida • ;` Expressway,Seminole County and Orange County. c. r . 1001k. s 1 ■ ... • 101/ _41 -•• ..-r - I '� ;,*" .L al 'Individual experience of BCC personnel engineering 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 24 Response to Request for Proposals(RFP) No. 2016-199-KB Ino o eatonw h. for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRA' SCO and Smart Parking System (SPS) RE Advanced Traffic Management System (ATMS) Brevard County, FL Years Project Constructed (or"under construction"): 2013 Project Cost: $7M Contract Method: Design-Build Company's Role: Prime Designer Key Project Managers: Erik Spillmann Mr. Spillmann'was the Project Manager for the design, • construction,and integration of ITS infrastructure and ATMS sub-systems including 28-mile fiber optic network �•.+ 171 _ tisystem(FON),TMC equipment and software upgrade, a vehicle detection system(VDS),a 40 camera closed _ circuit television(CCTV)system,Bluetooth Travel Time System,and an adaptive signal control system (SyncroGreen)for 10 traffic corridors(90 intersections). alki • w,. C\ �, ... �I 'Individual experience of BCC personnel engineering 2.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 25 Response to Request for Proposals(RFP) No.2016-199-KB "association with: for Design, Build, Operation, and Maintenance Services ,MIAN^,,iBEACH for an Intelligent Transportation System (ITS) TRnNSc and Smart Parking System (SPS) Advanced Traffic Management System (ATMS), Phase II Orlando, FL Years Project Constructed (or"under construction"): 2014 Project Cost: $3.8M Contract Method: Design-Build Company's Role: Prime Designer Key Project Managers: Erik Spillmann Mr. Spillmann*was the Project Manager for the design, construction, and integration of ITS infrastructure, closed circuit television(CCTV)cameras, battery backup cabinets,and signal upgrade for over 100 intersections for the City of Orlando.The project length was over 30 miles along various corridors. r. 1 z • •-�_ + . i �r mow. is mY `Individual experience of BCC personnel ; 2.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 26 Response to Request for Proposals(RFP) No. 2016-199-KB rnoss«oao with MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) T!Z/Y/VJWRE. 6 and Smart Parking System (SPS) � , �, � Charlotte County Computer, ` ,, a,4 system Upgrade i 0 , w{ :'a Charlotte County, FL Years Project Constructed(or"under construction"): 2008 Project Cost: $6M Contract Method: Design-Build Company's Role: Prime Designer Key Project Managers: Erik Spillmann Mr.Spillmann*was the Design Project Manager and network&system integrator for this project which included the design and deployment of an ATMS system,signalization design plans,timing preparation, : `,- 84 controllers and cabinets upgrades,fiber optic • PO' -' " `, i communication network, Ethernet and communication ® - hubs,and 39 CCTVs. He lead the efforts during the integration of the system with SNM manager software '' ' ! configuration and CCTV integration with monitoring software, performed component and software testing, t ' r= and other related integration and training. irL _ ' t +, -e0-,y a. i. j4 r'r .. rw • ►, li P'a , "v -"4s P "tea.__. a.;v .. • _ c • . 00 R '-• I , fit . 'Individual experience of BCC personnel engineering 2.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 27 Response to Request for Proposals(RFP) No. 2016-199-KB In association with: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRE. ,,.t-pr. "` , FDOT District 6 - • Transportation -- . Management Center (TMC) Control Room Retrofit Miami-Dade County, FL . 1' ,1 '"' sea Years Project Constructed (or"under * construction"): January to November 2015 Project Cost: $2.2M . r Contract Method: Design-Build Company's Role: Subconsultant I. La i Key Project Managers: Hugh A.Stetter, '► Julio C. Natareno Befor INS , ��- Upgrades to existing SunGuide TMC Control Room �• for expanded operations. Project included design and construction of new operator consoles, a 33%expansion Ilk A/640 IP' illy of the existing Mitsubishi cube video wall, re-wiring of all mor operator consoles/video wall and creation of temporary operations facilities during construction. 0 f ASC-Logic's Role ''tl " Subconsultant in charge of preparation of signed and sealed design plans and specifications along with II development of County and City permit plans. Preparation of project transition plan to relocate operations staff during construction. r Durr 6.- &A- . Iraqi r Ii -_ SSC After` ; LOGIC 2.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 28 Response to Request for Proposals(RFP) No. 2016-199-KB inossovoso„with . for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRnNSC.OR�- E. �1 ' and Smart Parking System (SPS) East Venetian Bascule Bridge Rehabilitation -c r, , - %-- � -:.j.;; _ Design Project 1J . ,-,r,,,, 'O.. i! i ,- ,, - Miami-Dade County, FL low ,. ' i • ' ` Years Project Constructed (or"under .* li : ` ` construction"): September 2014 to Present _ r, Project Cost: $3.5M .' w: Response to Request for Proposals(RFP) No. 2016-199-KB °°"«'°''°°with : for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) �-TjZj�NS(�U- RE. Vand Smart Parking System (SPS) a.G,root r9 III f °'.; City of Palo Alto, California -Y, Advanced Traffic :. . Management System `' ilkPalo Alto, CA P - Years Project Constructed(or"under • , — construction"): 18 months ® Project Cost: $3.5M / •i Contract Method: Low Bid �lll ® w Y Company's Role: Subconsultant 71„.„_,—_ ----- `, s f Key Project Managers: John"Jack" Hoffman, d ,, . . Matthew Weisman \" In 2014,the City of Palo Alto, California selected ; .', . _ Trafficware and ASTC SynchroGreen for their advanced 9 ',. traffic management technology with implications to be :, 4, one of the first systems in the country to address the ` .. connected vehicle initiative.As a Silicon Valley city known a‘• for technology and innovation,Trafficware selected Matthew and Jack for ITS network integration on this high - , r profile ITS project. HWA re-designed large portions of the fiber optic network utilizing existing strands to gain nearly /----- '-- full network redundancy,configured and installed all layer 2 and 3 switches.The result was a seamless integration between the ITS network and Trafficware components. HWA also submitted a set of recommendations for future fiber paths to create redundant geographical 10 GIGE .. / rings around the City. at .,„,,,,, s -w _ wr R t.N, MM Y/ ♦' y qtr.{ , ''RA's, 'tG i .•Y"+�' • 4`' t ", -4,0„?; y. ", hoi roan, � �. Weisman,G . = -/ -•� s " ' , ,> "•di associates �/ ';t, r Y 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 30 Response to Request for Proposals(RFP)No.2016-199-KB Inose000lonwah: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/1NS RE. U and Smart Parking System (SPS) mingoinummemoip Disney Springs Buena Vista Drive Traffic Management System Lake Buena Vista, FL r Buena Vista Drive 6 I ''- Years Project Constructed (or"under construction"): 2013 to Present *'1 Project Cost: $2.5M Contract Method: Design-Build 0). Company's Role: Subconsultant Key Project Managers: Matthew Weisman _ • Matthew served as the Project Engineer and integrator for = } . . the ITS and ATMS design-build team for the Buena Vista , , , I. Drive/Downtown Disney roadway construction project. 1 The project includes all new advanced traffic control a R " equipment and software, SCOOT adaptive system, fourteen new 20mm color dynamic message signs, new ,r. underground fiber optic cable,7 HD CCTVs, Bluetooth - arterial travel time system (ATTS), intelligent parking Iguidance system for the new Downtown Disney parking garage,and a new traffic management center complete . with twelve 55"video monitors. . : _ w .yam hy+1 . — Hoffman, •_ j: • f Weisman,G t �. _ 1, .1 Hssociates 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 31 I Response to Request for Proposals(RFP) No. 2016-199-KB jos.«oro,with for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transortation System ITS and Smart Parking System (SPS) Y ( ) TR/t' """ARE g `� Governorate of Cairo, a] Egypt Advanced Traffic � •.Management System " Cairo, Egypt a` ' 4 :` ' ' Years Project Constructed (or"under , .., 4 construction"): 2014 to Present Project Cost: $7.5M -" Contract Method: Low-Bid m �_ `'" Company's Role: Subconsultant r --_ Key Project Managers: Matthew Weisman y` "" • _ The City of Cairo,the largest city in the Middle East and 4 .11; • w the 13th largest metropolitan area in the world with more "' than 22M people, has begun deploying Trafficware's - ' , —w , advanced traffic management technology to improve . , , n. . -. _ the City's transportation network. Matthew was hand a selected by Trafficware to act on their behalf for the initial — 250 intersection deployment in the downtown Cairo area. Matthew has provided software and hardware instruction, cabinet troubleshooting,controller database sequencing --- -- and design,and timingdevelopment for the Egyptians. ilk, y,i- 9 P 9YP fast) ,.,'k ; Matthew is also providing detection services to assist the I. ' =' � •- f �� City with their deployment of the SynchroGreen Adaptive • 14� w' ,� s ', -:,, System. L ..t e3 - r„i tf,.; 1 i'at. c,,,,. , , � ` , : jam 9, , eslll Hoffman, i _ Weisman, „" Ussociates 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 32 Response to Request for Proposals(RFP) No.2016-199-KB In association with: for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/�' �"`'"RE' Reedy Creek Improvement District Traffic Signal ........ Timing Services I Lake Buena Vista, FL PalYears Project Constructed (or"under construction"): 2016 to Present =1 Project Cost: $35,000 Contract Method: Design 11, ' Company's Role: Subconsultant Key Project Managers: John "Jack" Hoffman, It.40) ' Matthew Weisman \ s; Matthew and Jack are providing traffic signal timing " 1 and operations services to SEMA Construction during construction of the new Epcot Center Dr Interchange project. SEMA Construction is the General Contractor t '` ' L Lworking for the Reedy Creek Improvement District,the government authority overseeing public infrastructure within the Walt Disney World,for redesign and I construction of the Epcot Center Drive interchange with Buena Vista Drive,just west of the new Disney Springs. if.4003 .`, tSi , ;:•, 'S' `w , .ro .,'r, REEDY CREEK i ' IMPROVEMENT I • DISTRICT ...-1 $ .�` I ,y -o—man, a Weisman,G .� __ _ -- Mssociates 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 33 Response to Request for Proposals(RFP) No. 2016-199-KB In os,aiation wnh: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TDA<r RE 0i and Smart Parking System (SPS) =rgr rrg Plant City Video Wall ` Plant City, FL CTYpFp Q RIZED TR coM pUTE QFFiC Years Project Constructed (or"under 409 $KNIGHTS GRIFFIN construction"):2016 to Present SR-39 A SR-39 8_, i-4------- ---- Project Cost: $250,000 alis -- 807 Contract Method: Design-Build __ ----- - SR-3 Company's Role: Subconsultant SAM ALLEN RD. e ALEXANDER ST. 1 Key Project Managers: John"Jack"Hoffman, Matthew Weisman c t Matthew and Jack provided video wall related services to . the City of Plant City for the upgrade of their existing wall - 112 3 _ to the latest technology. HWA provided services to help . i `3 the City select a new video wall system and installation corm NUS i 111 . .2 gservices.When completed,the existing cube video wall ilkIL will be replaced by slim bezel 55"LCD screens and a 411P , 101 BAKER 207 2 new software-based video management system for �. �` CABLE sleek mosaic-type display with easy drag and drop video •► --_ ! ! 10Z THONOTOSASSA stream capacility. 103 REYNOLDS REYNOLDS � .D il 104 MARTIN LUTHER KING CABLE•C" 1� � /.1 III WIISON . 105 GRANT SEC . ION 1 108 MENDONSA 0 // _ V N 106 = TIMBERLANE 0 S U A. 31 _..,.___ — _ — ALEXANDER. CITY OF PLANT CITY TRAFFIC ENGINEERING SECT PLANT CITY,FLORIDA f CHARLIE GI r - -liftman, .p:.... Weisman, flssociates 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 34 Response to Request for Proposals(RFP) No. 2016-199-KB o «ono wan: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) �1/VS �� ,�,���---- i f + and Smart Parking System (SPS) TR (ARE. engfneermg , Region of Niagara, Ontario, Canada Wideband Traffic/ITS .5 Communications Network Niagara, Ontario, Canada i~• ' �it 1111111: :11111,. 111111111111111111��ik' Years Project Constructed(or"under construction"): 2012 to Present . ..®renes. ♦.' Project Cost: $732,804 �� �/ Contract Method: Direct Orders followed by Annual Purchase contracts Company's Role: Prime Consultant ;, '� Key Project Managers: Frank Neuperger Direct Engineering and design review,support and equipment supply through a multi-phase rollout to , ,° ' � implement a region wide system to support controller 1 „..,A.,..„. ,„t / ,. , interconnect,CCTV and Preemption.Simrex's CRMS w ;�ZINI :', ';; Network Visualization and management system is used .7' V.. 4 � " 4 s.4 as well.Current system has 225+radios and-113+fiber _; '�� �f ime .�, nodes. Expansion is ongoing. 9 ' `'j� Z-Af ,-q ty,,: 1 0c.a t' +1. ' t !�G>Z► � p+` q �� g;�,�; Simrex's role has included Design, Implementation/ id�"'�'=='i sow 1,,k '4� t; "'sy.� Commissioning training and ongoing technical support. t f:j � a ii Simrex also supplies the Simrex WB 5800 and WB 5800 e._....:-.40...a-, ;b :_:,. MIMO Wideband Radios,Simrex and 3rd party(Cisco, trid4aiI it,rr;. ' `�' Comnet)switches, Simrex Solar power systems(and 't'"' effe. A , "4{ flasher systems),Simrex CCTV cameras. Simrex supplies �, N� `"' -•.Iiii Wireless/IT and project planning training to Traffic Signals Maintenance group.At the outset of engaging 1 aw10 with Simrex,the Traffic Signals Maintenance group had ' ' near zero prior IT or Wireless experience.The group is 1 :frill � Y , now self-sufficient with Simrex supplying engineering Ate - and design review for the more challenging initiatives. ' rim The region supplies their own project lead(trained by lel %, - Simrex)as well as aerial work and installation labor. • �; cF� 1 ;.,,4.,'°j; Implementation has been in four major phases and a , :k �' wt p )1, continuous stream of small phases and is ongoing. rr �� , ?� Q -," Niagara, like many other end users and integrators takes kyr {1 f: advantage of Simrex's profile based management system Z*;i`�. -‘119F-446 ; 74 � i,' that allows radios to be preprogrammed and stage tested 7�''IP"°�e��1 1 lab 0:; at the factory for initial deployment as well as subsequent . tt y`r`l O system expansion. i o\ &is 4 r4 .. y P .: ,n 1 i � 4 u^ t ier ' 'II fiat. ,i'. , Ated-giiitrip1 r �.� ' _., oJZIMREX p-/:„y; .i► \'y CORPORATION F. 4 ;-f--- r x 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 35 Response to Request for Proposals(RFP) No. 2016-199-KB Inossodotlonwnh' for Design, Build, Operation, and Maintenance Services :. MIAMIBEACH for an Intelligent Transportation System (ITS) TRAIRE. : and Smart Parking System (SPS) ,,r" Traffic/ITS Communication System m ' = s (Licensed Frequency) . 7 .. : ,N Tempe, AZ • • _, 1 Years Project Constructed(or"under mak° construction"): 2013 to Present "‘ 4". w Project Cost: $133,621 Contract Method: Competitive bid for Phase 1 with Or- . Simrex as sub to supply the radios. Subsequent IOW ' .4 4 expansion by direct Purchase orders from City or r , M .• , contractors for Ongoing Expansion , ,,, =1ViCompany's Role: Subconsultant for Phase 1; Direct sales for ongoing expansion I.• -" _ `` I Key Project Managers: Frank Neuperger ofPCitywide Wireless Expansion of Traffic/ITS network "' ' V I, supporting Traffic controllers,sensors and CCTV ,. cameras.Simrex role was network design,design IL , assistance and field commissioning support to the .., inie Integration contractor.4900 MHz Licensed frequency was .01II - , used due to customer concern of interference from city �, wide Wifi at 5800 and 2400 MHz. Some of the paths in this system are the longest . . corridors Simrex has implemented without the use of N. -° Dish antennas.Tempe has 2 parallel corridors of 4 miles ' supporting-4 nodes on each link without the use of ' repeaters.Many other 1 to 3 mile paths. t Additionally,at City request,an ETH Extender device A `AU. , was developed and a number have been deployed.The ' „ a .r - ETH Extender is capable of supplying 100 Mbps and ""''4 , ' 25W of POE up to 1800 feet with only Cat 6 cable.The ti . terminal end requires no cabinet as it is a compact mast . ` mountable IP67 enclosed device.Simrex also developed custom riser brackets and clamps that are compatible N° with Tempe's modular sidearm systems. 44 • r• Simrex is-2 weeks from starting the engineering for a second phase that will double the size of this network. . ,r t AL, .t, 4 . !$ ", SIMCORPREX ON 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 36 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services M,AMIBEAC H for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR�1/VSCORE. grexrr9 US 27 Variable Speed Limit Signs (VSLS) Phase 1 Broward County, FL Years Project Constructed(or"under construction"): 2011 to 2012 Project Cost: $1,035,365 Contract Method: Design, Supply,Train and commission S " Company's Role: Subcontractor SPEED Key Project Managers: Frank Neuperger Simrex Scope was communications system design, L• equipment supply,commissioning support and training. Simrex also manufactured the communications equipment.The Simrex CRMS network management system was also configured and provided. i ' ( The system is comprised of: i •28 VSLS signs and 5 CCTV cameras for verification I f•,.« ` t I •25 DataMover WB 5800 MIMO Radios with dual ETH gigabit Interface t..r , ) Si F e ' " •20 Nodes spread over a 9 mile section just south of 1-75 •Longest wireless hop-6 miles. Partially obstructed by foliage •3 repeaters Tested Capacity of 6-mile backhaul link was 110 Mbps net throughput.This link was challenging due to partially obstructed grazing path over a swamp. Many other links were challenging due to the low height of the 12 foot masts available for the radio and the VSLS nodes.The ° WB 5800 MIMO radio had excess bandwidth to make up , for the antenna mast height constraint. I 4 SIMRCOREX ON 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3—Page 37 Response to Request for Proposals(RFP)No.2016-199-KB In association with: MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TR/tJVJWRE. and Smart Parking System (SPS) a gireenrg CCTV/ADMS Section 5 5800 MHz with Fault Tolerant AP Nodes Miami-Dade County, FL Years Project Constructed (or"under construction"): 2013 to 2014 Project Cost: $34,820 Contract Method: Direct order by PO from TransCore for Design, Supply Equipment, Commission by remote connection Company's Role: Subcontractor Key Project Managers: Frank Neuperger ADMS installations at 6 Interchanges with CCTV verification.Simrex was responsible for Wireless communication system design and Equipment manufacture/supply. • The system is comprised of a cluster of radios at each of 6 Interchanges. The end user was concerned about * • using 5800 MHz,an unlicensed frequency and required a measure of fault tolerance in the design in case the channel was occupied or jammed. In response to �► the requirement, each cluster is setup such that if the tr current unlicensed channel becomes unavailable due to It interference or channel availability,the client radio at the ADMS location automatically changes to another channel. The design inherently makes the hardware at the AP node fault tolerant as well. If one AP fails,the other AP takes over. 41 4 110, SIMCORPREX ON 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 38 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/�NSWRE. _ _ 1-75 Highway Runoff , 44 Beacon System South Florida Years Project Constructed (or"under construction"): 2006 to 2008 Project Cost: $344,335 `•"• ='= ° ,,..' Contract Method: Competitive bid for Prime; Direct PO to Simrex for RF survey, Design, Manufacture, Commissioning support • w: Company's Role: Subcontractor Key Project Managers: Frank Neuperger --- , A 50-mile stretch of Alligator Alley.An interstate roadway ry F° with canals running parallel for most of the length along . each side.The Florida Highway Patrol(FHP)discovered that there was an alarming number of fatal crashes involving the canals. Many of the errant vehicles crashed M right through the chainlink by passing under it with the fence giving way and then falling back into place making it difficult to locate the crash. Drownings were common. " The solution was a system of detectors at 800 foot intervals that used a wire threaded through the fence to detect an impact.This would trigger a strobe light at the detector location.The strobe would alert passing motorists to call the 911.The problem was that many passing motorists did not know why the light would be flashing.Or a battery could fail without alerting maintenance crews.Good concept, but low efficacy and maintainability.The solution was to network the detectors and monitor them from a central point. It had to be wireless and solar powered and Iso interface to SunGuide. So Low power and IP addressable to SunGuide.At the time,there was no IP wireless technology that could meet the RF range and low power requirements. . �' ., .ter "" Simrex was approached by TransCore and came up with ' . -^� '" "t' a novel solution that used conventional Simrex low power ii„ a- and long range serial radio technology and through the .� ,„..4;777,4 � development of 2 layers of proxy servers,made the low power devices IP addressable and compliant/conversant w ;.q ��.. ;: •�a "'"' � qrW with Sunguide Protocol.The system has a notification latency of-3.5 seconds and would direct officers with 2x the accuracy as a beacon alone. It would monitor node l health 24/7 so high up time was possible.Several lives 1 1 have been saved because of the system. �--' 285 Solar wireless nodes are now active.They are served '' by-16 fiber-connected master stations that feed a server j” based proxy server. SIMCORPREX ON 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3—Page 39 Response to Request for Proposals(RFP) No. 2016-199-KB Inaso ohonwah; for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) �;���-�� and Smart Parking System (SPS) TR/1/VJWRE. - RADS (Roadside Animal •� ` Detection System) . fa. , -<~ US 41 Florida 1 a a w �� �; �`' °' �"' . rdi Everglades City, FL • r• J. f Years Project Constructed (or"under • y 4 * E! ; ' 'w construction"): 2011 ' Project Cost: $106,500 44^ ' w Contract Method:All by PO for Design, Supply,Train and Commission w. Company's Role: Subconsultant t <` Key Project Managers: Frank Neuperger ' f r In 2012,the Florida Department of Transportation(FDOT) installed a roadside animal detection system(RADS) on a 1.3 mi section of US 41 near the Turner River in Big Cypress National Preserve(BCNP).This location, `'44 approximately 40 mi east of Naples,was identified by ,, :. wildlife agencies as a critical hotspot for vehicle-related 4 deaths of the Federally endangered Florida panther.The �►w intent of RADS was to reduce wildlife-vehicle collisions and improve motorist safety.Target species include Florida panther, Florida black bear, bobcat,white-tail deer '" ` and American alligator.The RADS functions by projecting a continuous infrared beam between multiple integrated .iw,t '�9074s, , ° transmitters and receivers;when an animal crosses the r , _ path between a transmitter and receiver the beam is ' broken which triggers flashing lights on warning signs that ' _; " - -. alert drivers of wildlife present in the roadway. • Simrex's role was full turnkey development and manufacture of the controls,sensors and communications • solution.TransCore was the prime and installed the system with commissioning support from Simrex. The project requirements called for an aggressive timeline to develop sensor technology that had 3 to 4x the range of the current state of the art at the time.Both sides of the road for 1.4 miles required the use of-26 optical IR beam traps including magnetic detectors to mask triggers from vehicular traffic on side roads.All components are solar powered and interconnect between the 26 nodes is wireless.A LINUX web server consuming only Y2 W of power was also field installed and equipped with 4G modem which provided web based monitoring and LII I LP system control. SIMCORPREX ON 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 40 Response to Request for Proposals(RFP) No. 2016-199-KB massociation with: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRnNSWRE and Smart Parking System (SPS) L.Burton Georgia Department of Tocc•. HarTransportation (GDOT) :A' ' Statewide TMC Operations d - . esvi010:4 lir- 985 Atlanta, GA Lan• o• 44ilk �'o� l Russell Years Project Constructed (or"under ph re• : A N. Lake construction"): 2007-2011 wProject Cost: $12M ly • r-'= ``,Athens \ Contract Method:TMC Operations Law : ceville i Company's Role: Consultant • TA ° Key Project Managers: N/A Monroe 1 The GDOT Statewide TMC Operation is presented to 20 ..� ?D illustrate Serco's effectiveness in transitioning from a fully Stoc.bridge ��� government operation to a fully contracted service. In this –.wool2o– project, Serco worked in a true partnership with GDOT Jackson and created a highly motivated and passionate team McDo ` gh focused on performance.The theme of this program was Nk "Serco Delivers on Our Promises"and we provided GDOT 7transparency into our progress through dashboards.The L Sinclairpride developed within the team resulted in 100%staff ' Milledgevilleretention and the GDOT decision to move all TMC staff to the Serco Team. 4.g... Serco responsibilities included staffing the Atlanta TMC, . con oo staffing support for the Macon TMC,and technical 11 support and studies development related to the a operation, performance,and enhancement of the TMC n- `. and NaviGAtor.Serco maintained statewide operational "o•'nsjill status 24x7x365,with a mission to enhance travel safety (ADublin : and transportation efficiency by managing incidents, Ti controlling traffic,and providing accurate information to c. the travelingpublic.Serco delivered keydifferentiators: .c � �` G C .vhoob) •Achieved the GDOT of identif in all incidents C GA Vidalia goalidentifying and generating response plans within 5 minutes—a \meri s 2-minute improvement from contract takeover. •Achieved the GDOT customer service goal for e Operators to answer all phone calls within three rings. AIØ _ 7s •Had 100%retention of all incumbent staff following transition.Continued staff retention was over 90% through a culture of training, rewards,and recognition. •After approximately 6 months of operations,the department recognized Serco's performance by Douglas migrating the contract to fully outsource all GDOT 1 TMC staff. a-. •Initiated of Southern Traffic Incident Exchange (STIX)and Towing Recovery Incentive Program (TRIP)programs,implemented under the Serco TMC Operations contract. Introduced performance reporting and KPI dashboards. air() 1IIIIII.0 omasvillealdost serco 3.2 Qualifications of Prime Proposer—Similar Experience Tab 3—Page 41 Response to Request for Proposals(RFP) No. 2016-199-KB InesS«mnon with : for Design, Build, Operation, and Maintenance Services ', MIAMIBEACH for an Intelligent Transportation System (ITS) �� j* and Smart Parking System (SPS) TR/1NS(.URE r` Pickwick — 65 Lake q, ens Alabama Department - mss' Sen n esseP of Transportation TMC -nce P, ` • ►. • Ison• Operations for the Whe• Decatur 7` ' Birmingham TMC Russellville Hartselle Birmingham, AL Years Project Constructed(or"under Cullman construction"): 2016 to Present amilton Project Cost: $375,000 --� Contract Method:TMC Operations 5. Company's Role: Subcontractor Lake Lewis , ey Project Managers: N/A T — �J�' The ALDOT Birmingham TMC Operation contract offers Jasper �` proof of Serco's capabilities in TMC management, and Center demonstrates the value of a professional Services Provider that brings proven processes honed through _ _ Point global experience.ALDOT Birmingham TMC Operations aye 6b • T t shows how Serco has the ability to be flexible by tr. augment existing ALDOT staffed with Serco operators. B nghat11 40� This shows how Serco staff can work side by side with ro the client to get the critical mission of providing a safe, Bessemer ,)i stavia efficient,environmentally sound intermodal transportation Ho• - system for all motorists within Alabama.These operators Nor port zo work nights and weekends to ensure ALDOT TMC in Tusc. oo`--- t, r' labaster Birmingham is operated 24 hours 7 days a week. Description of overall project and services performed— (, Alabama Department of Transportation TMC Operations for the Birmingham Traffic Management Center(TMC) C Operations. Servo responsibilities included nights and weekend staffing of the Birmingham TMC,dissemination Clanton of traveler information via DMS and website,incident management,congestion management,special event ALA : AMA management,emergency management, monitor field devices for failures via ATMS Software,monitor police radio,CCTV and ATMS maps for event detection,and log all event data within a centralize software/database. polis Serco delivered key differentiator:Ability to deliver well elma Prattv - trained staff efficiently. Irik R. 6 Thom. , le Greenville ' servo 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 42 Response to Request for Proposals(RFP) No. 2016-199-KB Inossocloronw,th for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) T/ZA/c, RE. all and Smart Parking System (SPS) United Kingdom Highways Agency England, Scotland, and Wales Years Project Constructed(or"under construction"): 2001 to 2011 , .. �. Project Cost: $256M .;' Contract Method: P3 Design, Build Operate& ' � ` . _ • Maintain the National Traffic Control Center(NTCC) 4 Company's Role: Prime Contractor x �--; -... , - . . ... Key Project Managers: N/A _ t -... ' ••••• •. ,. The United Kingdom Highway Agency consists of multiple - police and highway authorities in three countries(England, r%` -• Scotland,and Wales.)Serco is providing the Highways •+ = Agency reference to illustrate a critical program involving • t ••— multiple agencies and seamless coordination between . Traffic Management Centers" In the City of Miami Beach, • ;' r.,,. ;a���. Serco will ensure that all adjacent TMCs are notified 1 ' immediately of major incidents. For instance,if an incident ' occurred in the city,City of Miami Beach TMC Operations _ � :" would notify FDOT District Six SunGuide TMC and MDX • . ;;. `� _ _. TMC immediately.The District Six SunGuide TMC and • - � : MDX TMC can then support the City of Miami Beach 'T.; ••Is �ta�,,�.•,� '�- . .,�; '9►,z. by providing accurate incident information to motorists It i . `s" r approaching the city. Further,Serco will closely and k '� iiiit - consistently coordinate with our partner agencies to assist rin the incident response.For example and based on the • -',f / -r SOGs, if Collins Avenue is blocked,Serco will immediately r notify partnering agencies.This quick notification can allow / NI partnering agencies to support with incident notification on their ITS devices.Serco will ensure every step is /i d'4'4 "4. • ` ' '7complete and verified in a timely manner. JThis is a 10-year,Public-Private Partnership to deliver 1 _ _ __-_ accurate and relevant traffic information service throughout - " • ' England,the NTCC was first to use a comprehensive 'r " • suite of technologies to obtain a clear picture of actual/ �+�► predicted road network traffic conditions for an entire i• .� .�- country.The unique NTCC experience Serco brings to City 'imp ' ''.:. t1 of Miami Beach includes designing,building,and operating • i the control center,providing a suite of highly complex • - software systems.We provided accurate and timely ' .1' • i travel information,enabling proactive,effective response .•ir 1 . • .', to traffic changes,incidents,and weather events—a L0 responsiveness also key for the City of Miami Beach.Key 1 ' ' experience we can bring includes: ,,: ,`• • Incident Detection, Response and Management ,� t • . • Incident Management •Managed Lane Freeway Operations,VSL&ATM •Support for National TOC Interoperability • Event Management&Planning • ,( :� A!A •Strategic Route Management&Planning t, �" •National Situational Awareness 01 '` • II^ ` •Management of Abnormal Load Movement serco •,# 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 43 Response to Request for Proposals(RFP) No. 2016-199-KB mass«aro wan. for Design, Build, Operation, and Maintenance Services i, MIAMIBEACH for an Intelligent Transportation System (ITS) �- 'i and Smart Parking System (SPS) Tizn RE. Transport for London (2012 Olympics) London, United Kingdom Years Project Constructed (or"under construction"): 2010 to 2013 Project Cost: $6M Contract Method:Transport Coordination Center (TCC)incident response operations Company's Role: Prime Contractor Key Project Managers: N/A City of Miami Beach is well known for its large special events like the Art Basel Miami Beach, ING Miami Marathon, Miami International Boat Show and Yacht and Brokerage Show, Nautica South Beach Triathlon, South Beach Wine and Food Festival, Memorial Day Weekend IIP' lik . (Urban Beach Weekend and Miami Beach Air and Sea ' Show)and many others.These events greatly increase demands on an already congested infrastructure.Serco is presenting the Transport for London reference to illustrate our successful planning and execution of Event Transport Coordination Management during the 2012 Olympics, perhaps the largest events in London's history.As we did for the Olympics, Serco will provide City of Miami ,. :' Beach with the experts behind the program planning and execution to bring best practices to City of Miami Beach TMC Operations.Our intent is to ensure we obtain the maximum vehicle movement and immediate Incident Management during all events. .. Serco developed the Transport Coordination Center (TCC),a multiagency integration program,to facilitate the active sharing of information and coordination of responses to incidents among multi-modal transport �. • providers,other transport control centers,and all „ stakeholders of Olympic spectator movements—while keeping traffic flowing.We also managed the Olympic Pp " _� 1 Route Network in real time to optimize vehicle journey - times. Serco delivered the following key milestones: ""`" 114 I i. , é � •Model of Operations-Serco provided TCC functions iilistrategy and set the direction and parameters for the mil % development of Detailed Operating Plans. / i 0.i • Resourcing Strategy-Serco developed the / resourcing strategy with a focus on TCC culture • and use of the Effects-Based Leadership Model t II 1' and teambuilding. Ni'"' ' a .-,,ATraining and Induction Programs-Serco supported I , .• , _-°_ g PP A '''...:11,e4.1"..'x the acquisition of skills and knowledge of the Central •���� i.�i, , Management Team,and sourced TCC Coordinators. -- •:+•++`. •Detailed Operating Plan-Provided processes, _maw.� - 6s ._: procedures, policies,and descriptions used by those T working with TCC. serco 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 44 Response to Request for Proposals(RFP) No.2016-199-KB Inu>s«ic+ion wnh' for Desi n Build Operation and Maintenance Services ,� MIAMIBEACH for an Intelligent Transportation System (ITS) �� i(, and Smart Parking System (SPS) TR/VVS�RE. C zrgrterr9 G Hong Kong Tunnel Operations Hong Kong Years Project Constructed(or"under construction"): 1993 to Present Project Cost: $200M Contract Method:Traffic Management Center • Operations, Safety Service Patrol& ITS Tunnel Maintenance • , 1Company's Role: Prime Contractor ' « ., ii Key Project Managers: N/A - „ ii . ,� The Hong Kong Tunnel Operations reference is presented to illustrate Serco's management of critical roadways ,. r •i requiring immediate incident detection and response. R'} Like the City of Miami Beach network, Hong Kong has • ( ` ' I in • limited roadways where a simple incident can cause ` ° massive gridlock if not resolved within minutes.Serco ...._ 1 ill an i has managed this facility since 1993,a 23 year record of if " rII success made possible by Serco's culture of continuous *"" improvement and our understanding that saving minutes F� ��` iiin restoring roadways has a direct impact on the t movement of traffic and on the city's economy. irrs, 'r � -.> r , .1 -, _ ' _ Serco is responsible for the management,operation, •—• . . .- �'. x11 and maintenance of road tunnels and toll roads for four } tunnels in Hong Kong.Serco took over the Kai Tak and r- t • ' '""' Lion Rock Tunnels in 1993,the Aberdeen Tunnel in 1998, *arMal -•.«...s+ �A and the Cross-Harbour Tunnel in 2010.Serco provides . Traffic Management Center operations and Incident =,,, ,, ""z Management teams to recover vehicles from the tunnels in case of breakdown or other incident such as fire or t smoke,failure of the tunnel lighting system,flooding, ,. approaching typhoon,etc.Serco staff achieved certified trainer status from the Institute of Vehicle Recovery UK,which focuses on the reduction of roadside injuries It • `:.`. • and fatalities through excellence in training and safety WI' i procedures. It maintains ISO 9001 QMS accreditation. • -\\ A r Incident management is a critical part of the operation; - nearly half the vehicular traffic in Hong Kong goes *i through Serco-managed tunnels. Currently,the operations team carries out half-hourly patrols in the tunnels and on the roads in the vicinity of the tunnels. Whenever a traffic incident is identified by the automatic \ , incident detection(AID)system in the tunnel tube or by operation controllers through the closed circuit television ..,_„ (CCTV)system,the vehicle recovery team is immediately dispatched to provide assistance. The response time to \ ,,, incidents is within 2 minutes;the response time to remove vehicles is 5 minutes for cars,8 minutes for medium goods vehicles(MGVs),and 12 minutes for heavy goods vehicles(HGVs).These records are reported to the 4 customer regularly. sere0 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 45 Response to Request for Proposals(RFP) No. 2016-199-KB In association with for Design, Build, Operation, and Maintenance Services ��" MIAMIBEACH for an Intelligent Transportation System (ITS) TRnN95 RE. R': and Smart Parking System (SPS) ,�g .-,,:,,9` City of San Francisco (Municipal Transportation Authority) = San Francisco, CA Years Project Constructed (or"under construction"): 2008 to 2014 Project Cost: $22M Contract Method: Smart Parking with Wayfinding Functionality Company's Role: Prime Contractor Key Project Managers: Muhammad Mansoor P7-- _ Serco was responsible for the overall management of the project to include; procurement and installation Eriof equipment, parking meters, materials,software, and related equipment related services to support all park parking projects under the SF Park program for testing and evaluating various parking technologies,parking 3 payment systems,and other traffic regulation and control devices.SFpark is San Francisco's system for managing the availability of on and off street parking. Program utilizes smart parking technologies that change their 585 prices according to location,time of day,and day of the 02040week,with the goal of keeping about 15%of spaces s- vacant.Serco helped City of San Francisco launch the system with congestion mitigation funding from Federal Highway Administration.The system seeks to reduce the time and fuel wasted by drivers searching for an open 4 space. Parking usage is monitored using sensors,and 1 . ., the availability and prices can be checked via SFpark. spy s org, Phone and Android apps,and cell phone.SFpark g optimizes the use of existing parking resources to benefit I drivers and everyone else who spends time in w / San Francisco.This innovative new parking management project has improved quality of life in many ways for public transit riders, bicyclists, pedestrians, business owners, residents and visitors. SFpark works by collecting i. ' and distributing real-time information about where parking 111111 4tfti --_ is available so drivers can quickly find open spaces.To help achieve the right level of parking availability,SFpark periodically adjusts parking prices to match demand. # . , Demand-responsive pricing encourages drivers to park in underused areas, reducing demand in overused areas. Through SFpark, real-time data and demand-responsive pricing work together to readjust parking patterns in the City so that parking is easier to find. S , ., ,t ii ,, - serco 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 46 Response to Request for Proposals(RFP) No. 2016-199-KB Inassovoror,with for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) ---: and Smart Parking System (SPS) TR�1NS(.ORE, g �r :roerrg Fort Lauderdale Hollywood International Airport Fort Lauderdale, FL Years Project Constructed(or"under construction"): 2015 Project Cost: $3.3M Contract Method: Installation-Operation Company's Role: Prime Key Project Managers: Mitchell Moe Park Assist's M4 camera system gives FLL Airport an edge in customer draw and customer service,while simultaneously empowering operations and boosting paid parking revenues. FLL travelers will enjoy an effortless parking experience with guidance throughout two garages and back to their car using Park Assist's proprietary Find-Your-CarTM feature, Park Finder. Park Assist's dynamic pricing integration with HUB enables a new premium parking product and therefore offers more options for travelers. Fort Lauderdale Hollywood International (FLL)Airport chose Park Assist to install their M4 camera-based guidance solution in the Hibiscus and Palm parking garages.Park Assist provided a turnkey installation which included a one-year warranty with the option for FLL airport to continue the maintenance agreement following year one. Spaces:5,500 * ` Size: 1 garage ""' "� Features: Park Finder,Park Alerts, Park Select-Rate Mil; If • • 419 _*- O PARK .- y„ y ASSIST 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3—Page 47 Response to Request for Proposals(RFP) No. 2016-199-KB Ina55O ofionw,th for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) Omaha Airport Omaha, NE Years Project Constructed (or"under construction"): February 2016 Project Cost: $1M Contract Method: Installation-Operation Company's Role: Prime Key Project Managers: Mitchell Moe After extensive research and recommendation from two independent consultants, Park Assist was awarded the contract to install PGS at Omaha Airport.This project included interior way-finding signage,vehicle count for surface lots,and dynamic roadway signage.The Park Assist M4 Camera System provides Omaha Airport with the ultimate parking experience for their visitors. Ensuring that visitors spend more time at their gates,shopping inside the airport,and enjoying their restaurants is more L „ valuable to Omaha than having customers circling their parking facilities to find a space. Park Assist's leading M4 puts Omaha Airport on the map as an effortless parking destination and boosts exposure as a leading airport in Fla both experience and technology. j + Spaces: 3,000 4 Features: Park Finder,Park Alerts -� 11111 = .44 r1" 1114 v PARK ASSIST 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 48 Response to Request for Proposals(RFP) No. 2016-199-KB In ass«omlon wah: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRAI SORE. 5 •. and Smart Parking System (SPS) _.9,,.u,,,.9 Legacy West Plano, TX Years Project Constructed(or"under construction"): Summer 2016 Project Cost: N/A Contract Method: Installation-Operation Company's Role: Prime Key Project Managers: Kyle Bendsen Legacy West, located in Plano,Texas will be the first „. - -x ,. .. ,,.. f North American site with the L4 system,joining the 1.-.'-' 4'. „`` growing list of Park Assist properties in Europe with this groundbreaking technology that combines LED lighting �� • with single-space camera guidance. Legacy West is r---- y , II 11 :7. a 240-acre, mixed-use site developed by Karahan ' r kr4'v Il li i; Companies that will include retail,dining, and residential - - '' :' �' �� tenants, in addition to various corporate headquarters for r r -r."_'!.r•$ ` •+"1r i Toyota,JPMorgan Chase and FedEx. 1,1: 3' r r i r .,.mist II W" �i,. ill! li Spaces:4,000 • " `- f - 4..!.1,.._ Size:4 garages 'i: °�y0.}), g�y}y ,_ • t Features: Park Finder, Park Alerts,Park Surveillance t.l-,. '•;ili = X 7411.4013: n , ryt 4 lull 'R° , ';' - Fr _ x ...„,,s,ii, ii,,,,,,..:„,_..., ,.,%?:,,, liiosks.N.N.. -444,,,_-.44.7:::.1„ . Iii, - 4%.,,,,_ -,-..,--N, qT ) '..- 16'114.1..e :ijr + _ PARK V ASSIST Mire „. .,..,..,...- 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 49 Response to Request for Proposals(RFP) No. 2016-199-KB jos:«mrowah: for Design, Build, Operation, and Maintenance Services VgMIAMI BEACH for an Inelligent Transportation System (ITS)and Smart Parking System (SPS) TlZ/iNSC�C)RE. orq,r�erg Reston Town Center ,,,-„ ,„„-,,,,,.12, ,,,,,,,,:,:, .. , , :. x z. ., , Reston, VA Years Project Constructed (or"under construction"): Summer 2016 Project Cost: N/A Contract Method: Installation-Operation Company's Role: Prime Key Project Managers: Jason DeChello The client was introducing paid parking at their asset covering 7 garages but were not able to install gates. In order to offer a gateless solution for paid parking,the client chose Park Assist to not only improve the customer experience but to also communicate with the mobile payment vendor to verify visits at the garage and enable enforceable payments. Spaces: 9,000 ! . Size:7 Garages Features: Park Alerts,Park Finder,Mobile Payment Integration i • --- '14ta V PARK ASSIST 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 50 Response to Request for Proposals(RFP)No. 2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) -r-, (_.URE, and Smart Parking System (SPS) Valley Fair Santa Clara, CA SY Years Project Constructed (or"under • construction"):April 2016 Project Cost: N/A Contract Method: Installation-Operation Company's Role: Prime Key Project Managers: Mitchell Moe Westfield Corporation engaged Park Assist at over 15 of their sites, including Valley Fair,to improve and enhance the visitor experience.Westfield knows that one of the primary decisions that drives shoppers to visit their malls is and will always be the parking experience. If parking is hard to find,difficult to navigate and stressful,shoppers will likely go to the nearby competition. Park Assist deployed their PARK Finder and PARK Alerts modules to ensure Westfield employees didn't take the best parking spaces and to ensure visitors always remember where they parked after a long time shopping.Additionally, Park Assist offered space counts for all open lots in #` '"� � conjunction with the parking garages so there was never a question of where to park on site. Spaces: 1,400 Features: Park Finder tr `� a PARK r'ASSIST 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 51 Response to Request for Proposals(RFP)No.2016-199-KB iso s«oa�wan: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) , , a, and Smart Parking System (SPS) TR/1NSCORE, mgreecrq ,.. FDOT Turnpike Enterprise, HEFT at SR 821 Campbell - Drive Interchange Miami-Dade County, FL (( [ Years Project Constructed (or"under �� �r,° construction"): 2015 �, , , Project Cost: $156,561 .. Contract Method: Design Company's Role: Subconsultant i ..; •- Key Project Managers: Manuel G. Vera, Jr. I Provided a Full Design Survey including:the establishment of horizontal (NAD 83/90)and vertical s,„„' -. , control (NAVD 88)networks, survey baselines and Ammo -T Right-of-Ways were established as per Department err :, , Right of Way Maps; Topographic and Digital Terrain its `° CC/ ' Model (DTM/3D)Survey was prepared from Right-of- ;' li Q . . Way to Right-of-Way, along the area proposed; Drainage t structures and above ground features where identified and shown on the Survey. i : t, t ik u �. oj 4.4 Tr)Pcf)1 I it p, ,,,, .. M.G. VERA c. &ASSOCIATES,Inc. 3.2 Qualifications of Prime Proposer—Similar Experience Tab 3—Page 52 Response to Request for Proposals(RFP) No.2016-199-KB gas«oeowan: for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) /--- t. and Smart Parking System (SPS) TRANSCORE. US-1 Beautification Design, Village of Pinecrest Pinecrest, FL Years Project Constructed(or"under construction"): 2015 Project Cost: $30,860 Contract Method: Design Company's Role: Subconsultant Key Project Managers: Manuel G.Vera,Jr. Provided a Full Design Survey including Topographic survey from Right-of-Way to Right-of-Way and 50-ft past point of curvature of intersecting side streets from SW 136th St to the C-2 canal.Survey baselines and Right-of- Way were established per FDOT Right-of-Way Maps for US 1,and above ground features and improvements were located. 9 Ak Y \\ 4I , M.G. VERA , , , &ASSOCIATES,Inc. 3.2 Qualifications of Prime Proposer—Similar Experience Tab 3—Page 53 Response to Request for Proposals(RFP) No.2016-199-KB inass«monwan: MIMAIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TiznRE. and Smart Parking System (SPS) City of Doral, NW 66th Street Miami-Dade County, FL Years Project Constructed (or"under construction"): 2015 Project Cost: $7,000 'lc_ Contract Method: Design Company's Role: Subconsultant # 1° Key Project Managers: Manuel G.Vera, Jr. ''ry --,,t.',,,,::',,,,'44,-4.p Provided a Full Design Survey including Topographic survey from Right-of-Way to Right-of-Way and 50-ft past point of curvature of intersecting side streets from NW 97th Avenue and NW 102 Avenue along NW 66th Street. Survey baselines and Right-of-Way were established per If FDOT Right-of-Way Maps, and above ground features and improvements were located. AI 83;r r "41c� x .... ,.. ;. „...... „, ,...., „„4...., .., , , u � . ,. i ., . ......,... ..„. ► .,, ,it._ 4., ,,,‘,„ ..., , , .. _ _ ,x �-,' - = M.G. VERA • j *'1 &ASSOCIATES,Inc. 3.2 Qualifications of Prime Proposer—Similar Experience Tab 3—Page 54 Ii Response to Request for Proposals(RFP)No.2016-199-KB °°"«mbnwith : MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRjlN�WRE. L and Smart Parking System (SPS) Miami-Dade County Department of Transportation and Public .tomiiim' Al Works Miscellaneous • Storm Water Infrastructure Surveys r , 400- Master Plan Basins - •I Miami-Dade County, FL Years Project Constructed (or"under construction"): 2015 , Project Cost: $165,000 Contract Method: Design Company's Role: Subconsultant Key Project Managers: Manuel G.Vera, Jr. '.^ Provided a Full Design Survey including Topographic m � Y survey; established Horizontal and Vertical Project P Network Control; locate all structures and identify the type . , ,,k of structure, rim elevation, pipe invert elevation, bottom . ... , of structure, inside dimensions, pipe materials,direction, size and condition. '' . ..t. IL .,; M.G. VERA &ASSOCIATES,Inc. 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 55 Response to Request for Proposals(RFP)No.2016-199-KB In association with: for Design, Build, Operation, and Maintenance Serviceslir x MIAMIBEACH for an Intelligent Transportaion System (ITS) � , and Smart Parking System (SPS) TlZ/1w5WRE. arg:ncn rg Miami-Dade Water and Sewer Design Services for Wastewater Treatment Plant Related to .. 1 Consent Decree �� a, ° Miami-Dade County, FL . nz _ Years Project Constructed (or"under ---.\ construction"): 2015 Project Cost: $29,260 joi _ 1Contract Method: Design Company's Role: Subconsultant Key Project Managers: Manuel G.Vera, Jr. Design Surveying Services including: Horizontal and Vertical Control Horizontal Control was establishment -, y� on the Florida State Plane Coordinate System, East `4 _ Zone,and North American Datum (NAD)of 1983/1990 Adjustment.Vertical Control was established on NGVD .q Iii - .; Response to Request for Proposals(RFP)No.2016-199-KB °association with: MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRAM ---RE. t ., ` and Smart Parking System (SPS) e qf` r ..,...\\ SR 821/HEFT Widening from North of SW 184th St. to South of SW 104th St. i Miami-Dade County, FL Years Project Constructed (or"under construction"): 2016 Project Cost: $143M r Contract Method: Design-Build I Company's Role: Subconsultant Key Project Managers: Hernando R. Ramos The project consisted of the widening and reconstruction 1 of SR 821 (HEFT)from north of SW 184th Street(Eureka °' ...,6,.„,,,--',.„7-'•y- ''t V1E Drive)to south of SW 104th Street(Killian Parkway —z----::."--•- ----`44.4 Included the construction of new bridges,widening of ' .r_.,. existing bridges, roadway widening, MSE walls, noise - 0. " walls, sign and ITS structures. ,., For the ITS Structures, the work included the Af°` performance of 10 test borings,to depths ranging for 20 _. to 30 feet deep. Based on the information provided by the ?aa� .. :- borings, soil parameters were developed for the design of *-s ^—_ !�`�����— ........: the poles. �0. '10 #-a a i1 liar ro 4 ,I,,u BBB s , 1S�4, 1 # ,,llo-- -7---• •••‘57,,,.. 01 kl .,, s - . '5 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 57 Response to Request for Proposals(RFP)No.2016-199-KB In association with: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) -:— 11 and Smart Parking System (SPS) TR�INSC,URE. - _ .�_ - ' , ' , ' SR 821/HEFT Widening « - 4 :. . = - From South of SW 104th �`° " ' -• " - Street to North of �.; �= �' SW 72nd Street . « - �"` ' � Miami-Dade County, FL ` Years Project Constructed (or"under .{ ' «:� construction"): 2016 ~ 40/ Project Cost: $73M ..,7 Contract Method: Design-Build . *,,, c r,,,,',,,,' Company's Role: Subconsultant - ` Key Project Managers: Hernando R. Ramos ,� 7....- y• . The project consisted of the widening and reconstruction \\ - "' 1 o SR 821 (HEFT)from south of SW 104th Street(Killian . ^"+ Parkway)to north of SW 72nd Street(Sunset Drive). The +�" ' project includes the construction of new bridges,widening of existing bridges, roadway widening, MSE walls, noise ti walls and sign and ITS structures. A total of 28 test borings were performed by HRES to - ...•,-----''' , ~! depths ranging for 20 to 30 feet deep. Based on the f ' information provided by the borings,soil parameters were -... .-, i� developed for the design of the poles. /• Yah .!: s w alt' :' V ; , r .w Ltd • . , r r .i. t e A a r r .i :t 4.VN lam e4 .fY';'" 4, x ''.4* ' *1.311:‘, j* i c o 0 3.2 Qualifications of Prime Proposer-Similar Experience Tab 3-Page 58 Response to Request for Proposals(RFP) No. 2016-199-KB iso s«o,owan: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/tNSWRE. R. ., and Smart Parking System (SPS) 3rg,.e,,,,9 �! '� SWFIA ACCESS to 1-75 '� 1' 4 (SR 93) !.!I ) Lee County, FL �►I1 'I9 Years Project Constructed(or"under t I construction"): 2012 1:11 I Project Cost: $54M �1{e Contract Method: Design-Build 41111 Company's Role: Subconsultant li , Key Project Managers: Hernando R. Ramos �I The project consisted of the construction of a new access road between South West Florida International Airport jr (SWFIA)and Interstate 75(SR 93)in Lee County, Florida. The plan included the construction of new bridges, !1 roadway access ramps, retaining walls,overhead sign structures, DMS and ITS structures.The data was e used to define the subsurface conditions present at the 'L ;,, DMS and ITS structures and obtain soil samples for '4 examination and classification. 1! In addition, HRES performed a total of 2 test borings for r the proposed DMS structure,to depths ranging from 50 to 52 feet,a total of 8 test borings for the proposed ITS Pole '� structures,to depths ranging from 15 to 30 feet. Based on �� the information provided by the borings,soil parameters �: were developed for the design of the poles. rt: I • th mij" ,. II r ,1 � . F$vva ti "h. i ' -#, u ! PI $x a"x 'r, ,,,,,;;,,,,,ii''' 1 t■ A 4 .T , rte• (fiail .b M�IfF ;r . V q I V. �. ! - ,» _ _ _ V I i . :W. • d 3.2 Qualifications of Prime Proposer—Similar Experience Tab 3—Page 59 TAB 4 • QUALIFICATIONS OF KEY PROJECT PERSONNEL • l 4,. F. i t jipirplillik- $� 1�� :" -r 7r. . .»'.', '" . cL r4 "+ � Ile:iii li "_" c •- # Jr. y S` it — - yd's^ h �+'� .' r .—... I--�'�" a ' I I 1 A 1 r;r r __ ....-- , - .62- //4., • ��4 I f , 4: . c-,.. ,4 4s 71 , w fp _ �� :;----,..- 1 1. Key Project Personnel • 2. Certifications 4.1 Key Project Personnel Tab 4: Qualifications of Key Project Personnel Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) - al and Smart Parking System (SPS) TR/1NSC.C�RE. :. argre•:rr9 Roger E. Marrero a; Principal-in-Charge Mr. Marrero will serve as Principal-in-Charge and will support the project from an upper management position to assure required resources necessary are always . available. With over 15 years of experience in ITS and construction management, as well as seven years of experience specifically with District 6 as a former ITS System Engineer and ITS Operations Engineer, Mr. Marrero understands the time TransCore ITS, LLC constraints that Project Managers face when managing ITS projects. He directs and advises TransCore's design-build projects throughout the state of Florida and his background includes project management, design, integration, maintenance, and operations of ITS projects. Ariel Millan, PE Or Principal-in-Charge Mr. Millan has 22 years of professional highway engineering experience. Mr. Millan's i - $ • abilities encompass a broad range of skill sets from roadway geometrics and drainage design to the development of an effective traffic control plan. Mr. Millan's Y / roadway experience includes Restoration, Resurfacing and Rehabilitation (3R) projects, urban curb and gutter roadway reconstruction projects, rural highways with BCC Engineering, Inc. flush shoulders and limited access facilities with complex urban interchanges. Mr. Millan's drainage experience includes the design and permitting of open and closed drainage systems with swales, cross drains, retention ponds, storm sewer systems, and exfiltration systems. In addition to his technical abilities, Mr. Millan is a highly effective Project Manager and Task Leader and is well aware of the effort required to successfully complete roadway design projects including coordination with the client, sub-consultants, permitting agencies, contractors and various design disciplines. Mr. Milian also provides supervision of design/production personnel, and the systematic implementation of an effective quality control/quality assurance plan (QA/QC). 4.1 Key Project Personnel Peter Eugene Overall Project Manager Mr. Eugene shall be responsible for overseeing the first five stages (Design, Build, Integration, Commissioning and Testing) of the project.As the City's key point of contact, he will manage the Design-Build portion of the project and oversee all construction and installation crews to the completion of the project until Final Acceptance is received prior to the start of Operations and Maintenance. He brings TransCore ITS, LLC over eight years of project management and network administration experience which includes the implementation of 20 Cisco ASA firewalls and site-to-site VPN connections. He has collaborated on plan and migration of routing protocol from RIUP to OSF. Arturo Espinosa, El, CCNP Lead Designer Mr. Espinosa has over 17 years of experience in the transportation industry 1r including six and a half years working for the Florida Department of Transportation c i and over eight years in the private sector. His background includes project management, ITS, design, commissioning, Network and Software integration, testing, test procedures preparation, field troubleshooting, transportation management center(TMC)core network, servers commissioning, maintenance BCC Engineering, Inc. and operations of ITS projects.As lead designer, Mr. Espinosa will be responsible for the overall design, ITS plans, Contract Documentation RTVM, PSEM, Parking Management, and Test Procedures. 4.1 Qualifications of Key Project Personnel Tab 4—Page 1 Response to Request for Proposals(RFP) No. 2016-199-KB i�ass«io,Ionwith for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) �+ and Smart Parking System (SPS) _ TR/1/ RE. C Charles Napolitano Construction Manager Mr. Charles Napolitano will serve as the project superintendent overseeing all construction, and installation services.As an ITS Construction Superintendent, Mr. Napolitano has extensive construction management and utility coordination experience. He brings wide-ranging electrical systems installation experience and is a Master Electrician, State of Florida Certified Electrical Contractor, and holds several TransCore ITS, LLC certifications with IMSA. Mr. Napolitano has over 30 years of installing City, State and private electrical systems. He is experienced in the scheduling and coordination of commercial and residential wiring, new construction and maintenance, temporary power and generator installations, solar lighting systems, State and County roadway lighting, airport electrical systems, roadway sign lighting and installation, and traffic signalization. �,. Joseph Snyder Operations Manager Joseph Snyder has 22 years of experience from his 13 years with the Houston TranStar Traffic Management Center(TMC) and 9 years with the SunGuide TMC in Miami, FL. Mr. Snyder brings the City of Miami Beach expertise in control room operations, traffic incident management, traveler information, data collection, report management, quality control quality assurance, and software development. He has Serco overseen the development of the award winning Task Manager(OTM) Software for the FDOT District Six Operator and the award winning Regional Incident Management System (RIMS)for TxDOT Houston District. He has also created nearly 100 training material and standard operation guidelines and procedures for the centers. Having overseen two of the busiest metropolitan areas within our country (TxDOT Houston District and FDOT District 6), Mr. Snyder has a unique insight and operational knowledge for traffic management practices and techniques. 1110 Carlos Rolon Maintenance Manager Mr. Carlos Rolon, E.E., is an Electrical Engineer responsible for overall project management of ITS projects, including oversight of CEI firms. His experience includes reviewing and approving of shop drawings, plans review for ITS design and constructability, testing and integration of ITS projects for final acceptance, in-depth knowledge of FDOT procedures, Claims Review, and TransCore ITS, LLC project coordination with various parties including Engineer of Record, Utility Companies and the FDOT. will support Peter Eugene during the installation and testing of the deployment of the ITS system. He will also serve as the ITS maintenance Manager once the project is completed. His role will be to provide the preventative maintenance plans to be followed by maintenance crews as well as oversee daily Routine Maintenance activities to keep the system up and running throughout the life of the contract. 4.1 Qualifications of Key Project Personnel Tab 4—Page 2 Response to Request for Proposals(RFP) No. 2016-199-KB inosso ohonwith: for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) TRnIVSWRE. 1 and Smart Parking System (SPS) 9,Wit.g oma QUALIFICATIONS OF KEY PROJECT PERSONNEL a) C.) C a) a) Name Firm Role in the Job w Area of Expertise Project Description 0 co Principal-in- South Florida ITS Project Roger E. Marrero,VP --- Charge Area Manager/VPManagement, Design, TRAN_SC.ORE integration, Maintenance, (Design-Build) of Operations and Operations Project ITS, Control, and Peter S. Eugene ______ Overall Project Management 9 Communication TRANSCORE Manager and Network Systems/Design-Build Administration Project Management Construction Charles Napolitano Construction ITS Construction Management and Utility IRAN CLARE Manager Superintendent 39 Coordination/Electrical Systems Installation Operations and Electrical ITS Project Carlos Rolon, EEMaintenance Engineer/ 9 Management, Testing TRANS-CORE Manager Maintenance and Integration Project Manager FDOT D6 ITS Mike Bermudez �- TMC Construction Maintenanence 10 ITS Maintenance and TR/WSCORE Advisor Manager TMC Costruction Ground Transportation/ Carl SmithITS Maintenance Parking 30 ITS, GTMS and Parking TRANSCORE Administrator Maintenance System Maintenance Project Manager Principal-in- Principal/Highway Transportation and Civil Ariel Millan, PE n ng Charge (Design) Engineer Engineering Senior ITS Transportation and Arturo Espinosa, Communications • CCNP Lead Designer and Network Intelligent Transportation "° Manager Systems (ITS) QA/QCProject Manager Transportation and Civil Luis Rodriguez, PE Er4 Roadwayy and ITS (Highway Design) 14 Engineering Services QA/QC- Structures Structural Engineering— Chaoxj Ling, PhD, PE ir 4 Structures Reviewer111 Bridges and other Roadway Structures Civil and Transportation Engineer-of- Senior Traffic/ITS Engineering with Erik Spillmann, PE Record Engineer 19 planning and design of r(Zr Intelligent Transportation (ITS)Systems 4.1 Qualifications of Key Project Personnel Tab 4—Page 3 Response to Request for Proposals(RFP) No. 2016-199-KB In ass«lotion with: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) 4'. and Smart Parking System (SPS) TR/VVSCORE. QUALIFICATIONS OF KEY PROJECT PERSONNEL a) U C a) a) Name Firm Role in the Job w Area of Expertise Project Description o L CD Senior Project Transportation Senior Project Engineering, Traffic II Engineer— Dacha Quintana, PE Engineer— Signing& Operations, and Project Adaptive Traffic Pavement Development and q Control Environmental (PD&E) Marking Studies Structural Engineering- 0 ,, Miscellaneous Structural Bridges, Building, Joan De La Rosa, PE ",! Structures Engineer and other Roadway Structures Temporary Traffic Oscar Oliva, PE Control Plans Roadway 8 Transportation (TTPC) Engineer Engineering as V, , Utility and SUE Chief Utility Utilities Inspection, Pedro Ugas ,) Coordinator Coordinator 28 Construction and Coordination TMCTraffic Systems& Integration/ Hugh Stetter, PE, Test Procedures/ Senior Electrical Engineering, Intelligent PTOE ASC D6 TMC Console and Systems Transportation LOCK Engineer Systems (ITS), and Software Communication Design TMC Integration/ Senior Project Transportation Julio C. Natareno, PE, ���������� Engineering/ GC /__C. D6 TMC Console Engineer/QA/QC Construction LOGIC Software Manager Management Planning, Design, John Hoffman, PE Adaptive Traffic Project Manager Construction, Control Deployment, Operation, and Maintenance of ITS Adaptive Traffic Planning, Design, Matthew Weisman, Construction, PE Control/Test Principal Engineer 10 Deployment, Operation, Procedures and Maintenance of ITS Traffic/ITS Product Frank Neuperger SIMREX Wireless Design/ General Manager Development, Integration Engineering Services and Project Manager Operations Program Management/ O Joseph Snyder serco Manager Program Manager Oversight of TMC Operations 4.1 Qualifications of Key Project Personnel Tab 4—Page 4 h Response to Request for Proposals(RFP) No. 2016-199-KB Boa«oronwa for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/ Kca RE, QUALIFICATIONS OF KEY PROJECT PERSONNEL a) 0 a) a) a Name Firm Role in the Job w Area of Expertise Project Description w 0 ca Municipal Parking Operations/Project Operations Smart Parking Management and Muhammad Mansoor serco Manager Systems Senior 16 Implementation/ Advisor Operations and Performance-Based Contracting PARK Parking Senior Project Parking Facilities— Mitchell Moe r A s s I s T, Information 10 Installation and Servicing —„, w•> ••K, System Manager Contracts PARK Parking Business Project Management/ Darrell Brantley V ASSIST, Information Development Installation and -•,T •^•° System Manager Implementation Design, Planning, Project Execution of new Hernando Ramos, PE Geotechnical Principal/Senior Geotechnical Projects • Engineer Engineer and the Remedial Procedures to Correct Foundation Problems Design Surveys, Right- Vice President/ of-Way Control Surveys, Manuel G.Vera, Jr., M.G.VERA Surveyor and Right-of-Way Mapping, PSM ti,N:SOL^TES•• Mapper Surveyor and Platting, Construction Mapper Layout,As-built Surveys, Drainage Surveys 4.1 Qualifications of Key Project Personnel Tab 4—Page 5 Response to Request for Proposals(RFP) No.2016-199-KB In uswc ariw with for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRA1 J. JORE and Smart Parking System (SPS) ROGER E. MARRERO, VP TRANRE Years of Experience Principal-in-Charge 13 Education Mr. Roger Marrero is an Associate Vice President and the South Florida BS in Electrical Engineering, Area Manager. In addition to his Intelligent Transportation Systems (ITS) 1993 project management, design, integration, maintenance, and operations Florida International experience, Mr. Marrero is also a Certified Bridge Inspector (CBI). Mr. University Marrero joined TransCore after a successful seven-year career with the Certifications Florida Department of Transportation (FDOT) District 6 where he served as Certified Bridge Inspector an ITS Systems Engineer and ITS Operations Engineer. As TransCore's (CBI) Project Principal/Manager, Mr. Marrero shall serve as project director and Key Previous Experience support the project from an upper management position to assure required South Florida Area Manager resources necessary are always available. Previously responsible for performing functional Project Experience checkout oversight of the 1-10/1-110 Freeway Management System (FMS) Design-Build-Operate- PLC and Relay Logic Operations of the Brickell Maintain (DBOM) Project; Escambia and Santa Rosa Counties, FL; Avenue Bridge and 27th Client: FDOT District 3 — As Program Manager Mr. Marrero was Avenue Bridge responsible for the oversight of procurement, design, integration, Designed ITS installation, testing, operations, and maintenance of 12 Dynamic Message Enhancements for FDOT Signs (DMS), 38 Closed-circuit television (CCTV) cameras, 78 Microwave District One's Safety Barrier Vehicle Detectors (MVD), and one Road Weather Information System Cable System (RWIS) with fiber optic and wireless communications for over 40 miles of Designed and integrated roadway and Road Rangers. Project Role: Program Manager. Florida's largest ITS wireless 1-95 Palm Beach County Intelligent Transportation Systems (ITS) system, extending the Deployment; Broward County, FL; Client: FDOT District 4 — Mr. District 6 ATMS from Florida Marrero was responsible for the procurement, design, integration, City to Key West installation, and testing of 12 Freeway DMS, 11 Arterial DMS, 47 CCTV cameras, 101 microwave detectors, 47 Voice over IP transceivers, two RWIS, six HAR Transmitter sites with 14 HAR beacon sites, and two communication hubs. Project Role: Program Manager. Traffic Video Monitoring System (TVMS) Phases 11 and III; Miami-Dade County, FL; Client: City of Aventura — Mr. Marrero was responsible for the maintenance, utility and locate services, and expansion of the Phase I wireless CCTV system to include 13 additional CCTV cameras with fiber optic cable and modification of the TransSuite central system software to manage these ITS devices. Project Role: Project Manager. SR 5/US 1 SunGuide ATMS Design-Build Project; Miami-Dade County, FL; Client: FDOT District 6 — Mr. Marrero led all aspects of design, procurement, testing, installation and integration services for this project. Project Role: Design and Technical Manager. 1-75 Regional Transportation Management Center (RTMC) and Freeway Management System (FMS) for Lee and Collier Counties; Fort Myers, FL; Client: FDOT District 1 — Mr. Marrero led all aspects of design, procurement, testing, installation, and integration for 26 DMS, 81 CCTV cameras, 126 microwave radar detectors, cable barrier system, two RWIS, and nearly 100 miles of fiber optic cable with system control using SunGuide software. Project Role: Design and Technical Manager. SR 836 ITS Design-Build Project; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) — Mr. Marrero led the design and deployment of 16 CCTV cameras, 60 Remote Traffic Microwave Sensor(RTMS)vehicle detection stations, and three Highway Advisory Radios over a full Ethernet solution. Design uses a Coarse Wavelength Division Multiplexing (CWDM) link that provides connectivity between the MDX TMC and the FDOT District 6 RTMC for greater bandwidth. Project Role: Project Manager. 4.1 Qualifications of Key Personnel—Resumes Tab 4—Page 6 Response to Request for Proposals(RFP) No.2016-199-KB °°"°`°'°°wati. for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/1NS( CARE and Smart Parking System (SPS) Client References 1. Matt Pierce Chief Executive Officer, 595 Express Phone: (954) 513-3220 E-mail: mpierce@i595express.com 2. Joe Folco Port Miami Tunnel "P3" Concessionaire Project Manager, Bouygues Civil Works of Florida Phone: (305)632-2243 E-mail:j.folco@bcwf-miami.com 3. Deidre A. Fogelgren Commander, City of Aventura Police Department Phone: (305)466-8977 E-mail: fogelgrend@aventurapolice.com 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 7 Response to Request for Proposals(RFP) No. 2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRAIRE. 114 and Smart Parking System (SPS) ARIEL MILLAN, PE Years of Experience Principal-in-Charge 22 Work History Mr. Millan has 22 years of engineering experience. His abilities encompass BCC Engineering, Inc. a broad range of skill sets from roadway geometrics and drainage design to (Miami) the development of an effective traffic control plan. Mr. Millan's roadway 2005-Present experience includes Restoration, Resurfacing and Rehabilitation (3R) Gannett Fleming, Inc. projects, urban curb and gutter roadway reconstruction projects, rural 2001 -2005 highways with flush shoulders and limited access facilities with complex Metric Engineering, Inc. urban interchange and Intelligent Transportation Systems (ITS). 1994-2001 In addition to his technical abilities, Mr. Millan is a highly effective leader Education and is fully aware of the effort required to successfully complete complex MS in Civil Engineering, projects including coordination with the client, subconsultants, permitting 1999 agencies, contractors and various design disciplines. He provides Florida Ivternational supervision of design/production personnel, and the systematic University implementation of an effective QA/QC plan. BS in Civil Engineering, 1995 Florida International Project Experience University Registration SR 821/Homestead Extension of Florida's Turnpike (HEFT) Widening Professional Engineer from South of SW 104th Street (Killian Parkway) to North of SW 72nd Florida No. 54572, 1999 Street (Sunset Drive) - Design-Build; Miami-Dade County, FL; Client: Texas No. 87326, 2000 Florida's Turnpike Enterprise (FTE) - The project includes the milling, Career Highlights resurfacing and widening of SR 821/HEFT, which accommodates the Successfully completed: future needs for capacity, operational and safety improvements, from south Streamline Technology ICPR of SW 104th Street/SR 990 (Killian Parkway) to north of SW 72nd Street Hands on Training (Sunset Drive). Capacity improvements will be provided via the addition of Florida Advance Training two express lanes in each direction through the limits of the project in (MOT) addition to the three general purpose lanes in each direction.The project FDOT Specifications also includes the resurfacing, restoration, and rehabilitation of Sunset Drive, Package Preparation as well as interchange improvements at Kendall Drive. Length: 2.9 miles. Training Project Role: Principal-in-Charge for roadway design as well as managing design for drainage, Temporary Traffic Control (TTC)/Maintenance of Traffic (MOT), signing and pavement marking, signals, structures, ITS, and permitting. SR 826/1-75 Express Lanes Project- Design-Build; Miami-Dade County, FL; Client: FDOT District 6- The project includes the addition of approximately 13 miles of Express Lanes to be constructed; 10 miles along the SR 826 (Palmetto Expressway) and three miles on 1-75 (SR 93). On SR 826, one to two express lanes in each direction will be provided beginning approximately 0.20 mile south of West Flagler Street (south of SR 836) up to a point south of the NW 154th Street Bridge. On 1-75, one express lane will be provided in each direction from SR 826 and to NW 170th Street (2.0 miles south of the Miami- Dade/Broward County Line). The improvements consist of widening both SR 826 and 1-75, reconstruction on SR 826, new construction in the median of 1-75, and an elevated structure connecting the Express Lanes on SR 826 to the Express Lanes on 1-75. This project includes new drainage, lighting, Intelligent Transportation Systems(ITS), signage, and landscape. Length: 13 miles. Project Role: Principal-in-Charge. MDX Work Program No. 11211: Central Boulevard Widening Realignment and Service Loop - Design-Build; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) - Reconstruction of the principal access in and out of Miami International Airport (MIA). The $45 million project also included construction of north and south service loops to separate airport service vehicles from passenger vehicles; reconstruction of NW 20th Street and NW 42nd Court; seven bridges; Intelligent 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 8 Response to Request for Proposals(RFP) No. 2016-199-KB v�lAN11BEACH for Design, Build, Operation, and Maintenance Services 9" for an Intelligent Transportation System (ITS) TRE and Smart Parking System (SPS) Transportation Systems (ITS), improvements; and signature MIA way finding signage. Length: 0.704 mile. Project Role: Principal-in-Charge. SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange Improvements, Section 5 — Design-Build; Miami-Dade County, FL; Client: FDOT District 6 — BCC Engineering is serving as the Prime Designer for this design-build project to reconstruct the SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange. This project includes the reconstruction of SR 826 from south of Flagler Street to north of NW 12th Street and SR 836 from east of NW 87th Avenue to west of 57th Avenue. The SR 826/SR 836 Interchange is a four-level System-to-System Interchange with direct connectors that provide for traffic movements in all directions between the two expressways. The project also includes the reconstruction of two service interchanges, the reconstruction of NW 12th Street and the realignment of the North Line Canal. The project includes 47 new bridge structures (four Concrete Segmental Flyovers, seven Steel Plate Girder, and 36 FIB)as well as an extensive amount of permanent and temporary walls, and sign structures. Length: 2.77 miles. Project Role: Design Engineer assisting in the development of the roadway geometry. SR 826 (Palmetto Expressway) Improvements Program, Section 2 — Design-Build; Miami-Dade County, FL; Client: FDOT District 6 — Project involved the widening and reconstruction of the limited access facility from south of Sunset Drive to north of SW 31st Street and included the Miller Drive (SW 56th Street), SR 874 and SR 976 (Bird Road/SW 40th Street) interchanges. The improvements included the addition of one general use lane in each direction; auxiliary lanes between all interchanges; interchange improvements and, operational and safety improvements along the SR 826 mainline and ramps. Length: 2.2 miles. Project Role: Project Manager/Engineer of Record (EOR). SW 137th Avenue between the HEFT and US 1 (E06-PW-09 PTP); Miami-Dade County, FL; Client: Miami-Dade County Department of Transportation and Public Works (DTPW)—Project consists of the improvements to SW 137th Avenue from an undivided two-lane rural section to a four-lane section. Design services include planning, traffic operations, roadway, design of a closed drainage system, Signing and Pavement Marking, signalization, roadway lighting and public involvement. Project responsibilities include roadway design as well as managing design for drainage, temporary traffic control plans (TTC) Maintenance of Traffic (MOT), signing and pavement marking, signals, and environmental permitting. Length: 1.64 miles. Project Role: Principal-in-Charge. South Roosevelt Boulevard/SR A1A from Bertha Street (MP 0.000) to East End of Smathers Beach (MP 0.778); Monroe County, FL; Client: City of Key West— Engineering design for the reconstruction of SR A1A, a four-lane undivided road running along the southern coast of Key West along Smathers Beach. BCC was responsible for the development of the lighting and drainage systems. Major project feature included the design of a drainage system that would minimize impacts on environmentally sensitive coastal waters, permitting for that system, extensive regulatory agency coordination and the use of decorative lighting fixtures for roadway and pedestrian lighting. Length: 0.778 mile. Project Role: Principal-in-Charge. Kendall Drive at SW 99th Court (SR 99) Safety Improvement Project; Miami-Dade County, FL; Client: FDOT District 6 — This project involved the safety improvements to Kendall Drive at SW 99th Court to reduce the frequency of crashes occurring at the intersection based on the safety report. The safety recommendations include reducing the median width, border width and travel lanes to offset the left-turn bays to improve the alignment and visibility on the eastbound and westbound approaches and reduce the number of crashes. Project Role: EOR for the development of the roadway plans, signing and pavement marking plans, assisting in quantifying the pay items and preparing the cost estimates/Computation book for each phase submittal. SW 152nd Street at SW 112th Avenue (SR 992) Safety Improvement Project; Miami-Dade County, FL; Client: FDOT District 6—This project involved safety improvements to SW 152nd Street at SW 112th Avenue to reduce the frequency of crashes occurring at the intersection based on the safety report. The safety recommendations included reducing the median width and travel lanes to offset the left-turn bays to 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 9 Response to Request for Proposals(RFP) No.2016-199-KB i�a�sa<ano�wah: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRANSCORE. and Smart Parking System (SPS) improve the alignment and visibility on all approaches and reduce the number of crashes. Project Role: Project Manager and EOR in charge of the development of the roadway plans, signing and pavement marking plans, quantifying the pay items and preparing the cost estimates/Compbook for each phase submittal. Coral Way from SW 74th Avenue to SW 89th Avenue; Miami-Dade County, FL; Client: Miami-Dade County Department of Transportation and Public Works (DTPW) — Project consisted of the reconstruction of an existing divided four-lane roadway to a six-lane divided roadway through a heavily congested urban corridor, including the widening of an existing bridge and the construction of a pedestrian bridge over the Coral Gables Canal. Responsibilities included roadway and geometric design, drainage design and permitting, signing and pavement markings design, coordination of all subconsultants, lighting design, landscape design, signalization design, and traffic control plans. Project Role: Project Manager/EOR. Client References 1. Alice Bravo, PE Director, Miami-Dade County Department of Transportation and Public Works Phone: (786)469-5307 E-mail: alice.bravo@miamidade.gov 2. Jeovanny Rodriguez, PE Director, City of Miami Capital Improvements and Transportation Program Phone: (305)416-1225 E-mail: JeovannyRodriguez@miamigov.com 3. Mark Spanioli, PE Director,Village of Pinecrest Public Works Department Phone: (305)669-6916 E-mail: mspanioli@pinecrest-fl.gov 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 10 Response to Request for Proposals(RFP) No. 2016-199-KB °°u°"°',°°"'h for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) ���'�'� and Smart Parking System (SPS) TRANSS—CO—RE PETER S. EUGENE Ti?n �i�E Years of Experience Overall Project Manager 9 Education Mr. Peter Eugene has nine years of project management and network BS in Information System administration experience. He has a track record of increasing Security, 2008 responsibilities related to secure network design, systems analysis and ITT Technical Institute of development, and full lifecycle projects. He is very familiar with the State's Florida communication system architecture and infrastructure requirements. He AS in Computer Network currently specializes in managing complex Design Build projects with a Systems, 2005 focus on Intelligent Transportation System (ITS), Control and ITT Technical Institute of Communication Systems in South Florida. He has demonstrated a capacity Florida to implement innovative security programs that drive awareness, decrease Registrations and Honors exposure, and strengthen organizations. He is experienced with system Cisco Certified Network development efforts, including requirements definition, design, architecture, Associate(CCNA) testing, and support. Foundry Networks Certified Network Engineer(FNCNE) As TransCore's Project Manager, Mr. Eugene shall be responsible for Sun Certified System overseeing the entire first five stages (Design, Build, Integration, Administrator(SCSA) Commissioning and Testing). He will serve as the City's key point of contact and will manage the Design, Build portion of the project. He will Key Experience also oversee all construction and installation crews to the completion of the Implemented 20 Cisco ASA project until Final Acceptance is received prior to the start of Operations firewalls and site-to-site VPN and Maintenance. connections Collaborated on plan and Project Experience migration of routing protocol from RIP to OSPF SR 826/SR 836 Interchange Improvement (Section 5); Miami-Dade County, FL; Client: FDOT District 6 – Mr. Eugene is TransCore's Project Manager on this project responsible for the first deployment of dynamic message signs (DMS) color signs in South Florida. This project also included the installation, integration, and testing of seven DMS, 18 arterial dynamic message signs (ADMS), 13 Closed-circuit Television (CCTV)and 40 Microwave Vehicle Detection Systems (MVDS). Project Role: Project Manager. Port of Miami Tunnel–Public Private Partnership; Miami-Dade County, FL; Client: FDOT District 6– Mr. Eugene is TransCore's Project Manager on this Public Private Partnership project. This contract includes the Control and Communication Systems covering the Traffic Surveillance and Control System (ITS: 23 DMS, 93 CCTV Cameras, 13 MVDS, seven Over-Height Detection Systems, 60 Lane Usage Signs, seven Access Gates) the tunnel mechanical/electrical Supervisory Control and Data Acquisition System (SCADA), the Communication Network System (Fiber, Copper, Wireless, Radio and required Devices and Switches)and the Telephone System. Project Role: Project Manager. Golden Glades/SR 91 (HEFT) All Electronic Toll (AET) Conversion, Phase IV; Miami-Dade County, FL; Client: Florida's Turnpike Enterprise – Mr. Eugene was the ITS Project Manager on this project that included ITS modifications in preparation of the new All Electronic Tolling (AET). Modifications included new and relocated fiber optic cable, electrical service distribution, HAR, CCTV, MVDS and related cabinets and communication equipment. Project Role: ITS Project Manager. Palm Beach ITS Design-Build; Palm Beach County, FL; Client: FDOT District 4–Mr. Eugene assisted with the design oversight, procurement, installation, integration, and testing of 12 Freeway DMS, 11 ADMS, 47 CCTV cameras, 101 microwave detectors, 47 Voice over IP transceivers, two Road Weather Information Systems (RWIS), six HAR Transmitter sites with 14 HAR beacon sites, and two communication hubs to expand ITS infrastructure along 1-95 in Palm Beach County, FL over a total 48 miles. Project Role: ITS Project Manager and Network Administration. 4 Qualifications of Key Personnel-Resumes Tab 4-Page 11 Response to Request for Proposals(RFP)No.2016-199-KB for Design, Build, Operation, and Maintenance Services �� MIAMI BEACH for an Intelligent Transportation System (ITS) TR/1NS( CA—RE and Smart Parking System (SPS) SunNav ITS South FL Part A Project Design-Bid-Build Project; Client: Florida's Turnpike Enterprise – Mr. Eugene led oversight of the network design, testing, installation, and integration for this project. The project included two Foundry Fast Iron Routers (FI800), 51 Vicon CCTV cameras, 51 iMPath encoders, 242 Wavetronix Vehicle Detection System (VDS) devices, 73 TransCore Travel Time System (US) devices, two Adaptive dynamic message signs, one HAR (Highway Advisory Radio) devices, over 11 miles single- mode fiber. Project Role: FTE ITS Network Administration. Client References 1. Joe Folco Port Miami Tunnel "P3"Concessionaire Project Manager, Bouygues Civil Works of Florida Phone: (305)632-2243 E-mail:j.folco@bcwf-miami.com 2. Claudio Diaferia FDOT District 6 Resident Engineer Phone: (305)640-7402 E-mail: Claudio.Diaferia@dot.state.fl.us 3. Uriel Lombardo MDX 83628 Project Manager, Odebrecht Construction, Inc. Phone: (305)341-8800 E-mail: Ulombardo@odebrecht.com 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 12 Response to Request for Proposals(RFP)No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/11VJ1 LIRE. ,. and Smart Parking System (SPS) , ARTURO ESPINOSA, El, CCNA, CCNP Years of Experience Lead Designer -agineertn 21 Work History Mr. Espinosa has over 17 years of experience in the transportation and BCC Engineering, Inc. Intelligent Transportation Systems (ITS) industry including six and a half (Miami) years working for the Florida Department of Transportation (FDOT) and 2015—Present over 10 years in the private sector. His background includes project World Fiber Technologies, management, ITS design, ITS commissioning, Network and Software Inc. integration, testing, test procedures preparation, troubleshooting of ITS and 2012—2015 network devices, ITS maintenance and ITS operations. Mr. Espinosa has Telvent Services, Inc. been responsible for the communications design, ITS device 2011 —2012 implementation, ITS integration and testing of ITS projects throughout TransCore ITS Florida. 2006—2011 Florida Department of Project Experience Transportation 1999—2006 SR 9 (1-95) Express Lanes and Ramp Signals — Phase 3A-1 from Educational Cinematography South of Broward Boulevard to North of Commercial Boulevard — 1997— 1999 Design-Build; Broward County, FL; Client: FDOT District 4 — Phase National Office of Statistics 3A-1 represents the first of several separate 1-95 Express Lanes Design- 1995— 1997 Build projects that will ultimately extend 95 Express from Stirling Road in Broward County to Linton Boulevard in Palm Beach County. The Phase Education 3A-1 limits are from south of Broward Boulevard to north of Commercial BS in Electrical Engineering, Boulevard. The project includes converting the existing High Occupancy 1995 Vehicle (HOV) lanes to High Occupancy Toll (HOT) lanes, as well as one College of Electrical g lane widening each direction, resulting in two tolled Express Lanes in each Eng Havana (ISPJAE), Havana, Cuba direction. The number of existing general use and auxiliary lanes will Cisco Networking Academy, remain the same. Access to the Express Lanes will be limited to designated 2003 entry and exit point locations: between Broward Boulevard and Sunrise Miami-Dade College Boulevard, and between Oakland Park Boulevard and Commercial Registration Boulevard. The Express Lanes will implement congestion based toll pricing. The facility will employ Electronic Toll Collection (ETC) via the Florida Engineering Intern Turnpike Enterprise's (FTE) Sunpass system. Other project improvements Florida No. 1100019894, 2016 include: milling, resurfacing, and overbuilding of the 1-95 general use lanes; Professional Affiliations guardrail; barrier wall; attenuators; shoulder gutters; drainage; bridge widenings; temporary and permanent retaining walls; sound barrier walls; ITS Florida Member sign structures; portable traffic monitoring sites; tolling gantries and associated infrastructure including equipment buildings; Intelligent Transportation System (ITS); signing and pavement markings; express lane delineators; signalization; lighting; ramp (metering) signals; utility relocation; landscaping; and any additional items required to provide a complete highway system in accordance with all standard Department policies, procedures, and guidelines. Length: 6.53 miles. Project Role: Fiber Optic plans review, ITS network integration and configuration. Design-Build Services for SR 874 Ramp Connector to SW 128th Street; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority(MDX)—As part of the design-build team, BCC Engineering is serving as prime designer for the design and construction of the MDX Ramp Connectors from SR 874 (Don Shula Expressway) to SW 128th Street from west of the SR 821 (Homestead Extension of Florida's Turnpike), to west of SR 825/SW 137th Avenue. The new ramp connectors will provide access to and from the Don Shula Expressway (SR 874) and SW 128th Street at SW 122nd Avenue extending SR 874 west from its current terminus at the Homestead Extension of Florida's Turnpike (HEFT) (approximately 0.5 mile). The ramp connectors will require third level flyovers over the existing SR 874/SR 821 interchange. The 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 13 Response to Request for Proposals(RFP)No.2016-199-KB °°"°`°'°°""h` MIAMIBEAf' for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRANS RE and Smart Parking System (SPS) flyovers are complex Category II bridges with straddle piers and drilled shaft foundations. The project will widen approximately 1.5 miles of SW 128th Street from a three-lane urban section to a five-lane urban section. Additional scope items include signals for three intersections, lighting design, ITS design and utility work for Miami-Dade Water and Sewer Department (M-DWASD). BCC is responsible for project management, roadway, drainage, traffic operations and structural design for the project. Project Role: ITS plans development and ITS design. MDX Work Program No. 10019.030 — System-wide Dynamic Message Signs (DMS) Implementation; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) — Responsible for the communications design, procurement of ITS devices, ITS design oversight and field investigations for the deployment of Dynamic Message Signs (DMS). This project included DMS verification Closed Circuit Television (CCTV) and incident management CCTV cameras. Newly installed DMS and verification cameras are to be integrated with MDX's existing ITS network. This project includes the addition of color Light Emitting Diodes (LED) accent floodlights controlled via DMX/Ethemet Internet Protocol (IP) protocol. Project Role: ITS Communications and Network Specialist. Advanced Traffic Management System (ATMS) Design-Build; Central Broward County, FL; Client: FDOT District 4—The main goal of this project was the furnishing and commissioning of Broward County's first Advanced Transportation Management System (ATMS). The ATMS field is a subset of the broader ITS. The two primary objectives of ATMS systems are to improve traffic safety and enhance traffic mobility in the arterial roadway system. Mr. Espinosa was responsible for the installation, configuration, integration, and testing of the ATMS' communication equipment and control software. The work at the Management Center included the installation of the ATMS' network core Ethernet communication equipment. ATMS' application and database servers were installed as part of this project. For Broward County's new ATMS network, a new and stand-alone SunGuide software instance was installed. SunGuide software is the FDOT Statewide ITS management and control software. Project Role: Lead ITS Integrator. 1-75 Corridor Freeway Management System (FMS) and Intelligent Transportation System (ITS) Integration Project; Sarasota and Manatee Counties, FL; Client: FDOT District 1 —Responsible for the design, furnishing, configuration and testing of the head end ITS network communication equipment and servers required for the creation of a new satellite Traffic Management Center (TMC). This new TMC is located in the existing Manatee County Emergency Management Center. This management center was created as an online standby network and SunGuide software backup to the main Freeway Management Center (FMS) system currently operating at the Southwest Interagency Facility for Transportation (SWIFT) Center located in Fort Myers. Mr. Espinosa wrote all test procedures and migration plans required for this job and executed all the TMC related test procedures including software and hardware subsystems. The work also included the installation of a brand new video wall and ancillary processing equipment (Activu brand). The migration of the existing FDOT ITS District 1 network from a flat Layer 2 network to a full Layer 3 routed network was also part of this job. This network upgrade included the replacement of FDOT ITS District 1 Ethernet Core switch at SWIFT Center and the replacement and reconfiguration of all existing Distribution Network layer switches at all HUB sites. Project roles included Network communications and network lead specialist plus the commissioning and testing of the entire field-Ethernet network infrastructure. This included Managed Field Ethernet Switches (MFES), Power Generator and Transfer Switches monitoring modules, Uninterruptible Power Supply (UPS) monitoring modules, Road Weather Information System (RWIS), Highway Advisory Radio (HAR), DMS, Microwave Vehicle Detection Systems (MUDS) and CCTV cameras. Commissioning and testing of all head-end TMC and Regional Transportation Management Center(RTMC) equipment included as part of this project were: software servers, workstation PCs, security firewalls, network cabling within server's cabinets and network Layer 3 switches at HUBs and in two TMCs. Project Role: Lead ITS Integrator and Tester. Advanced Traffic Management System (ATMS) Phases 1 and 2; Aventura, FL; Client: City of Aventura — Mr. Espinosa was responsible for the Ethernet Network design, integration, configuration, and testing. He was directly involved in the commissioning of the City of Aventura ATMS servers and 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 14 Response to Request for Proposals(RFP) No. 2016-199-KB °°�°`°'°°with: MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRARE and Smart Parking System (SPS) communication rack. As part of this project, new Advanced Transportation Management System (ATMS) servers were installed. Mr. Espinosa was the coordinator between the client and the software development team. A 32-channel server-based digital-video recorder was also installed along with a video server that allowed the dissemination of four life video feeds to the Internet. Traffic Video Monitoring System (NMS) Phase 2 also included other non-standard challenges, like installing a rooftop pan-tilt-zoom (PTZ) Closed- Circuit Television (CCTV) camera and two video monitors on different floors of the City of Aventura government building, for the dissemination throughout the building of video from the installed CCTV. Mr. Espinosa was responsible for the design and implementation of a wireless link between the City of Aventura CCTV site #1 and a FDOT District 6 CCTV site located on 1-95 and Ives Dairy Road. This implementation allowed the city to view FDOT's video feeds. This communication link required the modification of FDOT's existing Network link from their HUB to their camera located at Ives Dairy Road and 1-95. This modification consisted of the implementation of traffic access control lists at the Layer-3 Cisco switch located in FDOT District 6's Golden Glades (GGI) HUB. A Layer-2 network trunk with tagged Virtual Local Area (VLAN), from the HUB site to the Ives Dairy CCTV was implemented. Mr. Espinosa additionally performed troubleshooting of the City's ATMS as part of the ITS maintenance phase. Project Role: ITS Communications and Network Specialist/Designer. Client References 1. Ronda Rupert, PE CEI Consultant Engineer, A& P Consulting Transportation Engineers, Corp. Phone: (305)970-3912 E-mail: rrupert@apcte.com 2. Sergio Bravo, PE ITS Project Manager, FDOT District 6 Phone: (305)305-470-5757 E-mail: sergio.bravo@dot.state.fl.us 3. Omar Meitin, PE District Traffic Operations Engineer(DTOE)/Director, FDOT District 6, Traffic Operations Phone: (305)470-5336 E-mail: omar.meitin@dot.state.fl.us 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 15 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) CHARLES NAPOLITANO TRS. SC�I�E, Years of Experience Construction Manager 39 Education Mr. Charles Napolitano is an Intelligent Transportation Systems (ITS) All-State Construction Construction Superintendent in TransCore's Miramar office with extensive College, 1984 construction management and utility coordination experience. He brings Hollywood, FL wide-ranging electrical systems installation experience and is a Master Registration Electrician, State of Florida Certified Electrical Contractor, and holds Certified Electrical several certifications with IMSA. Mr. Napolitano has over 30 years of Contractor installing City, State and private electrical systems. He is experienced in the Florida No. EC0002393, scheduling and coordination of commercial and residential wiring, new 2000 construction and maintenance, temporary power and generator Journeyman Electrician in installations, solar lighting systems, State and County roadway lighting, Miami-Dade, Broward and airport electrical systems, roadway sign lighting and installation, and traffic Palm Beach Counties, 1979 signalization. Master Electrician in Miami- Dade, Broward and Palm As TransCore's Construction Superintendent/Maintenance Manager, Mr. Beach Counties, 1984 Napolitano will serve as the construction manager overseeing all Certifications construction and installation services. He will also be responsible for IMSA Work Zone Safety submitting electrical affidavits to permitting agencies and FPL to establish permanent power at each ITS device site. IMSA Signal Technician— Level 1 Project Experience IMSA Signal Technician— Level 3 Port of Miami Tunnel — Public Private Partnership (P3); Miami-Dade Stormwater Erosion and County, FL; Client: FDOT District 6 — This contract includes the Control Sedimentation Control and Communication Systems covering the Traffic Surveillance and Control Inspector Training Program System [ITS: 23 Dynamic Message Signs (DMS), 93 Closed-circuit Inspector, No. 2357 Television (CCTV) Cameras, 13 Microwave Detection Systems (MVDS), seven Over-height Detection Systems, 60 Lane Usage Signs, seven Access Gates] the tunnel mechanical/electrical Supervisory, Control and Data Acquisition System (SCADA), the Communication Network System (Fiber, Copper, Wireless, Radio and required Devices and Switches) and the Telephone System. Project Role: Construction Superintendent. 1-595 Corridor Roadway Improvement D/B/O/M — Public Private Partnership (P3); Broward County, FL; Client: FDOT District 4—TransCore provided design, procurement, integration, testing of a temporary wireless ITS system which includes 16 CCTV, 20 DMS, 12 MVDS that will be maintained until the permanent ITS system comes online. Provided installation and integration services on the permanent ITS System as well as providing ITS maintenance services during the first 10 years of operation. Project Role: ITS Construction Superintendent. SR 826/SR 836 Interchange Reconstruction — Section 5; Miami-Dade County, FL; Client: FDOT District 6 — This contract includes: Phase III- Final deployment and permanent expansion of the ITS which includes replacing new 96-count for Miami-Dade Expressway Authority (MDX) and upgrading FDOT to 96- count fiber optic cable, as well as the installation, integration, and testing of 18 arterial DMS, 27 CCTV, and microwave vehicle detection sensors. Project Role: Construction Superintendent- Phase III. CCTV and DCS System; Orlando, FL; Client: Central Florida Expressway Authority (formerly Orlando-Orange County Expressway Authority)— Installation, integration, testing and warranty of 50-foot and 130-foot steel MG2 CCTV poles, ITS cabinets, Cohu CCTV cameras, Sint DCS, Wavetronix Vehicle Detection Sensors (VDS), underground conduit, Single Mode (SM) Fiber Optic Cable (FOC), electrical services, Minuteman UPSs, RuggedCom Switches, and all other associated equipment. Project Role: Project Construction Manager. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 16 Response to Request for Proposals(RFP)No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) �— and Smart Parking System (SPS) TRnRE Palm Beach County 1-95 ITS Deployment; Palm Beach County, FL; Client: FDOT District 4 — Mr. Napolitano was responsible for all aspects of field construction for the placement of 12 Freeway DMS, 11 Arterial DMS, 47 CCTV cameras, 101 microwave detectors, 47 Voice over IP transceivers, two RWIS, 6 HAR Transmitter sites with 14 HAR beacon sites, and two communication hubs. Project Role: Construction Manager. Prior to TransCore, Mr. Napolitano enjoyed the following career highlights: R&D Electric (2008 to 2010) — Electrical Supervisor assigned to the (MDX) 874 project overseeing all electrical work. Designed Traffic Installation Company/MasTec (1988 to 2000)—Vice President of Electrical Operations. City of Fort Lauderdale (1979 to 1988)—General Electrical Supervisor. Client References 1. Joe Folco Port Miami Tunnel "P3"Concessionaire Project Manager, Bouygues Civil Works of Florida Phone: (305)632-2243 E-mail:j.folco@bcwf-miami.com 2. Claudio Diaferia Resident Engineer, FDOT District 6 Phone: (305)640-7402 E-mail: claudio.diaferia@dot.state.fl.us 3. Derole Duncan ITS Maintenance Project Manager, FDOT District 6 Phone: (305)640-7308 E-mail: derole.duncan@dot.state.fl.us 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 17 Response to Request for Proposals(RFP)No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH 1_ for an Intelligent Transportation System (ITS) TR/1 .1V-5-:53—RE, �[ �' °1 and Smart Parking System (SPS) .; CARLOS ROLON TRA, c� ?E Years of Experience Maintenance Manager J�_�(J L, g Education Mr. Carlos Rolon, EE, is an Electrical Engineer currently based out of BS in Electrical Engineering, TransCore's Orlando office. His focus is overall project management of 2003 Intelligent Transportation Systems (ITS) projects, including oversight of CEI University of Central Florida firms. His experience includes reviewing and approving of shop drawings, Specialized Training plans review for ITS design and constructability, testing and integration of Cisco Certified Network ITS projects for final acceptance, in-depth knowledge of Florida Associate(CCNA), 2007 Department of Transportation (FDOT) procedures, Claims Review, and FDOT Advanced MOT project coordination with various parties including Engineer of Records, Fiber Optics 1-2-3 Design- Utility Companies and the FDOT. Installation-Maintenance As TransCore's Maintenance Manager, Mr. Rulon will support Peter Training Course Eugene during the installation and testing of the deployment of the ITS Key Experience system. He will also serve as the ITS maintenance Manager once the Experienced Project project is completed. His role will be to provide the preventative Manager on ITS maintenance plans to be followed by maintenance crews as well as Maintenance contract oversee daily Routine Maintenance activities to keep the system up and FTE Construction Specialist: running throughout the life of the contract. provided design oversight, procured, tested, installed, & Project Experience integrated ITS devices for design-build projects District-wide Maintenance of ITS Infrastructure; Client: FDOT District 5 — Mr. Rolon works directly for the client to provide 24/7 support, such as preventive maintenance and repair services of ITS infrastructure and systems in an area that expands 10 counties and includes: 326 Pelco, AD, Bosch and Vicon Closed-circuit Television (CCTV) Systems with RuggedCom, VBrick, Pelco and Digi support hardware; 243 Wavetronix Microwave Detection Systems (MVDS); 86 loops/2070 controller collection systems; Daktronics, Vultron and FDS Dynamic Message Signs (DMS) systems; and all fiber communication and electrical support systems. Project Role: Project Manager. Maintenance of ITS Infrastructure — Northern FTE; Client: Florida's Turnpike Enterprise — Mr. Rolon oversees TransCore's management and operations on this project. TransCore provides 24/7 support, such as preventive maintenance and repair services of ITS infrastructure and systems over 230 miles of roadway and includes: 310 Vicon CCTV Systems with RuggedCom, Impath, Cameleon server and Digi support hardware; 161 TransCore TTS; 611 Wavetronix MVDS; eight HAR systems, six CB Advisory systems; 51 Adaptive and Daktronics DMS systems; and all fiber communication and electrical support systems. Project Role: Program Manager. Maintenance of ITS Infrastructure; Orlando, FL; Client: Central Florida Expressway Authority (formerly Orlando-Orange County Expressway Authority (OOCEA)) — Mr. Rolon oversees TransCore's management and operations on this project. TransCore provides 24/7 support, such as preventive maintenance and repair services of ITS infrastructure and systems over 260 miles of roadway and includes: 160 Cohu CCTV Systems with IFS, RuggedCom, VBrick, Pelco, Cameleon server and Digi support hardware; 135 Sirit TTS; 611 Wavetronix MVDS; eight HAR systems, six CB Advisory systems; 90 Skyline DMS systems; Radiodetection Line Management System (LMS) and all fiber communication and electrical support systems. Project Role: Program Manager. CCTV and DCS System; Orlando, FL; Client: Central Florida Expressway Authority (formerly OOCEA) — Installation, integration, testing and warranty of steel MG2 CCTV poles, ITS cabinets, Cohu CCTV, Sirit DCS, Wavetronix VDS, Fiber Optic Communication System, electrical services, etc. Project Role: Project Manager. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 18 Response to Request for Proposals(RFP)No. 2016-199-KB for Design, Build, Operation, and Maintenance Services I ^x MIAMIBEACH for an Intelligent Transportation System (ITS) TRANS-CORE. I°' and Smart Parking System (SPS) Palm Beach County ITS Design-Build; Palm Beach County, FL; Client: FOOT District 4—Assist with design oversight, procurement, installation, integration, and testing of 12 Freeway DMS, 11 Arterial DMS, 47 CCTV, 101 MVDS, 47 Voice over IP transceivers, two RWIS, six HAR Transmitter sites with 14 HAR beacon sites, and two communication hubs to expand ITS infrastructure along 1-95 in Palm Beach County, over a total 48 miles. Project Role: ITS Engineer. Client References 1. Derole Duncan ITS Maintenance Project Manager, FDOT District 6 Phone: (305)640-7308 E-mail: derole.duncan@dot.state.fl.us 2. Kelley Hall Maintenance Manager, FDOT District 4 Phone: (954)777-4205 E-mail: kelley.hall@dot.state.fl.us 3. Diana Maldonado Operations and Maintenance Manager, 1595 Express, LLC Phone: (954)513-3200 E-mail: DMaldonado@i595express.com 4.1 Qualifications of Key Personnel -Resumes Tab 4—Page 19 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) T2/1NSC,C�RE. CARL SMITH TRAtcL ?E Years of Experience ITS Maintenance Administrator 31 (11 Years in ITS) Education Carl Smith is a Project Supervisor based in TransCore's Miramar, FL office. Classes in Biomed Tech He has been the lead field technician for the ITS maintenance on 1-95 in Electronics and Computers, South Florida for over 10 years, and has served as the Interim Project 1993— 1994 Supervisor prior to being promoted to Project Supervisor for the District Keiser College Four ITS Maintenance contract. Mr. Smith's ITS experience includes Asian Division, Okinawa, troubleshooting and repair of TMC and field equipment such as DMS, Japan, General Classes, CCTV, vehicle detection subsystems as well as component installations, 1984—1987 fiber optic video data transmission systems and the installation/repair of University of Maryland signs and LAN equipment. Multiple Military Schools: Electronics, Systems Project Experience Operations, Leadership& Management, 1980— 1992 Port of Miami Tunnel Ground Transportation System (GTS); Miami- United States Navy Dade County, FL; Client: FDOT District 6 — Mr. Smith was the Field Specialized Training Supervisor for the planning and relocation of existing Ground Florida Intermediate Work Transportation Management System devices; and overseeing the Zone Specialist Certified procurement and installation of equipment and materials for new site Certified Fiber Optics locations required after completion of the new tunnel. Later he assumed the installer 2010 responsibilities of Project Manager for the continued administration and 2009 Daktronics/Vanguard support for system software, device maintenance and support for software Maintenance and Software upgrades. Project Role: Field Supervisor and Project Manager. Training Miami International Airport (MIA) Ground Transportation Management 2008 BARCO Combined System (GTMS); Miami-Dade County, FL; Client: Miami-Dade Aviation Transform A/Apollo DLP Department — Mr. Smith assumed the responsibilities and overall Training (Control Room administration for the MIA Ground Transportation Management System. He Video Display Systems) is currently working with the airport staff and software development 2008 Fiber optics installer company to implement a new software module to track Tele Network Certificate Carriers (TNC) such as UBER and LYFT. In addition to adding an 2007 Work Zone Traffic additional GTMS tracking location to assist the airport Staff with tracking Control: Intermediate Level carriers that are in Violation of airport permitting and operational Certificate requirements. Project Role: Ground Transportation/Parking Maintenance Awarded the ITS Project Manager. Maintenance Dedication to System in 2004, 2008 and Fort-Lauderdale-Hollywood International Airport (FLL) Ground 2009 Transportation Management System (GTMS); Broward County, FL; Client: Broward County Aviation Department — Field supervisor for the installation of the Ground Transportation Management System at Fort Lauderdale-Hollywood International Airport, overseeing the procurement and installation of equipment and materials for multiple multi-lane device locations. Mr. Smith later assumed the responsibilities of Project Manager, working closely with the airport staff members and the software design company to install and implement the system operational software. He worked directly with the TransCore software development team to develop the application for remote Tablet and portable hand held tag readers to access real-time detailed system data. He provided continued support to the airport staff for maintenance and troubleshooting of field devices, overall operation and system expansion. Project Role: Field Supervisor and Project Manager. FDOT District 4 — ITS Maintenance Contract; Districtwide, FL; Client: FDOT District 4 — Mr. Smith's responsibilities include creating and submitting monthly invoices and project status budget reports for labor, materials and other services; Creating work scopes and coordinating with subcontractors to obtain quotes 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 20 Response to Request for Proposals(RFP)No.2016-199-KB °°`s°`°n°°wati. MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRANS53-W and Smart Parking System (SPS) and set up project types for Time & Material, Lump Sum and Cost Plus projects; Working directly with software developers to provide standards and requirements for the automation of the Maintenance Inventory Management System (MIMS); Monitoring and coordinating with subcontractors to maintain project milestones and completion; reviewing and updating EAC documents for ongoing projects; Holding weekly scheduled meetings with the client to ensure customer satisfaction and discuss ongoing and future tasks; Keeping track of budgets; managing ongoing repair maintenance, preventive maintenance and other tasks assigned to this project; Supervising six persons assigned to the project; reviewing time cards for compliance and approval for assigned personnel; Completing performance reviews for assigned personnel; Reviewing invoices and making recommendations for proper approval; Working closely with all departments within FDOT District 4 to assist the customer in obtaining their goals and objectives; and Supporting and training staff members. Project Role: TransCore Project Supervisor. Client References 1. Chet Greco SPPLUS-Facility General Manager for FLL Phone: (954)359-5522 E-mail: cgreco@spplus.com 2. Mike Abrams President of Signal Technologies Phone: (954)410-4594 E-mail: mabrams@sti-fl.com 3. Elliot Luskin PortMiami Computer Service Manager Phone: (305)347-4978 E-mail: eml@miamidade.gov 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 21 Response to Request for Proposals(RFP) No. 2016-199-KB "°:'°"°'°"wah: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) , r and Smart Parking System (SPS) TR/VVSC.C7RE o, MICHAEL L. BERMUDEZ TRANSCORE Years of Experience FDOT District 6 ITS Maintenance Manager 11 Education Mr. Bermudez is based in TransCore's Miramar, Florida office and has over BS in Civil Engineering, 2004 10 years of ITS experience including plans preparation, design/build, University of Central Florida maintenance and Project Management experience. In addition to Certifications and maintaining a strong relationship with the client, Mr. Bermudez is also Trainings responsible for the creation and forecasting of future projects. He has Stormwater and Sediment maintained a consistent stream of additional revenue by proposing the Control project plan and its benefits to the client, executing from acceptance to Key Previous Experience completion and providing executive summary deliverables to client and Project Manager for: home office. D6 POMT Tunnel Project Experience D6 ITS Maintenance Contract FDOT District 6 — ITS Maintenance; Miami-Dade and Monroe D4 Palm Beach County 1-95 Counties, FL; Client: FDOT District 6 — Mr. Bermudez has recently ITS Deployment assumed the role as the D6 ITS Maintenance Contract Project Manager; D3 Wrong Way Detection he is responsible for all aspects of the contract including a team of 25 staff. System Since his short tenure he has managed to raise contract budget ceiling D1 Charlotte County Signal based on system needs. Project Role: Field Supervisor and Project Restoration Manager. Lead Design&Field FDOT District 6 — Video Wall Restoration; Miami-Dade County, FL; Exploration for: Client: FOOT District 6 — Mr. Bermudez was responsible for the design, Palm Beach County 1-95 ITS procurement, construction and remodeling of the FDOT District 6 Traffic Deployment Management Center (TMC). Responsible to ensure that the FDOT & MDX D1 I-75 FMS Operations were relocated and operational during the 60 day construction D1 Charlotte County Signal period. Project Role: Ground Transportation/Parking Maintenance Project Restoration Manager. Atlanta (GDOT) I-85 and (- Port of Miami Tunnel; Miami-Dade County, FL; Client: FDOT District 6 285 — In addition to his current position Mr. Bermudez is responsible for Design and Plans overseeing the offsite ITS installation for the Port of Miami Tunnel and Preparation for: providing advice and assistance to Management. Project Role: Project FTE SR 91 &Sawgrass Manager. Expressway 1-95 ITS Deployment; Palm Beach County, FL; Client: FDOT District 4 — Responsible for the design/plans preparation, procurement of all devices and materials associated with the project, field verification (48 miles) and the installation and implementation of 12 Freeway DMS, 11 Arterial DMS, 47 CCTV cameras, 116 microwave detectors, 57 Voice over IP transceivers, 2 RWIS, 6 HAR Transmitter sites with 14 HAR beacon sites, 8 generator power back up systems and 2 communication HUBs. In addition Mr. Bermudez conducted the weekly meetings with the client and was responsible for all management and financial aspects of the project. Project Role: Project Manager. FDOT District 1 — One Signal Restoration; Fort Myers, FL; Client: FDOT District 1 — Responsible for providing Design/Build construction and consulting services required for the design and installation of 20 signalized intersections in Charlotte, Desoto and Lee Counties. In addition, Mr. Bermudez managed all field issues and developed a good relationship with the client. Project Role: Project Manager. Mahan Drive; Tallahassee, FL; Client: City of Tallahassee —The Mahan Drive project effort consisted of the design extension of the City of Tallahassee's existing fiber optic network from its current termination to Interstate 10, including FOC, conduit, pull boxes, splice boxes, CCTV cameras, and fiber optic drops to intersection cabinets. Project Role: Project Manager. 4 1 Qualifications of Key Personnel—Resumes Tab 4-Page 22 Response to Request for Proposals(RFP) No.2016-199-KB °°"«wt°o a for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRAIVJWRE and Smart Parking System (SPS) SR 91 and Sawgrass Expressway; Palm Beach, Martin and Saint Lucie Counties, FL; Client: Florida's Turnpike Enterprise —Developed the Conceptual Design Plans for the Turnpike's ITS Phases II and III. Design consisted of more than 100 miles of fiber optic cable and ITS devices along the Turnpike's corridor in Palm Beach, Martin and Saint Lucie counties. In addition, Mr. Bermudez developed the same design for the Sawgrass Expressway (SR 869) by implementing the placement of CCTV cameras, DMS, VDS and HAR devices along its corridor. Project Role: Lead Design. Client References 1. Derole Duncan ITS Maintenance Project Manager, FDOT District 6 Phone: (305)640-7308 E-mail: derole.duncan@dot.state.fl.usv 2. Alexandra Lopez Project Manager, FDOT District 6 Phone: (305)640-7331 E-mail: alexandra.lopez@dot.state.fl.us 3. Joe Folco Port Miami Tunnel "P3" Concessionaire Project Manager, Bouygues Civil Works of Florida Phone: (305)632-2243 E-mail:j.folco@bcwf-miami.com 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 23 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) T/Z/1/VSCORE JOSEPH SNYDER serco Years of Experience Operations Manager 22 Work History Mr. Snyder has 22 years of experience — 13 years with the Houston SERCO-NA TranStar Transportation Management Center (TMC) and nine years with 2016—Present the SunGuide TMC in Miami, FL. Mr. Snyder brings the City of Miami FDOT District Six TMC Beach expertise in control room operations, traffic incident management, Operations traveler information, data collection, report management, quality control 2007—2016 quality assurance, and software development. He has managed the day-to- Miami Dade Expressway day operations of 40 staff members at the TMC. These operations included Authority customer support for incidents, road construction, motorist's assistance 2007—2007 (Road Ranger), roadway deficiencies, and Florida 511 requests for a two TxDOT Houston TranStar county (Miami-Dade and Monroe Counties) regions. Also, he was 1993—2007 instrumental with the development of automated software to perform real- Certifications and Training time quality assurance/quality control. Certified Instructor for the Mr. Snyder managed the development of the FDOT District 6 Operator and Federal Highway TxDOT Houston District's award-winning Task Manager (OTM) Software Administration (FHWA) and the Regional Incident Management System (RIMS), respectively. He Traffic Incident Management also created nearly 100 training material and standard operation guidelines (TIM)Strategic Highway and procedures for the centers. Having overseen two of the busiest Research Program 2 metropolitan areas within our country (TxDOT Houston District and FDOT (SHRP2) District 6), Mr. Snyder has unique insight and operational knowledge for Security Clearance traffic management practices and techniques. Florida Highway Patrol State Law Enforcement Radio Project Experience System (SEERS) Awards FDOT District 6, Transportation Management Center (TMC) Oversaw the development of Operations Contract — Professional Service Contract; Miami-Dade the award winning FDOT County, FL; Client: FDOT District 6 — The contract required direct District Six Operator Task oversight of the express lanes and ramp signaling operation, including the Manager(OTM)Software: Incident Response Vehicle (IRV) Program. The contract required in-person 2013 ITS America"Best of attendance at meetings, development of operational and incident ITS"Award management procedures, review of performance, recommendation of 2012 ITS Florida operational improvements, and response, support, and feedback for "Outstanding Achievement customer inquiries. Required tasks included field studies and plan reviews Award" of express lanes and ramp signaling. As the TMC Manager, Mr. Snyder Oversaw the development of managed the day-to-day operations of 40 staff members at the TMC. He the award winning TxDOT provided direct oversight of the operations and maintenance concerns of all Houston District Regional ITS field equipment (DMS, CCTV, Detectors, Express Lanes, and Ramp Incident Management Metering) for freeway incidents and preplanned events. He conducted System (RIMS): Operator QA/QC, and responded to, supported, and provided feedback for 2005 ITS America "Best of custom inquiries regarding express lanes and ramp signaling operation. ITS"Award Mr. Snyder directed the Road Ranger and Florida Highway Patrol (FHP) Hireback contracts, which included recommending operational and incident management procedures; reviewing performance; recommending operational improvements; responding, supporting, and providing feedback for custom inquiries; and providing invoice review and approval. The contract required the development and implementation of Standard Operating Guidelines (SOGs); Operational Procedures for general operations, Express Lanes, and Ramp Metering; and QA/QC processes to achieve required performance measures. Mr. Snyder was instrumental in the development of automated software to perform real-time QA/QC. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 24 Response to Request for Proposals(RFP) No. 2016-199-KB in ossouotionwith: MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TR/1NCORE and Smart Parking System (SPS) As a major part of the contract, timely and accurate traveler information was required to be displayed on the Dynamic Message Signs (DMS) and Advanced Traveler Information Systems (ATIS). Mr. Snyder was instrumental in getting construction project managers, CEI, and contractors to coordinate directly with TMC Staff. He provided support and operational recommendations on ITS devices impacted by construction and landscape projects. Mr. Snyder was responsible for enhancing and development of the TMC software. He reviewed and made recommendations on new software requirements for ITS equipment plus attended the SunGuide User Group and Change Management Board meetings. He oversaw and developed requirements, software concept of operations, software test plans, and was instrumental in the design of the software. In addition, Mr. Snyder assisted with integration of new ITS devices plus performed acceptance testing and training on ITS software. He provided oversight and assisted with the configuration of the TMC Software (SunGuide and Operations Task Manager). Serving as TMC liaison or TIM Coordinator for District Six, Mr. Snyder assisted, supported, and oversaw all TIM activities. He conducted meetings (approximately 100) and Post Incident Debriefings (approximately 100) including agency outreach, tours, software demos, and presentations to local stakeholders. Mr. Snyder was responsible for developing and implementing policies, procedures, and regulations within the control center. He attended meetings as the TMC liaison, provided regional coordination, and developed operational plans to support key special events within South Florida. He also attended and presented District Six project specific topics at local, state, national, and world conferences. As part of his responsibilities, Mr. Snyder developed and implemented the FDOT District Six TMC Operator Certification Program (approximately certified 60 operators) plus conducted approximately 250 trainings classes with first responders, partnering agencies, and TMC Operations Staff. He handled the creation of job evaluations and performance measures for current employees plus developed all shift schedules and approved employee requests for leave. Lastly, Mr. Snyder assisted with the redesign and concept of operations of the TMC Control Room reconfiguration to increase the number of workstations from 8 to 24. He developed the technical memorandum detailing and justifying the project. Project Role: During the life of the project, as a Technical Manager, TMC Liaison, TIM Coordinator, and Technical Advisor, Mr. Snyder supported all phase of the project design, hardware, and construction. CHART TMC Reconfiguration — Professional Service Contract; Baltimore, MD — Client: Maryland State Highway Administration — The contract required the reconfiguration of the Maryland State Operation Center. Mr. Snyder provided additional workstations to accommodate increase functions plus staff during major incidents, inclement weather events, and/or emergencies. Project Role: Technical Operators Advisor. MDX TMC Operations Contract — Professional Services Contract; Miami, FL — Client: Miami-Dade Expressway Authority (MDX) —This contract required the operational start-up of the MDX ITS Operations and Road Ranger Management contracts. The project required direct oversight of the operations and maintenance concerns of all ITS field equipment (DMS, CCTV, and Detectors) for freeway incidents and preplanned events. Mr. Snyder managed 10 operational staff in their day-to-day operations at the TMC, plus the management of customer support for incidents, road construction, motorist's assistance (Road Ranger), and roadway deficiencies for MDX roadways. He developed and implemented policies, procedures, and regulations within the control center. He developed and updated Standard Operating Guidelines (SOGs)and Operational Procedures. Project Role: Operations Manager. Houston TranStar TMC Operations — Employed by TxDOT as the Freeway Operations ITS Supervisor; Client: Texas Department of Transportation (TxDOT) — This contract managed the receiving of signal malfunctions, plus facility maintenance calls, handling basic troubleshooting, and dispatching the correct maintenance technicians within a timely manner to resolve maintenance deficiencies. While working for TxDOT, Mr. Snyder was responsible for overseeing 14 Operators and their day-to-day traffic management operations within the Houston TranStar control room. He managed a six- 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 25 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) T/ZANS( CARE county region providing customer support for roadway deficiencies (Traffic Signal and Highway infrastructure). He also managed logging data into a centralized Oracle database plus reviewed and made recommendations on Oracle database table structure for ITS applications. As part of his responsibilities, he initiated the population of data for all ITS devices in the Oracle database. Mr. Snyder managed the following: Regional Incident Management System (RIMS); Motorist Assistance Program (MAP); Personal On Call Electronic Transfer (POCET) system; Automated Vehicle Identification (AVI); Incident Management System; Traveler Information including Automated Travel Times and Special Events; Dynamic Message Signs (DMS); Close Circuit Television (CCTV); Ramp Metering; Centralized Traffic Signal Complaints; Centralized Traffic Management System (CTMS) Maintenance; Configuration Management. In addition, Mr. Snyder was responsible for developing and implementing policies, procedures, and regulations within the control center and assisted with the creation of job evaluations and performance measures for current employees plus oversaw and coordinated State and Federal regulations including life, fire, health, and safety items. He reviewed and developed emergency response plans for freeway emergencies. He assisted with the creation of the Incident Management System providing automated emergency response plans within RIMS for DMS and HAR. He developed all shift schedules and approved employee's request for leave. For RIMS, MIMS, TIMS, and POCET, Mr. Snyder reviewed and made recommendations on new software requirements for ITS equipment. He coordinated meetings, set software requirements, assisted with application, and database schema development, and set deployment schedules. Mr. Snyder performed training and demos (approximately 100) to multiple agencies on all ITS software. He also attended and actively participated in the Houston TranStar Website Committee meetings; a monthly meeting to discuss new ideas for the Houston TranStar Website. He initiated or assisted with new website projects such as automated travel times, Hams County Toll Road Authority (HCTRA) construction application, Web Header Manager, and various other webpages. He monitored the Houston TranStar website to confirm real time traffic data was updated. Lastly, Mr. Snyder provided quarterly status updates on Priority Corridor Projects such as Dissemination of Traveler Information and Automated Incident Management Strategies and Support Systems. Project Role: Project Lead. Client References 1. Javier Rodriguez TSM&O Program Manager, FDOT District 6 Phone: (305)640-7307 E-mail:javier.rodriguez2@dot.state.fl.us 2. Alejandro Motta TSM&O Manager—Freeways, FDOT District 6 Phone: (305)640-7375 E-mail: alejandro.motta@dot.state.fl.us 3. Alexandra Lopez FMS-AMS Specialist III, FDOT District 6 Phone: (305)640-7331 E-mail: alexandra.lopez@dot.state.fl.us 4.1 Qualifications of Key Personnel—Resumes Tab 4—Page 26 Response to Request for Proposals(RFP)No. 2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TlZ/11C15 E. MUHAMMAD MANSOOR Serco Years of Experience Deputy Operations Manager 16 Work History Muhammad Mansoor is a seasoned manager with experience delivering Serco services to state, local and business-to-business sectors in parking and 2013—Present transportation related projects with a focus on operations, management Serco North America information systems, and performance-based contracting. Mr. Mansoor 2012—2013 embodies the service-oriented culture and believes that collaboration, SP Plus Corp. partnership, drive, and passion for excellence builds leadership and high 2003—2013 performance. He has managed and helped transform some of the most Central Parking System Inc. complex parking programs in the nation; and has transitioned over 15 2000—2003 municipal parking projects within the past 10 years. His main goals are to Professional Affiliations provide the strategic and operational thought leadership required for teams International Parking Institute to tactically deliver results and he has a proven ability to drive innovation National Parking Association through technology. CPPA Mr. Mansoor's relevant experience, strengths and skills relative to scope of work is as follows: Municipal Parking Operations (On and Off Street); Smart Parking Systems; Parking Planning for Beach Communities; Parking Demand and Utilization; Traffic Congestion Mitigation; Project Management and Implementation; Implementation of Cutting Edge Technology; Marketing and Community Outreach Programs; Performance-Based Contracting; Personnel Training and Development; Customer Service and Satisfaction; Change Management, Strategic Planning and Development. Project Experience SF Park Program — San Francisco's Smart Parking System; San Francisco, CA; Client: City of San Francisco — System was launched to mitigate traffic congestion and for managing the availability of on and off street parking throughout the City. Responsible for the overall management of the project to include; procurement and installation of equipment, parking meters and sensors, materials, software, and related equipment related services to support all parking projects under the SF Park program for testing and evaluating various parking technologies, smart parking systems, parking sensors, parking occupancy and guidance mobile apps. Developed specifications, cost estimates, standards, terms and conditions for all equipment procurements. Also provided Installation Supervision, Technical and Product Support, Data Capture and Analysis and Communications and Marketing. Montgomery County Parking System; Montgomery County, MD; Client: Montgomery County — Responsible for the overall management of the County's parking programs to include smart meters, ALPR technology and parking meter revenue collection and enforcement functions. Assisted the County in the implementation of new parking technology including Smart Meters, Parking Guidance System, PARCS equipment, Electronic Ticket Writer and Back Office Software and Digital Parking Permit Program. Newport Beach Parking; Newport Beach, CA; Client: City of Newport Beach — Managed this unique coastal California City's parking program under a seven-year contract. Responsible for the implementation of new technology including smart parking systems and enforcement solutions. Led the conversion of manual meters and installation of smart meters, introduced mobile pay options and parking guidance system, and parking enforcement solutions throughout this beach community. Toll Roads of Orange County — Transportation Corridor Agencies; Client: Orange County — Successfully managed a complex contract for the Orange County, CA public toll road system. Responsible for revenue collection and operations management of one the most traveled toll systems in Southern California. This 51-mile system includes the San Joaquin Hills Corridor (SR 73), the Foothill Corridor (SR 241) and the Eastern Corridors (SR 241, SR 261, SR 133). Southern California commuters rely heavily on 4.1 Qualifications of Key Personnel -Resumes Tab 4—Page 27 Response to Request for Proposals(RFP) No. 2016-199-KB "°"°`°'°"w h. for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRAKSCORE and Smart Parking System (SPS) this network of toll roads as time-saving alternatives to its congested highways. Nearly 250,000 trips occur on the Orange County system each workday and revenues for the TCA exceeded $137M annually. Other notable projects: Relevant experience managing other major municipal parking programs includes; City of Chicago, City of West Hollywood, City of Long Beach, City of Santa Ana, City of Riverside, City of Anaheim - Anaheim Redevelopment Agency, City of Palo Alto, and the City of Salinas. Professional Experience Serco, Inc., Director of Parking Services; San Francisco, CA; Duration: 2013 to Present—As Director, Parking Services, Muhammad leads Serco's parking services division. His responsibilities include operations management, business development, contract compliance and customer satisfaction throughout our parking services projects. He provides corporate and project oversight, high-quality service level operations and ensures best practices, consistent approaches, industry trends including new technologies across our parking programs. He manages programs of 35 to 75 culturally-diverse employees and has direct responsibility over the operational and strategic decisions for all parking contracts throughout North America. He meets with his clients frequently and is responsible for reviewing all service level measurement plans to ensure that we are meeting requirements. Muhammad is experienced in transitioning, implementing and operating large scale parking and transportation projects. As a subject matter expert across a broad range of parking programs, Muhammad is often called on to assess operational efficiencies and the application of new technologies. His focus on staff development is demonstrated by his expertise in coaching and mentoring staff, including culturally and ethnically diverse workforces. He is responsible for multiple fast pace projects. Key tasks include financial management, operational and strategic decision-making, exceeding client expectations, contract negotiations, labor and material estimating and managing proposal development. Projects were delivered under budget while exceeding performance targets. He developed and delivered the organizational change management and transformative solutions to contracts from a schedule-based to a performance-based mechanism. This encompassed understanding both the as-is state of an operation to identifying the future state vision and the path towards realizing this vision. Projects include: • San Francisco Meter Collection and Counting • City of Los Angeles Meter Collection Services Services • City of Chicago Parking Enforcement Services • SF Park Project • Montgomery County Parking Enforcement • City of Inglewood Parking Enforcement and • Montgomery County Meter Collection &Auditing Meter Collection Services • City of West Hollywood Parking Enforcement SP Plus, Regional Manager — Western Region; California; Duration: 2007 to 2013 — As a Regional Manager, Muhammad had direct responsibility for growth and client retention within the Western Region including regional oversight of company's managed and leased locations throughout Southern California. Full responsibility of regional P&L with revenues exceeding $75M and EBITDA of $2.5M, operations management, business development, contract compliance and client satisfaction with over 200 locations, 400 plus employees and 30 managers. Major clients included; the cities of Long Beach, Carson, Newport Beach, Santa Ana, Anaheim, Riverside, Anaheim Redevelopment Agency, the Offices of South Coast Plaza and the Toll Roads of Orange County(Transportation Corridor Agencies). Central Parking System Inc., General Manager; California; Duration: 2003 to 2007 — As the General Manager, Muhammad was responsible for some of the most complex parking projects ranging from On Street operations to Parking Enforcement projects. He led multiple teams of technical managers with a focus on operations and finance management, personnel development, client retention and business development within the greater Orange County and San Diego areas. He also spearheaded the implementation of newly outsourced Parking Enforcement projects throughout Southern California including cities of La Habra, Carson, Newport Beach and Santa Ana. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 28 Response to Request for Proposals(RFP)No.2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/1` 'S`'"RE UR en9v,eenng Client References 1. Jackie Rocco Parking Director, City of West Hollywood Phone: (323)848-6426 E-mail:jrocco@weho.org 2. Steven Lee Senior Manager, Financial Services and Contracts, Finance and Information Technology (FIT), City of San Francisco (SF Municipal Transportation Authority) Phone: (415)701-4592 E-mail: steven.lee@sfmta.com 3. Veeda Wilkinson Program Manager, Montgomery County, MD (MCDOT) Phone: (240)876-3666 E-mail: Veeda.Wilkinson@montgomerycountymd.gov 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 29 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) TR/1/GSCORE. and Smart Parking System (SPS) ERIK SPILLMANN, PE Years of Experience Engineer-of-Record 0 4 19 Work History Mr. Spillman has nineteen years of civil and transportation engineering BCC Engineering, Inc. experience with planning and design of Intelligent Transportation (ITS) (Orlando) Systems. Mr. Spillmann lends his particular expertise to Intelligent 2016-Present Transportation System (ITS) design, ITS CEI, communication systems Vanasse Hangen Brustlin, design and integration,fiber optic design,software development,testing and Inc. debugging, training of personnel, lighting design, traffic signal design and 2014-2016 timing. Having served in nearly all capacities from field technician to project F.R.Aleman&Associates, manager, Erik understands each step and phase of the process. Inc. 1997-2014 Project Experience Education Mitchell Hammock Road Traffic Adaptive System; Oviedo, FL; Client: BS in Civil Engineering, 1996 City of Oviedo-Provision of system engineering, design, post-design, and University of Central Florida construction administration services for developing project system Registration engineering management plan (SEMP) documents and construction plans Professional Engineer for a traffic adaptive system along Red Bug Lake Road from Slavia Road to Florida No. 58771, 2002 SR 426, Mitchell Hammock Road from SR 426 to Lockwood Boulevard, and Professional Affiliations Lockwood Boulevard from Mitchell Hammock Road to CR 419. Project Role: Institute of Transportation Project Manager. Engineers (ITE) Advanced Traffic Management System (ATMS) Phase II; Orlando, FL; Client: FDOT District 5-Design, construction, and integration of ITS infrastructure, closed circuit television (CCTV) cameras, battery backup cabinets, and signal upgrade for over 100 intersections for the City of Orlando. The project length was over 30 miles along various corridors. Project Role: Project Manager. Advanced Traffic Management System (ATMS) Phase Ill; Osceola County, FL; Client: FDOT District 5 - Design, construction, and integration of ITS infrastructure, closed circuit television (CCTV) cameras, dynamic message signs (DMS), and 30 signal upgrades. The project length is over 30 miles along various corridors in Osceola County. Project Role: Project Manager. Advanced Traffic Management System (ATMS); Brevard County, FL; Client: FDOT District 5-Design, construction, and integration of ITS infrastructure and ATMS sub-systems including 28-mile fiber optic network system (FON), TMC equipment and software upgrade, a vehicle detection system (VDS), a 40- camera closed circuit television (CCTV) system, Bluetooth Travel Time System, and an adaptive signal control system (SyncroGreen)for 10 traffic corridors (90 intersections). Project Role: Project Manager. Advanced Traffic Management System (ATMS); Manatee County, FL; Client: FDOT District 1 -Scope of work for this project included design, construction, installation, development and testing of a system and components for an ATMS system. He led the efforts in the ITS design, plans, and specifications package; review of the Master Plan and Conceptual Plans; SNMP/network manager software configuration; CCTV integration with CCTV monitoring software; system testing; and training. The project involved 144 signals, VDS system, CCTV System, TMC Workstations, and video wall for over 30 miles of fiber infrastructure. This project includes software development for the integrations of CCTV control and monitoring and microwave vehicle detection into ATMS.now software. Project Role: Design Project Manager and Network & System Integrator. Advanced Traffic Management System (ATMS); Winter Haven, FL; Client: FDOT District 1 - This design-build project provided a new, integrated city-wide ATMS. The primary components of the project included Traffic Management Center (TMC) video wall and workstations, fiber communications network, upgrades to existing intersections for specified standards conformance, and reconstruction of City identified intersections. The installed system and components included hub equipment, traffic control assemblies, 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 30 Response to Request for Proposals(RFP)No.2016-199-KB °°u°`°b°°w'h MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) T/Z/1NS( CARE and Smart Parking System (SPS) CCTV system, and MVDS equipment. Tasks included the design and deployment of a communications network, including the intended topology, general architecture, hub locations,VLAN strategies, IP numbering scheme, general fiber assignment strategies and bandwidth calculations. Additional roles included SNMP/ network manager software configuration, CCTV integration with CCTV monitoring software, system testing, and training. Project Role: Design Project Manager and Network&System Integrator. 1-95 Intelligent Transportation Systems (ITS); Martin, St. Lucie, & Indian River Counties, FL; Client: FDOT District 4— Design and implementation of SunGuide Software at Treasure Coast Operations Center (TCOC), Center-to-Center integration between TCOC and District 4 TMC, design of a fiber optical communication network subsystem, a power subsystem, a CCTV subsystem, a DMS subsystem, a vehicle detection subsystem, a VoIP subsystem, a Road Weather Information System (RWIS) subsystem, and a highway advisory radio (HAR)subsystem within the 1-95 corridor from the Palm Beach/Martin County line to the Indian River/Brevard County line (approximately 71 miles). Project Role: Design Project Manager. Charlotte County Computer System Upgrade; Charlotte County, FL; Client: FDOT District 1 — Design and deployment of an ATMS system, signalization design plans, timing preparation, 84 controllers and cabinets upgrades, fiber optic communication network, Ethernet and communication hubs, and 39 CCTVs. He led the efforts during the integration of the system with SNM manager software configuration and CCTV integration with monitoring software, performed component and software testing,and other related integration and training. Project Role: Design Project Manager and Network&System Integrator. St. Lucie Advanced Traffic Management System (ATMS) Master Plan; St. Lucie County, FL; Client: FDOT District 4 — Development of an ATMS Master Plan for St. Lucie County which defined the ATMS infrastructure and TSM&O strategies that are to be deployed in the county. Project tasks included updating existing inventory GIS files, identifying TSM&O applications and strategies to be implemented, stakeholder coordination,developing ATMS system requirements, investigating funding opportunities,and developing the System Engineering Management Plan (SEMP) and Concept of Operations as per FHWA's Rule 23 CFR Part 94. Project Role: Project Manager. SunNav ITS Phase IV; Segment I&II; St. Lucie, Indian River,Okeechobee, Osceola, Orange Counties, FL; Client: Florida's Turnpike Enterprise—Design Project Manager for the design and construction of ITS components in St. Lucie, Indian River, Okeechobee, Osceola, Orange, Lake and Sumter Counties. This extension of the SunNav communications network continued system communications from the Phase 11 terminus(MP 155)northward to MP 309 and integrated existing dynamic message signs(DMS)and Highway Advisory Radio (HAR) elements already deployed, as well as a new CCTV camera. Project Role: Design Project Manager. MOCSS System; Orlando,FL; Client: City of Orlando—Design engineer/system manager for the analysis, development of procurement packages, production of design plans, and CEI support for the deployment of one of the first Ethernet-based ATMS systems in the nation. Key elements included the installation of a fiber optic communication network (31 miles), upgrade of over 200 signal controllers, TMC upgrade, and CCTV camera system installation. Project Role: Design Engineer/System Manager. NeighborLink System Verification;Orlando,FL; Client: Lynx—Development and administration a system acceptance plan for an automated "real-time" trip reservation, scheduling, and dispatching system to be deployed in public demand response service. Efforts included development of system testing methodologies, review of software functionality including user interface,operational procedures, business rules,and resource allocation. Project Role: Project Manager. 1-95(SR 9)Express Lanes and Ramp Signals—Phase 3A-1 from South of Broward Boulevard to North of Commercial Boulevard—Design-Build; Broward County, FL; Client: FDOT District 4—Phase"3A-1" represents the first of several separate 1-95 Express Lanes Design-Build projects that will ultimately extend 95 Express from Stirling Road in Broward County to Linton Boulevard in Palm Beach County.The Phase 3A- 1 limits are from south of Broward Boulevard to north of Commercial Boulevard. The project includes converting the existing High Occupancy Vehicle (HOV) lanes to High Occupancy Toll (HOT) lanes. The 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 31 Response to Request for Proposals(RFP)No.2016-199-KB "association with ' for Design, Build, Operation, and Maintenance Services ,�.��� MIAMIBEACH for an Intelligent Transportaton System (ITS) TR/1NSC.C�RE and Smart Parking System (SPS) Express Lanes will implement congestion based toll pricing. Length: 6.53 miles. Project Role: FDOT District 4 ITS Design Engineer of Record responsible for the deployment of Dynamic Tolling and Ramp Meter signals at the 1-95 interchanges (23) extending from Hallandale Beach Boulevard to Davie Boulevard. Project also includes modification to controller software for ramp metering operations. Sarasota County Advanced Transportation Management System (ATMS) Phase IV; Sarasota County, FL; Client: Sarasota County — Sarasota County is in the process of deploying a countywide Advanced Traffic Management System (ATMS) including new traffic signal cabinets and controllers, fiber optic Gigabit Ethernet (Gig-E) communication infrastructure, CCTV, and Central ATMS software and hardware. Project Role: Technical advisor during the selection process. Client References 1. Joedel Zaballero, PE Traffic Operations Engineer, FDOT District 5(LAP) Phone: (407)742-0623 E-mail:joedel.zaballero@osceola.org 2. Benton StJ. Bonney, PE Transportation Systems Manager, FDOT District 5 (LAP) Phone: (407)246-3626 E-mail: benton.bonney@cityoforlando.net 3. Daniel Smith ITS Project Manager, FDOT District 4 Phone: (954)847-2633 E-mail: Daniel.Smith@dot.state.fl.us 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 32 Response to Request for Proposals(RFP) No. 2016-199-KB °°"°`°'°°with for Design, Build, Operation, and Maintenance Services ,._,— MIAMI BEACH for an I telligent Transportation System (ITS) TRANS-5)-2E and Smart Parking System (SPS) LUIS RODRIGUEZ, PE Years of Experience Senior Roadway Engineer-QA/QC 15 Work History Mr. Rodriguez is a Senior Highway Engineer with BCC and has extensive BCC Engineering, Inc. experience in highway, transportation and civil engineering design (Miami) projects. He provides guidance and direction to the highway team and 2006-Present provides leadership to challenges encountered in engineering analysis and Gannett Fleming, Inc. design. He is responsible for developing roadway plans and the 2001 -2006 coordination of transportation engineering projects, including providing field Education support, preparing engineering calculations, developing specifications, MBA, 2004 reports, preparing schedules and cost estimates. His experience also University of Miami includes continuous coordination with the client/owner, subconsultants, BS in Civil Engineering, 1999 contractors and permitting agencies from the onset of a project through its Universidad de Los Andes, completion. Colombia Registration Project Experience Professional Engineer West 48th Street Improvements; Miami Beach, FL; Client: City of Florida No. 63983, 2006 Miami Beach - The project involves the replacement of existing water Career Highlights mains and gravity sanitary sewer. The project also includes reconstruction Successfully Completed: of roadways and sidewalks (meeting minimum ADA requirements), Florida Advance Training harmonization of the raised right-of-way with adjacent properties, street (MOT) resurfacing, installation of new signs and pavement markings and FDOT Specifications relocation of existing light poles. It is the City of Miami Beach's intent to Package Preparation raise the public sidewalk and roadway crown to a maximum elevation of Training 3.7' NAVD as part of this Project. Such efforts will require the preparation of construction documents (calculations, plans and specifications) for permitting and bidding purposes. BCC Engineering, Inc. (BCC)'s efforts are limited to the preparation of construction documents (plans) for the drainage system. BCC will become familiar with the project site through field visits, research, and examination of record drawings, as needed. Length: 0.25 mile. Project Role: Project Manager. SW 40th Avenue Neighborhood Improvement Project; West Park, FL; Client: City of West Park - Project involves shoulder widening in order to introduce bicycle lanes along SW 40th Avenue, as well as, the implementation of several traffic calming features such as speed humps, raised intersections, textured pavement, and a roundabout per the City of West Park's overall master plan. This project also includes the construction of additional exfiltration trench in order to mitigate the additional impervious area created by the proposed roadway improvements, new signs and pavement markings, and the installation of supplementary pedestrian lighting. Such efforts will require the preparation of construction documents (calculations, plans and specifications) for permitting and bidding purposes. Project Role: Project Manager and Roadway Engineer of Record (EOR). NW 102nd Avenue Improvements; Doral, FL; Client: City of Doral - Services include the design of roadway improvements to NW 102nd Avenue from NW 66th Street to NW 74th Street. Currently NW 102nd Street within the project limits is a dirt road. The construction plans will provide a three-lane typical section with curb and gutter on either side, constructed within 50 feet of Right-of-Way. In order to construct the proposed improvements Miami Dade County will dedicate land from the adjacent parcels. Because the project is adjacent to the Miami Dade Resources Recovery Facility landfill, an Environmental Site Assessment(ESA)will be required. Project Role: QA/QC. Biscayne Island Drainage Improvements- Continuing Services Contract; Miami, FL; Client: City of Miami - The project involved the drainage analysis and re-design of the drainage system to resolve flooding issues associated with the Island. The drainage design included drainage calculations, 4.1 Qualifications of Key Personnel-Resumes Tab 4—Page 33 Response to Request for Proposals(RFP) No. 2016-199-KB °association""th' for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/VNSCORE hydrologic/hydraulic modeling and development of the drainage design plans. The analysis consisted of performing hydraulic calculations for different alternatives for the existing conditions and post conditions using AdICPR; water quality and water quantity permitting calculations; and pre-development and post- development drainage modeling. In addition, included extensive coordination and permitting with Miami- Dade County Department of Regulatory and Economic Resources (RER) and field investigations to identify existing conditions and topographic surveys provided. Project Role: Project Manager/EOR responsible for the design of the drainage system and overseeing the plans development for this project. San Marco Island Drainage Improvements—Continuing Services Contract; Miami, FL; Client: City of Miami — Project involved the drainage analysis and re-design of the drainage system to resolve flooding issues associated with the Island. The drainage design included drainage calculations, hydrologic/hydraulic modeling and development of the drainage design plans. The analysis consisted of performing hydraulic calculations for different alternatives for the existing conditions and post conditions using ADICPR; water quality and water quantity permitting calculations; and pre-development and post-development drainage modeling. In addition, extensive coordination and permitting with Miami-Dade County Regulatory and Economic Resources Department (RER) and field investigations were performed to identify existing conditions and topographic surveys provided. Project Role: Project Manager/EOR responsible for the design of the drainage system and overseeing the plans development for this project. City of Doral Continuing Services Contract — Bus Shelter Design for City of Doral Trolley System and Miami-Dade County Department of Transportation and Public Works (DTPW); Doral, FL; Client: City of Doral — BCC Engineering, Inc. was responsible for the design, permitting and CEI services of bus shelters at several locations throughout the City of Doral along the City's Trolley System and Miami-Dade County Department of Transportation and Public Works (DTPW) bus routes. The design documents prepared by BCC included, site plans, demolition plans, new construction plans, grading plans, erosion and sedimentation control plans, structural plans and notes as well as electrical plans. In addition to the design services provided, BCC was responsible for coordinating with many stakeholders as part of the design process including extensive utility coordination. Project Role: Project Manager/EOR responsible for the complete set on the contract plans. SR 713/Kings Highway Reconstruction Project from SR 70 at Turnpike to North of 1-95 Overpass; St. Lucie County, FL; Client: FDOT District 4 — Reconstruction of Kings Highway to widen from a two-lane facility to a four-lane divided section (urban high speed). Key elements on the project included permitting, right-of-way acquisition, access management, traffic control during construction, and coordination with multiple projects by the District, Florida's Turnpike Enterprise, the County, and on-going development in the area. Extensive coordination with South Florida Water Management District (SFWMD) and U.S. Army Corps of Engineers (USACOE) was required for permitting and mitigation of wetland and wild life impacts, and coordination with North St. Lucie River Water Control District for permitting of the drainage system and relocation of the existing canal bordering the west side of the road. Length: 3 miles. Project Role: Project Manager and EOR. Design Services for SR 823/Flamingo Road from SR 818/Griffin Road to South of SR 84; Broward County, FL; Client: FOOT District 4 — The project consisted of milling and resurfacing, minor widening, sidewalk construction, drainage modifications, and permitting of a six-lane divided principal arterial in Broward County for a total project length of three miles. The scope of work was that typical of a resurfacing, restoration and rehabilitation (3R) project with the addition of the construction of a continuous sidewalk for the length of the project with associated drainage impacts to existing conveyance and store swales. Coordination and permitting with South Florida Water Management District (SFWMD) and Central Broward Drainage District was involved on this project. Length: 3 miles. Project Role: Project Engineer. Design-Build Project for System-Wide Implementation of Dynamic Message Signs; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority — System-wide design, construction and installation of Intelligent Transportation Systems (ITS) components that included mainline and arterial Dynamic Message Signs (DMS), DMS verifications CCTV cameras and Incident Management CCTV 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 34 Response to Request for Proposals(RFP) No.2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Services �� 1 for an Intelligent Transportation System (ITS) TRAINS( CARE and Smart Parking System (SPS) cameras along MDX's five operational expressways and multiple FDOT arterials. Project included nine mainline overhead span sign structures and nine overhead cantilever structures supporting Dynamic Messaging Signs as well as 18 CCTV camera strain poles. Responsible for design of all Sign Structures and CCTV strain poles. Project Role: Quality Control (QC). 1-95 Express DMS and Toll Sign Panel Replacement Project; Miami-Dade County, FL; Client: FDOT District 6/Horsepower Electric/EAC Consulting, Inc. — Replacement of six existing ITS devices at the following 1-95 Express toll amount DMS sites: 1-95 Express NB at NW 17th Street; 1-95 Express NB at NW 20th Street; NW 10th Avenue NB; NW 10th Avenue SB; NW 39th Street EB; and SR 112 EB at NW 12th Avenue. Each site work includes reuse of existing structure and installation of a new static sign panel supporting three destination signing scheme along with three toll amount color LED DMS. Two 1-95 Express toll amount DMS sites: 1-95 Express SB at US-441 and 1-95 Express SB at NW 151st Street will include reuse of existing structure and installation of a new static sign panel along with one toll amount color LED DMS. Seven 1-95 Express lane status DMS: 1-95 NB at NW 29th Street, 1-95 NB at NW 14th Street, 1-95 NB before NW 20th Street, 1-95 SB at NW 151st Street, 1-95 SB at NW 167 Street, 1-95 SB at NW 159th Street, 1-95 SB at NW 147th Street-will include reuse of existing structure and sign panel, and installation of a new lane status color LED DMS. All color LED DMS and sign verification High Definition CCTV Cameras installed as part of this project will be integrated, tested and operated from the SunGuide Transportation Management Center(TMC). Project Role: Quality Control (QC). Client References 1. Bruce A. Mowry, PE Project Manager, City of Miami Beach Phone: (305) 673-7000 ext. 6565 E-mail: brucemowrey@miamibeachfl.gov 2. Jorge Gomez, PE Public Works Director, City of Doral Phone: (305)593-6740 E-mail:jorge.gomez@cityofdoral.com 3. Jose L. Lago, PE Project Manager, City of Miami Capital Improvements Phone: (305)416-1252 E-mail:jlago@miamigov.com 4.1 Qualifications of Key Personnel—Resumes Tab 4—Page 35 Response to Request for Proposals(RFP) No. 2016-199-KB "°"°`°"°"w"h' for Design, Build, Operation and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRAI JRE. CHAOXI LING, PH.D., PE Years of Experience Senior Structures Engineer—QA/QC 33 Work History Dr. Ling is involved in preliminary and final design of bridge and other BCC Engineering, Inc. roadway structures, structural rehabilitation, and construction-phase (Miami) services. He is intimately familiar with AASHTO, ACI and AISC design 2008—Present Codes, as well as FDOT and local design criteria and construction URS Corporation specifications. Areas of expertise include structural analysis (statics, 1999—2008 dynamics and stability)and design for a wide variety of structures, including Education concrete segmental and long span steel box and plate girder bridges. PhD in Structural Engineering, 1991 Project Experience University of Miami Design-Build Services for SR 874 Ramp Connector to SW 128th MS in Civil Engineering, Street; Miami-Dade County, FL; Client: Miami-Dade Expressway 1981 Authority (MDX) — Project includes the design and construction of the Fuzhou University(China) MDX Ramp Connectors from SR 874 (Don Shula Expressway) to SW BS in Civil Engineering, 1977 128th Street from west of the SR 821 (Homestead Extension of Florida's Xiamen University(China) Turnpike), to west of SR 825/SW 137th Avenue. The new ramp connectors Registration will provide access to and from the Don Shula Expressway (SR 874) and Professional Engineer SW 128th Street at SW 122nd Avenue extending SR 874 west from its Florida No. 74705, 2012 current terminus at the Homestead Extension of Florida's Turnpike (HEFT) (approximately 0.5 mile). The ramp connectors will require third level flyovers over the existing SR 874/SR 821 interchange. The flyovers are complex category II bridges with straddle piers and drilled shaft foundations. Additional scope items include signals for three intersections, lighting design, Intelligent Transportation Systems (ITS), design and utility work for Miami-Dade Water and Sewer Department. BCC is responsible for project management, roadway, drainage, traffic operations and structural design for the project. Project Role: Structures Quality Assurance/Quality Control (QA/QC). SR 821/Florida's Turnpike from North of SW 184th Street to South of SW 104th Street; Miami-Dade County, FL; Client: Florida's Turnpike Enterprise — The project includes the design, widening and reconstruction of SR 821, the Homestead Extension of the Florida Tumpike (HEFT), which accommodates the future needs for capacity, operational and safety improvements, from north of SW 184th Street (Eureka Drive) to south of SW 104th Street/SR 990 (Killian Parkway), including a new extension of SR 874 (MDX) through the interchange with SR 821 (HEFT). Capacity will be provided via the addition of one general- purpose lane and one express lane in each direction through the limits of the project. Reconstruction of the HEFT/SR 874 Interchange will modify the northbound configuration of the interchange in order to provide lane continuity for HEFT lanes on the left and SR 874 exiting traffic to the right. Additional surface street improvements will be provided to improve operations and capacity at the interchanges. Project Role: Structures QA/QC. SR 821/Florida's Turnpike from South of SW 104th Street to North of SW 72nd Street; Miami-Dade County, FL; Client: Florida's Turnpike Enterprise — The project includes the milling, resurfacing and widening of SR 821, the Homestead Extension of the Florida Turnpike (HEFT), which accommodates the future needs for capacity, operational and safety improvements, from south of SW 104th Street/SR 990 (Killian Parkway)to north of SW 72nd Street(Sunset Drive). Capacity improvements will be provided via the addition of two express lanes in each direction through the limits of the project in addition to the three general purpose lanes in each direction. The project also includes the resurfacing, restoration, and rehabilitation of Sunset Drive as well as interchange improvements at Kendall Drive. Structural improvements include four bridge widenings, three new bridges, culverts and culvert extensions, sign structures, crash walls, temporary and permanent retaining walls, and sound walls. Project Role: Structures QA/QC. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 36 Response to Request for Proposals(RFP) No. 2016-199-KB Ino OOut'onw'th: MIAMI BEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRANS-5-3-RE and Smart Parking System (SPS) SR 429 (Wekiva Parkway), Section 4A/4B, from CR 435 to SR 46 - Design-Build; Orange and Lake Counties, FL; Client: FOOT District 5 - Project involved the construction of a new portion of the Wekiva Parkway limited access toll facility. Served as QC Structural Reviewer for 4 new bridges including two bridges over a Floodplain (7 spans @ 94'-7" and 8 spans @ 97'-10") and two SR46 bridges over Wekiva Parkway (2 spans @ 105'-7"). The floodplain bridges consisted of FIB 45 supported on pile bents and were required to be designed to account for the possibility of an isolated loss of foundation support due to the karst conditions present in the area. The SR 46 bridges consisted of FIB 54 supported on hammerhead piers meeting Aesthetics Level 2 requirements. Project Role: Structures Quality Assurance/Quality Control (QA/QC). 1-4 Widening from SR 44 to East of 1-95- Design-Build; Volusia County, FL; Client: FDOT District 5- Project involved the widening of Interstate 4 (SR 400)from four to six lanes, from the SR 44 interchange to west of 1-95 and resurfacing to east of 1-95. QC Structural Reviewer for the design and load rating of 10 bridges including 6 wildlife crossings (two continuous spans of 52'-CIP Flat Slab), the replacement of the I- 4 bridges over the Tomoka River(three spans at 84'-2"-FIB 36), the replacement of the 1-4 off-ramp to US- 92 over 1-4 (three spans at 158'-4", 153'-11" and 160'-11"- FIB 72), and a temporary bridge widening over the Tomoka River (five spans at 42'-6" -AASHTO Type II). The bridges were also designed to be able to accommodate the future high speed rail. The 1-4 off-ramp bridge over 1-4 was designed to meet Aesthetic Level 2 requirements. Project Role: Structures Quality Assurance/Quality Control (QA/QC). SR 826 (Palmetto Expressway) Improvements Program, Section 5 - Design-Build; Miami-Dade County, FL; Client: FDOT District 6 - Design-build project for the reconstruction of the SR 826/SR 836 Interchange. Quality Control (QC) Structural Reviewer for 21 bridges (19-Florida-1 Beam (FIB) Bridges- Category 1 and 2-Steel Plate Girder Bridges - Category 2), MSE walls up to 40 feet in height, temporary walls, anchored bulkhead walls for the realignment of the Northline Canal, and over 40 overhead sign structures. The FIB bridges utilized all different types of Florida-I Beam sizes and bridges consisted of single span and multi-span bridges with span lengths varying between 71' to 170'. Project Role: Structures Quality Assurance/Quality Control (QA/QC). SR 826 (Palmetto Expressway) Improvements Program, Section 2 - Design-Build; Miami-Dade County, FL; Client: FDOT District 6 -Widening and reconstruction of a limited access facility from south of Sunset Drive to north of SW 31st Street and including the Miller Drive (SW 56th Street), SR 874 and SR 976 (Bird Road/SW 40th Street) Interchanges. Structural improvements included the construction of 9 new bridge structures, four of which were Category 2 Structures. Bridges included four new long span and heavily skewed steel plate girder bridges (maximum span length 250 feet. Other bridges included long span concrete girder bridges (maximum span length 160 feet. As part of this design-build project, the concrete bridges were designed and will be constructed using the new Florida I-Beams, which will be one of the first applications of the new FIB's in the state. Project also included the design of a bridge-mounted signal attached to a Florida Bulb T 78 beam. Project Role: Designer for two steel bridges and Structure design checker(QC)for other structures. MIC/MIA Interchange; Miami-Dade County, FL; Client: FDOT District 6 - Reconstruction and reconfiguration of an urban interchange that serves as the primary access in and out of Miami International Airport (MIA) and the connection between the airport and the Miami Intermodal Center (MIC). Project included six new steel bridge structures as well as extensive amounts of MSE and Steel Sheet Pile walls and several new Overhead Sign Support Structures. Project Role: Steel Bridge Designer. District-Wide Traffic Ops Design Consultant; Miami-Dade County, FL; Client: FDOT District 6 - Structural Design support for Task Work Order assignments involving safety improvement modifications to Mast Arms and Strain Wire structures the District. This contract involved over 20 Task Work Orders in which safety improvements such as addition of signals, signs and backplates to existing structures. Structural analysis included over 30 FDOT Design Standard Mast Arms and Miami-Dade County Mast Arms. Additionally, Design Variations were created to accommodate the proposed improvements. Project Role: QC Manager for all the Task Work Orders. 4.1 Qualifications of Key Personnel—Resume Tab 4—Page 37 ith Response to Request for Proposals(RFP)No.2016-199-KB °association " ` MIAMIBEACH for Design, Build, Operation, and Maintenance Services ��-- for an Intelligent Transportation System (ITS) T/ZAE. and Smart Parking System (SPS) - MIC-Earlington Heights Connector; Miami-Dade County, FL; Client: Miami-Dade Department of Transportation and Public Works (DTPW) — The MIC-Earlington Heights Connector consisted of a 2.4- mile extension of the elevated, heavy-rail Metrorail line between the Earlington Heights Station at NW 22nd Avenue and NW 41st Street and the Miami Intermodal Center (MIC) near Miami International Airport. The Eastbound structure has a total of 93 spans and the westbound has 100 spans. Superstructure consisted of a mixture of simply supported Florida U-Beam Spans and Continuous Concrete Segmental Units. Dr. Ling worked on the analysis and detailing of the guideway structure including single and double track segmental units, as well as the U-beam spans (including the dapped U-Beam design). Project Role: Designer of guideway structures. SR 9 (1-95) Design-Build Project; Palm Beach County, FL; Client: FDOT District 4 — Design of three AASHTO beam bridges (1-95 over Burns Road, 1-95 over Northlake Boulevard and 1-95 over Holly Drive). Project also included the design of a flat slab bridge (1-95 over Thompson Canal), as well as several miscellaneous structures. Dr. Ling was responsible for the complete design of the entire superstructure and substructure for all of the bridges. Dr. Ling was also responsible for the design of MSE walls, sheet pile walls, box culvert extensions, sign structures and signal mast arm structures. Provide post design services including reviewing shop drawings and solving construction problems. Project Role: Structural Designer. Client References 1. Paul Naranjo, PE Project Manager, Florida's Turnpike Enterprise Phone: (407) 264-3429 E-mail: paul.naranjo@dot.state.fl.us 2. Juan Toledo, PE Deputy Executive Director/Director of Engineering, Miami-Dade Expressway Authority Phone: (305) 637-3277 ext. 2115 E-mail: jtoledo@mdxway.com 3. K.T. Lin, PE Project Manager, EAC Consulting, Inc. Phone: (305) 264-2557 E-mail: klin@eacconsult.com 4.1 Qualifications of Key Personnel-Resumes Tab 4—Page 38 Response to Request for Proposals(RFP) No.2016-199-KB "association with ' for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRnIc E and Smart Parking System (SPS) JOAN DE LA ROSA PE Years of Experience Structural Engineer T 13 Work History Mr. De La Rosa has 13 years of experience as a Structural BCC Engineering, Inc. Engineer. During this time, he has specialized in final design and plans (Miami) production for both Florida Department of Transportation (FDOT) and 2008-Present Miami-Dade Expressway Authority (MDX) projects. Within the past five De Los Reyes Engineering years, he has designed over 100 overhead sign structures supporting both 2003-2008 Dynamic Message Signs (DMS) and/or static signs consisting of span, Education cantilever and butterfly structures. His sign structure design experience MS in Civil Engineering, includes standard tri-chord trusses, dual arm rectangular tubular members, 2008 and MDX structures consisting of a horizontal monotube with concrete Florida International uprights. Mr. De La Rosa has also designed over 30 ITS equipment University supporting poles including strain poles and prestressed spun poles. BS in Civil Engineering, 2007 Florida International Project Experience University SR 826/1-75 Express Lanes Project; Miami-Dade County, FL; Client: Registration FDOT District 6 - Project includes the addition of approximately 13 miles Professional Engineer of Express Lanes to be constructed; 10 miles along the SR 826 (Palmetto Florida No. 74705, 2012 Expressway) and three miles on 1-75 (SR 93). On SR 826, one to two express lanes in each direction will be provided beginning approximately 0.20 mile south of West Flagler Street (south of SR 836) up to a point south of the NW 154th Street Bridge. On 1-75, one express lane will be provided in each direction from SR 826 and to NW 170th Street (2.0 miles south of the Miami- Dade/Broward County Line). The structural improvements consist of 10 bridge widenings, three new FIB bridges and a four-span steel box girder Express Lanes Bridge. Additional structural improvements include 10 partial bridge demolitions, sign structures, Intelligent Transportation Systems (ITS) structures and temporary and permanent retaining walls. Length: 13 miles. Project Role: Engineer-of-Record for two bridge widenings, three new FIB Bridges and over 70 miscellaneous sign and ITS structures. SR 821 (HEFT) Widening from North of SW 184th Street (Eureka Drive) to South of SW 104th Street/SR 990 (Killian Parkway) - Design Build; Miami-Dade County, FL; Client: Florida's Turnpike Enterprise - The project includes the design, widening and reconstruction of SR 821, the Homestead Extension of the Florida Turnpike (HEFT), which accommodates the future needs for capacity, operational and safety improvements, from north of SW 184th Street (Eureka Drive) to south of SW 104th Street/SR 990 (Killian Parkway), including a new extension of SR 874 (MDX) through the interchange with SR 821 (HEFT). Structural improvements include 10 bridge widenings, five new bridges, one partial bridge demolition, sign structures, crash walls, temporary and permanent retaining walls, and sound walls. Two of the new bridges include portions of FIB flyovers within HEFT R/W connecting SR 874 and SW 128th Street. Length: 8.64 miles. Project Role: Miscellaneous Structures Engineer-of-Record. SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange Improvements, Section 5 - Design-Build; Miami-Dade County, FL; Client: FDOT District 6 - The reconstruction of the SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange includes 46 new bridge structures (four Concrete Segmental Flyovers, four Steel Plate Girder, and 38 FIB) as well as an extensive amount of permanent and temporary walls, and sign structures. Responsible for design of 43 overhead Sign Structures. Length: 2.77 miles. Project Role: Structural Engineer. Design-Build Project for System-Wide Implementation of Dynamic Message Signs; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) - System-wide design, construction and installation of Intelligent Transportation Systems (ITS) components that included mainline and arterial Dynamic Message Signs (DMS), DMS verifications CCTV cameras and Incident Management CCTV 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 39 Response to Request for Proposals(RFP)No.2016-199-KB "association with: MIAMI BEACH for Design, Build, Operation, and Maintenance Services , +- for an Intelligent Transportation System (ITS) TRnRE and Smart Parking System (SPS) cameras along MDX's five operational expressways and multiple FDOT arterials. Project included nine mainline overhead span sign structures and nine overhead cantilever structures supporting Dynamic Messaging Signs as well as 18 CCTV camera strain poles. Responsible for design of all Sign Structures and CCTV strain poles. Project Role: Project Structural Engineer. SR 924 (Gratigny Parkway) SR 874 (Don Shula Expressway) and SR 878 (Snapper Creek Expressway) Infrastructure Modifications for Open Road Tolling (ORT) Design-Build Project; Miami- Dade County, FL; Client: FDOT District 6 — Conversion of three of MDX's limited access toll ways (SR 924, SR 874, and SR 878) to open road tolling. Services included the design of new overhead toll gantries, milling and resurfacing of the pavement section at gantry locations, MOT plans, including detour plans for gantry construction and installation of tolling equipment, replacement of more than 35 overhead signs (on and off system), and extensive coordination with MDX's system integrator for the ORT conversion. Responsible for the design of all Sign Structures. Length: 14 miles. Project Role: Project Engineer. Dynamic Message Signs (DMS) Replacement and ITS Device Installation Design-Build Project District Wide; Miami-Dade and Monroe Counties, FL; Client: FDOT District 6 — Project included the development of structural details that clearly provide the Contractor the method for safely removing the existing ADMS and installing the new ADMS at two ADMS locations. Provided any MOT plans for the removal and installation of the ADMS at each of the two locations. Design the embedment depth and foundation for 19 ADMS Confirmation Camera and MVDS poles placed on Concrete Spun Poles. Provided any details required to allow for the Contractor to mount new CCTV or MVDS to existing structures. Length: 20.9 miles. Project Role: Project Structural Engineer responsible for the structural design of all the foundations for the ADMS Confirmation Cameras and MVDS Poles. 1-4 Widening from SR 44 to East of 1-95— Design-Build; Volusia County, FL; Client: FDOT District 5— Project involves the widening of Interstate 4 (SR 400) from four to six lanes, from the SR 44 interchange to west of 1-95 and resurfacing to east of 1-95. Structural scope included the design and load rating of 10 bridges including 6 wildlife crossings (two continuous spans of 52'—CIP Flat Slab), the replacement of the I- 4 bridges over the Tomoka River(three spans at 84'-2"—FIB 36), the replacement of the 1-4 off-ramp to US 92 over 1-4 (three spans at 158'-4", 153'-11" and 160'-11"— FIB 72), and a temporary bridge widening over the Tomoka River (five spans at 42'-6" — AASHTO Type II). Additionally, structural scope included Static Sign Structures, DMS Structures, wildlife jump out retaining walls, box culverts and temporary span wire assembly. The bridges were also designed to be able to accommodate the future high speed rail. The 1-4 off-ramp bridge over 1-4 was designed to meet Aesthetic Level 2 requirements. Length: 14.036 miles. Project Role: Engineer-of-Record for all the miscellaneous structures. District-Wide Traffic Ops Design Consultant; Miami-Dade County, FL; Client: FDOT District 6 — Structural Design support for Task Work Order assignments involving safety improvement modifications to Mast Arms and Strain Wire structures the District. This contract involved over 20 Task Work Orders in which safety improvements such as addition of signals, signs and backplates to existing structures. Structural analysis included over 30 FDOT Design Standard Mast Arms and Miami-Dade County Mast Arms. Additionally, Design Variations were created to accommodate the proposed improvements. Project Role: Engineer-of-Record for all the Task Work Orders. District-wide Miscellaneous PE Design Consultant; Miami-Dade County, FL; Client: FDOT District 6 — Structural Project Engineer for several task work orders including US-1 from SW 80th Street to Kendall Drive Safety Improvement Project and NW 27th Avenue from NW 122nd Street to NW 135th Street RRR. Responsibilities include the traffic railing retrofit on the existing US-1 bridges over Snapper Creek Canal and NW 27th Avenue Bridge over Opa-locka Canal; and analysis of 16 existing mast arm signal structures with additional loading. Project Role: Engineer-of-Record. District-wide Miscellaneous Minor Design Consultant for Consultant Management; Miami-Dade County, FL; Client: FDOT District 6 — Structural Project Engineer for several task work orders for Safety Improvement Projects including the structural analysis of over 30 new and existing mast arm signal 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 40 Response to Request for Proposals(RFP)No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRA1RE structures with additional loading at SW 152nd Street at SW 112th Avenue (SR 992); Kendall Drive at SW 99th Court (SR 99); NE 71st Street and Rue Vendome; Miami Gardens Drive (SR 860) and NE 18th Avenue, NW/NE 167th Street from North Miami Avenue to NE 10th Avenue and NE 163rd Street from Midblock to NE 22nd Avenue. Project Role: Engineer-of-Record. Client References 1. Paul Naranjo, PE Project Manager, Florida's Turnpike Enterprise Phone: (407)264-3429 E-mail: paul.naranjo@dot.state.fl.us 2. Juan Toledo, PE Deputy Executive Director/Director of Engineering, Miami-Dade Expressway Authority Phone: (305) 637-3277 ext. 2115 E-mail:jtoledo@mdxway.com 3. Judy Solaun-Gonzalez, PE Project Manager, FDOT District 6 Phone: (305)470-5207 E-mail: Judy.Solaun@dot.state.fl.us 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 41 Response to Request for Proposals(RFP)No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TizARE OSCAR OLIVA, PE Years of Experience Roadway Engineer—Temporary Traffic Control Plans 8 Work History Mr. Oliva has eight years of Transportation Engineering experience. During BCC Engineering, Inc. this time, he has been extensively involved in the design of various (Miami) highway facilities including limited access, urban and rural arterials. Mr. 2015-Present Oliva's experience includes design of roadway geometries, temporary Stantec Consulting Services, traffic control as well as signing and pavement markings. Inc. (formerly C3TS) 2012-2015 Project Experience C3TS 2008-2012 SR 25/Okeechobee Road from East of NW 116 way to East of NW 87 Education Avenue (Concrete); Miami-Dade County, FL; Client: FDOT District 6 - Final design of the largest segment of the Okeechobee Road corridor. This MS in Civil Engineering, project includes the reconstruction of Okeechobee Road and design with 2009 third level bridges over NW 87th Avenue and second level flyover bridges Florida International University to and from Okeechobee Road and NW 87th Avenue. The design will also BS .in Civil Engineering, 2008 include the realignment of NW 103rd Street as well as widening of NW 87th Florida International Avenue, NW South River Drive and NW 106th Way. Length: 1.2 miles. University Project Role: Project Manager. Registration Design-Build Services for SR 874 Ramp Connector to SW 128th Professional Engineer Street; Miami-Dade County, FL; Client: Miami-Dade Expressway Florida No. 75502, 2013 Authority (MDX)-As part of the design-build team, BCC Engineering, Inc. Certifications is serving as prime designer for the design and construction of the MDX FDOT Advanced Work Zone Ramp Connectors from SR 874 (Don Shula Expressway) to SW 128th Traffic, 2012 Street from west of the SR 821 (Homestead Extension of Florida's Turnpike), to west of SR 825/SW 137th Avenue. The new ramp connectors will provide access to and from the Don Shula Expressway (SR 874) and SW 128th Street at SW 122nd Avenue extending SR 874 west from its current terminus at the Homestead Extension of Florida's Turnpike (HEFT)(approximately 0.5 mile). The ramp connectors will require third level flyovers over the existing SR 874/SR 821 interchange. The flyovers are complex category II bridges with straddle piers and drilled shaft foundations. The project will widen approximately 1.5 miles of SW 128th Street from a three-lane urban section to a five-lane urban section. Additional scope items include signals for three intersections, lighting design, Intelligent Transportation Systems (ITS)design and utility work for Miami-Dade Water and Sewer Department. BCC is responsible for project management, roadway, drainage, traffic operations and structural design for the project. Project Role: Roadway Engineer. 1-95 Express DMS and Toll Sign Panel Replacement Project; Miami-Dade County, FL; Client: FDOT District 6 - Replacement of six existing ITS devices at the following 1-95 Express toll amount dynamic message sign (DMS) sites: 1-95 Express NB at NW 17th Street; 1-95 Express NB at NW 20th Street; NW 10th Avenue NB; NW 10th Avenue SB; NW 39th Street EB; and SR 112 EB at NW 12th Avenue. Each site work includes reuse of existing structure and installation of a new static sign panel supporting three destination signing scheme along with three toll amount color LED DMS. Two 1-95 Express toll amount DMS sites: 1-95 Express SB at US-441 and 1-95 Express SB at NW 151st Street will include reuse of existing structure and installation of a new static sign panel along with one toll amount color LED DMS. Seven 1-95 Express lane status DMS: 1-95 NB at NW 29th Street, 1-95 NB at NW 14th Street, 1-95 NB before NW 20th Street, 1-95 SB at NW 151st Street, 1-95 SB at NW 167 Street, 1-95 SB at NW 159th Street, 1-95 SB at NW 147th Street-will include reuse of existing structure and sign panel, and installation of a new lane status color LED DMS. All color LED DMS and sign verification High Definition Closed Circuit Television Cameras installed as part of this project will be integrated, tested and operated from the SunGuide Transportation Management Center(TMC). Project Role: Project Engineer. 4.1 Qualifications of Key Personnel—Resumes Tab 4--Page 42 Response to Request for Proposals(RFP)No. 2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Servicesll for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/1/VSCORE. SR 713/Kings Highway Reconstruction Project from SR 70 at Turnpike to North of 1-95 Overpass; St. Lucie County, FL; Client: FDOT District 4 — Reconstruction of Kings Highway to widen from a two-lane facility to a four-lane divided section (urban high speed). Key elements on the project included permitting, right-of-way acquisition, access management, traffic control during construction, and coordination with multiple projects by the District, Florida's Turnpike Enterprise, the County, and on-going development in the area. Extensive coordination with South Florida Water Management District (SFWMD) and U.S. Army Corps of Engineers (USACOE) was required for permitting and mitigation of wetland and wild life impacts, and coordination with North St. Lucie River Water Control District for permitting of the drainage system and relocation of the existing canal bordering the west side of the road. Length: 3 miles. Project Role: Roadway Engineer. SR 826/SR 836 Interchange Reconstruction; Miami-Dade County, FL; Client: FDOT District 6/Miami- Dade Expressway Authority (MDX) —Segments 7, 8, 9, and 12 of the reconstruction of this $559 million, four-level interchange in the heart of Miami-Dade County. The project includes the reconstruction of approximately two miles of SR 826 from SW 8th Street to NW 25th Street and approximately three miles of SR 836 from NW 87th Avenue to NW 57th Avenue to provide five lanes in each direction along the mainline plus the introduction of eastbound collector distributor road and westbound collector distributor roads along SR 836. The job includes the construction of 47 new bridges that include seven steel bridges, 36 Florida-I beam (FIB) bridges and four segmented bridges. Other improvements include retaining walls, lighting, sound walls, canal relocation, utilities Joint Participation Agreement (JPA) plans, signalization, new signing and pavement markings, new Intelligent Transportation Systems (ITS), and special aesthetic features. Extensive stakeholder coordination is required with FDOT, MDX, Miami-Dade County Water and Sewer, utility owners, Miami International Airport (MIA), CSX Transportation, Miami-Dade County Department of Resource Management (DERM), and South Florida Water Management District (SFWMD), etc. Project Role: Roadway Engineer in charge of Traffic Control Plans (TCP). 595 Express; Broward County, FL; Client: FDOT District 4— 1-595 Corridor Roadway Improvements for the reconstruction of the 1-595 mainline and all associated ramps at the Knob Hill Road Interchange (Zone 4). Additional services included corridor-wide utility coordination, fire suppression systems design, and pavement design improvements. The design and construction cost of this project was approximately $1.22 billion. Project Role: Roadway Engineer. New Direct Access along 1-75 to SWFIA from South of Alico Road to Daniels Parkway; Lee County, FL; Client: FDOT District 1 — Design-Build project that provides direct connection from 1-75 to the Southwest Florida International Airport (SWFIA) Mid-Field Terminal facilities in Fort Myers which serves over 7 million passengers each year and is the second fastest growing airport in Florida. The project involved the construction of five bridges, five miles of four-lane C-D System adjacent to 1-75 between Alico Road and Daniels Parkway with no net increase in the number of access points to/from 1-75. It also included the construction of a one-mile new Terminal Access Road (TAR) with interchanges at 1-75 and Ben Hill Griffin Parkway that ultimately tied into the existing SWFIA Mid-Field Terminal Facility roadway. Project Role: Engineer-of-Record for Signing and Pavement Markings Plans for this project. 1-195 (SR 112) from 1-95 to Biscayne Bay; Miami-Dade County, FL; Client FDOT District 6 — The widening of 1.75 miles of interstate roadway provided safety and operational improvements. Improvements for this operational safety improvement project included two miles of this limited access facility included provisions for a new, exclusive, auxiliary lane along 1-195 eastbound to North Miami Avenue from 1-95 northbound, and a new auxiliary lane from North Miami Avenue along 1-195 westbound to 1-95 northbound. The project also involved replacing median curbs with a median barrier wall, widening of eight bridges, new retaining walls, concrete pavement rehabilitation, and surface street improvements to North Miami Avenue. Project Role: Roadway Engineer in charge of Traffic Control Plans (TCP). SR 9/1-95 Widening from North of SR 60/Osceola Boulevard to the Indian River/Brevard County Line, Design-Build; Indian River County, FL; Client: FDOT District 4 — Primary responsibilities included roadway design, as well as managing design for drainage, Temporary Traffic Control (TTC), signing and 4.1 Qualifications of Key Personnel—Resum Tab 4—Page 43 Response to Request for Proposals(RFP)No.2016-199-KB "°"°°''°"w''h' for Design, Build, Operation and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) TR/1NSCORE ' and Smart Parking System (SPS) pavement marking, signals, structures, Intelligent Transportation Systems (ITS), lighting and permitting. This 13-mile project involved the widening of 1-95 (SR 9)from four to six lanes, milling and resurfacing of existing lanes, reconstruction of the interchange at CR 512, bridge replacements at CR 512, reconstruction of approximately two miles of the 1-95 mainline, widening of CR 512 and replacement of 16 major box culvert under 1-95. Other scope items included the replacement of median guardrail, construction of sound abating walls, miscellaneous drainage repairs including lining and pipe replacement, installation and relocation of Dynamic Message Signs (DMS) and structures and coordination for TTC with ongoing projects immediately north and south of the project limits. Length: 13 miles. Project Role Roadway Engineer. Client References 1. Michael Martinez General Manager, Horsepower Electric, Inc. Phone: (305) 345-5370 E-mail: mike@horsepowerelectric.com 2. Brent Norman Senior Project Manager and Quality Control Manager, The de Moya Group, Inc. Phone: (305)255-5713 E-mail: brent.norman@demoya.com 3. Bing Wang, PE Project Manager, FDOT District 4 Phone: (954) 777-4406 E-mail: bing.wang@dot.state.fl.us 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 44 Response to Request for Proposals(RFP)No. 2016-199-KB "°"°"°"°"with. for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRnRE. �. DACHA QUINTANA, PE 11 1 Years of Experience Project Engineer—Adaptive Traffic Control 13 Work History Ms. Quintana has over 13 years of experience in Transportation Planning BCC Engineering, Inc. and Engineering projects. Ms. Quintana is responsible for assisting in the (Miami) design of Transportation, Traffic Operations, and Project Development and 2006—Present Environmental (PD&E) studies. Her primary experience focuses on Gannett Fleming, Inc. performing roadway alternative development and evaluation, safety and 2004—2006 traffic analysis studies for various municipalities located throughout South F.R.Aleman &Associates, Florida and the Florida Department of Transportation (FDOT) preparing Inc. engineering analysis reports and overseeing planning assignments. Ms. 2003—2004 Quintana is knowledgeable in traffic/highway data collection and analysis, Education traffic operations studies, signalization, signing and pavement markings, MS in Civil Engineering, traffic signal control systems analysis and design, traffic signal timing, and 2005 traffic network simulation. Florida International University Project Experience BS in Civil Engineering, 2002 Florida International SW 137th Avenue between the Homestead Extension of Florida's University Turnpike (HEFT) and US 1 (E06-PW-09 PTP); Miami-Dade County, FL; Registration Client: Miami-Dade County Department of Transportation and Public Works — Improvements to SW 137th Avenue from an undivided two-lane Professional Engineer rural section to a four-lane section. Design services include planning, traffic Florida No. 67393, 2008 operations, roadway, design of a closed drainage system, signing and pavement marking, signalization, roadway lighting and Public involvement. Length: 1.64 miles. Project Role: Project Manager responsible for overseeing aspects in the preparation of design plans, drainage reports, lighting, signing and pavement markings and permitting. Design Project Manager and Roadway/Engineer- of-Record. Project responsibilities include roadway design as well as managing design for drainage, temporary traffic control plans (TTC) Maintenance of Traffic (MOT), signing and pavement marking, signals, and environmental permitting. SW 268/264 Street Connector (E06-PW-06); Miami-Dade County, FL; Client: Miami-Dade County Department of Transportation and Public Works — Improvements to SW 268th Street from a four-lane undivided section to a five-lane section from SW 139th Avenue to SW 119th Avenue with a two-way left turn lane and a four-lane divided section with a median separator from SW 122nd Avenue to SW 112th Avenue. The project included curb and gutter, sidewalk (in developed sections) and bicycle lanes throughout the project limits. Project Role: Engineer-of-Record for Signing & Pavement Marking and Signalization. SR 817/NW 27th Avenue from NW 187th Street to NW 202nd Terrace, Resurfacing, Restoration, Rehabilitation (3R); Miami-Dade County, FL; Client: FDOT District 6—Task Work Order under Districtwide Design Miscellaneous contract. Project entailed design and plans preparation for milling and resurfacing in addition to upgrade pedestrian ramps. Improvements included installation of pedestrian features meeting latest design standards. Length: 1.03 miles. Project Role: Project Manager responsible for the development of the roadway, signing and pavement markings and signalization plans. SR 817/NW 27th Avenue at Miami Gardens Drive Safety Improvements; Miami-Dade County, FL; Client: FDOT District 6 — Task work order under Districtwide Miscellaneous contract. Project entailed design and plans preparation for safety improvements. The intersection improvements entailed providing/supplementing traffic operation elements such as adding traffic signal heads, providing backplates on all signal heads, adding a crosswalk with associated pedestrian signals, and adding pedestrian signage to improve pedestrian and vehicular traffic safety. Length: 0.170 mile. Project Role: Project Manager responsible for the development of the roadway, signing and pavement markings and signalization plans. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 45 Response to Request for Proposals(RFP)No.2016-199-KB "°`s°"°"°""'h MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRA/VSCORE Design Services for SR 823/Flamingo Road from SR 818/Griffin Road to South of SR 84; Broward County, FL; Client: FDOT District 4 — The project consisted of milling and resurfacing, minor widening, sidewalk construction, drainage modifications, and permitting of a six-lane divided principal arterial in Broward County for a total project length of three miles. The scope of work is that typical of a resurfacing, restoration and rehabilitation (3R) project with the addition of the construction of a continuous sidewalk for the length of the project with associated drainage impacts to existing conveyance and store swales. Coordination and permitting with South Florida Water Management District and Central Broward Drainage District was involved on this project. Length: 3 miles. Project Role: Project Engineer-of-Record for the design of signing and pavement marking, signalization and lighting plans. SW 8th Street Ramp Modification at Homestead Extension of Florida's Turnpike (HEFT/SR 821 MP 25); Miami-Dade County, FL; Client: Florida's Turnpike Enterprise — Improvements to relieve congestion at the HEFT (SR 821) interchange with SW 8th Street. Improvements include: adding a new signal at the intersection of SW 8th Street and the modified southbound to westbound off-ramp (Ramp SW) alignment; widen Ramp southwest from one lane to two lanes and provide triple right turn at SW 8th Street intersection; modify northbound to eastbound off-ramp alignment to a stop condition at the signal plus provide second left turn lane. Length: 0.5 mile. Project Role: Project Engineer responsible for the development of signalization plans. SR 860/Miami Gardens Drive and NE 18th Avenue, Safety Improvements; Miami-Dade County, FL; Client: FDOT District 6 — Task work order under Districtwide Miscellaneous contract. Project entailed design and plans preparation for safety improvements. Improvements included median closing, installation of pedestrian features meeting latest design standards, installation of internally illuminated street name signs and minor signalization modifications. Length: 0.07 mile. Project Role: Project Engineer for the development of the signalization plans. SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange Improvements, Section 5 - Design-Build; Miami-Dade County, FL; Client: FDOT District 6 — BCC Engineering is the Prime Designer for this $559M Design-Build project to reconstruct the SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange. This project includes the reconstruction of SR 826 from south of Flagler Street to north of NW 12th Street and SR 836 from east of NW 87th Avenue to west of 57th Avenue. The SR 826/SR 836 Interchange is a four-level System-to-System Interchange with direct connectors that provide for traffic movements in all directions between the two expressways. The project also includes the reconstruction of two service interchanges, the reconstruction of NW 12th Street and the realignment of the North Line Canal. The project includes 47 new bridge structures (four Concrete Segmental Flyovers, seven Steel Plate Girder, and 36 FIB)as well as an extensive amount of permanent and temporary walls, and sign structures. Project Role: Project Engineer responsible for developing signing and pavement markings, and signalization plans. SW 152nd Street at SW 112th Avenue and Kendall Drive at SW 99 Court, Miami, FL; Client: FDOT District 6 — Review and evaluation of required signalization modification due to changes to the intersection's approach lanes. Project also included the installation of countdown pedestrian heads for all approaches at the intersections. Length: Two Signalized Intersections. Project Role: Project Engineer responsible for the development of the signalization plans. SR 826 (Palmetto Expressway) Improvements Program, Section 2 — Design-Build; Miami-Dade County, FL; Client: FDOT District 6—Widening and reconstruction of the limited access facility from south of Sunset Drive to north of SW 31st Street and included the Miller Drive (SW 56th Street), SR 874 and SR 976 (Bird Road/SW 40th Street) Interchanges. The improvements included the addition of one general use lane in each direction; auxiliary lanes between all interchanges; interchange improvements and, operational and safety improvements along the SR 826 mainline and ramps. Length: 2.2 miles. Project Role: Project Engineer responsible for developing signing and pavement markings, and signalization plans. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 46 Response to Request for Proposals(RFP) No.2016-199-KB "association with ' for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) LI and Smart Parking System (SPS) TRE. SW 62nd Avenue from SW 70th Street to SW 64th Street; Miami-Dade County, FL; Client: Miami- Dade County Department of Transportation and Public Works — Reconstruction of approximately 0.5 mile of an urban arterial from an existing four-lane roadway to a two-lane roadway with a shared median and parallel parking on the east side of the corridor. Length: 0.5 mile. Project Role: Project Engineer for the design of signing and pavement marking plans and signalization plans. SR 826 (NW/NE 167th Street from North Miami Avenue to NE 10th Avenue) Signalization; Client: FDOT District 6—Upgrade of signals at five signalized intersections. Upgrades consisted of replacement of existing span wire signal support with the installation of new mast arm supported signals including pedestrian signals, vehicle loop detection, and upgrade of controller cabinets when required. Length: Five Signalized Intersections. Project Role: Project Engineer. Client References 1. Lana Moorey, PE Project Manager, Miami-Dade County Department of Transportation and Public Works Phone: (305)375-2863 E-mail:james.hughes@dot.state.fl.us 2. Mario Cabrera, PE Project Manager, FDOT District 6 Phone: (305)640-7446 E-mail: mario.cabrera@dot.state.fl.us 3. James Hughes, PE Project Manager, FDOT District 4 Phone: (954)777-4419 E-mail:james.hughes@dot.state.fl.us 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 47 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) ��-- and Smart Parking System (SPS) TR/1NS(�C�RE, PEDRO UGAS Years of Experience Chief Utility and SUE Coordinator 28 Work History Mr. Ugas has over 28 years of experience in the inspection, construction and BCC Engineering, Inc. coordination of utilities for major projects throughout the United States. This (Miami) experience has given him a vast knowledge base in all aspects of 2015—Present construction, utility access management and utility coordination. His Hadonne Corp. experience with utility coordination and Subsurface Utility Engineering(SUE) 2013—2015 on Florida Department of Transportation (FDOT) projects is extensive, Stantec Consulting Services, having handled major utility issues on projects ranging from urban arterials Inc. (formerly C3TS) to major limited access facility and design/build projects. Mr. Ugas has 2005—2013 successfully managed multiple FDOT Districtwide Contracts. FDOT District 6 1997—2005 Project Experience City of Wilmington (DE) SR 76 (Kanner Highway) Widening from SW Lost River Road (MP Water and Sewer Department 25.780) to South of SR 714 (SE Monterey Road) (MP 30.047); Martin 1988—1997 County, FL; Client: FDOT District 4—Widening of Kanner Highway from Education an existing four-lane divided arterial to a proposed six-lane divided arterial in BS in Construction order to relieve congestion and address the trend of an increase in the Management, 1991 number of accidents.Work consists of widening the existing pavement to the Drexel University inside and outside between SW Lost River Road and SE Cove Road,and to AS in Civil Engineering, 1987 the inside between SE Cove Road and SW Cabana Point Circle. This will Delaware College provide an additional travel lane and bicycle lane in each direction. The Florida Utility Coordinating project scope also includes rehabilitation of the existing pavement to remain. Council Length:4.327 miles. Project Role: Lead Utility Coordinator. Certifications 1-95 (SR 9) Express Lanes Phase 3A-2 from North of Commercial Florida Utilities Coordinating Boulevard to SW 10th Street; Broward County, FL; Client: FDOT Committee Certifications on District 4 — Phase "3A-2" is one of several separate 1-95 Express Lanes Cost Estimate and Billing Design Build projects that will ultimately extend 95 Express from Stirling Coordination and Road in Broward County to Linton Boulevard in Palm Beach County. This Construction Modules project ties in with Phase 3A-1 to the south and extends express lanes north to south of SW 10th Street. The project includes converting the existing High Occupancy Vehicle(HOV)lanes to High Occupancy Toll (HOT) lanes, as well as one lane widening each direction, resulting in two tolled Express Lanes in each direction.The Express Lanes will implement congestion based toll pricing.The facility will employ Electronic Toll Collection (ETC) via the Florida Turnpike Enterprises (FTE) Sunpass system. Project include relocation of major FPL transmission and distribution overhead electric lines. Coordination with the cities of Pompano Beach and Fort Lauderdale utilities to mitigate potential conflict between existing water and sewer lines and proposed pile driving operation, identify potential conflicts and conflict resolutions Project Role: Utility Coordinator. 1-95(SR 9)Express Lanes and Ramp Signals—Phase 3A-1 from South of Broward Boulevard to North of Commercial Boulevard—Design-Build; Broward County, FL; Client: FDOT District 4—Phase"3A-1" represents the first of several separate 1-95 Express Lanes Design Build projects that will ultimately extend 95 Express from Stirling Road in Broward County to Linton Boulevard in Palm Beach County.The Phase 3A- 1 limits are from south of Broward Boulevard to north of Commercial Boulevard. The project includes converting the existing High Occupancy Vehicle (HOV) lanes to High Occupancy Toll (HOT) lanes, as well as one lane widening each direction, resulting in two tolled Express Lanes in each direction. Access to the Express Lanes will be limited to designated Entry and Exit Point locations: between Broward Boulevard and Sunrise Boulevard, and between Oakland Park Boulevard and Commercial Boulevard. The Project include the relocation of mayor FPL transmission and distribution overhead electric lines. Coordination with Broward 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 48 Response to Request for Proposals(RFP)No.2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Services �- for an Intelligent Transportation System (ITS) TR/NVSC. RL and Smart Parking System (SPS) 4„g;,,eenng County and City of Fort Lauderdale utilities to mitigate potential conflict between existing water and sewer lines and proposed bridge foundations and drainage structures. Identify potential conflicts and conflict resolutions. Project Role: Senior Utility Coordinator. MDX Work Program No. 83628: SR 836 Widening from NW 57th Avenue to NW 17th Avenue(Contract No. RFP-14-03); Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) — Traffic study consisting of evaluating different alternatives to increase capacity along SR 836/Dolphin Expressway by adding a through lane in each direction (for a total of four lanes per direction)from NW 57th Avenue to NW 17th Avenue. The improvements also include modifications to the interchanges of SR 836/Dolphin Expressway at NW 42nd Avenue, NW 17th Avenue, and NW 17th Avenue. Responsible for coordinating the relocation of multiple utility facilities within the limits of the project including FPL's transmission and distribution lines and AT&T, MCI and Level 3 telecommunication facilities in conflict with proposed construction. Project Role: Senior Utility Coordinator. SR 821 (HEFT)Widening from SW 288th Street(Biscayne Drive)to SW 216th Street(Hainlin Mill Road) — Design-Build; Miami-Dade County, FL; Client: Florida's Turnpike Enterprise —Final design and preparation of construction plans related to the widening of SR 821 from four lanes to six lanes and in the interim condition providing two General Purpose Lanes and one Express Lane in each direction. This project also includes the design of two inside bridge widenings, 5.1 miles of noise walls, wet and dry detention pond and swales, permitting,safety upgrades(guardrail and pier protection),milling and resurfacing, reconstruction of a toll gantry, traffic control and detours, utility coordination, signing and marking, Intelligent Transportation System (ITS) and lighting. Length: 6.7 miles. Project Role: Senior Utility Coordinator. SR 821 (HEFT)Widening from South of SW 104th Street(Killian Parkway)to North of SW 72nd Street (Sunset Drive) — Design-Build; Miami-Dade County, FL; Client: Florida's Turnpike Enterprise — The project includes the milling, resurfacing and widening of SR 821, the Homestead Extension of the Florida Turnpike (HEFT), which accommodates the future needs for capacity, operational and safety improvements, from south of SW 104th Street/SR 990(Killian Parkway)to north of SW 72nd Street(Sunset Drive). Capacity improvements will be provided via the addition of two express lanes in each direction through the limits of the project in addition to the three general purpose lanes in each direction. The project also includes the resurfacing, restoration, and rehabilitation of Sunset Drive as well as interchange improvements at Kendall Drive. Length: 2.9 miles. Project Role: Senior Utility Coordinator. SR 708/Blue Heron Boulevard at Avenue S; Palm Beach County, FL; Client: FDOT District 4 — Intersection Improvement - Utility Coordinator for the safety improvements at Blue Heron Boulevard and Avenue S in Palm Beach County. Project included the installation of new mast arms and overhead sign structures. Responsible for creating conflict matrix and working with roadway designer to mitigate conflicts. De-energizing FPL's 23 kV overhead electric to allow for the installation of the mast arms. Length: Intersection. Project Role: Lead Utility Coordinator. SR 5/US 1 at SW 104th Street; Miami-Dade County, FL; Client: FDOT District 6 — Intersection Improvement- Utility Coordinator for the safety improvements at US 1 and SW 104th Street. Served as liaison between the District Utility Office (DUO)and roadway designer. Project included the installation of new mast arms and overhead sign structures. Responsible for creating conflict matrix and working with roadway designer to mitigate conflicts. Project Role: Lead Utility Coordinator. SR 862 (1-595) Express Lanes from 136th Street to West of the Turnpike; Broward County, FL; Client: FDOT District 4—$1.22 billion (Construction) P3 improvements of approximately 10 miles of SR 862 (1-595) west of 136th Street to east of the Turnpike. The project included the coordination of conflict resolution with 18 Utility Agencies/Owners(UAOs)and multiple design consultant firms. Responsible for securing Utility Work Schedules and Work Agreements, working with the UAOs to ensure that their design, permitting and relocation work met the constraints of the design-build schedule. Length: 10 miles. Project Role: Lead Utility Coordinator. 4.1 Qualifications of Key Personnel—Resumes Tab 4-Page 49 I Response to Request for Proposals(RFP) No. 2016-199-KB °association with '°`°'°°w"h for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR �-�--_ /1NJCORE and Smart Parking System (SPS) SR 9 (1-95) Express Lanes from SR 112 to the Golden Glades Interchange; Miami-Dade County, FL; Client: FDOT District 6 — Design-build project which provided two 11-foot express lanes and four 11-foot regular travel lanes in each direction; installing electronic Open Road Tolling (ORT) and Intelligent Transportation System (ITS) related equipment including electronic message signs and ramp signals; widening several bridges along 1-95 in the vicinity of SR 112. Length: 8 miles. Project Role: Lead Utility Coordinator. Client References: 1. Paul Lampley, PE Project Manager, FDOT District 4 Phone: (954)845-9550 E-mail: paul.lampley@dot.state.fl.us 2. Tim Brock, PE District Utility Engineer, FDOT District 4 Phone: (954)777-4125 E-mail: tim.brock@dot.state.fl.us 3. Sergio Besu GEC Project Manager, EAC Consultants/Miami-Dade Expressway Authority Phone: (305)265-5490 E-mail: sbesu@eacconsult.com 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 50 Response to Request for Proposals(RFP) No.2016-199-KB "°"°"°"°""'h' for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) T/Z/11VSCORE and Smart Parking System (SPS) HUGH A. STETTER, PE, PTOE ASC Years of Experience TMC Integration, Test Procedures and Execution LOGIC 17 Education Mr. Stetter has 17 years of experience specializing in Traffic Systems & BS in Electrical Engineering, Engineering, Intelligent Transportation Systems (ITS), and Communication 1998 Design. He has established an excellent working relationship with the Purdue University Florida Department of Transportation (FDOT)through years of service as a Registration Project Manager, Professional Engineer, and Professional Traffic Professional Engineer Operations Engineer. Furthermore, he is extremely knowledgeable of Florida No. 60765, 2004 FDOT's standards, policies and procedures. Virginia No. 0402044702, 2008 Prior to forming ASC, he served as a Regional Manager and Principal Professional Traffic Engineer for both Telvent and TransCore. During his 12-year tenure with Operations Engineer PTOE TransCore, he performed in nearly all capacities of his projects from a Field No. 2953 Technician to Principal QA/QC. Mr. Stetter has performed under Certifications professional service, maintenance, construction engineering inspection, FDOT Advanced MOT and Design-Build projects. IMSA Work Zone Safety Project Experience OSHA 30-Hour Construction Safety MDX General Consultant B; Miami-Dade County, FL; Client: Miami- Qualified Stormwater Dade Expressway Authority (MDX) — Mr. Stetter is responsible for Management Inspection construction and CEI project management for deployment of 18 color LED DMS and associated structures with CCTV verification cameras along SR 836, SR 112, SR 924, SR 878, and SR 874 in Miami-Dade County on behalf of the Miami-Dade Expressway Authority. Project Role: Construction Project Manager. SunGuideTM Traffic Management Center (STMC) Control Room Retrofit Design-Build; Client: FDOT District 6 — Mr. Stetter is responsible for the developing design documents, permit plans, specifications, and transition plans for deployment of a Mitsubishi Video Cube upgrade, 24 new operator consoles, and other miscellaneous items for the existing 32,000 square foot STMC servicing Miami-Dade County and the Florida Keys. Mr. Stetter is also responsible for planning and documenting a zero-downtime transition of the current FDOT and MDX operations staffs to and from temporary operations areas during and after the retrofit construction. Project Role: Engineer-of-Record. PortMiami Tunnel DBOM; Miami-Dade County, FL; Client: FDOT District 6 — Mr. Stetter was responsible for implementation of critical tunnel systems including: ITS/SCADA systems, tunnel electrical systems, tunnel fire alarm systems, and tunnel lighting systems. Mr. Stetter also supported other project disciplines with constructability reviews and shop drawing/design development including: Civil Construction, Site Grounding, and Building Services. Mr. Stetter was also responsible for warranty response during the first two years of the operations and maintenance period. Project Role: Package Manager. East Venetian Bascule Bridge Rehabilitation Design; Miami-Dade County, FL; Client: Miami-Dade County Department of Transportation and Public Works — Mr. Stetter was responsible for signed and sealed design documents for replacement of electrical systems controlling the East Venetian Bascule Bridge. The bridge electrical systems included drive motors, reversible vector motor drives, brake assemblies, motor starters, span lock hydraulic pumps, grounding system, and control system relays and console. Project Role: Electrical Engineer-of-Record. Broward County Three Corridor ATMS Design-Build; Broward County, FL; Client: FDOT District 4— Mr. Stetter is responsible for development of electrical and communications system design drawings for the Three Corridors (SR 817, SR 818, and SR 7) ATMS and review of the project communications plans. The project includes various ITS field and communication devices along arterial roadways in central Broward County. Project Role: Electrical Engineer-of-Record. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 51 Response to Request for Proposals(RFP)No.2016-199-KB °°"°`°'°°with for Design, Build, Operation and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRA-IVJWRE. ` and Smart Parking System (SPS) Video Wall Upgrade; Sarasota and Manatee Counties, FL; Client: FDOT District 1 — Mr. Stetter was the responsible engineer of record for the Activu video wall upgrade associated with the 1-75 FMS Design Build Project in Sarasota and Manatee Counties. The video wall upgrades encompassed two separate RTMC deployments. Project Role: Engineer-of-Record. Video Wall Upgrade; Tampa, FL; Client: FDOT District 7 — Mr. Stetter was the responsible engineer of record for the Activu video wall upgrade for the FDOT District 7 RTMC in Tampa, FL. Project Role: Engineer-of-Record. Palm Beach County Fiber Optic Consultant; Palm Beach County, FL; Client: Palm Beach County— Mr. Stetter was responsible for GIS processing of Trimble GPS Pathfinder point shape file conversion to ESRI ArcGIS point and line map files for overlay and integration into Palm Beach County's master fiber optic network data. Project Role: Fiber Optic Consultant. 1-595 Express Lanes ITS Maintenance; Broward County, FL; Client: 595 Express, LLC — Mr. Stetter was responsible for development of ITS device maintenance standard operating guidelines, and preventive maintenance regimens/schedules, and hurricane response plans as it relates to the 1-595 permanent ITS. Project Role: Project Maintenance Engineer. Canada 407/East Durham Link Conceptual ITS/Toll Collection System Design; Client: Cintra US — Development of conceptual ITS/toll collection system infrastructure design and basis of quantities for a green field roadway capital improvement to extend toll road 407 limited access tollway and East Durham Link to Highway 401. Total project length is 20 miles. Project Role: Electrical Engineer. Broward County Central Broward ATMS Design-Build; Broward County, FL; Client: FDOT District 4 — Mr. Stetter was responsible for development of factory, standalone, and subsystem test plans, development of system design drawings for the head-end equipment planned for the Broward County RTMC and review of the project communications plans. The project includes various ITS field and communication devices along arterial roadways in central Broward County Project Role: Project Engineer. I-75/1-195/Lower Florida Keys ITS Design-Build; Miami-Dade and Monroe Counties, FL; Client: FDOT District 6 — Mr. Stetter led the design of CCTV cameras, RTMS microwave vehicle detection devices, Dynamic Message Signs (DMS), eight miles of fiber optic cable, and over 100 miles of wireless Ethernet backhaul communications. This project deployed roadway technology and system communications along I- 75 in Miami-Dade County, all of 1-195, and along US 1 in the Lower Florida Keys from Key Largo to Key West, FL. Project deliverables included final signed and sealed project plans, project specifications, and system test plans. Project Role: Engineer-of-Record. SR 826/Upper Florida Keys ITS Design-Build; Miami-Dade and Monroe Counties, FL; Client: FDOT District 6— Mr. Stetter led the design of CCTV cameras, RTMS microwave vehicle detection devices, DMS, 11 miles of fiber optic cable, and 18 miles of wireless Ethernet backhaul communications. This project deployed roadway technology and system communications along SR826 from the Golden Glades Interchange to NW 122nd Street and along US-1 in the Upper Florida Keys from Florida City to Key Largo, FL. Project deliverables included final signed and sealed project plans, project specifications, and system test plans. Project Role: Design Project Manager. SunGuideTM Transportation Management Center (TMC) Systems Design-Build; Miami-Dade and Monroe Counties, FL; Client: FDOT District 6 — Mr. Stetter was responsible for the developing design documents for deployment of a Barco Video Wall subsystem, operator consoles, office furniture, operator workstations, and other miscellaneous items for a 32,000-square foot TMC to service Miami-Dade County and the Florida Keys. Mr. Stetter was also responsible for management of the integration and migration of existing ITS components from the Department's existing TMC to their new facility. Project Role: Design/Integration Project Manager/Engineer-of-Record. SR 836 ITS Design-Build; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) — Mr. Stetter assisted with the design of 16 CCN cameras, 68 RTMS microwave vehicle detection devices, 4.1 Qualifications of Key Personnel-Resumes Tab 4—Page 52 Response to Request for Proposals(RFP) No.2016-199-KB °association w '°"°°°"h' for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/1/VSCORE three highway advisory radio (HAR)sites, and 12 miles of fiber optic cable. The project was deployed along SR 836 from 1-95 to the Florida's Turnpike. Project deliverables included final signed and sealed project plans, project specifications, system integration services, and system testing. Project Role: Design Project Engineer. SR 924, 112, 874, 878 ITS Design-Build; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) — Project involved the design and deployment of 40 CCTV cameras, over 80 RTMS microwave vehicle detectors, course wave division multiplexing (CWDM)fiber optic communication system, and modification to the SunGuideTM ATMS Software. The Gigabit CWDM backbone used Cisco 6509, 4507, and 3760 Layer 3 switches to create a redundant, expandable wide area network. The project was deployed along the entire lengths of SR 924, SR 112, SR 874 and SR 878 for the Miami-Dade Expressway (MDX)Authority within Miami-Dade County. Project Role: Electrical and Systems Engineer-of-Record. 1-75 Freeway Management System Design-Build; Sarasota and Manatee Counties, FL; Client: FDOT District 1 — Mr. Stetter was responsible for development of system design drawings for the overall Gigabit Ethernet network topology and head-end equipment planned for the Manatee County RTMC. The project includes 70+ miles of ITS field and communication devices along 1-75 in Manatee and Sarasota Counties as an expansion of the existing 1-75 freeway management system. Project Role: Project Engineer. SR 836 West Extension ITS and Toll Infrastructure; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) — Mr. Stetter was responsible for the roadway technology design of CCTV cameras, microwave vehicle detection, HAR, ORT Gantry Signing, Lighting, and Inductive Loop Detection, and modifications to the SunGuideTM ATMS Software. The project was deployed in conjunction with the roadway construction of the SR 836 West Extension from the Florida's Turnpike to NW 137th Avenue. Project deliverables included final signed and sealed project plans, project specifications, and a design quality control plan. Project Role: ITS Electrical and Systems Engineer-of-Record. ITS MAINTENANCE PROJECTS ITS Maintenance Project — FDOT District 4, Project Manager. 2003 to 2006 — Mr. Stetter coordinated maintenance activities and provides technical assistance to the Department and field technicians for the District IV SunGuideTM System, consisting of 33 Mark IV fiber optic flip-disk dynamic message signs. Districtwide ITS Maintenance Project — FDOT District 6, Project Manager. 1999 to 2003 — Mr. Stetter coordinated the maintenance activities for the existing Golden Glades ITS system, 7-camera expansion and ITS Package"A" that included CCTV sites, Visual Image Vehicle Detector Stations, Loop Detector Stations, VMS System equipment, and the hybrid communication system. Client References 1. Joe Folco Project Manager, Bouygues Civil Works of Florida Phone: (305)632-2243 E-mail:j.folco@bcwf-miami.com 2. Michael Bermudez TransCore Engineer of Record Phone: (407)209-7961 E-mail: michael.bemiudez@transcore.com 3. Eugene Ochoa, PE Project Manager, Lakes Engineering Phone: (305)667-1657 E-mail: eochoa@lakeseng.com 4.1 Qualifications of Key Personnel—Resumes Ta 4--Page 53 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation and Maintenance Services �- MIAMI BEACH for an I nelligent Transportation System (ITS) TR/1N5(�URE. and Smart Parking System (SPS) JULIO C. NATARENO, PE, GC ASC Years of Experience Traffic Management Center Integration / _\ LOGIC 32 Work History Mr. Natareno has over 30 years of experience with Project Management, ASC Logic Planning, Design and Construction. Proficiency in transportation 2013—Present engineering, contract reviews and execution, cost estimates, plans TransCore preparation and specifications, construction management, quality control 2003—2013 and assurance, environmental compliance, maintenance of traffic, claim A2 Group, Inc. analysis and resolution and overall processes of both public and private 2002—2003 sectors. Hands-on experience within the private consulting engineering Traffic Control Devices, Inc. field working on local municipal and state projects, as well as with private 1997—2002 sector infrastructure on design-build applications. Maya Engineering Contractors Project Experience 1993— 1997 SunGuideT"" Transportation Management Center (TMC) Systems E.N. Bechamps and Design-Build; Miami-Dade County, FL; Client: FDOT District 6 — Mr. Associates, Inc. Engineering Natareno is the Engineer-of-Record responsible for civil construction Cons—ltants drawings for a video wall retrofit, operator console upgrades, and other 1987— 1993 miscellaneous items for the SunGuidemi TMC serving Miami-Dade County Atlantic Foundation Co. and the Florida Keys. Project Role: Engineer-of-Record. 1984— 1987 Education 1-595 Managed Lanes Design-Build-Operate-Maintain Project; BS in Civil Engineering, 1983 Broward County, FL; Client: 1-595 Express, LLC — Project Engineer Southeastern Massachusetts responsible for project closeout activities, final acceptance documentation, University and system modifications. Mr. Natareno is also the project manager for the Registration Intelligent Transportation System (ITS) portion of two 1-75/1-595 ramp Professional Engineer modifications. Project Role: Project Engineer/Manager. Florida No. 58716, 2002 City of Aventura ITS, Phase 2; Miami-Dade County, FL; Client: City of Georgia No. PE037706, Aventura — Mr. Natareno was responsible for construction engineering 2013 inspection, daily reporting, and project documentation for the expansion of South Carolina No. 30557, the City of Aventura's citywide surveillance system and wireless 2013 Virginia No. 0402044701, communications system upgrade. Project Role: CEI Senior Project 2008 Engineer. Certified General Contractor Port of Miami Access Tunnel Design-Build Project; Miami-Dade Florida No. CGC1514557, County, FL; Client: Bouygues Civil Works — Miami Access Tunnel 2007 Project Engineer responsible for fabrication and quality control of four 50- Certifications ton flood gate door subsystems and quality control of ITS/SCADA systems FDOT Quality Control throughout the tunnel. Project Role: QA/QC Engineer. Manager Canada 407/East Durham Link Conceptual ITS/Toll Collection System Advanced Work Zone Traffic Design — Project Engineer responsible for development of conceptual Control ITS/toll collection system infrastructure design and basis of quantities for a FDOT Advanced MOT green field roadway capital improvement to extend toll road 407 limited FDOT Specification access tollway and East Durham Link to Highway 401. Total project length Development is 20 miles. Project Role: ITS Design Engineer. Storm-water Erosion and Sediment Control Inspector MDX General Engineering Consultant — B; Miami-Dade County, FL; Asphalt Paving, Level I & II Client: Miami-Dade Expressway Authority (MDX) — Mr. Natareno was Primavera Project Planner responsible for ITS design submittal reviews for MDX Project 83628 — SR for Windows 836 Operational Capacity Improvements Project. Project Role: Project Manager. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 54 Response to Request for Proposals(RFP)No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) ��j._--� and Smart Parking System (SPS) TR MDX SR 112, 924, 874, and 878 Advanced Transportation Management System (ATMS); Miami-Dade County, FL; Client: Miami-Dade Expressway Authority(MDX)—The project includes design, installation, and integration of 27 CCTVs and 63 MVDS into a Gigabit Ethernet network, as well as coordination with subcontractors installing 96-count fiber and electrical conduit under other roadway projects. Project Role: Project Manager for this Design-Build project. MDX SR 836 West Extension ITS; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) — As the QA/QC Manager for this project Mr. Natareno was responsible for providing quality checks of the design and installation services that TransCore performed on this contract. The project included the design, installation, and testing of three CCTVs, one HAR antenna, two HAR signs, and a Gigabit Layer 3 communication system into the existing system. Project Role: QA/QC Manager. 1-75 Freeway Management System (FMS) and Regional Transportation Management Center (RTMC); Client: FDOT District 1 — Project Manager for TransCore and primarily managed all aspects of design. He was also responsible for developing the test procedures for testing all ITS devices. This project included over DMS, CCTV, Roadway Weather Information Systems (RWIS), Vehicle Detection Stations (two types), Fiber Optic Communications, and ITS enhancements to the existing Safety Cable Barrier System. Project Role: Project Manager. SunGuideTM Traffic Management Center (TMC) Systems Design-Build; Miami-Dade County, FL; Client: FDOT District 6 — Mr. Natareno was the Engineer-of-Record responsible for civil construction drawings for a Barco Video Wall subsystem, operator consoles, office furniture, operator workstations, and other miscellaneous items for the initial build-out of the 32,000-square foot TMC serving Miami-Dade County and the Florida Keys. Project Role: Engineer-of-Record. SR 5/US 1 SunGuide ATMS Design-Build Project; Miami-Dade County, FL; Client: FDOT District 6— QA/QC management services for this project which included the design and integration efforts for FDOT and the Miami-Dade Transit Authority (MDTA) of four DMSs, 17 CCTV, and six MVDSs. Project Role: QA/QC Manager. MDX SR 836 ITS Design-Build Project; Miami-Dade County, FL; Client: Miami-Dade Expressway Authority (MDX) — Project Manager on ITS design and provided QA/QC checks of the construction for TransCore for this design-build project. The project included the design and deployment of 16 CCTVs, over 60 RTMSs, as well three HARs over a full Ethernet solution. The Gigabit backbone is achieved using Cisco 3760 Layer 3 switches and the Cisco 6509 as the core switch at the MDX TMC. In addition, a CWDM link shall be utilized to connect the FDOT District 6 TMC to the MDX TMC in order to provide larger bandwidth. Project Role: Project Manager on ITS design and QA/QC Manager. SR 826 and US 1/Upper Keys ITS Design-Build; Miami-Dade and Monroe Counties, FL; Client: FDOT District 6 — Project Engineer responsible for the ITS design for the project. The two roadways required two different communication design approaches, but tied together at the FDOT TMC to form an integrated solution. On SR 826, a Gigabit backbone design includes Cisco 3700 series switches in the field Hub with a Cisco 4500 series core switch at the TMC. Project Role: Project Engineer. 1-95 ATMS West Palm Beach Design-Build; Palm Beach County, FL; Client FDOT District 4 — Mr. Natareno was the ITS Engineer-of-Record for the project, the project included approximately 52 miles of ITS, the communication system included a fiber optic backbone, electrical services, CCTV, MVDS, DMS, RWIS, Voice over IP, HAR, Wireless, emergency Generators. The system was complementary to the inter county ITS deployment in the State. Project Role: ITS Engineer-of-Record. 1-75 and Miramar Parkway Interchange Improvements (Segment 1)—Design-Build; Broward County, FL; Client: FDOT District 4 — Mr. Natareno was the ITS Engineer-of-Record for the ITS improvements, including relocation of backbone fiber, DMS, CCTV and MVDS, the project was completed on time and received awards from the Department. Project Role: ITS Engineer-of-Record. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 55 ci Response to Request for Proposals(RFP) No.2016-199-KB "°"° °''°""''h' for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) T/ZA/ I�SCORE t and Smart Parking System (SPS) SR 23 ITS — Design-Build; Duval County, FL; Client FDOT District 2 — Mr. Natareno was the ITS Engineer-of-Record for the implementation of the ITS along a new toll road, the system was design with a Fiber Optic backbone, electrical services, CCTV, MVDS, DMS and connections to the tolling system and gantry. Project Role: ITS Engineer-of-Record. 1-4/1-275 Dynamic Message Signs (DMS) Replacement; Hillsborough County, FL; Client: FDOT District 7 — Project Engineer to design and plan the Maintenance of Traffic (MOT) plans for the replacement of existing DMS on existing structures, the replacement was to be performed with minimal impact to the general public. Project Role: Project Engineer. Metropolitan Washington Airport Authority(MWAA), Replacement of Toll Plaza Equipment Cabinets — Project Engineer to design the MOT plans for the replacement of the Toll plaza equipment, along the Dulles Toll Road Express. The work was performed at night to prevent user impacts and safety. Project Role: Project Engineer. Client References 1. Matt Pierce Chief Executive Officer, 1595 Express, LLC Phone: (954)513-3220 E-mail: mpierce@i595express.com 2. Sandra Mata,formerly with TransCore Project Manager Phone: (954)558-1867 E-mail: sandra.mata@skmprojects.com 3. Joe Folco Project Engineer, Bouygues Civil Works of Florida Phone: (305)632-2243 E-mail:j.folco@bcwf-miami.com 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 56 Response to Request for Proposals(RFP)No.2016-199-KB Inc ot,onwith for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/1NSL.ORE and Smart Parking System (SPS) JOHN "JACK" R. HOFFMAN, PE Years of Experience Adaptive Traffic Control and Test Procedures fisse 35 Work History Mr. Jack Hoffman, PE has 35 years of experience in Civil Engineering — Hoffman,Weisman & over 20 years of which are in administrative and project management Associates positions. His primary area of expertise is in the planning, design, 2014—Present construction, deployment, operation, and maintenance of intelligent Hoffman Engineering, LLC transportation systems. He has considerable experience in all aspects of 2013—2014 transportation engineering including traffic signals, traffic planning and American Lighting and assignment modeling, software programming and development, and fiber Signalization, Inc. (ALS) optic and wireless communications equipment, devices, and networking. 2008—2013 Palm Beach County Jack has worked on major projects in Florida, Texas, Massachusetts, Engineering and Public South Carolina, and Alabama. Mr. Hoffman has been a leader in the Works evolution of ITS development and deployment. He published ITS 2001 —2006 specifications for Ethernet network hardware (layer 2 and 3), video Intrepid Technology Group, encoders, and Ethernet-based traffic controllers as Signal System Manager Inc. for Palm Beach County, four years before FDOT had finalized their ITS 1994—2001 standards. He was the first to implement a large-scale Ethernet-based fiber Bechtel/Parsons Brinckerhoff optic traffic communications network in Palm Beach County with 525 Joint Venture intersections on-line by the Fall 2004. 1988— 1993 Working with Trafficware (Naztec at that time), he helped develop, test, City of Odessa, TX troubleshoot, validate, and deploy the first version of ATMS.now signal 1982— 1988 system software. Working with Naztec, he successfully tested the first Walton and Associates 'virtual' fire-rescue signal priority preemption system integrating the newly 1981 — 1982 developed computer-aided-dispatch system with ATMS.now that generated Education optimized signal timing over the length of the traffic signalized corridor MS in Civil Engineering based on the destination of the rescue vehicle. (Transportation), 1995 Ohio State University Project Experience Continuing Education PhD, ALS — US 27 Variable Speed Limit Sign (VSLS) and ITS Project; Industrial Engineering Broward County, FL; Client: FDOT District 4—Supervised installation of Ohio State University 28-Daktronics VSLS signs, 8-Vicon cameras, and Simrex wireless network BS in Civil Engineering, 1974 including 5-mile wireless backhaul to I-75/US 27 interchange to connect to North Carolina State existing FDOT District 4 fiber backbone. Developed IP schema, University programmed all devices (except VSLS). Continuing Education, Storm Water Hydrology ALS — Wireless Interconnect System for 31 Intersections; Falls North Carolina State Church, VA; Client: City of Falls Church — Designed IPNLAN schema University for Simrex 5.8GHz radio system. Conducted radio survey to determine Registration proper placement/location for installation. Generated and programmed Professional Engineer radios (scripts). Installed Simrex managed switches in controller cabinets. Florida No. 73966, 2012 Installed Lantronix device servers for serial interface between controllers Certifications and Simrex switches. Installed Lantronix Virtual Comm Server software on IMSA Traffic Signal Level III Naztec ATMS.now Server in City's IT Department. Certified Field Technician ALS - US 280 Adaptive System (SCATS) — Intersections; Shelby Professional Affiliations County, AL; Client: Alabama Department of Transportation (ALDOT) ITS Florida Technical Division 3 — Supervised installation of video detection per lane/per Subcommittee approach using Autoscope video detection system; Installation and IMSA(Member) configuration of Siemens 2070 controllers running Transcore SCATS; 31 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 57 Response to Request for Proposals(RFP) No.2016-199-KB no::«mow ti: for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) TRA/ RE. and Smart Parking System (SPS) RuggedCom RS900G fiber optic switches including network IP schema Professional Affiliations development, programming, bench testing, and integration with SCATS server; four RuggedCom RS900 Wireless switches including programming, Institute of Transportation testing and integration; Reconditioning and expansion of existing fiber optic Engineers (Member) cable within project limits and back to Division 3 offices. ITS America/Florida (Member) Hoffman Engineering, LLC— Plans, Specifications, and Bid Packages, Awards Hillsborough County Traffic Engineering Department; Tampa FL; Florida Section ITE, 2012 Client DKS and Associates — Developed plans, specifications, and bid Young Professional of the documents for fiber/copper hub upgrades at four locations including a Year countywide 'Force Account' bid package for incremental reconstruction and ITS Florida, 2012 upgrade of existing communications network and traffic control hardware. Outstanding Achievement Developed plans, specifications, and bid documents for 100 linear feet Award for the Gainesville wireless tower to transmit from Sabal Park Traffic Operations to County ATMS administration building in downtown Tampa. Project Role: Traffic Engineer. Alachua County Sheriff's Palm Beach County Engineering and Public Works; West Palm Office Certificate of Beach, FL; Client: Palm Beach County — Constructed 400 miles of fiber Appreciation, January 29, optic cable (45% aerial and 55% underground); Implemented first large 2012 ( ag—Paynes Prairie T scale Ethernet-based communications deployment of ATMS; Implemented Prairie Tragedy first deployment of ATMS.now signal system software written specifically for PBC; Piloted first Virtual Priority Corridor Signal Preemption System for PBC Fire Rescue; Installed five core switches; Installed over 550 field-hardened Layer 2; Designed and deployed countywide IP scheme; Deployed video encoders for Vicon PTZ traffic cameras; Field tested eight Cisco broadband wireless radios on Northlake between 1-95 and Alt A1A; and, on PGA between FL Turnpike and Ryder Cup Boulevard. Responsible for development of countywide signal timing plans using SYNCHRO, PASSER, and HCS. These projects included enhanced RR preemption sequencing capabilities as part of controller upgrade. Project Role: Traffic Signal System Manager. Ohio Department of Transportation License Plate Digital Image Survey; Client: Intrepid Technology Group — Wrote project custom black and white image acquisition software using Electrim digital camera to collect license plates images for ODOT travel survey projects in the Columbus and Cincinnati MPO areas. Automated image acquisition by making wire-wrapped loops inside asphalt table and place a loop in each lane with lead-ins back to low-voltage detector amplifier inputs through parallel port. Project Role: Traffic Engineer. Specific Projects included: • Traffic surveys using acquired digital images of license plates including custom written imaging software application and vehicle detection hardware (1999). • District 5 traffic count data collection project in Holmes and Guernsey counties for 200 locations (1996). • Statewide traffic license plate image data acquisition using custom software application and vehicle detection (1996). • Statewide travel surveys conducting roadway interviews at numerous locations (1995). 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 58 Response to Request for Proposals(RFP) No. 2016-199-KB ma.z«farloo wah. for Design, Build, Operation and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TR/1ORE. Client References 1. Jim Clark, PE Engineering Manager—Southeast Territory, Rhythm Engineering Phone: (703) 300-4147 E-mail: Jim.Clark@Rhythmtraffic.com 2. Greg Free! Senior Business Development Manager, Trafficware Group, Inc. Phone: (904)613-9331 E-mail: gregfreel@trafficware.com 3. S. Max Elliott, El ITS Operations Engineer—Planning & Engineering, Reedy Creek Improvement District Phone: (407)828-5227 E-mail: SElliott@RCID.org 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 59 Response to Request for Proposals(RFP)No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) TiznNSC�RE. *'_ � and Smart Parking System (SPS) , MATTHEW WEISMAN, PE Weimar. Years of Experience � Adaptive Traffic Control and Test Procedures flssocates 11 Work History Mr. Matthew Weisman has over 10 years of experience in Civil Engineering Hoffman,Weisman & with specialty focus in all aspects of Transportation Engineering and Associates Planning. He served eight years as the Traffic Engineer for the City of 2014-Present Gainesville working his way from the Engineer I position to the Manager of City of Gainesville the Traffic Operations Division and overseeing the division's 30 employees. 2006-2014 A large portion of his duties included the design, implementation, operation, Trafficware, LLC and maintenance of the county-wide advanced traffic management system 2005-2011 (ATMS), conducting traffic studies and reports for City transportation Palm Beach County issues, and reviewing studies performed by other representing the City's 05/2003-08/2003 interests. The Gainesville ATMS has been recognized by Florida 05/2006-08/2006 engineering associations and has won several awards. Since starting Education Hoffman, Weisman &Associates, Matthew has been providing expert-level MS in Civil Engineering, guidance and services to government agencies, vendors, and consulting 2009 firms. In addition to Mr. Weisman's general Traffic Engineering knowledge, University of Florida his specialty skills include traffic signal operations, traffic signal timing, BS in Civil Engineering adaptive signal control systems (ASCT), ATMS central software, modeling (Minor in Business and simulation, automated data collection, detection systems, layer 2 and Administration), 2007 layer 3 network design, programming, and deployment, TSM&O, active University of Florida arterial management (AAM), dynamic message signs, fiber optic and Registration wireless networks, and traffic management center design and operation. Professional Engineer Matthew has received numerous accolades, including the 2012 ITE Florida Florida No. 73966, 2012 Section Young Transportation Engineer of the Year, the City of Gainesville Certifications 2011 Innovator of the Year Award, and the United States Department of IMSA Traffic Signal Level III Transportation Student of the Year Award 2010 presented at TRB in Certified Field Technician Washington, DC. Matthew is currently Vice President of the International Professional Affiliations Municipal Signal Association (IMSA) Florida Section and holds Level III Senior Traffic Signal Technician Certificate. ITS Florida Technical Subcommittee Project Experience Institute of Transportation Engineers(Member) Buena Vista Drive Traffic Management System, Reedy Creek IMSA(Member) Improvement District; Orlando, FL; Client: PCS-Control Specialists ITS America/Florida Team - Matthew serves as the Project Engineer and Integrator for the ITS (Member) and ATMS design-build team for the Buena Vista Drive/Downtown Disney Awards Springs roadway construction project. The ITS portion of the project Florida Section ITE, 2012 includes 12 new full-color 20mm Dynamic Message Signs (DMS), new Young Professional of the underground fiber optic cable, seven HD Closed-circuit Televisions Year (CCTVs), Acyclica arterial travel time system (ATTS), intelligent parking ITS Florida, 2012 guidance system for the new Disney Springs parking garage, Siemens Outstanding Achievement traffic control equipment and software, SCOOT ASCT system, and a new Award for the Gainesville traffic management center which will be complete with twelve 55-inch video ATMS monitors. Matthew procured all Intelligent Transportation Systems (ITS) Alachua County Sheriffs devices, wrote the DMS specification, and also visited the Daktronics Office Certificate of factory in Brookings, South Dakota. He received Daktronics certifications Appreciation, January 29, for attending training sessions with Reedy Creek staff. Matthew's primary 2012 Interstate 75-Paynes responsibility for the Buena Vista Drive widening and 1-4 slip ramp jobs is Prairie Tragedy the delivery of a fully functional ATMS for the Reedy Creek Improvement District. Length: 1.75 miles, eight intersections. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 60 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/1NSa3RE and Smart Parking System (SPS) 1-75 Express Lanes Integration Project; FDOT District 4, 6, and Awards Florida's Turnpike Enterprise (FTE); Client: Precision Contracting Services (PCS) Design-Build Team — Matthew, as part of the Precision ITS Florida, 2011 Contracting Services (PCS) Design-Build Team, serves as project manager Outstanding Achievement for PCS on the 1-75 Express Lanes ITS integration project from Miramar Award for the Gainesville TMC Parkway to Interstate 595. The project also includes overall integration with Florida City and County separate 1-75 sections "AB" from Miami Lakes to Miramar Parkway, and Management Association's "District 6" segment from the Dolphin Expressway to Miami Lakes. The 2011 Award for Program project includes installation of multiple fiber optic cable runs, integration Excellence for the category between other segment's fiber optic cable, Ethernet network integration of greater than 150,000 between District 4, District 6, FTE Traffic, FTE Tolls, and the ITS WAN, population to the Gainesville over 70 CCTV, layer 2 switches, dynamic message sign locations, Advanced Traffic Microwave Vehicle Detection Systems (MVDS) integration with Express Management System (Group Lane costing software, and power/UPS systems. The job of the integrator is award) to give FDOT a complete integrated solution across the entire 1-75 Express United States Department of Lane corridor. This solution will utilize the FDOT express lane costing Transportation 2010 software to interpret and process MVDS data coming in between normal Outstanding Student of the travel lanes and the express travel lanes, calculate congestion pricing, and Year Award recipient display the pricing to the new dynamic message signs. Length: 11 miles. City of Gainesville 2011 Innovation Award Recipient Gainesville/Alachua County Interstate 75 ITS/Fog Detection System; Alachua County, FL; Client: FDOT District 2 — Following the January 2012 devastating crashes that left 11 dead on the 1-75 Paynes Prairie corridor south of Gainesville due to a mixture of dense fog and smoke, Matthew, as City Traffic Engineer and subsequent Traffic Operations Manager, served as Project Manager for the initial solar-powered wireless 12 CCTV interim ITS system. Subsequently, Matthew worked with District 2 and their design engineer for the design of the fog sensors, weather stations, color dynamic message signs, fog warning beacons, fiber optic cable, and camera system for the Alachua County portion from Micanopy to Archer Road (SR 24). The system also included new high resolution FLIR thermal cameras for better visuals during the night time and for dense fog. These thermal cameras are positioned along 1-75 as well as US 441 in the Paynes Prairie Reserve. The FLIR D-series camera has both the thermal image video as well as a normal HD image so the TMC operator can compare streams at all times. When the fog sensors detect low visibility, the dynamic message signs will display warning messages, and fog warning beacons will begin to flash near the entrance ramps on the arterials communicating to drivers that the corridors are experiencing dense fog. Length: 10 miles. Client References 1. Jim Clark, PE Engineering Manager—Southeast Territory, Rhythm Engineering Phone: (703) 300-4147 E-mail: Jim.Clark@Rhythmtraffic.com 2. Greg Freel Senior Business Development Manager, Trafficware Group, Inc. Phone: (904)613-9331 E-mail: gregfreel@trafficware.com 3. S. Max Elliott, El ITS Operations Engineer—Planning & Engineering, Reedy Creek Improvement District Phone: (407)828-5227 E-mail: SElliott@RCID.org 4.1 Qualifications of Key Personnel-Resumes Tab 4--Page 61 n Response to Request for Proposals(RFP) No.2016-199-KB °°"°"°'° "'h for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRnNsCORE. FRANK NEUPERGER SIMREX Years of Experience Wireless Services Consultant CORPORATION 37 Work History Mr. Neuperger has over 30 years of experience in technical and Simrex Corporation management roles in both product development, engineering services and 1990—Present project management with most of the focus on communications. This Centrax Inc. experience includes global deployments of terrestrial, airborne and satellite 1998— 1999 communications systems as well as 15 years in transportation, SCADA, ARIA-GLB Wireless and Aerospace and 12 years overlapping in Traffic and Intelligent 1996— 1998 Transportation Systems (ITS) industry. His Traffic/ITS background includes Satloc Inc, technology development, project management, general management 1992—1996 communications/ITS design, communications/ITS commissioning, Envirogear integration, testing, test procedures preparation and troubleshooting of ITS 1988— 1989 and network devices, device development and solution development. Mr. Optical Recording Neuperger has been responsible for the communications system design, Corporation ITS device development, ITS project integration and testing in CONUS and 1985— 1987 Canada with most of the ITS device development work in Florida. Maltech Research 1981 — 1988 Project Experience Garrett Manufacturing Region Wide Wideband Traffic/ITS Communications Network; Ontario 1981 — 1982 Canada; Client: Regional Municipality of Niagara — Traffic/ITS Varian Canada communications network of 225 Radios and 113 fiber nodes in a 715- 1980— 1981 square mile area that includes 5 cities, 5 towns and 2 townships. Devices Education supported include Serial and IP traffic controllers, Preemption, and IP Graduate Study and cameras. Additional contact closure wireless links support traffic rerouting Research, 1985—1987 flashers for locks and lift bridges on the Welland Canal, school zone flasher BS in Electrical Engineering, systems and warning flasher systems. Most of the flasher systems are 1985 solar powered. Provided services for design, training. Simrex manufactured McMaster University, all wireless communications product for the system. Simrex has trained the Hamilton, Ontario, Canada end user to be self-sufficient in network expansion but assists periodically. Computer Electronics System expansion is ongoing. Project Role: Management, design, training. Technologist, 1981 Citywide Wireless Expansion of Traffic/ITS Network; Tempe, AZ; Electronics Technician, 1979 Client: City of Tempe — Wireless Expansion of Traffic/ITS network Mohawk College of gylied Arts and Technology supporting traffic controllers, sensors and CCTV cameras. Services Hamilton, Ontario, Canada provided were network design, design assistance and management of field Professional Affiliations commissioning support/training to the Installation contractors. 4900 MHz Licensed frequency was used due to customer concern of interference IMSA Sustaining Member from city wide Wi-Fi at 5800 and 2400 MHz. Some of the paths in this system are the longest corridors Simrex has implemented without the use of Dish antennas. Tempe has two parallel corridors of four miles supporting approximately four nodes on each link without the use of repeaters. Many others are 1 to 3-mile paths. Additionally, at the City's request, an ETH Extender device was developed and a number have been deployed. The ETH Extender can supply 100 Mbps and 25W of POE up to 1800 feet with only Cat 6 cable. Simrex also developed custom riser brackets and clamps that are compatible with Tempe's modular sidearm systems. System expansion is ongoing. Project Role: Management, demonstration, design and training. US 27 Variable Speed Limit System (VSLS) — Phase 1 (FPID 425816-1-52-01); Broward County, FL; Client: FDOT District 4 — Simrex was responsible for the wireless communications system design, 4.1 Qualifications of Key Personnel—Resumes Tab 4-Page 62 Response to Request for Proposals(RFP) No.2016-199-KB °association with for Design, Build, Operation and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) It and Smart Parking System (SPS) TRnRE communications equipment supply, configuration commissioning support and training. Simrex also manufactured the communications equipment. The Simrex CRMS network management system was also configured and provided. The system is comprised of 20 Nodes spread over a 9-mile section just south of I- 75. The longest wireless hop is approximately six miles. Three repeaters were used. Equipment specifics: 28 VSLS signs and five CCTV cameras for verification, 25 DataMover WB 5800 MIMO Radios. Project Role: Management, path study, design, commission support, training. CCTV/ADMS, 5800 MHz Wideband Wireless Communication Network with Fault Tolerant Wireless AP Nodes - Section 5; Miami-Dade County, FL; Client: FDOT District 6 - ADMS installations at six interchanges with CCTV verification. Simrex was responsible for the wireless communication system design and wireless communications equipment manufacture/configuration/supply. The system is comprised of a cluster of radios at each of the six Interchanges. The end user was concerned about using 5800 MHz, an unlicensed frequency and required a measure of fault tolerance in the design in case the channel was occupied or jammed. In response to the requirement, each cluster is set up such that if the current unlicensed channel becomes unavailable due to interference or channel availability, the client radio at the ADMS location automatically changes to another channel. The design inherently makes the hardware at the AP node fault tolerant as well. If one AP fails, the other AP takes over. Project Role: Project Manager for wireless design, path study, commissioning support. 1-75 (Alligator Alley) Highway Runoff Beacon System; Client: FDOT District 1 -This project involved a 50-mile stretch of Alligator Alley, an interstate roadway with canals running parallel for most of the length along each side. The Florida Highway Patrol (FHP) discovered that there was an alarming number of fatal crashes involving the canals. Many of the errant vehicles crashed right through the chain link by passing under it with the fence giving way and then falling back into place making it difficult to locate the crash. Drownings were common. The solution was a system of detectors at 800-foot intervals that used a wire threaded through the fence to detect an impact. This would trigger a strobe light at the detector location. The strobe would alert passing motorists to call 911. The problem was that many passing motorists did not know why the light would be flashing; or a battery could fail without alerting maintenance crews - good concept, but low efficacy and maintainability. The solution was to network the detectors and monitor them from a central point. It had to be wireless and solar powered and interface with SunGuide hence low power and IP addressable to SunGuide. At the time, there was no IP wireless technology that could meet the RF range and low power requirements. Simrex was approached by TransCore and came up with a novel solution that used conventional Simrex low power and long range serial radio technology and through the development of two layers of proxy servers, made the low power devices IP addressable and compliant/conversant with SunGuide Protocol. The system has a notification latency of -3.5 seconds and can direct first responders with twice the accuracy of a strobe beacon alone. The system also monitors node health 24/7 so high up time was possible. Several lives have been saved on account of the system. 285 Solar wireless nodes are now active. They are served by-16 fiber connected wireless master stations that feed a server based proxy server provided by Simrex. Project Role: Program Manager for Simrex scope and Project Manager for development of Integrated Enclosure/Antenna, RF path Plan, commissioning support, training. RADS (Roadside Animal Detection System), US 41 Florida near Everglades City; Client: FDOT District 1 - In 2012, the FDOT installed a roadside animal detection system (RADS) on a 1.3-mile section of US 41 near the Turner River in Big Cypress National Preserve. This location, approximately 40 miles east of Naples, was identified by wildlife agencies as a critical hotspot for vehicle-related deaths of the Federally endangered Florida panther. The intent of RADS was to reduce wildlife-vehicle collisions and improve motorist safety. Target species included Florida panther, Florida black bear, bobcat, white-tail deer and American alligator. The RADS functions by projecting a continuous infrared beam between multiple integrated transmitters and receivers. When an animal crosses the path between a transmitter and receiver 4.1 Qualifications of Key Personnel—Resumes Tab 4-Page 63 Response to Request for Proposals(RFP) No. 2016-199-KB no:sudor cnwth for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) R and Smart Parking System (SPS) the beam is broken which triggers flashing lights, a warning sign that alerts drivers of wildlife in the roadway. Simrex's role was full turnkey development and manufacture of the controls, sensors and communications solution. TransCore was the prime and installed the system with commissioning support from Simrex. The project requirements called for an aggressive timeline to develop sensor technology that had three to four times the range of the current state of the art at the time. Both sides of the road for 1.4 miles required the use of-26 optical IR beam traps including magnetic detectors to mask triggers from vehicular traffic on side roads. All components are solar powered and interconnect between the 26 nodes is wireless. A LINUX web server consuming only 'IA W of power was also field installed and equipped with 4G modem which provided web based monitoring and system control. Project Role: Program manager for Simrex scope, project manager for optics development, training. Client References 1. Ed Hernandez Project Manager, formerly with Broward County(US 27 VSMS Phase 1) Phone: (954)934-1625 E-mail: eduardo.hemandez@dot.state.fl.us 2. Howard Murray Manager, Traffic Operations, Regional Municipality of Niagara Phone: (905)685-1571 E-mail: howard.murray@niagararegion.ca 3. David Lucas Civil Engineer, ITS/Transportation Systems Management, City of Tempe Phone: (480)350-8666/(480) 356-7252 (Cell) E-mail: David_Lucas@tempe.gov 4. Roger Marrero, Vice President, TransCore (FDOT D1 projects, RADS, Beacons) Phone: (954)342-0690/(305)992-0593 (Cell) E-mail: roger.marrero@TransCore.com 5. Peter Eugene Senior Project Manager, TransCore (FDOT D6, Sect 5 ADMS project) Phone: (954) 342-0690/(954)702-9981 (Cell) E-mail: Peter.Eugene@TransCore.com 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 64 Response to Request for Proposals(RFP) No.2016-199-KB In association with. for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRANS-nd Smart Parking System (SPS) S-63-RE HERNANDO R. RAMOS, PE Years of Experience Geotechnical Engineer • 38 Work History Mr. Ramos is a geotechnical engineer with more than 38 years of HR Engineering Services, experience with transportation, industrial, ports, civil and projects. His Inc. experience includes design, planning, execution of new geotechnical 1999-Present projects and the remedial procedures to correct foundation problems of Law Engineering Services, existing structures, extensive involvement with axial and lateral pile Inc. analyses, slope stability evaluation on retaining walls and embankment 1988-1998 projects using geosynthetic reinforcement. Other specialties include design Graduate Studies in FIU and of numerous retaining walls types such as mechanically stabilized earth, Georgia Tech reinforced concrete, sheet pile cantilever and anchored walls. 1983- 1988 Caminos Vecinales Project Experience (Colombia) 1978-1982 SR 826/1-75 Express Lanes Project, from South of SR 836 to NW 170th Education Street- Design-Build; Miami-Dade County, FL; Client: FDOT District 6 - Design (ongoing): Providing all the final field exploration and geotechnical MS in Civil Engineering, 1988 design of the project. The construction of the express lanes includes the Georgia Institute of widening of all existing bridges, from north of NW 25th Street to NW 138th Technology Street, construction of one new bridge connecting the express lanes from MS in Civil Engineering, SR 826 to 1-75 and two new 2-span bridges over SR 924 Ramps. Most of 1986 the bridge widenings are supported on 18-inch square prestressed Florida International concrete driven piles. The new bridges are supported on 24-inch square University prestressed concrete driven piles. The project also includes the design and BS in Civil Engineering, 1978 construction of a new anchored bulkhead along Peter's Pike Canal, from University of Cartagena, north of NW 103rd Street to 1-75 South Ramp to SR 826 to help Colombia accommodate the widening of SR 826 and miscellaneous sign and gantry Registration toll structures. Construction (ongoing) - Performing 100% dynamic pile Professional Engineer load testing (PDA) estimating pile order lengths prior testing to speed up Florida No.42045, 1989 the construction. In addition, performing CSL testing on miscellaneous shafts. Project Role: Geotechnical Engineer. SR 826/SR 836 Palmetto Expressway/Dolphin Expressway Interchange Complex - Design-Build; Miami-Dade County, FL; Client: FDOT District 6 - Design (2015): Reconstruction of entire interchange, including 46 new bridges (four of them are segmental bridges), embankments, MSE walls and miscellaneous structures. Provided all the final field exploration and geotechnical design of the project. The bridges are supported on 24 and 30-inch square concrete piles. Due to the high column loads at the segmental piers, the foundation design included a group axial and lateral pile analysis using FB-MultiPier program, combined with an axial rock punching shear analysis to be able to bear the piles on the second, relatively thin rock layer. Construction (2015): Performing dynamic pile load testing (PDA) and verification testing for the project, providing pile lengths and driving criteria. In addition, performing CSL testing on miscellaneous shafts and PIT on driven piles. Project Role: Geotechnical Engineer. Widening of SR 83/1-75, from North of SR 80 to South of SR 78 - Design-Build; Lee County, FL; Client: FDOT District 1 - Design (completed 2013): HRES provided final field exploration and geotechnical design for the entire project. It consists of the widening and reconstruction of approximately 1.6 miles of roadway and four bridges, including the widening of the left and right bridges over the Caloosahatchee River in Fort Myers. The two, 3,900 long bridges are being widened to the inside. The bridges are supported on 63 bents as follows: two end bents, 41 pile bents and 20 intermediate piers. The bridge is about 65 feet high at the ship crossing. Due to the pile bent heights, the foundation design included the analysis of multiple pile bents for axial and lateral pile analyses using FB-MultiPier program. Each pile bent had three Qualifications of Key Personnel-Resumes Tab 4-Page 65 Response to Request for Proposals(RFP) No. 2016-199-KB °°::«bib°w h: MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) T ic21_.CARE and Smart Parking System (SPS) piles, two of them had to be battered to avoid the existing battered piles and provide the require stability. The bridge used 24-inch driven piles for the end bent and pile bents and 30-inch driven piles for the piers. Most of the bents required ship impact and scour. Construction (2015): performed dynamic pile load testing (PDA) and verification testing for the project, providing pile lengths and driving criteria. In addition, performed CSL testing on miscellaneous shafts. Project Role: Geotechnical Engineer. 1-95 Managed Lanes, from SR 112 to Golden Glades Interchange—Design Build (FPID No. 415456-1- 52-01); Miami-Dade County, FL; Client: FDOT District 6 — Design (completed 2009): Provided all the final field exploration and geotechnical design of the project. 1-95 Bridges widening— Performed group axial and lateral analyses using 18-inch square prestressed concrete driven piles for the 1-95 bridges. For I- 95/SR 112 Interchange flyovers, retrofitted all the existing piers using 13.6-inch diameter steel driven piles and 7-inch diameter micropiles while the traffic was open on the flyover structures after bridge retrofitting, the closest piers to 1-95 were removed to be able to widen the roadway and the extra new loads were taken by the retrofitted piers. In addition, included the design of new retaining walls, miscellaneous structures, and widening of the roadway embankments. Construction (completed) - Recommended dynamic pile load and verification testing (PDA) at every bridge widening and bridge foundation retrofit. Recommended static load test on micropiles used to retrofit bridge bents. Provided production pile lengths and driving criteria. Project Role: Geotechnical Engineer. NW 25th Street Viaduct from NW 22nd Street to SR 826; Miami-Dade County, FL; Client: FDOT District 6 — Design: Group axial and lateral analysis of 24-inch square prestressed concrete driven piles. The viaduct structure has a maximum span of 220 feet. Our recommendations for minimum pile tip elevations were based on the lateral analysis, combined with an axial rock punching shear analysis to be able to bear the piles on the second, relatively thin rock layer. Construction: Recommended dynamic pile testing (PDA) at every pier located in the canal and at every other pier located in the ground. PDA testing (including verifications) was conducted and production pile lengths and driving criteria were provided. Performed PIT on driven piles. Project Role: Geotechnical Engineer. Client References 1. Teresa Alvarez, PE Project Manager, FDOT District 6 Phone: (305)470-5142 E-mail: teresita.alvarez@dot.state.fl.us 2. Mario Cabrera, PE Project Manager, FDOT District 6 Phone: (305)640-7446 E-mail: mario.cabrera@dot.state.fl.us 3. Jason Chang, PE Project Manager, FDOT District 6 Phone: (305)640-7446 E-mail:jason.chang@dot.state.fl.us 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 66 In Response to Request for Proposals(RFP)No.2016-199-KB °'°°"°'°°with for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) a and Smart Parking System (SPS) TR� RE MANUEL G. VERA JR., PSM ` M.G. VERA Years of Experience Surveyor and Mapper ASSOCIATES,Inc. 33 Work History Mr. Vera Jr. is a registered Land Surveyor with more than 33 years of Manuel G.Vera& experience with the company and throughout the state of Florida. He has Associates, Inc. managed a variety of survey contracts and projects for the Florida 1983—Present Department of Transportation, Miami-Dade County, Miami-Dade Education Expressway Authority, City of Miami, and numerous Engineering and BS in Legal Studies, 1994 Design firms. Mr. Vera has performed and managed all types of surveying Nova Southeastern services including: Design Surveys, Right-of-Way Control Surveys, Right- University of-Way Mapping, Platting, Construction Layout, As-built Surveys, Drainage AS in Land Surveying, 1988 Surveys, etc. Mr. Vera is a Senior Surveyor and Mapper as well as our Miami Dade College Senior Project Manager. He has extensive experience in the management Registration and coordination of survey projects involving a variety of surveying Professional Surveyor and techniques such as Aerial Surveys, Conventional Ground Surveying, Mapper Utilities designation, etc. Florida No. 5291, 1999 Professional Affiliations Project Experience Florida Surveying and Miscellaneous Storm Water Infrastructure Surveys — Master Plan Mapping Society(FSMS) Basins (E12-PWWM-01); Miami-Dade County, FL; Client: Miami-Dade County Department of Transportation and Public Works — Provided a Full Design Survey including Topographic survey; established Horizontal and Vertical Project Network Control; locate all structures and identify the type of structure, rim elevation, pipe invert elevation, bottom of structure, inside dimensions, pipe materials, direction, size and condition. Length: 1.0 mile. Project Role: Project Manager. Homestead Extension of Florida's Turnpike (HEFT) at SR 821/Campbell Drive Interchange; Miami- Dade County, FL; Client: Florida's Turnpike Enterprise — Provided a Full Design Survey including: the establishment of horizontal (NAD 83/90) and vertical control (NAVD 88) networks, survey baselines and Right-of-Ways were established as per Department Right-of-Way Maps; Topographic and Digital Terrain Model (DTM/3D) Survey was prepared from right-of-way to right-of-way, along the area proposed; Drainage structures and above ground features where identified and shown on the Survey. Length: 3.0 miles. Project Role: Project Manager. Bridge #874232 Replacement over Coral Gables Canal; Miami-Dade County, FL; Client: FDOT District 6 — Provided a Full Design Survey including Topographic survey and DTM from Right-of-Way to Right of Way along SW 75th Avenue from SW 24 Street/Coral Way to South Waterway Drive. All above ground features and improvements were located; Canal Soundings were performed on the Coral Gables Canal; A control survey of bridge site was performed using 3D High Definition Laser Scanning Technology. Length: 0.5 mile. Project Role: Project Manager. Design Services for SR 824/Pembroke Road (East of 1-95 to US 1); Broward County, FL; Client: FDOT District 4 — Provided a Full Design Survey including: the establishment of horizontal (NAD 83/90) and vertical control (NAVD 88) networks, survey baselines and Right-of-Ways were established as per Department Right-of-Way Maps; Topographic and Digital Terrain Model (DTM/3D) Survey was prepared from right of way to right-of-way, along the area proposed; Drainage structures and above ground features where identified and shown on the Survey. Length: 1.5 miles. Project Role: Project Manager. PortMiami Terminal H Maintenance Dredging; Miami-Dade County, FL; Client: Miami-Dade County Seaport Department — Task driven contract performing miscellaneous services for projects within the Miami Dade seaport and adjacent areas, roadways, etc. Under this task MGV provided pre-construction bathymetrical survey support. Length: 0.3 mile. Project Role: Project Manager. 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 67 Response to Request for Proposals(RFP)No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) Tiznf J 2E. and Smart Parking System (SPS) Client References 1. William "Bill"Arrata, PSM Project Manager, FDOT District 6 Phone: (305)470-5249 E-mail: william.arata@dot.state.fl.us 2. Paul Doll, PSM Project Manager, FDOT District 4 Phone: (954)777-4579 E-mail: paul.doll@dot.state.fl.us 3. Frank Panellas, PE Project Manager, Trace Consultants Phone: (305)338-1509 E-mail: fpanellas@traceci.com 4. Carlos Zea, PE Project Manager, AECOM Phone: (305)262-7466 E-mail: carlos.zea@aecom.com 4.1 Qualifications of Key Personnel-Resumes Tab 4-Page 68 4.2 Certifications Tab 4: Qualifications of Key Project Personnel Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services Ij MIAMIBEACH for on Intelligent Transportation System (ITS) TRnNSC. RE. _ and Smart Parking System (SPS) an9 -'� 'rear'r9 4.2 Certifications The TransCore team is providing the following certifications for your review for compliance with the RFP requirement for possessing the following certifications: a. Traffic Signal Construction Technician Level II, by International Municipal Signal Association (IMSA). • Charles (Chuck) Napolitano (TransCore)— IMSA Level III (exceeds Level II requirement*) • Matthew Weissman, (Hoffman Weissman &Associates)— IMSA Level III (exceeds Level II requirement*) `Please note that IMSA Level Ill is granted when IMSA Level I& II are attained thus exceeding the RFP requirement of Level ll b. Florida Department of Transportation Advanced Maintenance of Traffic Course certificate. • Carlos Rolon (TransCore)— FDOT Advanced MOT • Arturo Espinosa (BCC)— FDOT Advanced MOT • Hugh Stetter(ASC Logic)— FDOT Advanced MOT Please note that all other TransCore Team documents, licenses and certificates related to the pre-qualification requirements of the RFP can be found in the Appendix. 4.2 Qualifications of Key Project Personnel-Certifications Tab 4-Page 69 Response to Request for Proposals(RFP)No.2016-199-KB in assocrotion with: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRAIRE. , and Smart Parking System (SPS) eryalneeri'n a' 45" - f-'1 f.7"--. ,-- r >-- ,. ."1:1.'"' r .. 1-141761*-r". *. ...._, ,.., 0,..• , Your l'Irtner trl ,1,1811( Ttyy9-1;c75ional Renewal PrOgranit -1 ): 11t ie It A-fri~n. That r „,‘ '41..-4:1 . Charles Napolitano heivl>y co.ttb ea'tt,f 1 ::lahr:,,,„,:el#na44,v;5.71,7,,,,, ,e„w,riechnicuz'n,,,,a:z.":e!„.„-.1,1,„..1, , .... ..,, , L ' , ,,,, 4.,,.. t f,„ ,:.,,,,./ik-at,,,,( ,,Mil Ntettlt‘1,11,0 I.Aprth 2014 , , CE 25278 ita ' .".'"** ' 1pq "'' 4','"'1 '"'"" • " -.1 .: "?.'7,^Y'-''':.'77 „ ,.4 ,,, 4t.,1:::, .,4 ' i,,v, ;,,,J,,v; ,::,,4u- -„.4 • ;1)44zoTzr, 4,,N,,,LN.Lfi,v,... -..-;:,..,:sit:4111.4,22,-....;... .,,...0,t. : .?<” V:::::,,,,, Ql.a.V. "iri - ..• .-',... A'151.-.71P_I IL. J.,,,' nIAMO,'"t , •`...'t orrritts) 47.--- -----\\•, ....„...r.„:„.. te, 6 tivIsA 1.; Traffic Signal Program ' 0\ -41VTV try Matthew S. Weisman, P.E. is/Ierthy certilledas a Traffic Signal Level Ill Senior 1,ie1d Technician on.9/1467715 Valid Thru . • 7.)pl.... ,-,,,,..4,tile I .11:,......,,,.... ,......_ .., ,,,,...... -- - .,._.".'3,.:•:.".. 'i*V224 1 ,* e,...f, ,,-, ,0,,.. A,-,,=Tr7,17044:::, ,e: --. .....,.x..."-5-.6..:, -..:. 4.2 Qualifications of Key Project Personnel-Certifications Tab 4-Page 70 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services IA"^'1 I BE,4CH for an Intelligent Transportation System (ITS) �� 11.9 and Smart Parking System (SPS) ,R/�1VJWRE, it Z Certificate of Completion Carlos A. Rolon Has Completed a Florida Department of Transportation Approved Maintenance of Traffic (MOT) Advanced Course. 11/05/2019 37 Catherine Witt z1 Expiration Dale FOOT Providers Instructor CehitcaIe a #FAI ATSSA F D OT 15 Riverside Parkway Ste.100 Fredericksburg.VA,FL www.atssa.wm SAFER ROARS SAVE LIVES donna.clark@alssa.com For more information about Maintenance of Traffic(MOT)or to verify this www.moladmin.com ill 1J V' FLORIDA INTERNATIONAL UNIVERSITY Safety Training Certificate of Completion This is to certify that Arturo Espinosa has satisfactorily completed the 7''' Maintenance of Traffic Advanced Level Training FDOT Course No.BT-05-0079 on this date: September 8,2012 Refresher Date: September 8.2016 / r ' fining Instructor CT3 Director.Provider*119 4.2 Qualifications of Key Project Personnel—Certifications Tab 4—Page 71 In association with Response to Request for Proposals(RFP) No 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/ 1cg6;E. and Smart Parking System (SPS) t ,rgrcer g I 4, Certtficate of qv uattitratton This certifies that Hugh Stetter DO r APPrOred Gnir)r Advanced Maintenance of Traffic Conducted at Pompano Beach on 4/30/2013 6111 Instructor: Richard Cabrera Expiration Date:5/1/2017 T2 *CTT 4.2 Qualifications of Key Project Personnel-Certifications Tab 4-Page 72 TAB 5 • PRIOR WORK HISTORY AS A TEAM ... „ D co u, ,z4 a� Response to Request for Proposals(RFP)No.2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Services TR At an Intelligent Transportation System (ITS) T/AtGWRE. and Smart Parking System (SPS) 5.1 Prior Work History as a Team TransCore fully understands that the success of a multi-phased services contract is primarily dependent on the team and individuals assigned to the project. Staffing qualifications, experience and commitment to complete the project will be the key ingredient to a successful project delivery. The TransCore team, led by TransCore and BCC Engineering (BCC) have, and continue to, work together on a number of highly visible transportation programs in South Florida. Most notably, TransCore and BCC recently worked side-by-side in the $559M interchange reconstruction for SR 826 and SR 836 (Section 5) on behalf of FDOT District 6 and the Miami-Dade Expressway Authority (MDX). This project just received final acceptance in September 2016 and both TransCore and BCC are proud of our accomplishments in this signature project in Miami-Dade County. Additionally, TransCore received final acceptance in early 2016 of the SunGuide TMC Upgrade and Control Center Retrofit design-build, with our lead designer ASC-Logic, who will be supporting BCC as part of the TransCore team during the design phase of your City of Miami Beach ITS and Smart Parking program. TransCore has selected a complete team comprised of strong firms in an effort to provide the City of Miami Beach with the highest level of service. We selected our teaming partners based on their particular area of expertise and our first-hand knowledge of their performance. TransCore has a high degree of confidence in the abilities of all of the firms on our TransCore team to serve the City of Miami Beach very capably. Most importantly, TransCore and its key staff have an extensive work history with all subconsultants on the team for this project. Key staff from TransCore and BCC have previously worked on similar projects, most notably the SR 826/836 Interchange, Section 5 Design-Build Project highlighted above along with the ongoing Palmetto/I-75 Express Design-Build Project which provides the TransCore team with a history of successfully completing a complex project (Section 5) as a team as well as continuing our partnering on other strategically important transportation initiatives (Palmetto and 1-75 Express projects) in South Florida. We have provided examples in this section for your review along with the key team members involved. 5.1 Prior Work History as a Team Tab 5—Page 1 Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) - alland Smart Parking SystemSPS TRn,cSWRE. £ (SPS) , ', gceerog r 1 �rwaa�-onus ,441e4 'oil*!. .. ,war xutlp�, ` . ilk . .Q ., 1 .. - - s.x... , L r a s Section 5 — SR 826 (Palmetto Expressway) and SR 836 (Dolphin Expressway) Interchange Improvements Miami-Dade County, FL Years Project Constructed(or"under Arturo Espinosa,designed, installed,configured,and tested construction"): 2011 to Present a DWDM(Dense Wave Division Multiplexing)transport Project Cost: $559M communication system that allowed a fully redundant Contract Method: Design-Build bypass of several gigabit Ethernet backbone links that were Company's Role: ITS Implementation-BCC being transported through MDX's Fiber optic cable in the Engineering-Prime Designer;TransCore-Sub- region of SR 836 and SR 826.The purpose of this link was Contractor; Manuel G.Vera&Associates-Sub- to take all the backbone links out of harm's way during the Contractor; HR Engineering Services-Sub-Contractor long and complicated construction of the new SR836/SR Key Project Managers: Peter Eugene, Charles 826 interchange. Napolitano, Roger Marrero, Carlos Rolon,Ariel Millan, This DWDM system has two hot standby redundant links Arturo Espinosa, Manny G.Vera Jr., Hernando Ramos through the north and south sides of Miami-Dade ITS The ITS scope for the project includes installation of six Fiber infrastructure. Both DWDM links multiplex several freeway DMS structures on SR 826 and SR 836 on the separate Ethernet gigabit links over a single fiber pair.This approaches to the interchange including all the required innovative multiplexer system has kept the ITS Ethernet power and communications infrastructure.Seventeen network communications from any disruptions caused to ADMS structures are also being installed as part of this the original buried fiber optic cable by the Section 5 project project on arterial roadways in highly urbanized areas, construction since its implementation in 2010. communications for these signs are either wired or wireless deepening the specific needs at each location. The project includes upgrades to an existing hub located in the interchange as well as installation of various CCTV cameras and MVDS and relocation of an existing Highway �j I' ^ ,/-/-•/ i- r Advisory Antenna. Due to the complex maintenance ,/ V / of traffic scheme required for a project of this scale a M.G. VERA wireless system for ITS communications was utilized e1 during construction to eliminate conflicts with existing =, &ASSOCIATES,Inc. • • infrastructure and multiple relocations of temporary fiber. fr., engineering 5.1 Prior Work History as a Team Tab 5—Page 2 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) rbAfc JWRE. and Smart Parking System (SPS) s ,..--\---„,„ w ,, ,r a, 4 I . , yy� .y } 1 j •,_, pit y,. _, + I" `. , �J v\, 1 r m SR 826/1-75 Express Lanes Project Miami-Dade County, FL Years Project Constructed (or"under construction"): Under Construction Project Cost: $243M Contract Method: Design-Build Company's Role: BCC Engineering—Prime Designer;TransCore—Sub-Contractor; Manuel G.Vera& Associates—Sub-Contractor; HR Engineering Services—Sub-Contractor Key Project Managers: Luis Rodriguez, Oscar Oliva, Joan De La Rosa, Liduan Mendez, Charles Napolitano, Roger Marrero, Carlos Rolon, Manny G.Vera Jr., Hernando Ramos The Project includes the addition of approximately 13 miles of Express Lanes to be constructed;ten(10)miles along the SR 826(Palmetto Expressway)and three(3)miles on 1-75(SR 93).On SR 826,one to two express lanes in each direction will be provided beginning approximately 0.20 miles south of West Flagler Street(south of SR 836)up to a point south of the NW 154th Street Bridge.On 1-75,one express lane will be provided in each direction from SR 826 and to NW 170th Street(2.0 miles south of the Miami-Dade/Broward County Line). Improvements consist of widening both SR 826 and 1-75,reconstruction on SR 826,new construction in the median of 1-75, and an elevated structure connecting the Express Lanes on SR 826 to the Express Lanes on 1-75 requiring 14 bridge widenings, retaining walls, 88 sign structures, and noise barrier walls.The elevated structure consisted of a continuous steel box girder bridge with multiple steel integral pier caps.The project scope also includes new drainage,lighting,Intelligent Transportation Systems(ITS),signage,and landscape. /�/� /� - M.G. VERA Tip/ ► SCORE 1, &ASSOCIATES • illi` 4 engineering 5.1 Prior Work History as a Team Tab 5—Page 3 Response to Request for Proposals(RFP) No. 2016-199-KB In assocohon with for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRAM. . A I L. Xr 9 :%.71141111:r 1111, w---..... \•.- /t IS fi:-:r:-, _ 6 apt _ _ • _ ,A Vito' • -----------A !!01-"r".r7 -- -"/ * ,li We.'''..i . 1 ale s K - . z,..„.<.i..---; „,.'----------::::.*71. - :: --- - ' ..-, /1:10). .p „ . . _.... .... N,i,• •t, ,- , ir a •4. FDOT District 6 — Transportation Management Center (TMC) Control Room Retrofit Miami-Dade County, FL Years Project Constructed (or"under construction"): 2015 Project Cost: $3.3M Contract Method: Design-Integration-Build Company's Role: TransCore—Prime Contractor;ASC-Logic—Sub-Consultant Key Project Managers: Roger Marrero, Charles Napolitano, Carlos Rolon, Hugh Stetter, Joseph Snyder* TransCore as Prime Contractor,along with ASC Logic as lead designer,were responsible for FDOT D6 SunGuide Transportation Management Center video wall and control room upgrade.An extensive upgrade to the existing control room is required to be delivered while maintaining 24/7 operations. Demolition,expansion and construction will include relocation of existing video wall,a new row of video wall cubes to be added, in addition a new row of operator consoles will be added,new work stations and layout,carpeting, lighting,sound proofing,electrical and various upgrades,stations and layout,carpeting, lighting,sound proofing,electrical and various upgrades. f 'Joseph Snyder,former FDOT D6 TMC Operations Manager, TR ^ C�j-�p c ASC was heavily involved in coordination efforts for the TMC retrofit. '`/ , J wI`L Locic 5.1 Prior Work History as a Team Tab 5—Page 4 Response to Request for Proposals(RFP) No. 2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) �— and Smart Parking System (SPS) TR/1NSCORE. e�cerr4 i a Jff"i 1 `� r . ere,- 4111111111.F.' /I1! P* -_ I; r1-10dbitik.,,.- "Mwk� Port of Miami Tunnel Miami-Dade County, FL Years Project Constructed(or"under construction"):2014 Project Cost: $3.3M Contract Method: Design-Build-Integration-Operation-Maintenance Company's Role: ITS/SCADA Implementation—TransCore—Sub-Contractor, ASC-Logic(Design Sub)—Sub-Contractor;Simrex—Sub-Contractor, BCC Engineering—Sub-Contractor Key Project Managers: Roger Marrero, Peter Eugene, Charles Napolitano, Hugh Stetter, Frank Neuperger TransCore is responsible for the final deployment, ITS,SCADA systems as well as the build out of local Control Center on Watson and Dodge Island. Installation and integration included DMS,CCTV,OHVD, PCTS, PA, Gates, LUS,AM/FM Rebroadcast System,LFC,and Fiber Optic Backbone. BCC's work:Traffic analysis of the Miami Access Tunnel(MAT)Team Concept within Dodge Island for the PortMiami Tunnel Project.Analysis involved field reviews of the port area and review of previous studies developed for PortMiami. I TR/1S /`� E. SRAE4J LOGIC ..nCJIf'r?@flora 5.1 Prior Work History as a Team Tab 5—Page 5 Response to Request for Proposals(RFP) No.2016-199-KB inossoaotion with: for Design, Build, Operation, and Maintenance Services ��/-��-�- MIAMIBEACH for an Intelligent Transportation System (ITS) TR/1/ JWRVE. and Smart Parking System (SPS) _ .,�,F ..R• �./'_" . • i, .�,,itor yr. 's t . ,'' fly i x,+ .r+�• =sem' .i` ,r ,- -,... ,,.Ii 1 ,. 3 j% r �' . t I . ~ ! . .' , 1Yx Z • / t'1 1 fY s� ` t / `,( \ i :. % - mak_ t ^ / SR 874 Ramp Connector to SW 128th Street Miami-Dade County, FL Years Project Constructed(or"under construction"): 2018 Project Cost: $40M Contract Method: Design-Build Company's Role: BCC Engineering-Prime Designer; Manuel G.Vera&Associates-Sub-Contractor; HR Engineering Services-Sub-Contractor Key Project Managers: Luis Rodriguez, Oscar Oliva, Joan De La Rosa, Liduan Mendez, Manny G.Vera Jr., Hemando Ramos This project includes High Definition(HD)Closed Circuit Television Cameras(CCTV),Dynamic Message Sign (DMS), Microwave Vehicle Detector System(MVDS)and a 144 count single mode fiber optic backbone to be installed in the new flyover connector.This project starts in the SR 874 highway and through the connector it ends in an arterial street. ITS devices are on both the highway side and arterial street. M.G. VERA 111 lig -,," &ASSOCIATES,Inc. • engineering 5.1 Prior Work History as a Team Tab 5-Page 6 Response to Request for Proposals(RFP) No.2016-199-KB I"association ""°" for Design, Build, Operation, and Maintenance Services _ MA,�d^,iBEACH for an Intelligent Transportation System (ITS) TRn/Vs RE, and Smart Parking System (SPS) • yam l J . . b.: - — ,_ , ,_ ,, , . A.,- , • ., , . _ ir . • . ` i L s } i ( a S `t —jig fi k 61 1 + 4 , , 1.*-::401;i4E - ). "\ 24 j`1 e /21 \ 4. p OVie ,. A HEFT (Turnpike Extension) from Eureka Drive to Killian Parkway Miami-Dade County, FL Years Project Constructed(or"under highway's off-ramps.These geometric modifications construction"): Under Construction required a completely redesign of the signalized Project Cost: $143M intersections being modified.The project's Signalization Contract Method: Design-Build plans included the design of new mast arms for traffic Company's Role: BCC Engineering—Prime Designer; signals heads,street signage, new control cabinets(170 Manuel G.Vera&Associates—Sub-Contractor; type),pedestrian signal features,the stop bar detection HR Engineering Services—Sub-Contractor loops and left turn inductive loops. Key Project Managers: Luis Rodriguez, Oscar Oliva, This project also consisted of the construction of 13 Joan De La Rosa, Liduan Mendez, Manny G.Vera Jr., bridges. Major scopes of work include roadway widening Hernando Ramos and construction,drainage, MOT, bridge widenings, utility BCC Engineering is the prime designer for the project, and rail(CSX)coordination,architecture and site civil responsible for Project Management and coordination, works, ITS,tolls,and noise walls.Constructing these roadway concept development and roadway and bridge improvements together via the design-build procurement design. De Moya is the prime contractor.This project method provides significant economic and time benefits provides for the implementation of express lanes along as well as minimizes construction impacts to FTE and this segment of the HEFT,as well as the opportunity MDX customers. for the Miami-Dade Expressway Authority(MDX)to incorporate a major extension of SR 874 through the heart of the HEFT/SR 874 interchange. M.G. VERA aim The project modified the major intersections that feed &ASSOCIATES,Inc. • .104 the highway's on-ramps and receive the traffic from the engineering 5.1 Prior Work History as a Team Tab 5–Page 7 APPENDIX . r ,„.-i :-,. ,,:- :y4z.f..-t po,,e,f.-,!'' i . -, -a f i ,,k ,r .,, <, Z _. Ot •1 Q . 4., es W ; a7 , cci V kt O p it . _... :: ,:i-:1; 61. : R f0 cu Cco 11) Q. CI ce 0 a. S 0 J `ry .... N 0 O y p Cit CI Ni � � o ICE • In Z i" W � � a '. . .1 � ;,. �. ams FDOT Prequalifications Appendix Response to Request for Proposals(RFP)No.2016-199-KB a,:«asonwm. for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TR/1NSWRE. Ij�' and Smart Parking System (SPS) �g 001 rg FDD Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 6,2016 Patrick Shortal,Vice President TRANSCORE ITS, LLC 6021 Orient Road Tampa, Florida 33610 Dear Mr.Shortal: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies 6.2 -Traffic Signal Timing 6.3.1 -Intelligent Transportation Systems Analysis and Design 6.3.2 - Intelligent Transportation Systems Implementation 6.3.3 -Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 -Intelligent Transportation Systems Software Development Group 7 -Traffic Operations Design 7.1 -Signing, Pavement Marking and Channelization 7.3 -Signalization Group 13 -Planning 13.4 -Systems Planning 13.5 -Subarea/Corridor Planning Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30,2017 for contracting purposes. Home/Branch Field Overtime Office Office Premium Direct Expense Overhead Rate 131.99% 60.60% Reimbursed 39.22%(Home) • 30.42%(Field)* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. www.dot.state.fl.us TRAIKL CORE Appendix •Additional Support Documentation—FDOT Prequalifications Appendix—Page 1 Response to Request for Proposols(RFP) No.2016-199-KB "Of3000'onwitli for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TRE. _Eengtneertng FDOT Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 1, 2016 TRANSCORE ITS, LLC. 3721 TECPORT DR HARRISBURG PA 17111 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2017. However, the new application is due 4/30/2017. In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: https://www3.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: COMPUTERIZED TRAFFIC CONTROL, ELECTRICAL WORK, INTELLIGENT TRANSPORTATION SYSTEMS, TRAFFIC SIGNAL You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, a71+r 1W NaM,v."wo, mz o.leNlr,.N ncEs ewn.,ww<.aawn<. Alan D Autry ou•EIOPDAOEIMIMENrRrMN5.01.11011,<nuAlan � 6.93399.19200300.100 1.1•I0,09IC00 W 01bE]Br391000a0a »b Nov201606.0 191131 M00 Alan Autry, Manager Contracts Administration Office www.dot.state.fl.us TRA/TRE Appendix • Additional Support Documentation-FDOT Prequalifications Appendix-Page 2 I Response to Request for Proposals(RFP)No.2016-199-KB °association with for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) 'I" I SCORE _ -ryrc:errg FDDT Florida Department of Transportation RICK scorr 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY October 17,2016 Jose Munoz, President BCC ENGINEERING, INC. 6401 SW 87th Avenue,Suite 200 Miami, Florida 33173 Dear Mr. Munoz: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 2 -Project Development and Environmental(PD&E)Studies Group 3 -Highway Design-Roadway 3.1 -Minor Highway Design 3.2 -Major Highway Design 3.3 -Controlled Access Highway Design Group 4 -Highway Design-Bridges 4.1.1 -Miscellaneous Structures 4.1.2 -Minor Bridge Design 4.2.1 -Major Bridge Design-Concrete 4.2.2 -Major Bridge Design-Steel 4.2.3 -Major Bridge Design-Segmental Group 5 -Bridge Inspection 5.4 -Bridge Load Rating Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies 6.2 -Traffic Signal Timing 6.3.1 -Intelligent Transportation Systems Analysis and Design 6.3.2 -Intelligent Transportation Systems Implementation 6.3.3 -Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 -Intelligent Transportation Systems Software Development Group 7 -Traffic Operations Design 7.1 -Signing, Pavement Marking and Channelization 7.2 -Lighting 7.3 -Signalization www.dot.state.fl.us II engineering Appendix•Additional Support Documentation-FDOT Prequalifications Appendix-Page 3 Response to Request for Proposals(RFP) No.2016-199-KB °°�° °'°°"'h MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TR/1NSWRE. and Smart Parking System (SPS) ,n9 <e,•y Group 10 -Construction Engineering Inspection 10.1 -Roadway Construction Engineering Inspection 10.3 -Construction Materials Inspection 10.4 -Minor Bridge&Miscellaneous Structures CEI Group 11 -Engineering Contract Administration and Management Group 13 -Planning 13.4 -Systems Planning 13.5 -Subarea/Corridor Planning 13.6 -Land Planning/Engineering 13.7 -Transportation Statistics Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30,2017 for contracting purposes. Facilities Home/Branch Field Capital Cost Overtime Office Office of Money Premium Direct Expense Indirect Cost 160.41% 120.51% 0.321% Reimbursed 0.93%(Home) 22.08%(Field)* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, 71/1 Carliayn Kell Professional Services Qualification Administrator www.dot.state.fl.us IP enginee Appendix •Additional Support Documentation-FDOT Prequalifications Appendix-Page 4 Response to Request for Proposals(RFP) No. 2016-199-KB association with MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRANSC,URE. and Smart Parking System (SPS) g,oer w L','rti°�rrrrtl Florida Department of Transportation Rickscon 605 SuHannee Street iI I isoxoi.D cod t:R]oR - Tallahassee.FL 32399-0450 secitt:Lstn December 18,2015 Hugh Stetter, President ASC LOGIC, INC. 4000 Hollywood Boulevard, Suite 555-S Hollywood, Florida 33021 Dear Mr. Stetter: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies 6.3.1 -Intelligent Transportation Systems Analysis and Design 6.3.2 -Intelligent Transportation Systems Implementation 6.3.3 -Intelligent Transportation Traffic Engineering Systems Communications Group 7 -Traffic Operations Design 7.2 -Lighting 7.3 -Signalization Group 10 -Construction Engineering Inspection 10,1 -Roadway Construction Engineering Inspection 10.3 -Construction Materials Inspection Your firm is now technically qualified to perform work for the Department for minor projects only, enabling your firm to compete for Professional Services projects with fees estimated at below 5500.000.00. This status shall be valid until December 18, 2016 for contracting purposes Should you have any questions, please feel free to contact me by email at carliayn kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, 77-2/° Carliayn Kell Professional Service• Qualification Administrator www.dot.state.tl.us ASC LOGIC Appendix •Additional Support Documentation-FDOT Prequalifications Appendix-Page 5 Response to Request for Proposals(RFP) No.2016-199-KB °association 'h' for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) T2i1/VSCORE. and Smart Parking System (SPS) ng:reel,.y FDOT , Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY February 11,2016 John Hoffman Jr,Principal HOFFMAN,WEISMAN &ASSOCIATES LLC 11225 Randolph Siding Road Jupiter, Florida 33478 Dear Mr. Hoffman: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies 6.2 -Traffic Signal Timing 6.3.1 -Intelligent Transportation Systems Analysis and Design 6.3.2 -Intelligent Transportation Systems Implementation 6.3.3 -Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 -Intelligent Transportation Systems Software Development Group 7 -Traffic Operations Design 7.1 -Signing, Pavement Marking and Channelization 7.3 -Signalization Group 13 -Planning 13.4 -Systems Planning 13.5 -Subarea/Corridor Planning Your firm is now technically qualified to pursue work for the Department for minor projects only, enabling your firm to compete for Professional Services projects with fees estimated at below $500,000.00. This status shall be valid until February 11, 2017 for contracting purposes. On the basis of self-certification materials submitted,the rates listed below represent the costs the Department has accepted. Home/Branch Overtime Office Premium Indirect Cost 64.01% Excluded www.dot.state.fl.us IltitIflldfl, Weis- . . Appendix • Additional Support Documentation-FDOT Prequalifications Appendix-Page 6 Response to Request for Proposals(RFP) No. 2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRnNJRE. ;, and Smart Parking System (SPS) ,�yreerr•g FDDT Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY September 21,2016 Maria Vera, President MANUEL G.VERA&ASSOCIATES, INC. 13960 SW 47th Street Miami, Florida 33175 Dear Ms.Vera: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 8 -Survey and Mapping 8.1 -Control Surveying 8.2 -Design, Right of Way&Construction Surveying 8.4 -Right of Way Mapping Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until September 30,2017 for contracting purposes. Facilities Home/Branch Capital Cost Overtime Office of Money Premium Direct Expense Indirect Cost 128.68% 0.374% Reimbursed 22.32%(Home) Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, ofr,/4.07r, 7.di Carliayn Kell Professional Services Qualification Administrator www.dot.state.flus M.G.VERA Appendix •Additional Support Documentation-FDOT Prequalifications Appendix-Page 7 In Response to Request for Proposals(RFP) No. 2016-199-KB associationw ti. for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TRAI RE. and Smart Parking System (SPS) :rgr,eer,.9 FDOT Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARI June 27,2016 Hernando Ramos, President HR ENGINEERING SERVICES, INC. 7815 NW 72nd Avenue Medley, Florida 33166 Dear Mr. Ramos: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 9 -Soil Exploration, Material Testing and Foundations 9.1 -Soil Exploration 9.2 -Geotechnical Classification Laboratory Testing 9.4.1 -Standard Foundation Studies 9.4.2 -Non-Redundant Drilled Shaft Bridge Foundation Studies Group 10 -Construction Engineering Inspection 10.3 -Construction Materials Inspection Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30,2017 for contracting purposes. Facilities Published Home/Branch Capital Cost Overtime Fee Office of Money Premium Direct Expense Schedule Indirect Costs 132.48% 0.310% Reimbursed 9.45%(Home) Yes Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator www.dot.state.tl.us • Appendix • Additional Support Documentation-FDOT Prequalifications Appendix-Page 8 Licenses and Certifications Appendix Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) TDA,cl TRE, �. '` and Smart Parking System (SPS) ,, Ong teensy State of Florida Department of State I certify from the records of this office that TRANSCORE ITS,LLC is a Delaware limited liability company authorized to transact business in the State of Florida,qualified on October 10,2005. The document number of this limited liability company is M05000005672. I further certify that said limited liability company has paid all fees due this office through December 31,2016,that its most recent annual report was filed on July 22,2016,and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Tenth day of October,2016 -live; r ,lit',1 C`7- ill r f le•r" 04*AA " '. y Secretary of State Tracking Number:CU0256152364 To authenticate this certifleate,visit the following site,enter this number,and then follow the instructions displayed. https:f/services.suabizorgi dingalCerdfcateOfStatas/CertifcateAuthentication TRAIcL CARE Appendix • Additional Support Documentation-Licenses and Certifications orocid Response to Request for Proposals(RFP) No.2016-199-KB I° "" MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRANJWRE and Smart Parking System (SPS) TransCore ITS, LLC CA Lic. No: 8070 State of Florida Board of Professional Engineers Attests that TransCore ITS,LLC 4FBPE is authorized under the provisions of Section 471.023,Florida Statutes,to offer engineering services to the public through o Professional Engineer,duly licensed under Chapter 471,Florida Statutes. Expiration:2/28/2017 CA Lic.No: Audit No: 228201704675 8070 Charles Napolitano STATE OF FLORIDA Lic. No: EC0002393 DEPARELEENT OF BUSINESS AND CTRICAL CONTRACTORS�CENSNG BOARD FESSIONAL REGULATION EC0002393 The ELECTRICAL CONTRACTOR Named below IS CERTIFIED nder the provielons of Chapter 489 FS. -c ExpirUation date:AUG 31,2018 NAPOLITANO,CHARLES l] •. TRANSCORE ITS,LLC 3901 COMMERCE PARICWA • MIRAMAR FL 33025 . _,.. T'ti• r ISSUED 55152015 DISPI AY AS RFOUIRFO RY I AW SEa• L18061110002640 TRAIVSC ORE Appendix • Additional Support Documentation—Licenses and Certifications Response to Request for Proposals(RFP) No.2016-199-KR °association with MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRAI RE and Smart Parking System (SPS) State of Florida Department of State I certify from the records of this office that BCC ENGINEERING,INC.is a corporation organized under the laws of the State of Florida,filed on March 18, 1994,effective March 15, 1994. The document number of this corporation is P94000022294. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on February 18,2016,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the• Great Seal of the State of Florida at Tallahassee,the Capital,this the Eighteenth day of February, 2016 • ' '.. Secretary of State Tracking Number:CC8637971689 To authenticate this certiflcate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/Certificate0fNtat us/CertificateA u the ntication Appendix • Additional Support Documentation—Licenses and Certifications Response to Request for Proposals(RFP)No.2016-199-KB InO ""O"W''h MIAM�BEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) T2�1/--RE. and Smart Parking System (SPS) a. BCC Engineering, Inc. CA Lic. No. 7184 State of Florida ,. Boarf Professional Engineers Attests that BCC Engineering,sine. , FBPE A is authorized under the provisions of Semon 471.023,Florida S catures,to offer engineering services to the public through a Professional togmeer,duly licensed under Chapter 471,Florida Statutes. Expiration:2/28/2017 +, CA Lic No: Audit No: 228201702846 D,,z-L,..,..-0'>�ilt 7184 Ariel Millan, PE PE Lic. No. 54572 State of Fiorid a Board of Professio Engineers Attr:st9 troy ,,; t,,. Ariel Milan , P•E: ` FBPE } ' Is licensed as Professiskn r ' � ' . .�pter 471,Florida Statutes Expiration:2/28/2017 `;E P.E.Lic.No: Audit No: 228201713245 .� 54572 Erik Spillmann, PE ".PE Lic. No. 58771 .-..,-Ir1E`�Honda State of Board of Professional Engineers Attests that Erik Gregor Spillmann , P.E. 4FBPE Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:212812017 P.E.Lic.No: Audit No: 228201727612 58771 Luis Rodriguez, PE PE Lic. No. 63983 �- 1 E4, State Florida Board of Professional Engineers '7" Attests that Luis Alfonso Rodr" uez , P.E. FBPE := /i VLilYll��1u16.µ«I)nM Is licensed as a Professtiion:a1 E ine der Chapter 471,Florida Statutes Expiration:2/28/2017 :* t~ P.E.Lic.No: �'. 'ni�-r- , °''' Audit No: 228201716238 cn 63983 lirri 6 engineering Appendix • Additional Support Documentation—Licenses and Certifications Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) ��-- and Smart Parking System (SPS) TRnNSWRE. l Chaoxi Ling, PE PE Lic. No. 46648 • State of Florida Board of Professional Engineers Attests that Chaoxi Ling .E ", 4 FBPE ---4114,: '4°A=124 at Is licensed as a Profession a • "Chapter 471,Florida Statutes Expiration:2/2812017 \ �; RE.Lic No: Audit No: 228201709415 SOD �s 46648 Oscar Oliva, PE PE Lic. No. 75502 (_ � "c Nrida Stat . . k. ) ,„,, Board Pr1 a sional Eneers m".4‘f4 "J 4` �i)ir . . -- --If FBPE . '1---gin• - _ rwiWWUCavieriSilin Is licensed as a Professio ^. "ter 471,Florida Statutes E>:Qltatton:2/28/2017 ' ( t. 1*.ri''� E.E.Lk.No: Audit No: 228201731043 :�. 75502 Joan De La Rosa, PE PE Lic. No. 74705 - rev State of Flori • da Board of Professional Engineers Attests that Joan De La Rosa ; P.E.' AF BPE 4-. I.SRI I.NyMiai vI;I: t, Is licensed as a Professional En;int-er under Chapter 471,Florida Statutes Expiration:2/28/2017 .' P.E.Lic No: Audit No: 228201708797 74705 Hugo Ignacio Altimari, PE PE Lic. No. 81560 State of Florida Board of Professional Engineers Attests that t, Flogo Ignacio Altimari , P.E. A FBPL tLfL2:.re4$ Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2017 J4, P.E.Lie.No: Audit No: 228201736311 I 81560 al engineering Appendix • Additional Support Documentation—Licenses and Certifications Response to Request for Proposals(RFP) No.2016-199-KB MIAMIBEACH for Design, Build, Operation, and Maintenance Services - - 111 for an Intelligent Transportation System (ITS) TDAfcJ (ARE. �- and Smart Parking System (SPS) Dacha Quintana, PE PE Lic. No. 67393 State of Florida Board of Professional Engineers Arrests that „a" Dacha Quintana , P•� FBPE Is licensed as a Professibpal Engineer under Ch ter 471,Florida Statutes rf. Expiration:2/28/2017 ; s,.- P.S.1 k.No: Audit No: 228201723068 � 'y` 67393 M�j eng nee ng Appendix • Additional Support Documentation-Licenses and Certifications I r Response to Request for Proposals(RFP) No.2016-199-KB In ouocla6on wah: MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TizitRE. n), and Smart Parking System (SPS) Arturo Espinosa, CCNA Cisco ID No. CSC010500445 X111,111, Cisco Cisco Certifications Arturo Espinosa HAS SUCCESSFULLY COMPLETED TME CISCO CERTIFICATION REQUIREMENTS AND IS RECOGNIZED AS A Cisco Certified Network Associate Routing and Switching aerba CCNA 1) / CERVAUDTH DATE July 3!, 2002 vALIOTNRouGN July 1,2017 veuaate the cerifeate6 auMencily at CtRco ID No. CSC010500445 Joao Chambers Crisman end CEO Certificate VenIcetcn NA 418614949789HLVI Cisco Syron,Inc .s.�r..w.wwr..wren.mv..w+lm..w••... �.ao..^_ww•+�..•r�a..www+•,m. w••w••' 600201333 0413 Arturo Espinosa, CCNP Cisco ID No. CSC010500445 i111i111i CISCO Cisco Certifications Arturo Espinosa has successfully completed the Cisco certification exam requirements and is recognized as a Cisco Certified Network Professional Routing and Switching �( CISCO CERTIFIED CCNP� ROUTING a SWITCHING Date Certified August 4 2005 Val,d Through July 1,2017 C.sco 7D No. CSC010500445 Valioate Mia c0ra6cale'S aWIBnlEIty at G John Chambers www.cisco.CROVQOlvati/ycerEfCete Chairman and CEO Certificate Verification No.420736144571FMVG Cisco Systems.^C O 2015 Gies otdM iadliY. 0313 Oa.+�tikµYIF.*' +I engineering Appendix •Additional Support Documentation—Licenses and Certifications I Response to Request for Proposals(RFP) No.2016-199-KB °ss°°''°°w''h for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) l. and Smart Parking System (SPS) TlZ/1' "'�'RE erg reor r r; State of Florida Department of State I certify from the records of this office that ASC LOGIC, INC. is a corporation organized under the laws of the State of Florida,filed on March 6,2012. The document number of this corporation is P12000022361. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on April 14,2016,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fourteenth day of April,2016 • I`7' iiii •1" y S atif4A iii'' i ,,i; ?-4:'''....., Secretary of State COO WE Tracking Number:CC7204740434 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. h ttps://services.su n biz.org/Fili ngs/CertiticateOfStatus/CertificateA u thentication ASC �. LOGIC Appendix•Additional Support Documentation-Licenses and Certifications Response to Request for Proposals(RFP) No. 2016-199-KB In ossocatto"W''h: for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) 11 and Smart Parking System (SPS) Hoffman Weisman & Associates, LLC CA Lic. No. 30921 State of Florida Board of Professional Engineers Attests that Hoffman Weisman & Associates LLC1FBPE l'iMa�wv lnM�Ai is authorized under the provisions of Section 471.023,Florida Statutes,to offer engineering services to the public through o Professional Engineer,duly licensed under Chapter 471,Florida Statutes. Expiration:2,28/2117 CA Lic.No: Audit No: 228201700226 1 ( 30021 Matthew S. Weisman, PE PE Lic. No. 73966 State of Florida Board of Professional Engineers Attests that Matthew S. Weisman , P.E. 4F3PE Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2017 P.E.Lic No: Audit No: 228201708770b 4 ,` ; 73966 Appendix• Additional Support Documentation—Licenses and Certifications I Response to Request for Proposals(RFP)No.2016-199-KB association with MIAMIBEACH for Design, Build, Operation, and Maintenance Services for an Intelligent Transportation System (ITS) TRnI ?E, and Smart Parking System (SPS) engmeennq ASC-Logic, Inc. CA Lic. No. 29909 State of Florida Board of Professional Engineers \tresrs that MC-Logic, Inc. 41-13PF is authorized under the provisions of Section 471.023,Florida Statutes,to offer engineering services to the public through o Professional Engineer,July licensed under Chapter 471,Florida Statutes. :xpirarnon: _ _ •, CA Lic.Nor ludit No. ._- _ 09414 Hugh Aaron Stetter, PE PE Lic. No. 60765 State of Florida Board of Professional Engineers Attests that Hugh Aaron Stetter , P.E. FBPE Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2017 P.E.Lic No: Audit No: 228201722458 �+ t. 60765 Julio C. Natareno, PE PE Lic. No. 58716 State of Fl or- i c Board of Professional Engineers Attests that Julio C. Natareno , P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/2812017 P.E.Lie.No: Audit No: 228201709781 58716 ASC LOGIC Appendix • Additional Support Documentation—Licenses and Certifications Response to Request for Proposals(RFP) No.2016-199-KB eau«lard wah: for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) TlZ/11v��-��RE. State of Florida Department of State I certify from the records of this office that MANUEL G.VERA& ASSOCIATES, INC. is a corporation organized under the laws of the State of Florida,filed on April 27, 1977. The document number of this corporation is 534958. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on January 12,2016,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twelveth day of January,2016 �_ 0#AA !.. Secretary of State CObTracking Number:CC2478954910 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. h ttps://services.su n b iz.org/Filings/Ce rti ficateOfS tatus/CertificateAu thentication M.G.VERA n ASSOCIATES,Inc. Appendix • Additional Support Documentation-Licenses and Certifications Response to Request for Proposals(RFP) No. 2016-199-KB Inassociation with, for Design, Build, Operation, and Maintenance Services MIAMI BEACH for an Intelligent Transportation System (ITS) TDAJ� J WRE. ' and Smart Parking System (SPS) &Manuel G Vera , Florida Department of Agriculture and Consumer Services Associates, Inc. y aa .� ofCo. Semites License No.:LB2439 �.. kCM1 Bard of Professional Swayers ad Mappers 2005 Ap.la hee Pkway Tallahessee,Florid.323994500 Expiration Date February 28,2017 Lic. No. LB2439 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472.Florida Statins 1 960 SO T VERA&AS7THOTS REE 13960 SOUTHWEST 47TH STREET MIAMI,FL 33175 ADAM H.PIJINAM COMMISSIONER OF AGRICULTURE nix is suan.r a.ibe proreakoalveyora0armee.ewe lune W Wes me les.m tom a haul:Y,dMaitra11.Flelm Soma. Manuel G. Vera Jr. .;,, Florida Department of AOriedhrre and Consumer Service `i 291 No. LS5291 Dhl,iaanalSumernred License No.:le Febt f�-.:�TY^'-�: Bard of Professional Suneyan.ad.happen 2005 Apel.ehee Pkwy Tallahassee,Florida 32399-0500 Expiration Date February 2S,2017 Professional Surveyor and Mapper License Under the provisions of Chapter 472,Hooda Statutes MANUEL G VERA JR 13960 SW 47 Sr MIAMI,FL 33175 ADAM H.PUINAM COMMISSIONER OF AGRICULTURE ltnsnio way Poreuwl aeev and nap,.sem owe sea a03esa*.e/bore u l d smmbed by ampler 472.Root Sutue. SM.G.VERA &ASSOCIATES,Inc Appendix • Additional Support Documentation—Licenses and Certifications Response to Request for Proposals(RFP) No.2016-199-KB Ino o 01on h MIA,MIBEACH for Design, Build, Operation, and Maintenance Services ,���..,����-''�p' for an Intelligent Transportation System (ITS) TRAIV1-ARE. inn and Smart Parking System (SPS) State of Florida Department of State I certify from the records of this office that HR ENGINEERING SERVICES, INC. is a corporation organized under the laws of the State of Florida, filed on July 13, 1998. The document number of this corporation is P98000061709. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on January 4,2016,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fourth day of January,2016 4,,4i . ..�.. .--,....r :.‘ Acr, ' ION 04.JA ' .,.:a; . Secretary of State Tracking Number:CC9371712166 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su n biz.org/Filings/CertificateOfStatus/CertificateAuthentication • Appendix•Additional Support Documentation-Licenses and Certifications Response to Request for Proposals(RFP) No.2016-199-KB for Design, Build, Operation, and Maintenance Services MIAMIBEACH for an Intelligent Transportation System (ITS) . and Smart Parking System (SPS) T/Z/�7�1J'-LJRE. ,gmeernq HR Engineering Services, Inc. TI CA Lic. No. 7991 State � F1orida� w ..,, Board of Pr 'sonal Engineers ,Ittests that HR En iheering Services, Inc. �� 10-11 F B PE is authorized under the provis ps t o 1'P'.. , dfuS s,to offer engineering services tell to the public through a Professi it ly g"j-04th d V"-'1•/ 'I�s•er, hopter 471,Florida Statutes. Expiration:2/28/2017t� �c:: t�' }��^t` CA Lic.No: Audit No: 228201700510 "x�b WC 1/14:s''' 7991 Hernando R. Ramos, PE .0 PE Lic. No. 42045 -� • State of F lorida Board of Professional Engi eers Attests that Hernando R. Ramos , P. . Y �FBPE Is licensed as a Professi a e r under Chi ter 471,Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201704359 -,`,4,rtext4 rs'0., 42045 11, ,,,,:it, W • Appendix• Additional Support Documentation-Licenses and Certifications litti, , ORANGE GARAGE 01111911101011.4400 Warr •7 ÷4 i '. .'- _ 3L .. 4110 __ . ..� FULL w - F4 3 I b ....._ , a 29 1 In } . .. x „ r _ . _.,t -p..4,,,,,..V.. 41,43T:@.T 044t. , , :,,,.4,,,,f"aa :1,14wx.'.^,ti+,ra a,7Nm* . ,,.a...e..M......„K,.»*-: z �— 3901 COMMERCE PARKWAY • MIRAMAR, FL 33025 • WWW.TRANSCORE.COM TR/INSCORE U 6401 SW 87TH AVENUE, SUITE 200 • MIAMI, FL 33173 • WWW.BCCENG.COM RESPONSE TO REQUEST FOR PROPOSALS (RFP) FOR: DESIGN, BUILD, OPERATION, AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM (ITS) AND SMART PARKING SYSTEM (SPS) FP NO. 2016- 199-KB PHASE II rs,►' . r , 'A *.r..49Ve ; ., , t illt . 4. , 1 . g. illi.,. .. PYM(w'/yy.. � r " .,...�>xAw��r....�>�_. W. . ir • .' ti r . ` r re ..A zh CONVENTION CENTER.' r Ictiv I IL i Jai PARKING AVAILABLE A , ifs !: 3 MILES , 11 . .. i , , t8 ,-.: ttd ; , l �', i i . . , ,,,. ,,, • SUBMITTED BY: •tstand '�.ti i TRArRE. engineering _bra..........,..�,..."_,�,_.�..�.. a„ RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMI BEACH For Design, Build, Operation, and Maintenance Services q� FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRI VJWRE, engr»eting 11111 AND SMART PARKING SYSTEM(SPS) Ms. Kristy Bada August 4, 2017 City of Miami Beach/Procurement Department 1700 Convention Center Drive Miami Beach, Florida 33139 Subject: RFP No. 2016-199-KB I Design, Build, Operation, and Maintenance(DBOM) Services for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) Dear Ms. Bada: TransCore ITS, LLC, as your prime contractor along with our lead design partner, BCC Engineering, Inc., is pleased to present this technical proposal focused on the early phase deployment for the City of Miami Beach's Intelligent Transportation and Smart Parking System DBOM. TransCore is uniquely-qualified as the nation's largest firm providing Intelligent Transportation System (ITS)solutions, specializing in ITS programs, and offering the City of Miami Beach `revenue generating'transportation and smart parking opportunities through our RFID products and subsystems. We are also the only turnkey services firm with the complete offering to Design, Build, Operate and Maintain for you. We look forward to being your partner on the critical first phase as you endeavor to make your globally- recognized treasure—Miami Beach—a complete Smart City! TransCore has successfully proven experience as the first and only ITS DBOM provider in Florida for the I-10/1-110 ITS DBOM in Pensacola with on-going operations and maintenance (O&M) into 2018 and beyond. Additionally, and highly important to this Miami Beach program, is that TransCore has been providing ITS maintenance for FDOT District Six for the past 15-plus years. In May, we were awarded the continuing ITS maintenance services contract, based out of the SunGuide TMC, for the District until at least 2022. There is zero learning curve in selecting TransCore to deploy, operate and maintain for the City of Miami Beach! In fact, for your project our software solution, branded Dec.OGuide just for the City, will put the City of Miami Beach on the forefront of ITS and Smart City Deployments. Dec.OGuide will be hosted on a cloud server allowing for anytime, anywhere virtual collaboration! Most excitedly though, TransCore understands how important customer service is for all of your visitors and tourists in order to provide a first class experience to your premier destination. This comes through a parking reservation system that can be uniquely Miami Beach, effectively rolling out the red carpet for your customers!As such, TransCore is proud to have Miami's own, MyPark, as part of our service offerings. MyPark (usemypark.com) is a revolutionary service that enables the monetization and control of premium parking spaces at high traffic, high value spots, while offering the City's visitors a most convenient and fun way to park. This is accomplished by combining the unique MyPark device with their user-friendly reservation and payment app, making MyPark a complete solution for providing parking convenience. TransCore looks forward to introducing you to this reality in Smart City parking. Lastly, TransCore understands your expectations and we are flexible in project delivery. It's as simple as"1, 2 and 3". We know 1)how aesthetics in ITS needs can be incorporated 2) how to deliver TMC deployment, operations and ITS maintenance services, and 3)that you are looking for a local and known team. Check! Sincerely, 1 -mmilli 11111.1111111 Patrick Shortal, P.E. Senior Vice President, Managing Director COVER LETTER AND ACKNOWLEDGEMENT OF ADDENDUM PAGE 1 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with. MIAMIBEACH For Design, Build,Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) 5 AND SMART PARKING SYSTEM(SPS) TR IVJWRE, _ngineeing ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Receipt Receipt Addendum 7 -7� Addendum 10 Addendum 8 -!loot- Addendum 11 Addendum 9 Addendum 12 COVER LETTER AND ACKNOWLEDGEMENT OF ADDENDUM PAGE 2 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Inassociationwith: MIAMI BEACH For Design, Build, Operation, and Maintenance Services al5:1 FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) 17, AND SMART PARKING SYSTEM(SPS) " TRAI VJWRE, engineerng Table of Contents Tab 1: Technical Proposal for Project 1.3 Schedules (Design and Build) a. Phase 1 1.1 Detailed Project Scope of Work Deliverables b. Phase 2 a. Team Enumerate the specific Task and duties to be 1.4 Quality Control and Risk Mitigation performed by: a.Approach • Prime Proposer b. Potential Risk and Risk Mitigation • Sub-consultants • Sub-contractor Tab 2: Operations and Maintenance Plan b. Approach • Ongoing training • Design • Preventive maintenance • Management • Trouble Shooting • Construction • Parts and Supplies • Operation • Performance metrics • Maintenance • Staffing Plan c. Sustainability Tab 3: Guaranteed Maximum Price d. Stakeholder Involvement (To Be Submitted in a Sealed Envelope) 1.2 Outcomes and Performance Standards a. Performance • Schedules • Outcome targets • Minimal performance standards expectations • Methods for monitoring performance • Process for implementation of corrective action b. Innovation c. Implementation • Traffic management • Utility identification • Access during construction • Pedestrian and Parking accommodation • Logistic • Community outreach to mitigate disruptions TABLE OF CONTENTS PAGE 1 TECHNICAL PROPOSAL FOR PROJECT (DESIGN AND BUILD) 5.1 CP .-1 -......,- .„............, opo eft in . 00.0. • , moo sat mi00.0011.40.,0004-,.. .....0. ,... 0. 410,...........00. , . , ... 21, _ r-or0.,-1 111=r1911111111111111MAIIMII=T .-. .,..,.. 7-' 1 . ' .1'-, .., . .,- .,.) ' 4' .`.:t'-' : • • r --- .1, .,./z-- - .. . - XII • • UM :- • 1 MN IN r•-•- • r41**/#1i; iii 1, -.,' .!--4, .--k, 0 . ,„0.- ,,.. ....„1,.._ •- --- • ,,, * 7,11111 a a Tis i •• a ma as i. • .. - . ' - - ' , ••'.' • .7 -;.,-T...i P r'- Si ,„.,,,. , ,;': . __,AL _43, . -iii a • ag in • f Fri -' ii' -r.-L-11 — - .: lik, ,- 4 '4 II. . - a le a • um m "... • It/' / frfillinilliF,,'• . ' i a,''' 404 AK, IN• i • ' 11 I Ill • t ii 11 ' 1 ' um I lir r .' '.•.," - - ,`,.,..--1.• -1-,..,' ' ,-' ,._ .. 1 I • - is I Un - r•t' i '" ' d..-14.•' - C:„-.4.*. 14.' "4'4' : ' ' iff, us ,nal •• OAT'''. ,,,,: t ...' ,,, H ',,, ''',..'.4g , ...& I al an I a n W. MIR) "II ii a 11 ' nil um • • 0.9 MN 8 01 it I P , s ',t4i. , ,::,.. .. , 0,,, ., ....„ .. ;.1111 ** , ' ' ,'... . A - 0 - '4: :' ' '' ok '. .,.)*-ifr'-• , .- ' -f ' .. . ...,, ... . . . it „. ........ -a- . -",- •- • eh , 4W 22' . - . 'IVAtt' -,... I•. ' „„.•--",‘""'..7."'"--5.--,,, _ ,„....., 11% .• = -'', -",....".1...-/- .,• ' * . . , 4.„! -. ; , •••••t„, „„„, r•, - 4:10111° ' • - , =.2,...;., ittlivol\ ,,..Ait, . . 1 . ,. , 1.-: . , jf1.. ..„-Ji.., .,.-- f ci„... 4, ,•• t_,,,,,• . . l'IA .i 4- / -*L-r'''''. - '-' . -t4'.' ' 4/, •,or, , -, • iii I,-,,.../' ,..,"'.:,!;:.6r.oy,,'" .,,.,..ky„, , dillfi•? ''''::: ,4 t.: - 'i ...;ce • , i •'m.....• ... , •,-- ,, ,. . 7 - . ... '. ...--, ._.;- ,•'. . .-,'","' 7 ,1 ; .,..... 4 'I . 1 . . .... . , ... . .,.. .... ..... ..... , /1 : , ',„....''' ,i': 1 .1 Detailed Project Scope of Work and Deliverables RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMIBEACH For Design, Build, Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) I �r�7WRE, argireorr.g Detailed Project Scope and Deliverables-Team 1.1 (A) Team Tasks and Duties T17?,/vcL ?ETransCore , TransCore ITS, LLC, as the Prime has over 66 years of experience and is the largest firm focused on Intelligent • • Transportation System (ITS)solutions.TransCore designs and _.• • deploys traffic management systems for agencies across North America and abroad. TransCore is uniquely qualified and0 specialized in ITS design-build programs. Our firm is pre-qualified . I a*.. 00 . a as an ITS Contractor and as an ITS Professional Service Provider • w \ in the State of Florida. We are very excited to assist the City of Miami Beach in this new venture. Our Team is distinctively t qualified in providing a turnkey approach to the design and Q' - • implementation of the City's ITS and Smart Parking Program. Trans Core will be the Project Prime Contractor and overall Project Manager providing Construction, Systems Operations, System Maintenance, Smart Parking design and installation, and Training for this Design, Build, Operation and Maintenance project. Our resume has the distinct accolade of becoming the first and only ITS DBOM provider in Florida, as a prime contractor for the 1-10/1-110, RTMC and Freeway Management System for FDOT District 3.The project included design, installation, integration, operations and maintenance of a system comprised of 12 DMS, 40 CCTV cameras, 88 MVDS, and RWIS with fiber optic and wireless communication of a 40-mile stretch of road, along with RTMC and Road Ranger operations. TransCore is responsible for the overall operation and maintenance (O&M)of the project through 2018. Our Team understands that the Integration of Phase 1 for the DBOM project will require close coordination with FDOT District 6. TransCore has had the exclusive opportunity of providing ITS"on-site" maintenance support to FDOT D6 for the past 15 years. Our staff has been occupying space at FDOT D6 RTMC for over 10 years. TransCore staff is very familiar with the District's fiber optic backbone and is available to assist them during failures and/or disruptions. This unique opportunity gives us the advantage of ensuring the proposed O&M team is well informed on the status of the carrier media between the City ATMS/ITS/SPS infrastructure and the head end, at the TMC. Our extensive working relation with the District will allow for a seamless flow of information and coordination between the Stakeholders and the TransCore Team. TransCore has also selected a team of professionals with the expertise, local presence and successful track record in providing Intelligent Transportation System (ITS), Smart Parking Systems (SPS)and Adaptive Signal Control (ATSC)services that enhance our capacity to meet and exceed the project requirements and goals. The DBOM Project will dramatically improve the transportation infrastructure of the City of Miami Beach (the City) and its globally renowned destinations.This City wide ITS system and central control system will be also the foundation for future Smart-City deployments. Our Cloud based approach and flexible software platform will allow the City to fast track many upcoming extensions to the ITS and parking system and Smart City deployments. We are committed to our clients and strive to complete each project successfully. We understand the ultimate vision of the City of Miami Beach during this first phase and understand their wish list for future endeavors. The goal for the DBOM firm is to upgrade existing wireless network to accommodate ITS and SPS, implement ITS in selected sub-systems, and install, operate and maintain the TMC center, currently proposed to be located at the FDOT's District 6 office. Our Team is a cohesive entity with a clear and concise understanding of assignments, tasks and responsibilities. Any unforeseen emergencies will be addressed on a moment's notice by the appropriate Team member. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) RE TR�� AND SMART PARKING SYSTEM(SPS) VJC�CJ :nry BCC Engineering, Inc. (BCC) BCC Engineering, Inc. (BCC)was established in 1994 and specializing in planning, design, and construction management services for civil, structural and transportation related engineering projects. BCC will be the Main ITS Designer and the Engineer-of-Record (EOR)for the Project. BCC will be in charge of the ITS Electrical design, the Network integration, Utility coordination, Temporary Traffic Controls, and Miscellaneous Structures for the project. Mr.Arturo Espinosa, PE, CCNP, will be the Lead Design Manager and EOR. Mr. Espinosa is a Professional Engineer with 21 years of experience in the Intelligent Transportation Systems (ITS) industry, including six and a half years working for the Florida Department Transportation (FDOT), and over 10 years in the private sector. Mr. Espinosa is Cisco CCNP certified since 2005 and holds a background that includes project management, ITS design, ITS commissioning, Network and Software integration, testing,test procedures preparation, troubleshooting of ITS and network devices, and ITS maintenance . Hoffman, Weisman & Associates (HWA) Hoffman, Weisman &Associates(HWA)founded in 2014 by two former public sector engineers. Mr. Jack Hoffman, P.E. has over 35 years of experience with transportation administration and management, traffic operations studies for roadway design and site development, traffic signal and advanced traffic management systems(ATMS)design and construction,traffic signal and intelligent transportation systems(ITS)plan preparation, technical reviews, and specification packages. Jack has worked on major projects in Florida, Texas, Massachusetts, North Carolina, South Carolina,Alabama, and California. He has been a leader in the evolution of intelligent transportation system (ITS)development and deployment, particularly in Florida since 2001. Mr. Matthew Weisman, P.E. has over 10 years of experience in Transportation Engineering. His experience includes management of over 30 transportation operations employees, the operation and maintenance of an entire municipality's transportation assets, traffic studies and reviews, and project management for several capital projects. HWA will be responsible for Smart Parking System Design,Adaptive Traffic Control System (ATCS) and Training. ASC Logic ASC Logic, Inc. (ASC)a Florida Corporation,founded in June 2012,ASC specializes in bringing state-of-the- art roadway technologies to life while focusing on motorist safety.ASC has actively participated in all stages of a project life cycle including planning, procurement documents, comprehensive design services, systems integration, inspection, testing, training, operations, and maintenance. Led by Hugh Stetter, P.E, PTOE, a Professional Electrical Engineer, with over 17 years of experience specializing in Traffic Systems& Engineering, Intelligent Transportation Systems(ITS)and communication Design. ASC will be responsible for the Transportation Management Center(TMC) Design, Consoles and Video Wall, TMC's Electrical Design and Overall System Test Procedure and System Engineering Documents. SIMREX SIMREX Corporation (SIMREX) Established in 1992 providing Communication and Signal processing consultant. SIMREX is responsible for the development of a full line of communications as well as timing and control products for the ITS market. They provide a full range of turkey solutions that can incorporate SIMREX and third-party components. Led by Mr. Neuperger, General Manager, a software developer and manufacturer of wireless communication products that span from the Defense Department to the entertainment industry. SIMREX will be responsible for Wireless Communication component for the project. HR Engineering Services, Inc. (HRES) HRES provides geotechnical services that include subsurface explorations, foundation evaluations and recommendations, and pavement evaluations and recommendations. Its geotechnical expertise includes design, planning, execution of new geotechnical projects and the remedial procedures to correct foundation problems of existing structures, extensive involvement with axial and lateral pile analyses, slope stability evaluation on retaining walls and embankments using geogrid layers and roadway construction over soft soils. Other specialties include design of numerous retaining walls types such as mechanically stabilized earth, reinforced concrete, sheet pile cantilever and anchored walls. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 2 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: For Design, Build, Operation, and Maintenance Services MIAMI BEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) -7- RAN :c- RE. The firm has geotechnical drilling capabilities and an in-house laboratory for testing of soils. The drilling is performed with two truck mounted drill rigs, Central Mining Equipment; model CME-55 with an automatic hammer. HRES has 4-inch diameter rock coring wire line capabilities. HRES also provides construction materials testing inspection services including PDA Inspection, site preparation and foundation inspections. HRES provides geotechnical services that include subsurface explorations, foundation evaluations and recommendations, and pavement evaluations and recommendations. The table below enumerates the specific task and services that will performed by TransCore, our main subconsultants and subcontractors: PRIME/SUBCONSULTANTS/SUBCONTRACTORS SPECIFIC TASKS ROLE/TASK TRANSCORE BCC *HWA *ASC SIMREX *HRES Prime Contractor Project Management ✓ System Operations ✓ System Maintenance ✓ Main ITS Designer and Engineer Of Records ( V Temporary Traffic Control Plans V Miscellaneous Structures ✓ Utility Coordination V ITS Electrical Design ✓ ✓ Network Integration V ✓ ✓ Smart Parking System Design ✓ Adaptive Traffic Control System ✓ Surface Parking Design V V Transportation Management Center(TMC) ✓ ✓ Design, Consoles and Video Wall TMC Electrical Design _ ✓ ✓ Wireless Communications Design, i ✓ Integration and Wireless Path Analysis _ Geotechnical and Foundation Studies f ✓ Test Procedures and Systems ✓ V ✓ ✓ Engineering Documents Training ✓ ✓ ✓ ✓ Hoffman,Weisman&Associates(*HWA),ASC Logic,Inc.(*ASC),HR Engineering Services,Inc.(`HRES) 1.1 (B) Project Coordination Approach The importance of project coordination cannot be overstated. Solutions to project issues of any scale can be resolved only through the implementation of a coordination plan which fosters constant and seamless communication between all projects participants. Key elements of our overall coordination plan include the following: Internal Team Coordination Upon award of the contract, the coordination process will begin.The TransCore Team project manager(Peter Eugene)will notify all the participants providing goods and services for this project.An initial meeting date will be set and used as a review of the project to establish procedures and timelines by which the project will be managed and implemented. TAB 1 - SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK PAGE 3 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassociation with : MIAMIBEACH For Design, Build, Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T AND SMART PARKING SYSTEM(SPS) I RAN RE gi cenry In addition to the project review the following steps will be taken: • Discuss all the design parameters ► List of those issues that are discussed and are not fully resolved or more information is required ► Discuss the project tasks with respect to their importance and relevance + If possible, evaluate whether or not any tasks should be modified ► Utilize an action item list to keep all parties informed of project status and open and closed action items ► Create a SharePoint site for the sharing of project information Establish the responsible project liaison person from each organization ► Establish the team's meeting schedule with all the responsible liaison persons ► Ensure that each person is aware of their organization's responsibilities ► Follow the established procedures throughout the duration of the project • Establishment of contracts between TransCore and all subconsultants and subcontractors. These contracts will include a detailed scope of services document that will be discussed in a common face-to-face meeting with all team members.This will ensure that no project discipline is left unassigned. Design Coordination BCC will be responsible to oversee all facets of the project including design, construction, integration and implementation of all of phases as required by the DBOM Firm under this contract. Our Team's first course of action is to implement Phase 1 of the project. Priorities of Initial Phase include: ► Upgrade existing and build wireless network to accommodate ITS and SPS ► Implement ITS ► Implement selected SPS sub-systems ► Build and start City's TMC The key to successful Design-Build delivery is immediate mobilization, in the right direction. It begins with a clear understanding of the final results and how it relates to the existing conditions of the project area.To work more effectively, the project must be divided into sections making the work area manageable and predictable. We will utilize independent studies performed by specialists in their respective fields, followed by joint review of both the design and construction personnel where key issues are discussed and considered in order to provide the "best value"alternatives to the City. The ability to provide timely permitted RFC documents in their proper sequence is the driving force during the design stage of the Design-Build process. Our Lead Designer,Arturo Espinosa, PE will coordinate the design progress meetings for the project. Mr. Espinosa will track key design milestones, provide schedule updates, track submittals and coordinate with City staff to prioritize components reviews. During the design development, Mr. Espinosa will work with the construction team to assure all constructability concerns are addressed in the plans to minimizing design changes during construction. Our Design will provide Data Dissemination to communicate information to Miami Beach patrons via DMS signs, and wayfinding information to direct them to parking garage facilities. The parking garages will be able to provide parking availability utilizing real time occupancy information. The Design will also integrate the new central control software and infrastructure components with SKIDATA parking payment system. TAB 1 — SECTION 1 1 — DETAILED PROJECT SCOPE OF WORK PAGE 4 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In associahon with MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) TRANSCORE 3rgireerrq Critical Design Elements Include: ► MASTER PLAN SUBMITTALS -Although not required under this RFQ, Our Team has had great success by developing a Master Plan that becomes the basis for the main component for the plan submittals. This enables the City to understand the entire project design prior to approving partial components. We will submit a Master Plan for early approval of the overall project MOT, ITS, SPS and long lead item's cut sheets and proposed underground components. ► LIMITED COMPONENT PLAN SUBMITTALS -We will limit the number of component submittals and any requests for expedited reviews to only items that are critical to the construction schedule to make efficient use of both Our Team's and City's resources. Each component plan submittal will include enough information for a comprehensive review and future construction. r DESIGN QA/QC -A dedicated QA/QC Team consisting of a registered professional engineer independent from the project design team, accepted by the City, will be assigned to assure that all submittals are reviewed and receive a QC certification. Such certifications will be provided with all plan submittals to the City. QA/QC sets will be made readily available for City's review. ► SHOP DRAWING/RFI REVIEWS -Our Team is familiar with web-based collaboration tools.We will work with City's staff and the CEI team to track submittals until final approval.All RFI's will be documented and incorporated as"Revision" in the final As-Built plans as required. Lessons learned from previous experiences, we understand the importance of early coordination of design plans, as early as the technical proposal phase. If the project is awarded, this early coordination effort will pay dividends by minimizing the potential changes that can occur during design. The following approaches will minimize the need for design changes during construction: ► A Kickoff meeting with the City, Stakeholders, Design and Construction Teams will be held to ensure all essential Team members are informed of schedules, coordination and essential tasks.Any issues not considered as part of Phase I due to scope limitations,will be documented and addressed during Phases 2-6, depending on funding and scope. ► Our Design Team will follow up with the major stakeholders in advance of each phase submittals to ensure the scope has been meet addressed according to our Professional Service Agreement(PSA) and/or Task Work Order(TWO). ► Weekly Team meetings will be held internally to monitor changes that may affect other disciplines.All decision makers will be present so that immediate solutions can be made and agreed upon before moving forward with any changes. ► The weekly meetings agenda will include any City commitments to ensure that all tasks/requests are expedited. r Print outs of previous submittals will be included in current submittals to ease any burden of City staff and facilitate approvals. TransCore has successfully partnered with current consultant and as such understand the process of clear communication and close coordination prior to design and construction for the outcome and successful project, as addressed in our RFP package.As such, our design approach will also include the coordination with the field superintendents to secure that everyone is on the"same page".This coordination between designers and field crews starts during early stages of the project proposal in the form of field visits and proposal preparation. During the design phase, the Lead Designer will coordinate site visits with the field crew to discuss possible construction risks thereby mitigating risks prior to execution of construction tasks.This close communication and rapport between our field crew and design personnel, creates a positive environment for discussing the construction procedures and issues in detail. The design takes advantage of real world feedback, by detailing construction methods and their proper phasing. By having an alternate plan our field-superintendents can perform their work with the reassurance that the"what- if"issues have been identified and planned accordingly through design plan's notes. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 5 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR�t1VS(AR,�,,-�— E. irate e n AND SMART PARKING SYSTEM(SPS) engineering As part of our proposal preparation TransCore and BCC visited all project sites to locate the available electrical power services and optimal ITS device locations. Likewise, TransCore also field visited both TMC and garage parking facilities with ASC-Logic and HWA respectively to properly asses site conditions prior to the proposal preparation and pricing. We will ensure through our design process, that the project is in full compliance with the Regional ITS architecture and Rule 940 as applicable. This includes, but is not limited to, the update of the City's ITS/ATMS/SPS concept of operations, the Project Systems Engineering Management Plan (PSEMP)and the Requirements Traceability Matrix (RTVM). Design Specifications INTELLIGENT TRANSPORTATION SYSTEM (ITS) Dec.OGuide — Smart City Solution IBI.InSight is a matured software platform utilized in ITS and Smart City application in both the US and Internationally.This premiere central software platform for managing urban transportation environments will be tailored to accommodate our ITS and SPS devices proposed under this contract. Many of our proposed ITS devices as you will note in the following sections provide unique features such as the CCTV's. Our proposed Bosch cameras are equipped with analytics that will be interfaced with the IBlinsight software to provide the COMB Smart City Platform features that have yet to be introduced in any other ITS deployment within Florida. In addition, the software solution will have the intelligent interfaces available to link with future COMB systems such as the future DBOM Lighting project. Example of a smart link among systems will be the tie between acoustic sensors LED Lights and CCTV cameras.An example of the interactions of these systems would be a gun shot detected by the acoustic sensors that in turn increases the intensity of the smart LED lights in the area and redirects the video feeds in from nearby cameras to the TMC video wall. As a result of these unique features the IBlinsight software will be re-branded for this project as Dec.OGuide, the first centralized ITS software within Florida providing Smart City Technology. This Central ITS Smart City Software includes a browser-based User Interface (UI)developed using the latest widely adopted web technologies, approaches and frameworks, allowing operators to perform all event and infrastructure management functions through a single, seamless portal. Key operational functions include planned and unplanned event management, decision support and automatic response plan generation, parking system integration, CCTV camera control, video wall management, dynamic message sign control, acoustic sensor integration, signal system integration, traffic data aggregation and fusion, data analytics and reporting.The platform also includes features supporting the dissemination of real-time information via DMS, Email, Text,Twitter and various APIs(e.g. 511 services). USER INTERFACE—MAP VIEW WITH EVENT ICONS N M,w O 9 w a 0 0 w « :; «. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMIBEACH For Design, Build, Operation, and Maintenance Services , FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) ,�-� icer AND SMART PARKING SYSTEM(SPS) TRAIVS�,ORE. erxJineenrx3 Dec.OGuide functionality is provided by hosted back-end services adhering to Service-Oriented Architecture (SOA)design principals, ensuring that platform services are modular, scalable, and interoperable with future services. SOA is a standard practice architectural approach that separates core functions into distinct interoperable services (each with a unique function), which communicate with each other as needed, and are made accessible to other components over a network or across the Internet. Each instance of the Dec.OGuide platform consists of a different combination/configuration of back-end services, depending of the specific devices and subsystems being managed, and the external systems being integrated. User Interface Overview The Dec.OGuide browser-based User Interface(UI)allows authorized users to access the platform using modern MS Windows,Android and Apple tablets, laptops or workstations, without the need for any client-side software installation. The Dec.OGuide UI allows for multiple browser instances and tab views to be opened by each user, including any number of map, list and panel views. The platform is capable of handling a high number of concurrent users, due to highly scalable back-end services and efficient(minimized)inter-module data exchange.The UI can be made accessible from anywhere, subject to the availability of an internet connection and secure network connectivity. MAP VIEW-OPERATOR TOOLBAR University of 0 e Fax Brook ,ff.. Qe , vu vi 5, Wisconsin-Milwaukee i "5 & Park - 4 .� ei I,V Brookfield _ ' (7 ' - tl9 :.YGu+t.: P 6 'Wauwatosa - .t :us Malestic© " e if Brookfield . - - �8 Rave/Eagles Club© Milwau. ke e- ® i N=1„,Nry � 'IH /N:M® • Miller Park ay, i^ West Milwaukee -:' r` n _ m .,..., . , ,, ; � @, ' _ ea New Berlin - a © , r St Francis E N Greenfield m cudany _ s. Cay Southridge Mall 0 r 0 General _ Greendale 1 Mitchell Hates Corners IV International r vv 0,5 Airport Wtntnall:Park .� Grant Park rj t Unplanned Event List South Add Unplanned Milwaukee Mt,;kego 774 r '% 0 .... (fey) 8 l J TAB 1 - SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK PAGE 7 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199—KB nassociation with : MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR� IZEn AND SMART PARKING SYSTEM(SPS) /�/,��(� 's Hosting Environment The Dec.OGuide hosting environment is flexible, scalable, fault tolerant and secure, and specifically designed for real-time data integration, decision support and information dissemination operations. The environment incorporates a proven high-availability high-performance virtualization cluster, utilizing design concepts from Private Cloud Infrastructure and Resource Pool Virtualization. The environment's architecture enables N+1 redundancy for all critical hardware and software components, extending high availability to all Dec.OGuide platform components hosted by the resource pool. Platform Overview UI Map View The UI Map View has evolved to become central to all platform actions through the effective use of display real- estate. The Map View includes several collapsible panels (i.e. Notification Panel, User Profile, Map Layers Panel, Map Search Panel, etc.)that can be hidden when not in use. The May View provides left and right mouse-click functions and menus on all map icons, and access to all UI list views through the Main Menu (left)and Map View Toolbar(bottom). MAP VIEW—COLLAPSIBLE PANELS ,e•..°•" ..ee.., l.rM)261'001:Not Owed 9tp.oremks pp C ,e,ro ..e..» ++-+rt A t• y..o. . .:� ,: Fnponsr Plan 72611002 49on Pepiied AIralfic Odle .m w....x - .. e.k..wta nBr 0.0 HAI? CcapieWit(0) HdmP Maws 7 t w. e nqn• ... The Map View also provides quick access to alternative views including those provided by Google Maps (e.g. aerial photography)and Street View, to provide operators with additional information to inform their decisions and reporting. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 8 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with. MIAMIBEACH For Design, Build, Operation, and Maintenance Services 4 ,., FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TiznizE ,r AND SMART PARKING SYSTEM(SPS) it ,rgireenn, All information displayed on the map is in the form of map layers that o 4 ,,, can be toggled on and off.There are separate map layers for different event types (e.g. incidents, construction, etc.), field device types and sensors, traffic conditions,traffic data sources, parking management A .vents systems, automatic vehicle location (AVL)systems, and external events ° ATMS Events and alerts. The Map View is continually updated in real-time as , ReeponderVehicles devices, sensors, and internal/external systems provide new and ° AA.Vehicles ,, updated information. r MTO Upcoming Road Closures MAP VIEW-DMS LAYER(LEFT), MAP LAYER PANEL(RIGHT) '` MTO Active Events .. rm. Signs 1 v VMS 130S ,.1 Brookipeld illi..... „;°', •Cameras 1 O oeCCN Devices litosa IP1;1apt_ MTO Camera _ W City d Toronto Cameras ,t, th Traffic Data Collection 41 ta ) ill 'y1F West i ° ' Data Sde O .Traffic Data Device A Traffic Conditions Unconfirmed events and alerts from external sources such as computersea aided dispatch (CAD)systems, Waze, traffic data analytics, video 44., vrrF,ne analytics, and acoustic sensors are also displayed on separate map °tcupaxy layers, in addition to Google appearing in the notifications panel, to directly prompt operation action. 0 Weather ,t J Current Conditions .. Users are able to view all `' Claud Layer it 3 e Mike Banks vavailable information for an o Other Event 71317049:Not Owned external event or alert TTC Vehicle L°catl°r5 Motor Vehicle Accident by selecting `Details'in the 1-94 Westbound 2.31 miles after 194 Exit to US41Crt;of T°rr_rtc Rcac Restncnors 62.31 miles before 194 Exit to 139 corresponding map icon Green P Parke-j 07175/20171620117 right-click menu or Green'7,1 n:lents - View Event View list O notification panel entry. Response Plan 72517004:Action Required The Notification Panel consolidates all platform items requiring • Delays operator attention into a single, dynamically prioritized task list, 1-94 Westbound 3.58 miles after 194 Exit to 143 2.14 such that operators need not cycle through multiple system views to miles before 194 Exit to US41 ensure complete situational awareness. View Plan Wt eheh Day Response Plan 72517002:Action Required 1 ShoreNeod • Motor Vehicle Accident 1401 1-94 Westbound 231 miles after 194 Exit to US41 Pewaukee R1 62.31 miles before 194 Exit to 139 e View Plan — ATE 73117001 Completed(4) A own._ Disown... Terminate uih 4 ukee Response Plan reek "g° Details Wina Lake ke wke TAB 1 - SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK ;,\;;E RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMI BEACH For Design, Build, Operation, and Maintenance Serviceso,ryv,. FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) �.�— iti AND SMART PARKING SYSTEM(SPS) TRn1VS(ARE, englneeitng Users are also able to promote unconfirmed events from external sources to platform managed events, r p and employ the platform's wide array of response d management capabilities and information > `: dissemination channels. rill Custom map views can be saved as personal map views oast and 40 or shared with other authorized platform users. .p..--.:PA-c In addition to the geographic map region and zoom level, each custom map view can be saved with x different map layers activated/deactivated, such that `""e'r'` they can be tailored to different operational needs. somArConstruct The map allows the user to pan/zoom using on-screen w,,'4'' buttons or mouse controls, and dynamically updates the to level of map detail as you zoom in or out. 2. x Depending on the map Downtown* a (tT> 4a zoom level, large or —` X 1. small map icons are 0�Ckt�'ere. displayed, and when the FOI map is zoomed out aWest ;" 21 : uderdale configurable threshold, f+ ` icons are automatically a + 36 clustered into summary t,,,:,-t,-yntt z-hrn r ticons, providing a clean, " simplified view of a large 4 i geographic area. T 9 4 4 _ - The Map View includes a platform search feature which allows users to search for landmarks, addresses, roadways, local e.ent d 1 A businesses, latitude/longitude pairs, events, devices and other platform objects. Total Search Results' 1 The event search allows users to search by ID, type, roadway, location, owner(user), severity and status. The device search is Event similar and allows users to search by ID, roadway, state and/or status. For each search result, there is an option to display the ®® :oced location, event or device on the map, and for events and devices, in incident Colssicm-Ary a list view. t 15.2km After Hwy-404 I nght lane blocked Created:24110/2014 Updated:30/1012014 MAP VIEW—SEARCH PANEL Behind the map tiles, the platform utilizes preprocessed base map data and a map service to determine roadway network connectivity and key parameters for each roadway network segment or link, such as number of lanes, lane types, and direction of travel, speed limits and other attributes. TAB 1 - SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK PAGE 10 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services J FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) ��-- 1f'. AND SMART PARKING SYSTEM(SPS) TRAI'VSC,ORE. ,GirOonng IconographyAin- For 1�/' 1 each map layer, information is either displayed in the form -,,,� .,����„ r, of map icons(events, devices, sensors, etc.), or linear tt1111 1 overlays, such as those used to depict traffic conditions. The map icon and linear overlays are designed specifically convey as much key information as possible without increasing operator cognitive load, through highly intuitive ^ i::, 1 visual encoding. i ego, ;' 14,;Q 1 . 7 II .10' :,i'• ,iqjl r. ..1 III ail! ,• 1-- 11aLkrxha i ■ 1 11 1 The iconography design incorporates color schemes, �' pictogram design, badges and relative spatial orientation to • aid operators in rapidly identifying precise location, type, state A Ali' and status. ,(' i! For devices and sensors, map icons distinguish between - ��t► __ MI1 enabled, disabled, warning, and failure states, while also =tt incorporates attributes specific to the map layer or device f /sensor type. Map linear overlays, such as those used to '.. ` p. // depict traffic conditions, can be configured to separately I depict key attributes, such as speed, volume or occupancy. _ / / ,•"''� ' 4 Event and Response Management, Decision Support III Event and response management capabilities, a focal point -- • ' 1 il 1 $1 ill of the platform, have been carefully refined through close : " -. collaboration with numerous agency partners across the • '-1, ;; it?States, Canada, Mexico and the United Kingdom. I I. !I! As with all platform features, these capabilities have been , um 1. ' 'a b 1■ designed to minimize operator effort and cognitive load,to I !;!.! increase operational effectiveness and productivity. -" .'Sr.0 TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 11 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMIBEACH For Design, Build, Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR�IVJWRE. AND SMART PARKING SYSTEM(SPS) � ergmeenr; Highlights include: ► Customizable type/cause/attribute structure that allows users to declare and manage a wide array range of transportation and infrastructure events. ► Automatic field population, including key details such as roadway, location, orientation, lane configuration, parking configuration, nearest assets, severity, and other attributes. ► Automatic response generation for DMS, Email, Text, Twitter, various APIs and other control and information dissemination channels, based on event parameters. Event and Response Management Workflow The Dec.OGuideUl ",., ,,,Tilp,o- 26 supports both list/ 3 ry')Q Nei=tfi A,i a form and map-based ir (mouse-click)event _ I Pewaukee declaration, with the igy =;-,�__ � ^��e 2 latter resulting in K� the auto-population o - �G of all event location -5.3: Select Roadway 78 fields.At mouse- Fs.� VI click locations where 1-94 Westbound N Q multiple roadways and /or directions exist, the 1s 1-94 Eastbound Sen Rd G operator is prompted to 18 ‘•3s t C' s9 select the appropriate s i Waukesha roadway/direction _ combination from a list, �' iiCarroll University 0 such that operators W Lincoln Ave need not worry about the precision of their mouse-click. ` _ Upon the selection of Broc a roadway!direction (or intersection), Pewaukee rZI _ _ operators are 0 presented with Wauke a Marcus Majestic ' location details(for Count 0 Cinema of Brookfield -j confirmation),which Airport n8 -• include the location description, lane 0 configuration, and Selected Roadway Information other configured Locatiorr I-94 Westbound 11.43 miles after I94 Exit to US415319 attributes. Operators miles before 194 Exit to 139 then select the Lane Config TTT:RS appropriate 'Event Mile Marker: -0.0 Type', and click'Add Upstream Camera Event'to initiate event Downstream Camera creation.Alternatively, operators can click Event Type: : • Add Event Cancel Cancel to start New I over and select a different location. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with. For Design, Build, Operation, and Maintenance Services L, MIAMI BEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) �" 110 AND SMART PARKING SYSTEM(SPS) Event 71311056 X .'v?1311050 n mbanb '1nC..'+"Ca'I E MEW., .wenn,(17/17/2017 1159 up:odetet 0785/2011 Ira 32 e k +".-;r:.x k•.:tea!iu _ . toem ants .4e Motor vat,* • tate,. slC5C • Wtrte a comment.. 7..racy 3-tv,n ,^.5 :xacan mbr,b on 07/23/2017 11‘34 / Now e.ded to their W Mon an hour . - :..aeon. 194 Eastbound es 64 1+4es/ter:9i&rc-a 13S 17S mbw3es -.2'2017;6'7 I! ,,les oaf+.98 E.to 12561 '..d.•.•`• :44 Eaexbaua • On-scene oersenne reporting middle'ane has been dewed Reference 6164 codes 3s`nn4 • 44E.to 39 • mbrtle on 2'/2S120171613 /9 Reported by MCSO-p0l Ce and emerge cy vehi0lel are en Out, Locabom '.94 FapbawM 6364.Mea statsl9l Eett.[I➢1.0S ® .Mos. os b160490 at m EE15/1 iR•a•*••,' :96 Eastbound • ' Re!e.mcs 63.64 +Wes le>rM • 4a Ern to 39 • Wale noon e�ytn 0fi0++a Go gle a em, ow E4tl>,.n Tai Town Mgact 5eenty • eN II .Horn ® e.r Event Properties View—Primary Details Panel Dec.OGuide supports point, linear(i.e.over a stretch of roadway), and area/polygon events. Events are categorized using a type/cause structure, tailored to agency business rules.These categorizations, along with various event attributes, drive decision support and automatic response plan generation, and are used by analytics and in report generation. Event Lifecycle and Performance Measures Key event data points such as detection, creation, confirmation and clearance times are automatically tracked and recorded by the platform.This data points are widely used by the platform's standard set of performance measures reports, and are often incorporated into custom reports, tailored to specific agency needs and requirements. In addition, every system and operator initiated event record update, including user comments, are tracked and timestamped for auditing and reporting purposes(the complete chronology of each event is maintained in the platform database). Event Severity Event severity, which serves as an input to various platform features(e.g. response plan generation, map icon color, etc.), is highly customizable. Event severity can be automatically determined based on custom logic, and/or manually selected by an operator. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 13 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Inassociation with : MIAMIBEACH For Design, Build, Operation, and Maintenance Services J FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TD Af I CORE, t41 AND SMART PARKING SYSTEM(SPS) engineed g Nearby Cameras Cameras are displayed on the Event Panel map, such that the operators are able to quickly identify and view video from nearby cameras, and send camera video to any integrated video wall display. Event Ownership Central to event management is the concept of event ownership. Undertaking most event related actions requires that the user take ownership of the event. This allows the platform track operator actions and performance, for ensuring compliance with standard operating guidelines(SOGs), and reviewing existing procedures as part of a continuous improvement process. Event Linkage The platform supports the linking of events, as a means of recording that events are causally or otherwise related. This information can be used by decision support, response generation, and analytics and in report generation. Response Management The platform incorporates advanced, rules-bales response plan generation capabilities, to enable and facilitate the management of platform outputs through available control and information dissemination channels, such as DMS, Email, Text, Twitter and various APIs. The response plan generation capabilities are built on operations and business rules typical for transportation operations and infrastructure management, and are customized to specific agency needs and requirements. Event 71817005 X _._-..7 71817005 .....a sysuses _e.z c ae.Incident =t-e,-ed 07118/2017 16:14 -a-.-.ante: 07125/201717:20 o 0 Sign Location Status : Current Message Response Message .., Display : Actions 9 1-94£8 4 Brookheio -_`.. _ -- SES .I x o Rd COLLISIOI COLLISION I-94 Ill AFTER SMUT AVE I-94 14B AFTER SUMIT AVE 0 RIGHT LANE BLOCKED RIGHT LAME BLOCKED COLLISION - COLLISION I-94 NB AFTER SUMMIT AVE I-94 NB AFTER SUMIT AVE EXPECT DELAYS EXPECT DELAYS 307 84E Southington 0/0 033 COLLISION COLLISION 1 MILE BEYOND SUMMIT-AVE 1 MILE BEYOND SUMMIT AVE O RIGHT LANE BLOCKED RIGHT LANE BLOCKED COLLISION COLLISION 1 MILE BEYOND SUMMIT AVE 1 MILE BEYOND SUMMIT AVE EXPECT DELAYS EXPECT DELAYS 1006 1-43 NB a Walnut St COMM HAVc,? COLLISION COLLISION 1-94 IB AFTER SLMAIT AVE I-94 MB AFTER SUMIT AVE O RIGHT LANE BLOCKED RIGHT LANE BLOCKED 01.01111,- 111 Event Properties View-Response Panel TAB 1 - SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK ::roc 4 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB inassociation with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) ,' Tint SCORE. ergmeennq Other Advanced Capabilities for Dec.OGuide The aggregation and fusion of disparate data sets for Intelligent Systems development is a core competency for IBI. For over 25 years, IBI's traffic management, airport ground transportation, electronic toll collection, traveller information, asset management and transit data solutions have incorporated advanced data fusion and management capabilities enabling effective and efficient operations. Garage and Street Parking Systems Integration Dec.OGuidewill be integrated with the City of Miami Beach's Garage and Street Parking Systems, to obtain an indication of parking availability for each garage and street parking lot/area,which will be used to automatically display parking availability messages on configured DMS. Acoustic Sensor Integration (optional) Dec.OGuidewill be integrated with deployed acoustic sensors for the purpose of obtaining or receiving real-time gunshot and/or explosion alerts,which will be immediately presented to platform operators via the Dec.OGuideUl (i.e. Map View, Notifications Panel), such that platform operators are able to rapidly respond to the alert using available information dissemination channels. Dec.OGuidewill also be integrated with City of Miami Beach lighting systems, such that the platform can be configured to request/recommend lighting system changes(e.g. brightness)in areas for which a gunshot and/or explosion alert is received. Dec.OGuidealso supports the automatic, alert triggered PTZ of CCTV cameras in the vicinity of a gunshot and/or explosion, to the specific location identified in the alert, using configured CCTV camera pre-sets or other camera features. Transcore MOMS Integration Dec.OGuidewill be integrated with Transcore's Maintenance and Operations Management System (MOMS), such that Dec.OGuideoperators will be able to initiate the creation of a maintenance ticket in MOMS directly via the Dec.OGuide UI. Operators will also be able to view the current status of active maintenance tickets created for any device or sensor controlled by/integrated with IBI.InSight. Analytics and Reports Customization Dec.OGuide includes a standard set of analytics and system reports. Up to eight(8) new or enhanced Dec.OGuide reports will be created in close collaboration with the City of Miami Beach. C iVEDDS C - .orpo 1 C=11 : C=I A 044 ?QQQQ T ????4449P9?????9g4P444g4�, ts1 qif, •U TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 1 S RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMIBEACH For Design, Build, Operation, and Maintenance Services ,� FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRn �..15':-5---)RE. AND SMART PARKING SYSTEM(SPS) !'' IBI.IVDS — LIVE VIDEO ANYWHERE, ANYTIME lIBI's first video distribution system implementation was EliVDS designed to improve agency coordination for public 9 , safety operations during the Democratic National ti i Convention, held in Boston from July 26-30, 2004. This 1.14 < x map Home system enhanced the coordination of various public transportation and public safety agencies through the �' Ni sharing of agency surveillance video. Using this system, participating agencies were able to access video from highway, subway, city, and aerial Show Traffic (i.e. helicopter)video surveillance cameras. Video from e` these sources were delivered to the various agencies 01111W through a direct interagency communications network, a 111 ItS 9 Y .I Ili or a secure Internet connection to the video aggregation e i system. This allowed video to be accessed from both lb desktop computers and handheld wireless devices. \ %Pik 1000 Through numerous video management and distribution deployments spanning the past decade, IBI has i kept pace with the video technology and streaming fb advancements that have led to the replacement of �, costly dedicated video appliances with lower cost mi software solutions, incorporating responsive web applications, open source(FFMPEG) based video Jim processing components, and ubiquitous video streaming �, a engines(Wowza Streaming Server). The iVDS solutions , provides a means of remotely monitoring traffic conditions and incidents in real-time, using live video s, r ' streams from the CCTV cameras located throughout a 0 il roadway network(or elsewhere), and traffic conditions - and events supplied external systems. \do i` Goo•Ie , e -. ilk... A 11 iVDS is also capable of ingesting multiple time-synchronized input streams per camera, in support 1-4 AT SRS. • LOOKING' I adaptive bitrate streaming - (automatic selection of — w �. `y video quality, based on , t�'+ _ connection throughput). -4 at SR-530 1.4 E of SR-536 MaxMIX1010100111 MOW 240,mnute MaMing OsraNm:00.03 53 Clear All Cameras Q j TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 16 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) 9 . AND SMART PARKING SYSTEM(SPS) TRI VJWRE, ergineenn Dynamic Message Signs (DMS) We understand that the final goal of the project is to improve the effectiveness of the transportation system by decreasing travel time , +� - and provide travelers"Realtime" information regarding roadway `'o , conditions, incidents, road closures and parking availability. PHASE 1 --of the DBOM project includes the deployment and ' ,"t installation of 20 DMS (1 Freeway, 19 arterial)throughout City of Miami 'k .r Beach. Ten parking garage information monument signs will be • I ='�� ° installed at the main entrance of ten public garages.The signs will or '- display parking availability to travelers making it easier to find parking and minimizing congestion in the arterial corridors. We are proposing a w high definition color LED full matrix display for both arterial and highway _ signs. With the ability to communicate in various communications social media outlets including: Cellular, fiber optic, direct Ethernet and wireless • Ethernet. This product meets the NEMA TS-4 Section 2 Environmental Requirements. *' PHASES 2-6-include the deployment and installation of 14 more DMS (3 freeway,11 arterial) . depending on City's funding availability per • o ,,,L. I phase each fiscal year. Irialk Our selected arterial DMS sign is larger than the model prescribed in the project's PSEMP. We have selected an arterial DMS model that is capable to display 12-inch-tall characters in two lines of 10 characters. • Our selected DMS meet the 2009 edition of the Manual of Uniform Traffic Control Devices MUTCD section 2L.0 Close Circuit Television (CCTV) The scope for Phase 1 includes the design and installation of CCTV ........ ...W.. cameras in 15 intersections of the corridor. 26 other intersections have been identified in Phases 2-6 depending on City's ability to provide • funding.A total of 41 CCTV cameras are detailed in the PSEMP. mi.„ Based on the Concepts of Operations we will work with MDC with "' t _ any existing infrastructure for the installation of the proposed CCTV I Cameras; However, in the event that mast arms cannot accommodate the camera TransCore is committed to installing a new camera pole. Please refer to the innovation Section 1.2 B of the unique analytics that provides the City of MB SmartCity capabilities. TransCore along with BCC's Lead Engineer, realized that the uniqueness of urban environments, requires a lower camera mounting height to mitigate obstructions caused by tree canopies, business ID Qf1VIF signs, and other typical obstruction in city areas. In addition, lower camera heights provide better incident management for the City vehicles and pedestrian traffic, as well as potential security measures. The proposed CCTV poles will be designed to mitigated any obstruction and provide optimum distance and clarity in all directions. When installing the CCTVs on existing structures, a cantilever arm may be installed,where necessary to provide the proper viewing angle of all approaches.They will be installed per phase as determined by the City's annual approved funding per phase are as follows To ensure complete coverage, CCTV sightings will be completed using a camera and bucket truck or video drone at all proposed locations. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 17 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016 199 KB In association with. MIAMIBEACH For Design, Build, Operation, and Maintenance Services I 1'1 FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) d�t .l TRSCORE. r AND SMART PARKING SYSTEM(SPS) tc^ n eenry Due to the City's proximity to the ocean the TransCore team has Image \ Video Bitrate selected a market leading CCTV camera for your project, the quality analytics management Bosch MIC IP starlight 7000 HD Camera. This HD camera r * *► " complies to some of the toughest industry standards such as IP68, PI 6444 coo= � 1 1 NEMA 6P, and IK10 for extreme mechanical strength and \ / durability.This upfront investment allows for savings throughout the lifetime of the camera due to minimum maintenance of the camera.The camera is designed using the latest technology in intelligent imaging and video streaming. Thanks to the intelligent encoding and Content-Based Imaging Technology (CBIT), the HD module delivers high resolution video even under challenging light conditions at very low bit rates, ideal for wireless applications. The camera has a professional-grade imaging platform capable of delivering 1080p HD resolution in environments with ambient light variations.The camera also has a 30x optical zoom lens (12x digital zoom)and flexible mounting options (upright, inverted, or canted)to achieve the perfect field of view. Day/night capabilities and outstanding sensitivity make the camera an exceptional performer in all lighting conditions. In low light, the camera automatically switches from color to monochrome by removing the IR filter to boost sensitivity, while maintaining superior image quality.The camera will be configured to manage bandwidth through its multiple H.264 video streams with careful consideration on the capacity of the wireless network. The camera is designed to last in surveillance applications that are beyond the mechanical capabilities of normal PTZ domes or conventional positioning systems.The complete metal body has been engineered to withstand high-impact or continuous low-frequency vibration. The additional benefits that this camera brings to the City are contained within its analytics and interface with our proposed Dec.OGuide central software. Please refer to the Innovations Section 1.2 B within our proposal. Vehicle Detection System (MVDS) The TransCore Team has selected for the VDS the Wavetronix SmartSensor HD, Microwave Vehicle Detection System (MVDS).The sensor delivers consistently accurate data traffic monitoring in slow or congested traffic.The sensor has a detection range of 250-feet and has the ability to simultaneously detect up to 22 lanes of traffic. This product is Easy to install, operate and is remotely accessible for easy management. It requires no tweaking or tuning after initial setup, it is able to withstand all-weather, and has no accuracy variances due to temperature. This product requires little to no maintenance, no cleaning or adjustments necessary, no battery replacement, no recalibration necessary, mean time between failures 10 years. Phase 1 of the project calls for 5 intersections to include MVDS. Phase 2-6 include a total of 13 more MVDS installation along the designated corridor dependant on the City's ability to acquire funding per phase. The TransCore Team is responsible for the design, integration, installation, testing, operation and maintenance of all devices.All MVDS will be connected to a UPS power back up. VDS system will be installed to conform to all manufacturer's requirements to ensure full operational capability.The Designvall final MVDS locations will be completed such that all installations meet the recommended setback to the first monitored lane. Our MVDS design will position them in mid-block locations away from traffic stop bars.The purpose of these sensors is to I ; ; !! ! , spot monitor traffic conditions for the detection of traffic delay queues and 11 to record speed, volume and vehicle classification. In situations where the 11 ;; _�`= I location of the MVDS sensor is such that its accuracy may be affected by ,. .y. I• left turn queues and stop bars,we will use two MVDS sensors, one per free movement direction. In our experience, the Wavetronix HD MVDS sensor offers a superb performance in metropolitan deployments, due to its dual radar technology. TAB 1 — SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK PAGE 18 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRANS-57W SMART PARKING SYSTEM(SPS) T rx / l�I, -5 RE, =,<•n e nr, Cabinets I Controllers *16.4 111 Our proposed controller cabinets are the 120/240 MM VAC 14x12x7-Inch Weatherproof Enclosure - -., with Mounting Plate and Cooling Fan— " -� ^-•�- -----— Model:C-Com NB141207-20F. The NB141207-20F, is designed to protect N :I• sensitive equipment from the elements and supplied with proper airflow. The unit - �- '* --=4�-- -- features a thermostat controlled, high flow r 120/240 VAC fan featuring ball bearing .,411101 along with provisions to connect to AC • power, data or RF cable enclosures. The enclosure is a rugged weatherproof design ideal for outdoor coastal harsh environments. When used with its optional mounting brackets, the unit _ pA can mount to a pole or column. The raised lid features a continuous stainless-steel hinge and quick release stainless steel latches with padlock hasps.The raised lid features a block water intrusion and is UV stabilized. This cabinet has a small footprint and no sharp edges. This makes it suitable for an installation close to pedestrian and bicycle traffic. The standard Caltrans 336 and 336S with sunshields, cabinet used in mainstream highway ITS deployments, are not adequate for a pedestrian and cyclist rich city like Miami Beach. The Caltrans 336/S larger cabinets would become a hazard, because of their large size and sharp edges. Not to mention, this will be an aesthetically un-appealing enclosure to the City of Miami Beach residents and visitors.Throughout our proposal design phase,we have challenged ourselves with selecting ITS components such as poles and cabinets that would blend or end up almost invisible to the eyes of the public.As such as you can see in the rendering we are proposing an arterial DMS structure that blends in to the natural streetscape within the City of Miami Beach giving the illusion that the Arterial signs are almost free floating above the roadway, all other devices will be camouflaged in its surroundings. The selected control cabinet provides the required space and heat dissipation needs of our design. BlueTooth Travel Time Devices (TTS) (AKA Automated Vehicle Identification, AVI) The Trafficast Bluetoad Spectra with GPS time synchronization and 4G cellular communications will be our selected Travel Time system. This sensor collects its data and sends it to a cloud based service hosted by Trafficast. Once the data has been collected in real-time by the TrafficCast server, multiple subsystems can retrieve the origin-destination data for further display and processing.The TrafficCast cloud server also allows to view and report on the collected data on its user-friendly WEB based graphical mapping interface.This Bluetooth TTS has proven to provide three times more vehicle matches than comparable Blueetooth or WIFI models. The Bluetoad Spectra®enables detection of non-discoverable segments of Bluettoth signals along side BIueTOAD's industry leading detection of"Discoverable" Bluetooth devices . With the combination of discoverable and nondiscoverable Bluetooth detection, testing has shown significant increases in detection and matches. When a phone pairs up to a vehicle it is rendered"undiscoverable"and undetectable by a standard Bluetooth detector. However, BIueTOAD Spectra is able to detect that undiscoverable device adding significantly to detection density. Spectra only detects 6 characters of the non-discoverable MAC address further enhancing privacy, not the usual l2 characters . With the number of States legislating use of"hands-free"mode, this new detector, coupled with the existing Bluetooth detector offers a greater amount of data , and significant increases in Origin/Destination metrics. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PACE 1 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199—KB In association with: MIAMI BEACH For Design, Build, Operation,and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRA/�,�(�J�RE AND SMART PARKING SYSTEM(SPS) In Sync with our design efforts to minimize unnecessary installation of structures impacting the City aesthetics, we will make every effort to utilize existing structures for the installation of the proposed Bluetooth sensors. Switches and UPS The Ethernet switch will be field hardened and environmentally NEMATS2 rated. Our selection of Ethernet Switches ensures maximum performance and reliability. We will select a FDOT APL approved Managed Field Ethernet Switch (MFES)with fiber optic interface. Even though the initial project phases do not require fiber optic communications,we will be building up a future proof system with fiber interfaces from day one,for the day in which the wireless system is replaced with a more robust, higher capacity and secure fiber optic communications system. The UPS will automatically provide emergency backup power to all ITS devices connected to the FPL power. Also, a UPS'will be provided to the SPS controller, sensors and monument signs whenever electric power is lost. The UPS has a built surge suppression features that will, minimize damage to components operation due to brownouts and other surges.As required by the RFP our UPS design will provide the backup time of two hours. SPS Design Specifications Most traffic congestion within a city core is due to motorists looking for on-street parking: research shows that 30% of the traffic congestion in a city core are motorists searching for parking, and spend an average of 6-12 minutes doing so. Pushing highly accurate real-time occupancy data to on-street signage and to mobile apps will save motorists time and fuel, while the city benefits from reduced congestion, fewer emissions and a better parking experience. Real-time occupancy data is the foundation for solving the 'final mile' problem within smart city initiatives. Our proposed solutions for garages(Phase 1)and surface lots (Phase 2-6)parking is described below: PHASE 1 -of the project includes adding smart parking features to the City's existing ten parking garage system. Our team I_r proposes the RedStorm Parking Guidance TM System. The BEVEL SPACES �a, I RedStorm Parking and Traffic Control System supports managing AVAILABLEthe garage capacity and traffic flow from one platform. It has the 4 6l9 _ ' ability to count cars and report/share data. The system integrates 3 486 `1 our smart digital signs and reporting software. The system can 2 X66 1/4=-..,4; . �,� easily adapt to new and existing garages in the future project 1 6 ` phases.The RedStorm system uses a central server to be �- ' located at the TMC and will be interfaced with our proposed Central ITS software which will interface with SKIDATA as required by the RFP.This central server connects and retrieves the parking occupancy data from all ten parking garages. This data retrieval is through a secured internet connection. RedStorm adapts to any garage configuration. Rather than the costly alternative to place a sensor in each parking space, RedStorm, is a "total count system"which can track the number of vehicles entering and exiting at each location and garage level. Using sensors at each garage ramp, the system will provide level-by-level counts to track the number of available spaces by level as required by the RFP.This data will then be utilized for a City- wide parking application to broadcast available or spaces counts across the network. For count accuracy, the system will use infrared technology which can • detect traffic, including vehicle directionality.As all the City parking garages use two-way ramps, the directionality of the vehicles will be - A , very important to maintain accurate counts per level. These sensors have the ability to detect vehicles even in congested tailgating ! , situations. Using the optical precision of infrared technology, the .—��� ,' sensors have a 7-foot-wide sensing field which provide maximum �y coverage over the traffic lane and a narrow 3-inch-deep sensing field ensures detection of individual cars, even in bumper to bumper traffic. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 20 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Inassociation with. MIAMIBEACH For Design, Build,Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) TRANSWRE• ,ngireenr The central software will collect and store parking data to the network. This will allow us to monitor, report, and share parking activity. The software will manage the multiple RedStorms systems in a single City-wide platform. Additionally,we will utilize the software for notifications and diagnostics such that to schedule count maintenance by zone and send email alerts when atypical system activity occurs. Rich reporting functionality allows us to customize reports that can be provided to the City for planning purposes, such as view garage usage, analyze trends and turnover, develop predictive analysis, and reconcile revenue for theft prevention. Data is exportable as a csv files and also supports a live XML feed of available or open space counts, giving you the ability to display real—time, open space counts through third party tools and web services. The live XML feed will allow the City to use the Smart City"open portal"technology so that any third-party app developer can use the parking information to disseminate parking availability.Additionally, parking information could also be sent to City message signs so motorists have the opportunity to see which parking garages are available without using a smart phone app. PHASES 2-6—These project phases includes adding smart I Spaceek Solution sensors to the City's existing 39 on-street parking areas 1111 n SPACEEK depending on City's funding availability per phase each fiscal year. xrw„,,•.r:;,„r•ntn wAi TIME PARKING Our team proposes GATHER DATA ''iiDAWrmAt(ORM implementing Spaceek's vertically integrated sensor and cloud software solution. Each of Spaceek's surface mounted sensors includes four �. . `1.` `�", different sensing technologies, _Aril" which is unique in the industry: - magnetometer, optical, thermal Unique Sensor Mesh Network and radar. By using all four _ different sensing technologies, Spaceek's achieves an industry-leading precision in determining occupancy, significantly reducing the false positive rate of previous generations of sensors. The sensors connect to the other nearby sensors using a Bluetooth Low Energy (BLE) mesh network to pass occupancy data to an internet access point, which transmits the data to Spaceek's Parking Engine.The sensors are powered by 4-year batteries and are user replaceable. The system automatically generates alerts when it is time to change the batteries. This rich sensor data is sent to Spaceek's cloud-based loT platform,where the collected data is analyzed by Spaceek's Parking Engine and motorists are subsequently connected to spaces. Spaceek's cloud-based dashboard allows the City to view any instrumented parking area and see not only the real-time occupancy on a map, but also review all of the analytics for that parking area, over any period of time. This data can be downloaded at any time in an excel file.Additionally, the Spaceek platform offers a rich set of APIs so that data can be accessed for use in other systems through third party tools, web services and mobile apps. Since the system is based upon highly accurate real-time data, the system can also automatically redirect traffic to alternate parking locations based on real-time conditions using remotely placed space available signs and changeable wayfinding signs. Parking information can be sent to City message signs or mobile phone apps, giving motorists a choice of how they would prefer to consume the parking availability information. TAB I - SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK PAGE 21 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services �-- FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR�✓ ^RE AND SMART PARKING SYSTEM(SPS) ':- /�/,7L�J giro.nr. The Spaceek solution solves the 'last mile'problem with superior sensor technology, real-time web access to occupancy and analytics and the ability to easily integrate with signs, other software systems and mobile apps. This will provide the City deep operational insights into the 39 parking areas and enhance the motorists parking experience, all while saving time, money, fuel and emissions. Please refer to our Innovation Section 1.2 B for our capabilities of providing Premier and Dynamic Parking for both garage and surface lots parkings. TMC Design Specifications : ' tea,•""- "*.a.• - �+.t � m. _!,. c ;.a . toirjOwot- "4o-.1.." Y {fir t....• NE s ., ow aau � an �j} .Coif t- • i—.,—`; •s T � es, -3 • Video Wall Design and All Related Workstation Components The TransCore team will provide the City of Miami Beach a fully functional transportation management center becoming the heart of the systems operation for ITS and parking subsystems, an emergency operations center during major events, and a showplace for the City. Our goal is to design and implement an award winning, independent, easily maintained TMC using state of the art ITS software and equipment.We will design a TMC that is easy to implement and maintain; uses readily available equipment as much as possible, including computers, monitors, video switching equipment, and operator console furnishings; and is the most efficient solution considering plans for a future permanent TMC. Our goal is to provide a cost-effective solution with components that could be relocated to the permanent TMC. Various subsystems comprise our proposed TMC: including; ► Existing SunGuide TMC Building Renovations; ► Video Wall and Monitoring Subsystem; r Operator Consoles and Management Workstations; ► Central Communications, Control, and Monitoring Software and Equipment; ► And Other Equipment and Materials to carry out day-to-day operations of the system, phones, printers, etc. TAB 1 — SECTION 1 1 — DETAILED PROJECT SCOPE OF WORK RAGE 22 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T --'— ^— — AND SMART PARKING SYSTEM(SPS) 1 R"INISWRE, 'rgreenrg • . _ raw y 0 • It. iSom — • v womb -0; 0, 0 3 1.A' , o-x" i . O _— t e . Existing SunGuide TMC Building Renovations The TransCore team has designed and built two separate projects to build-out or renovate the SunGuide TMC in 2005 and 2016. These projects provided the initial build-out and a technology refresh of the TMC systems, cabling, and the video wall, respectively. Room 232 allocated for this project was used for temporary operations during the latest TMC retrofit project, where the FDOT operations staff was relocated during the two-month construction. That temporary TMC was built out and maintained by TransCore during the Project. r Z8'_8.. S,PPLEMENTAL WINDOW TINT (T"P) / MON! CRS _ �.` 7—8},. Q Y 2 .,, --- � . .....,. _ .. _ u-omr,rar�m_ n RETRACIA3LE WALL / '� C SOUND BARRIER \; mri -EXISTING CUBICLES TO — 16 REMAIN MANAGEMENT '^" 2i2 I "," 4 ] ] [� DESKS 2) j t AFF , SEC FLOOR um ao ELEV: op RR yt 4�20PERA':CR g2 CPERAPCNS Q'AFF WINAGEK 1 N� 4A"AFF I _. N 7-PRINTER MIAMI BEACH LOGO ~—OPERRATTOR CONSOLE^ r D Qf ga. tA.AFF \l 12 DATA f C2I 48"AFF 48"AFF 48"AFF \\L9 _ -r C( -- -. - --, '-----' 111 1 I I t l l' r PLANAR VILEO WALL S-3,1”/ 10–8 ' ` 2H X 3W – 45" DIAL. PROPOSED CITY OF MIAMI BEACH TMC LAYOUT-SUNGUIDE TMC ROOM 232 TAB 1 – SECTION 1.1 – DETAILED PROJECT SCOPE OF WORK PAGE 23 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Ifl association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) 6L41.4$1 TRA/VSC7C—NE. AND SMART PARKING SYSTEM(SPS) „ rim-49N r,, PLANAR N{i{•1!lrrrr ' a IXN., .;',R.;,;.,! .,µ v., Room 232 - City of Miami Beach TMC For this project, the first step is to prepare Room 232 for a TMC build-out, including removal of existing office provisions, power modifications, data cabling (both Ethernet LAN connections and fiber optic video wall cabling), land line phone cabling, reinforcement of the video wall support wall, creation of separate lighting circuits for video wall area and management area, installation of a retractable wall to segregate the room, and window glare reduction or tinting. The conceptual layout of the TMC and management floor is shown in Figure 1.The air conditioning system will be analyzed for any needed changes due to a heat load increase.All of these tasks require a high level of coordination with FDOT and its TMC partners. In addition, permits will be pulled with the City of Sweetwater and a life safety plan approved by Miami-Dade County, before the work can begin. From our previous SunGuide TMC projects, out team knows that the existing FDOT generator/UPS backed building power system is reaching capacity. Therefore,we propose to coordinate with FDOT to install a separate small generator backed 480V 3-phase transformer, 208/120V distribution panel and UPS dedicated to the CITY OF MIAMI BEACH TMC, independent of FDOT's critical systems UPS and UVA/UVB/Transformer assembly. Power from the CITY OF MIAMI BEACH dedicated panel will be routed to the video wall, operator consoles, monitors, management desks, and the printer/copier. Overhead lighting will be modified to create a darker video area versus a lighter management work area. Task lighting will be used throughout. Low voltage plenum cabling will be routed from the FDOT computer room and the CITY OF MIAMI BEACH racks to Room 232. This cabling will include 24 Ethernet CAT6 cables for the operator consoles, management desks, and the printer/copier, 6 duplex fiber optic video cables for the video wall assembly, and 2 duplex fiber optic video cable for the supplemental monitors in the management area. Six CAT3 plenum-rated phone cables will be routed from the phone room to the CITY OF MIAMI BEACH TMC outside of FDOT's PBX, or as otherwise coordinated with FDOT. Room 130 - FDOT Computer Room The TransCore will coordinate with FDOT for the location of two proposed equipment racks in FDOT Computer Room and routing locations of low voltage cabling exiting this room. Rack#1 will house all communications devices, such as the CITY OF MIAMI BEACH TMC core switch,which interfaces with FDOT existing switch in the same room, hardware VPN for corporate communications, and an internal router for internet communications. Rack#2 will hold all video wall head end equipment and video wall driving electronics.This room offers a raised floor for ease of cable routing, all cabling will be segregated and clearly identified as CITY OF MIAMI BEACH TMC infrastructure for ease of maintenance. CITY OF MIAMI BEACH TMC Aesthetics The TransCore will coordinate color choices and final furniture finishes with both City and FDOT, ensuring that the allocated space is aesthetically pleasing during the Project and when the space is returned to FDOT. Our proposal has a minimal impact to the space in consideration of FDOT's potential re-use in the future. TAB 1 - SECTION 1.1 -- DETAILED PROJECT SCOPE OF WORK PAGE 24 RESPONSE TO REQUEST FOR PROPOSALS(REP)NO.2016-199-KB nassociationwith : MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) TI"' SCORE. .r,reonrc Video Wall and Supplemental Monitor Subsystem The TransCore team has employed the services of Activu as our APL approved video wall vendor. Locally,Activu has provided the video wall head-end and video wall displays for both FDOT District Six at the SunGuide TMC and at the Miami-Dade County Traffic Management Center.Activu brings its APL-approved video control solution to this Project, coupled with the selection of a Planar LCD video wall display and supplemental monitors.The proposed system offers the flexibility and capacity to accept video multicast inputs from all project Phases along with other SD/HD sources and computer screen inputs to arrange on the display and supplemental monitors. Video Wall and Supplemental Monitor Subsystem (MIAMI BEACH111 46HD'k41' 2_,LA R ,. C tTY *.v = NALL SYSTEM LCD VIDEO WALL The TransCore team and its video wall vendor have selected a Planar Clarity Matrix MX LCD Video Wall comprised of six totals 46"displays arranged in a 2-unit high by 3-unit wide configuration with a bezel width of 3.7mm creating a virtually seamless display, as shown in.The Clarity Matrix LCD Video Wall System features Full HD resolution and LED backlighting for outstanding visual performance and includes the Planar Mounting System with built-in precision alignment capabilities. Its unique architecture provides a mission-critical design with redundant power supplies and health and status monitoring capabilities for additional reliability and maintainability. Clarity Matrix adds SNMP LAN control and ambient light sensing to extend the life of the video wall. Clarity Matrix MX models feature standard brightness of 800 nits for environments with higher ambient lighting, considering the bank of windows present in Room 232. The Planar Clarity Matrix has an automated color balancing feature designed to efficiently match and align color and brightness for the LCD video wall.This automated process and controlled method replaces the traditional manual color balancing process and greatly reduces commissioning time. The Planar Fiber Video Extension option will be proposed providing a more secure and longer distance option for extending the video signal from the off-board electronics in the FDOT Computer Room to video wall display. The Fiber Video Extension provides integrated video extension over standard multi-mode or single-mode fiber optic cable. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 25 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassociation with : MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRAIRE110 AND SMART PARKING SYSTEM(SPS) I � r9meenng art:. Supplemental Monitors In addition to the primary video wall display, we propose use of A•R , . two supplemental monitors to display system status screens, other outside SD/HD video sources, news broadcasts, or any information pertinent and applicable to CITY OF MIAMI BEACH operations. We have selected 50" Planar EP Series 4K LCD Displays offering best- '" in-class reliability with stunning image quality with commercial-grade features required for control room environments.These two displays ; t N will be controlled and configured for use through the primary video wall controller, so image streams can be laid out and configured on ®p each display independently. For the City of Miami Beach Transportation Department(TD)TMC, the TransCore team proposes one 75" Planar QE Series LCD Display to act as a supplemental monitor to the central video wall control system at the FDOT/ Dec.OGuide TMC. The COMB-TD TMC will have its own video wall control workstation to remotely access and manipulate its layout of the display and change video inputs (CCTV images), as needed. Activu Head End Equipment—Video Wall Controller The TransCore team has designed a video wall control platform to handle all phases of the DBOM Project.The control system is further T ^ expandable and completely separate from the FDOT/Activu Video Wall System, therefore, the City of Miami Beach can use this control _-— � system for its permanent TMC in the future.As previously mentioned, - I —, a nearly identical video wall system has been deployed and is operational at the Miami-Dade County Traffic Signal Division. The --_ — heart of the video control system is made up of three components: the display node, the decoder station, and the system manager. We have ensured that all incoming subsystems will be compatible with the video wall controller's decoding capabilities (i.e. H.264)and the proposed Planar LCD Video Wall.This video wall will have the ability to present up to five workstation screens, any or all of the H.264 video streams from the field devices, and two cable coax connections. In addition, a video wall control extension will be added to provide remotely-configurable images on the proposed LCD monitor at the COMB-TD TMC. TAB 1 - SECTION 11 — DETAILED PROJECT SCOPE OF WORK PAGE 26 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services L FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) I i AND SMART PARKING SYSTEM(SPS) , TRAI VJWRE, engrneedng Operator Consoles and Management Workstations __. .m *-^tEM - -'` i' 111 WI 111111111111-Uca. - tn. N. lf CONCEPTUAL OPERATOR CONSOLES AND MANAGEMENT DESK RENDERING The TransCore team has selected Winsted as the Control Room Console provider. Winsted offers its Sight Line Command Center line - of modular operator consoles. The overall console will be divided into .c,...,,,......, . –work areas for two operators and one operations manager. Each - --! work area will offer adjustable working heights, integrated Irk, 11-4111 cable management, computer monitor racks, enclosed equipment storage, documentation storage, and power/data ports. Design of the consoles will take into consideration proper viewing of the video wall display and wheel chair access. Two modular desks are proposed for maintenance and administration '— personnel bringing the total Dec.OGuide TMC staffing capacity to five, as shown in the rendering in Figure 3. " For the operator desk at the City of Miami Beach Transportation Department, (COMB-TD)we are proposing one similarly styled operator desk to hold its one operator workstation and two monitors. -- .. For both locations, the final selection of finishes will be coordinated 'yT a with the City. $ .. ems" y. TAB 1 — SECTION 1 1 — DETAILED PROJECT SCOPE OF WORK PAGE 27 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassociationwith For Design, Build, Operation, and Maintenance Services MIAMI BEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) J 1 T AND SMART PARKING SYSTEM(SPS) /RA vJWRE engineering Ethernet Network The main Network communications equipment at the District 6 TMC will be a Cisco Catalyst WS-3850-12X48U-S with 36 1Gbps UPoE ports, and 12 multigigabit UPOE ports. The switch will carry two 1100W redundant power ` """ woo supplies and a Network Module card with 4 .: 1 Gbps!2 10Gbps SFP ports, model C3850- NM-2-10G. The Cisco Catalyst 3850 provides a rich set of security features for wired plus wireless users. Features such as IEEE 802.1x, port security, Dynamic Host Configuration Protocol (DHCP) Snooping and Guard, Dynamic ARP Inspection, RA Guard, IP Source Guard, control plane protection (CoPP), wireless intrusion prevention systems(WIPSs), and so on enable protection against unauthorized users and attackers.With a variety of wired plus wireless users connecting to the network, the switch supports session-aware networking, in which each device connected to the network is identified as one session, and unique access control lists (ACLS)and/or QoS policies can be defined and applied using the ISE for each of these sessions, providing better control on the devices connecting to the network. AES-256 MACsec encryption is the IEEE 802.1AE standard for authenticating and encrypting packets between switches and endpoints. The Cisco Catalyst 3850 Series switches support 256-bit(SFP+ and mGig models only) and 128-bit Advanced Encryption Standard (AES)on all ports at all speeds, providing the most secure link encryption. The WS-3850 Core switch will be loaded with IP-Base operating system,with full support of OSPF, IPv6, PIM routing,Access Security and the full Network-layer 2 set of features. Our TMC Network design will make use of the Cisco WS-3850 as the core switch, to which all COMB TMC IP devices will connect to directly.The list of TMC IP devices is: 1. IBI Central Control ITS Software Server 2. MS Windows Active Directory Server 3. Network Management Software Server 4. Parking Garages RedStorm Server 5. 24TB Network Storage Appliance 6. Firewall Appliance Cisco ASA 5508-X 7. IP Phones 8. Activu Video Wall Controller and video processing servers 9. Workstations 10. Laser multifunction Printer CATALYST 3850 LAYER 3 SWITCH—These switches will aggregate the entire ITS wireless network, and will be the Layer 2!Layer3 boundary points of the network. The network links between these two primary Tower sites and Core switch located at the D6 TMC,will be Layer 3 links over a EIGRP routing protocol.We will call these two switches, the"Distribution Layer"switches in the network design. Our network design will follow the networking industry Switch-Block standard.This standard, creates a clear differentiation between the following network layers: Core, Distribution and Access. It allows for easy network expandability and network management. TAB 1 — SECTION 1 1 — DETAILED PROJECT SCOPE OF WORK PAG-28 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) (ARE. t AND SMART PARKING SYSTEM(SPS) y TR�t1V r, ' Qreonrq FIREWALL AT TMC CORE LAYER SWITCH AT TMC I0— INTERNET DISTRIBUTION LAYER SWITCH AT DISTRIBUTION LAYER SWITCH AT REBECCA TOWER €" - CITY HALL TOWER / 'APP'Air \ IIIIIII Mg III 1M ACCESS LAYER.EACH BLOCK REPRESENTS A DAISY CHAIN, MADE UP MULTIPLE SITES WITHIN THE CORRIDOR The other 4 tower sites will act as access layer sites. These Access-Layer tower sites, will connect to either Rebecca or the City Hall Tower Sites, which are the"Distribution Layer" sites in our Switch-Block Design. Some low bandwidth sites like MVDS,AVI-TTS, and SPS controllers along with the DMS may use a cellular 4G connection to the internet. These sites would be controlled and queried from the IBI-Insight,TrafficCast or SPS parking server. Connections routed through the internet will be secure at the cellular router level on-site and by the main Cisco ASC Firewall to be installed by the TransCore Team at the TMC. Ultimately, wireless and cellular ITS and Smart Parking sites will be migrated to a fiber base system that can be commissioned in small sections at a time. Within the ITS and SPS network in City of Miami Beach we will implement Cisco's Gateway Load Balancing Protocol (GLPB)to provide gateway redundancy within the network.The City Hall Cisco 3850 Switch will be configured as the"Active Virtual Gateway" (AVG)router and the switch at Rebecca Tower site will be configured as the"Active Virtual Forwarder" (AVF), as the backup gateway. The links from the two Distribution Layer switches will be regenerated at the FDOT 836/1-95 Hub, before crossing the SR-836 expressway, on route to FDOT's District 6 TMC. Coordination with FDOT D6 and MDX ITS groups during the early design phases, to secure a dark fiber lease, fiber backbone cross-connections and HUB building rack space for the Ethernet fiber regenerators that will be required. Please refer to our Phase 1 of the network diagram in our proposal plans set. Testing For the CITY OF MIAMI BEACH TMC subsystems, many of the components will be visually inspected, such as the operator consoles and other furnishings, retractable wall and sound barrier, window tinting, and permit- driven installations (electrical and low voltage cabling). Other systems are subject to the overall subsystem and system testing parameters of the Project, including the video wall subsystem with its supplemental monitors, the Local Area Network(LAN), the central control software with cloud-based servers and client workstations, and the operations phone system.All of the subsystems subject to functional testing will be included in the overall project testing plan for approval by the City. TAB 1 - SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK PAOE 29 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with. MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T )Ir.,y AND SMART PARKING SYSTEM(SPS) I R��SWR� angireedng CITY OF MIAMI BEACH TMC Equipment Maintenance The TransCore team is prepared for and experienced in the maintenance of the TMC equipment. We will retain the services of our vendor Activu and IBI Group during the entire project duration to provide onsite and remote maintenance and warranty support for the video wall subsystem and central control software, respectively. We will identify and track TMC components as they were ITS or parking system field devices, logging warranty information, RMA procedures, important contact means, manufacturer manuals, and other maintenance related information. Requirements Traceability Verification Matrix (RTVM) An RTVM will be developed for this project based on many sources of project requirements. These sources include the City's procurement documents, our design team's specifications, manufacturer specifications, and any other unique requirement bought to this proposal as a value-added feature. These various requirements will be compiled into a master spreadsheet for the City's review. In turn, the RTVM becomes the basis for verification that each component and system complies with the Project requirements, as verified through the testing program and manufacturer documentation reviews. Each item, comprised of"shall"statements, will be verified either through documentation review(specifications, cut sheets, third-party testing results, certifications, etc.), visual inspection, or functionally testing. Each item from the RTVM will be included at least one of the test procedures for verification. Wireless Communication System As a result of FDOT Right-of-Way abundance, Freeway ITS projects utilize fiber optic backbone and laterals for communication between the TMC and field devices, with minimal wireless communications for some remote end points. For this reason, most ITS contractors/engineering firms are not familiar in deploying predominantly ITS wireless communications networks. However,TransCore Team working with SIMREX has already deployed a large scale citywide wireless ITS system, in the City of Aventura. In addition, the longest wireless ITS deployment for FDOT was designed and deployed by TransCore, from Florida City to Key West(126 miles).Also,TransCore and SIMREX designed and deployed a 50-mile wireless communication network for the safety barrier cable system (SBCS)along FDOT District 1 section along Alligator Alley For this reason the TransCore Team is the most experienced wireless ITS design-build contractor in the state of Florida, assuring the City of Miami Beach a successful design and deployment of the required IP wireless communications network. This section presents elements of and approach to the COMB Wireless Network design,which use six specific TOWER sites as a back bone and backhaul.The Tower sites are to be interconnected by licensed microwave radios. The high elevation TOWER sites will be connected to street level using unlicensed 5800 MHz wireless links. Our proposed architecture incorporates a traditional licensed microwave backbone between the six TOWER sites and a hub-and-spoke distribution topology from each of those 6 sites using narrow beam width, unlicensed 5800 MHz IP radios. It needs to be highlighted embellished that the radial beams from the Towers to the street level will be intentionally narrow rather than a 90 deg or 120 deg sectoral approach.This has a profound effect on reducing interference in this shared band. It also allows use of higher gain antennas. The advantages of the narrow beam 5800 MHz hub and spoke architecture include: 1. Minimal 5800 MHz shared spectrum interference to the high elevation TOWER AP's (Access Points) 2. Efficient use of 5800 MHz spectrum. 3. Ability to serve street nodes that are obstructed to the TOWERs through use of the corridor network. TAB 1 — SECTION 1 1 — DETAILED PROJECT SCOPE OF WORK PAGE 30 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMIBEACH For Design, Build, Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) 1. " AND SMART PARKING SYSTEM(SPS) Tiz� RE gmeednq Furthermore, in the interest of spectral efficiency and minimizing interference to the system from shared the shared spectrum,the proposed 5800 MHz radios will allow the selection of: 1. Proprietary or standard based protocol 2. CSMA or TDMA protocol 3. Selection of multiple channel widths from 5 to 40 MHz 4. Nonstandard channel centers , r ` t ` • :440: ► ' SAY / ...a ► i.,"-- -.1..."' .ii +� _ — e Y .46;„, -.=. , - 1„, - ,_,,,, , „" ,,„,. _..7"--- ‘- _ 2fr,,,y 'v../ it x -.. n y cAmk _ aJ /):',:i:if , The licensed point-point microwave backbone will be designed using standard methods of path profile and link budgeting. Due to the clutter of the urban setting, the path profile simulation and link budget will be augmented utilizing photography to rationalize building height data along each corridor. The unlicensed 5800 wireless system designs, other methods to allow for visibility and identification of obstructions identification are utilized: 1. Google Earth tools street level photography. 2. Ultra-high resolution panoramic photography from the TOWER sites to aid the initial design and deployment, as well as future expansion initiatives. 3. Field tests of higher risk paths and to select the best choice between alternatives. In addition,the proposed communications equipment and associated network management system propose will support: 1. Performance Benchmarking of all wireless paths and all wired connections, on 5800 radio networks during commissioning. 2. Periodic checkpointing of system performance. 3. Threshold and trend based maintenance practices. 4. Alarms by email. 5. Secure cloud based performance and alarm monitoring TAB 1 - SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK PAGE 31 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In assooatlon with For Design, Build, Operation, and Maintenance Services MIAMIBEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T ). AND SMART PARKING SYSTEM(SPS) • I R�1 vJWRE ergineedng Wireless Network Design Challenges and Solutions LICENSED MICROWAVEBACKHAUL The challenges to the licensed microwave backhaul/backbone design are not much different than most other urban systems. Without doing the detailed design and frequency coordination process, it is difficult to precisely predict which paths will be more challenging than others. Most of the following issues are expected and will be addressed in the design process as noted below: Standard challenges are: 1. Some Lower elevation backbone sites will make obstructions or grazing paths more likely. e.g. City Hall and the two FDOT FIBER connection points on street side poles. 2. Outright obstructions or insufficient RF line of sight(Fresnel clearance). 3. Multipath (signal lost)due to reflections from bodies of water or large metal rooftops or walls. 4. Difficulty in locating antenna space on rooftops for optimal antenna placement. 5. Ensuring protection from RX signal desensitization due to collocated equipment in the same band from other operator's equipment at the rooftop sites. 6. Frequency coordination and licensing. For every single microwave path,these details will be handled using long standing RF engineering methodologies for doing so. Besides obstructions that force the choice of an alternate path, the main challenge is the low elevation of several nodes. The City Hall Tower site is a site that needs a full bandwidth data feed of all of the nodes in the system. City Hall is also an essential microwave relay node between north and south ends of the backbone in order to keep individual backbone path lengths minimized. The path north to Tower 41 SITE 5 is grazing a large rooftop that is likely to be metallic and reflective. This could be a multipath problem.Also, the Microwave path to the proposed North entry point to the FDOT fiber network is partly blocked if using City Hall. The parking garage blocks the view to the West. Our proposed solution to mitigate these issues will be utilize the parking garage next door.This location also serves as a good vantage point for 5800 MHz links to the street in the area.The 4 roof protrusions on the parking garage are much taller than city Hall and appear to be excellent for both Microwave and 5800 network radials. Unlicensed 5800 Mhz Network The challenges to the unlicensed 5800 links however are significantly different than the typical ITS wireless topology of a fiber loop or branch with further wireless branches that follow the street grid.This is because the High mounted 5800 MHz AP's on the Towers will see significantly more interference than a street mounted AP in a fiber fed corridor based topology. The key challenges with 5800 unlicensed system are: 1. INTERFERENCE-The significant interference that the high elevation 5800 MHz Tower mounted radios will see from other unlicensed equipment in the city. 2. OBSTRUCTIONS-The lack of visibility directly from a TOWER to many of the nodes that require communications. 3. SPECTRUM-The amount of 5800 spectrum available for high power outdoor communication is scarce and has to be shared with other users. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 32 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build,Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) VJWkyr TID/�IRE AND SMART PARKING SYSTEM(SPS) ��IJ�J onginee ng � a 5800 Mhz Interference Details The key aspects of the 5800 interference we are concerned with are: 1. TOTAL-The total number of interference signal sources that might degrade a single wireless link over the air data integrity and throughput. Data throughput is impaired either due to raw interference signal level or due to protocol interaction with the interferers. 2. PROTOCOL-Simply the presence of interference of any detectable level that may cause wireless throughput degradation due to the type of data collision control protocol used by the wireless equipment. Note that 802.11 data collision control protocol is designed to deal with the second point in mind, and it performs very well making the best of it for strong interference. But a high elevation mounted AP will also hear a large volume of low level interference and most 802.11 radios cannot ignore this.The AP will hold off and cooperate with the low-level interferers and this can unnecessarily rob a great deal of throughput as the AP could have "talked over"the low-level interference if 802.11 had not been used. But if the network designer elects not to use 802.11, or the radio selected is incapable of using 802.11 and it must provide coverage in an area that has strong RF levels of 802.11 interference, the system will often have poorer throughput than if it was using 802.11 and cooperating with the interfering stations. There are several more variations on the protocol interference issue. One is worth mentioning.The case where we wish to use a CSMA protocol like 802.11 amongst 2 clusters of radios that are sharing the same channel.This may be necessary in later Phase 2-6 as density increases and there may be few clear channels in an area Interference Solutions PROTOCOL INTERFERENCE-There are several methods for dealing with Protocol Interference because there are several different types that need to be dealt with. In simple terms, there are 2 main classes of interference avoidance scenarios. 1. To avoid any cooperation with the interfering protocol with a strategy that there will be more throughput because you are not cooperating. 2. To cooperate with the interfering protocol with a strategy that you will get more throughput because you are cooperating. For the above reasons, it is very important to use an unlicensed radio that can cooperate with the most common interfering protocol (802.11)when warranted in certain areas. But in other areas be able to be configured to use one or an alternate protocols and/or other means that does not cooperate with the interfering Protocol. An even more complex but common scenario falls in the gray area between the cooperate and not cooperate solutions.This is when the 5800 MHz system wishes to cooperate with the strong interferers but ignore weak ones, including possibly distant units on the same channel. The proposed WB 5800 family does all of the above. The WB 5800 radios can be configured to cooperate (or not) with the most popular wireless protocol on the planet(802.11).There are several mechanisms/on the radio to do this depending on the subtleties of the circumstance.The WB 5800 can also be configured to gain throughput by cooperating with the strong interferers and gain some more by ignoring the weak interferers. Some of these interferers can well be other COMB 5800 radios that are virtually collocated or some great distance away. Field testing of the above scenario in a very harsh 802.11 environment lead to a 2.5x performance improvement using this method. 5800 Obstructions Solution This problem is solved by the same solution that solves the QUATITY INTERFERENCE. Only well placed (least obstructed)street nodes will be used as clients for the 5800 TOWER AP's. From those points on, the street network will be distributed via a robust corridor/grid based methodology. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 33 I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassociation with : MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRn1VS(A2E. I AND SMART PARKING SYSTEM(SPS) �nglneednc 5800 Spectrum Solutions Efficient spectrum use will be facilitated by: 1. Use of the narrowest channels possible (with headroom allowance)to support the traffic. 2. Doing the bulk of the 5800 networks in a corridor based topology will facilitate spectrum reuse. 3. The use of antenna downtilt or uptilt to reduce the interference downstream from other nodes. 5800 Mhz Interference Solutions 1. Use of narrow channels where possible or indicated by the environment. 2. Ability to select from multiple over the air protocols. 3. The use of narrow 5800 beams from the TOWERs. Wireless Network Design Challenges and Solutions LICENSED MICROWAVEBACKHAUL The challenges to the licensed microwave backhaul/backbone design are not much different than most other urban systems. Without doing the detailed design and frequency coordination process, it is difficult to precisely predict which paths will be more challenging than others. Most of the following issues are expected and will be addressed in the design process as noted below: Standard challenges are: 1. Some Lower elevation backbone sites will make obstructions or grazing paths more likely. e.g. City Hall and the two FDOT FIBER connection points on street side poles. 2. Outright obstructions or insufficient RF line of sight(Fresnel clearance). 3. Multipath (signal lost)due to reflections from bodies of water or large metal rooftops or walls. 4. Difficulty in locating antenna space on rooftops for optimal antenna placement. 5. Ensuring protection from RX signal desensitization due to collocated equipment in the same band from other operator's equipment at the rooftop sites. 6. Frequency coordination and licensing. Wireless Design Processes The steps below outline the design process for both Licensed Microwave as well as (411 the unlicensed 5800 MHz radial distribution and street corridor network. Some 1 t of the steps provide examples from the proposed system. r f The system design calls for the use of six TOWER sites. Cursory investigations --�,-- -4 reveal that four of these TOWER's are rooftops of 10+floor buildings, with good visibility between adjacent sites and good visibility of nearby street nodes. ' , — It is proposed that site 1 and Site 4 are connected to FDOT fiber at 1-395 and 1-195 respectively in order to provide The TMC connection.Although it is not �' ►4'-ill required, some element of fault tolerance is possible through this topology. Licensed Microwave Radio with Integrated Antenna TAB 1 — SECTION 1 1 — DETAILED PROJECT SCOPE OF WORK PAGE 34 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR/tlVJWRE, 1 AND SMART PARKING SYSTEM(SPS) g e nny Licensed Microwave Frequency Choice The lower frequencies are most desirable because they are able to withstand rain fade better. Initial investigation suggests that an 18 GHz solution with Category A antennas would be a good starting point in terms of frequency band and license protection level. Category A dictates a narrower antenna beam width to help minimize the creation of, or reception of co-channel interference. For the minimal extra cost and antenna size increase needed for category A, you get FCC protection in terms of dealing with interference issues.The increased antenna size to 2 feet also means—6 dB more gain in the link budget than for a 1-foot Category B antenna. The short paths for this project with 2-foot Category A antennas have the link budget at 18 GHZ to withstand the Florida heavy rains if the signal paths have sufficient obstruction clearance. The design process below contains elements that may be performed concurrently with the 5800 MHz design process. Specifically, during the site visits to the TOWER sites. Confirm the microwave portion of the Site information report against FCC database as a cross check to ensure that nothing has been missed or has errors. Look for possible location points for Microwave antennas. Make photos of nameplates of other microwave equipment as crosscheck to be certain of locations of another tenant's equipment. Make high photos with wide and narrow telephoto lens in the directions of other TOWERS to be linked to. The purpose of these photos is exactly identifying structures along the path that must be included in the terrain profile and link budget simulation. The photo below shows the view from the Council Tower Site 2 o New City Hall Site 4. The structure for antennas on City Hall is marked in Yellow. The red X's on the City Hall Parking Garage indicate that there are antenna locations that have better clearance to obstructions along the path and may also be better vantage points to reach other Towers and FDOT FIBER Entry points further North. Our design takes into account the Data Traffic Budget for backhaul in order to 4.101. determine if there are different levels/capacities of data aggregation that must be supported at different points in the network.The outcome of the analysis is to select the exact throughputs, channel size and modulation for the radios at different points in the backbone. The channel size choices " affect frequency coordination and licensing. Four backhaul ' delivery points could possibly require many or all of the x - ! CCTV nodes.These are the 2 FDOT fiber feed points at 1-195 and 1-395 as well as City Hall and the Police Dept. The largest traffic load is 40 CCTV sites budgeted at 2.3 Mbps per stream. The 77 sensors have been budgeted at 64kbps each. Fresnel Zone=72.1 "SqrRoot(dm/(Fregott"4)) The WB-HC microwave backbone TX Antenna\ Lonna radios are capable of FIesnel Zone operating from 33 to ▪ a r 313 Mbps full duplex •s am 111111111111111 (in both directions at MN MN DODO the same time)with a IBIS O O O O 1.• ljlfjl ■ ■ ■■ ■■ ■■ 0 o 0 capability of 22 III ■■ ■■ ■■ different speeds Il� ■ ■ •■ ■■ ■■ n' to depending on modulation and channel width.When selecting a speed, the Home Products I Sitemao j Technical Su000rt I Contact Us path len th/condition SIMREX Corporation,1223 William St. Buffalo NY 14206.Ph.716-206-0174 p g and dish size are the prime factors. The target speed for the links is currently proposed at 148 Mbps or higher to allow for some safety margin and some expansion. TAB 1 - SECTION 1.1 - DETAILED PROJECT SCOPE OF WORK PAGE 35 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with. MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) TRAIRE. eeginoe ng Construction Coordination Construction is essential to the success of every project.As such, gir- our Team is committed to open communication between the Design, CEI, FDOT, County, and City Utilities and Construction • ~" 0,. --"J Representatives. The communication will be facilitated by weekly , a y internal project meetings, our team's SharePoint web site, action item list, submittal log, e-mail as well as other forms of r correspondence. The objective of these communications efforts • will be to achieve a high level of project coordination. Peter Eugene as the prime project manager will lead the construction meetings and schedule. He will act as the main organizer of all project stages duringthe life of the project.All 9 9 P 1 ,. . disciplines, including design will be managed and coordinated *,. ` by Mr. Eugene. He has over 15 years of project management 00: experience in challenging ITS construction projects. Mr. • Eugene has also a vast experience in ITS integration and maintenance activities. ..w w t In order to ensure that design changes will be minimal during ' actual construction; our construction team will be intimately involved during the design process; providing constructability comments and general preference of means and methods. • ('" Our design team will meet with the construction team regularly, both in the office and on-site to go over the design as a whole. f _ The action item list will be maintained throughout the project identifying any open issues and the SharePoint web site will be utilized to share documents and information amongst team members. In addition, the design and construction team will work together during procurement process in order to ensure that the appropriate material is utilized on the project. Finally, the designer will attend the progress meetings regularly during construction and will be available in order to resolve any question or issues that may come up. The TransCore Team also realize that close coordination will be required with all ongoing FDOT, Miami-Dade County and the City of Miami Beach roadway construction projects, an example of some concordance with City of Miami Beach projects include: r City of Miami Beach, Smart LED, DBOM ► La Gorce, Neighborhood Improvement Project ► City of North Miami Beach, WM Service Conversions Mr. Napolitano will be looking for constructability issues that must be addressed during design. Such as, electrical feeder's conduit path, coordination with FPL, Utility coordination and possibly sub surface utility(SUE) investigation. The Design team lead by Mr.Arturo Espinosa of BCC,will be proactive in communicating with the Construction Team with regards to the best strategies for a safe and less intrusive construction process. One of the main topics that come to mind is the limited right-of-way access of sidewalks for the installation of ITS poles and cabinets. A fundamental aspect of the construction coordination is the dissemination of the construction information,ADA compliance and sidewalk closures and detours. TAB 1 - SECTION 1 1 - DETAILED PROJECT SCOPE OF WORK PAGE 36 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services ]1 FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T �`^ AND SMART PARKING SYSTEM(SPS) 1 RA SWRE This information is to be coordinated with the following City's departments: ► Office of Communications A.D.A Compliance ► Public Works, Engineering Division ► Parking Department ► Transportation ► Special Events ► Construction Approach An important aspect of the City of Miami Beach design-build project is the Coordination of the Construction Means and Methods to utilize along the project, currently under major roadway, bridges and city limits.The TransCore Team has evaluated the project and plans to perform the work in an innovative manner to reduce conflicts with others while maintaining costs, improving worker safety, minimizing contract duration, reducing impacts on the traveling public, and protecting the environment. We are dedicated to completing this project on time and with best workmanship possible. In order to expedite the design-build process, DMS and ADMS structures, communication cabinets, pull boxes, risers, and wireless equipment.The TMC will begin construction as early as possible in the project schedule. Due to the lengthy procurement times of these products, the TransCore Team believes it is critical to the project's success that these items not be delayed. The TransCore Team will ensure a reliable, safe, and superior product for the City of Miami Beach.We will strictly adhere to RFP, including maintenance-of- traffic (MOT), erosion control (including NPDES), storm water pollution prevention (SWPPP), excavation,fill work, guardrail, concrete structures, and poles. Pending approval, the CCTV camera and the traffic detection devices will be installed on existing poles/structures that are owned by the City of Miami Beach and Miami-Dade County. The DMS and ADMS structures will be pre- assembled to include the DMS and ADMS devices on site in the median or in a clear area. All ITS devices will be installed after poles, ducts, communication cables and structure attachments are installed and completed. CCTV cameras, traffic detection devices, wireless equipment, and pole-mounted control cabinets will be installed according to manufacturer guidelines with maintainability as the key focus.All devices will be installed with specific design and manufacturer's procedures, taking into consideration traffic detection, mounting heights, safety, and accessibility. Minimize Impacts to the Environment All design and construction will be conducted with care and responsibility to protecting the environment and ecosystems by minimizing contact with existing fauna and flora. The TransCore Team will achieve this objective by utilizing the current federal and state standards and information for each particular location. Improve Worker Safety The TransCore Team is conscious of safety, not only for team employees but also for the traveling public.Thus, our team utilizes a trained and experienced work force throughout surveys and layouts, while under design and construction activities.All corporate safety programs will comply with the industry standards, FDOT and AASHTO standards. Minimize Construction Duration The TransCore Team has reviewed the RFP requirements and produced a working schedule. This schedule has been the product of detailed reviews from the design team as well as various construction specialists. Each activity duration is carefully detailed to minimize the work duration, all while maintaining the high standards on the final products. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 37 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: For Design, Build, Operation, and Maintenance Services I MIAMI BEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) �- 14, AND SMART PARKING SYSTEM(SPS) TR/t/VSC,C7RE. ergFeegn, Exceed Minimum Material Requirements to Enhance Durability of Structural Components The TransCore Team's common practice is to exceed the minimum material requirements wherever possible. In our experience, these practices have proven beneficial to the City and to the TransCore Team due to the fact that improvements on the final product benefit the overall project by exceeding expectations. Constructability Field Review The preliminary field review performed by the TransCore team was conducted with our primary contractors to ensure constructability. In fact, the attached plans in this proposal have been revised several times as an outcome of their input which will assure the City of Miami Beach that the proposed plans are constructible. Overall Project Safety Safety to the public, design, inspection and construction crews will be our team's primary concern. Therefore, stemming from the proposed design, we will attempt to work in the clear zone to reduce distraction to the traveling public. Proper and specific MOT plans will be prepared for each construction site. In addition, the TransCore Team will submit additional MOT site specific plans prior to deployment to work zones. The MOT plans will be submitted to the City of Miami Beach for review and approval at least two weeks prior to the proposed work.All lane closure work within the city limits and FDOT roadways will be performed during approved work hours(8PM to 6AM)to minimize impact to the public.All materials and equipment for the project will be stored outside the clear zones and away from hazards to the public and project staff to prevent damage to equipment and other properties.As part of our construction we will always have the presence of an off-duty police officer integrated within our MOT operations. One of our team's proven methods is our ability to system manage any deployment project where ITS devices and cabinets are assembled, configured and tested in the safety of our building facilities. This equipment is then installed in the field at each specific location. This approach greatly minimizes configuration, installation and testing time that technicians would normally be exposed along the roadway and construction areas. Minimizing field construction exposure leads to less public distractions, and thus confirming our approach and philosophy to protect and save lives. Power Subsystem The TransCore Team will maintain close coordination with the Florida Power& Light(FPL) Representative(s) regarding power service points. This close coordination will begin during design and be maintained throughout the installation and construction phases of the project. The TransCore Team's work with FPL, and other publicly regulated power companies,will facilitate scheduled maintenance. Our team understands that FPL's schedule is difficult to control and is the leading cause of project delay in ITS Construction projects. Therefore, much of our power coordination begins during the design process and followed through the construction in order to achieve the best power drop locations.This process is done so that in the event that an issue does occur, it can be identified before it causes delay impacts to the project. Installation Acceptance At the conclusion of construction and the System Acceptance Test, the TransCore Team will work with the CEI! City of Miami Beach to establish punch list items that will be required to be completed before Final Acceptance. Final Acceptance will be granted when all requirements associated with the submittals, installation, testing, training, documentation,warranties and guarantees have been successfully completed.The TransCore Team will provide written certification to the City of Miami Beach that all system acceptance tests have been successfully completed as stipulated by the plans. Furthermore, the TransCore Team recognizes that Final Acceptance will be granted after all requirements of the System Acceptance Test and punch list items have been successfully completed and based on a comprehensive final inspection of the entire system. The availability of system training, spares, documentation, and status of guarantees will be submitted with the certification. TAB 1 — SECTION 1.1 — DETAILED PROJECT SCOPE OF WORK PAGE 38 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Inassocialionwith MIAMI BEACH For Design, Build, Operation, and Maintenance Services q FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) �, - 1a 1 AND SMART PARKING SYSTEM(SPS) TRAIVSL.ORE. ergmeen q Construction Approach ► The goal of the TransCore Team is to provide the City of Miami Beach and all agencies in association with this project(i.e. FDOT and Miami-Dade County)the capability of utilizing the ITS devices and communications network provided in our design to enhance their ability to manage vehicular traffic in the City of Miami Beach area. Furthermore, the technology deployment under this project will allow the City, FDOT and MDC to perform studies, analyze and respond to incidents in the most efficient and cost- effective manner. ► The Team will be responsible for the entire project from beginning to end. In such highly traveled area, many factors can and will impact the success of the day-to-day operations. Our approach will ensure a project completion within the proposed schedule while minimizing disruptions to the residents and visitors of the City on a-day-to-day basis.The TransCore Team has evaluated the improving worker safety, minimize contract duration, decreasing impacts to the traveling public and business and property owners, and protecting the environment. We strive to maintain a safe and friendly working environment. We strive to maintain a safe and friendly working environment. Quality Control procedures will be in place from the onset of the project. ► The TransCore Team and their subcontractors will take a proactive role during the design of the project. Constructability and Maintainability issues will be resolved "up-front"so that no surprises occur during the Construction Phase. In addition, the TransCore Team designer will remain"on-board"during construction to ensure that the project intent is delivered. Operation/Maintenance(O&M) (please refer to tab 2 for O&M project approach) During the Operations and Maintenance, Mr. Carlos Rolon and Mr. Carl Smith, both from TransCore will lead the coordination efforts. Needless to say, coordination with District 6 ITS is paramount. The coordination may range from the day to day operation at FDOT District 6(D6)TMC, to the coordination of City's special events that need the ITS support on the FDOT D6 corridors leading in and out of the City. O&M coordination with D6 will be performed first through direct contact with the department O&M Project Manager, tier two Coordination will involve communication with the contractor project manager for these two services. In the case of ITS maintenance in D6, TransCore is the provider and contractor project manager. Maintenance coordination will be very easy and collaborative, all done in-house. Communications and coordination to other city centers that host special events, like the Miami Beach Convention Center, Theaters, Hotels and on-street fairs will be coordinated through the City's Office of Communications. Beyond the daily needs to find parking in the city, special events need special planning for their parking needs. The Smart Parking System (SPS)under our scope of work will have as its primary objective the dissemination of parking availability to motorists. This reduces congestion and improves the experience of residents and visitors alike. Our Operations Project Manager, Mr. Carlos Rolon, will keep in contact with SKIDATA's Project Manager for the maintenance and accuracy of the parking information provided to them and ultimately to the parking garage users. TransCore understands that the document hierarchy from top to bottom is: 1. Minimum Technical Requirements (MTR)and Request For Proposal (RFP) 2. Operations and Maintenance Performance Measure Requirements and Goals 3. Project Plan 4. Concept of Operations (ConOps) 5. PSEMP TAB 1 - SECTION 1 1 - DETAILED PROJECT SCOPE OF WORK PA,,E ;, RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) TR/VVSL.ORE. ergireennq 1.1 (C) Sustainability "Sustainability"is one of the world's most talked about but least understood words. Its meaning is often clouded by differing interpretations and by a tendency for the subject to be treated superficially. For most companies and individuals who do take the subject seriously the concept of sustainability embraces the preservation of the environment as well as critical development-related issues such as the efficient use of resources, continual social progress and stable economic growth. TransCore's approach to sustainability can be summarized in the following design and construction aspects: 1. Innovative design concepts that integrate materials, construction methods from other transportation disciplines like street lighting. We see this as expanding beyond the more traditional structural support materials used in highway ITS deployments. 2. Use of support structures that are resilient to a coastal environment. 3. Design ITS systems that optimize use of electrical energy, by avoiding electrical losses due to unnecessary electrical voltage level conversion.This brings to our design the use of DC power Uninterruptible Power Supplies (UPS) 4. Use of structures that are commercially off-the-shelf available and are easy and relatively inexpensive to replace or relocate. 5. Design and install DMS structures on the arterials, that integrate in the structure itself, low maintenance plants that enhance the city's esthetics and improves the filtering of the city's air with plants. 6. Design and build ITS sites with the pre-requisite that our ITS site may serve in a near future as a SmartCity communications or sensor's node. In addition to the above-mentioned approach the TransCore Team will implement a sustainable design that includes three major factors: C (1.) Traffic Management To promote traffic flow: ► The TMC will be manned everyday, year-round, during the day hours as specified in the RFP. ► The TMC Operation staff will be highly qualified individuals that will receive intensive training for traffic monitoring and incident reporting. The staff will be trained to take quick and effective measures to clear up any traffic incidents. DMS signs will inform all travelers of any delays to eliminate avoidable extra congestion in the impacted area. ► DMS signs will display parking availability for each garage, giving travelers an easier and faster way to find available parking.The signs will have the capacity to give travelers Realtime information and alleviating congestions and avoiding traffic incidents. ► The proper City of Miami Beach agencies will be notified immediately to the incident for fast and effective clearance. ► All ITS/SPS equipment shall remain functional at all times. ► Maintenance Crews, will make routine maintenance checks on all equipment based on the Maintenance Schedules and the equipment manufacturer information. ► Maintenance Crews will be on call during off times in case of a system or equipment failure. ► Extra inventories will be kept with parts and equipment in case of failures for immediate corrections to failures or malfunctions. TAB 1 - SECTION 1 1 - DETAILED PROJECT SCOPE OF WORK P.\i E I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) 47 AND SMART PARKING SYSTEM(SPS) TRAI VJWRE, ergineenrg C (2.) Economic Value ► Equipment selection to include components for easy installation, remote access capability, life longevity, adapt to extreme weather changes, and need little to no maintenance. ► Although equipment may be a high-ticket item up-front, high-end items will yield its value in the life of the project.Well manufactured equipment need little to no maintenance, repairs and/or replacements. Advantages in utilizing products with remote access gives technicians the ability to upgrade and trouble shoot remotely, the ability to reduce cost by avoiding extra personnel time, travel time, and interruptions to the TMC. Full functioning TMC will alleviate traffic congestions thereby reducing carbon emissions. ► Deployment of Phase 1,will give the City the ability to control traffic remotely from the TMC. Cameras and DMS signs will manage traffic flow during special events without the necessity of utilizing extra personnel from City's Police Department. ► Less congestion in the area, will make Miami-Beach more appealing to tourist and to business owners which in turn will continue will bring the revenues the City. This in turn will improve the City's ITS program. ► This technology deployment under this project will allow the City, FDOT and MDC to perform studies, analyze and respond to incidents in the most efficient and cost-effective manner. C (3.) Carbon Emission ► The TransCore Team's design has selected equipment that meets all the required standards including: ► The strict standards of the National Electrical Manufacturer Association (NEMA) ► American Association of State Highway and Transportation Officials (AASHTO) ► Institute of Transportation Engineers(ITE) • Less traffic congestions bring less carbon emissions and better air quality. It makes the city more inviting for sidewalk dinning and more inviting for pedestrian and bicycle traffic. ► Less traffic congestions bring less gasoline consumption per vehicle. TAB 1 — SECTION 1 1 — DETAILED PROJECT SCOPE OF WORK PAGE 41 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with. MIAMI BEACH For Design, Build, Operation, and Maintenance Services 11107)4' FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) ��-- AND SMART PARKING SYSTEM(SPS) TR/t SCORE. asci ng by 1.1 (D) Stakeholder Involvement Our Team is committed to open communications between the Design, Construction, the City, CEI representatives and all other stakeholder involved. In addition, through project meetings, our SharePoint website action item list, e-mails and other correspondence, the TransCore Team will maintain a high level of communication with all parties. Project coordination will start at the kick-Off meeting, as it will start with the Development of Communication Channels between the TransCore Team, FDOT, the City, as well as all other stakeholders of the project. Communications with the City's stakeholders during operations and maintenance will be done by direct contact with the identified stakeholder contact person and the City's Transportation Department project manager or his designee. These stakeholders are: ► City of Miami Beach Police Department ► City of Miami Beach Public Works Department ► City of Miami Beach Special Events Department ► City of Miami Beach Parking Department ► City of Miami Fire Department Headquarter ► Local restaurants and business with sidewalk dinner and valet Parking kiosk ► City of Miami Beach Officer of Communications r Miami-Dade Traffic Signals and Signs Divisions (TS&S)of the Miami-Dade Transportation and Public Works Department(MDTPW). ► FDOT District 6 ITS TAB 1 - SECTION 1 1 - DETAILED PROJECT SCOPE OF WORK PAGE 42 1 .2 Outcome Target and Performance Standards RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRA/ f ` AND SMART PARKING SYSTEM(SPS) R �--'��RE er�reenng Outcomes and Performance Standards 1.2(A) PERFORMANCE—SPECIFY PRIME PROPOSER'S AND PROPOSING TEAM'S: The TransCore Team has the necessary experience and knowledge to ensure that the City of Miami Beach's project objectives and expectations are met across all aspects and lifecycles of this DBOM program. Firstly, flawless project execution is TransCore's goal to ensuring an effective design-build implementation meeting all relevant standards, requirements and performance objectives. Next, for on-going operations and maintenance, TransCore will ensure continuous year-round system operation and functionality of all components of the system and maintenance of the system based on performance evaluation criteria specified in the agreement TransCore is a leader in operations and maintenance of transportation systems and our staff is trained and ready for on-call, 24 hours a day, 7 days a week service calls to respond to emergencies be it, simple repairs or hurricane events. Responsiveness is in our DNA. TransCore will provide the City's Project Manager with a list of telephone numbers that will be answered at all times by our key staff. Staffing levels required by this Scope of Services document will be maintained at all times to ensure services required by the Scope of Services are met. Appropriately skilled and trained staff is a foundation that is crucial to successfully maintaining system operations. Our staff routinely works together in daily maintenance activities, sharing experience, knowledge, and lessons learned from operations, troubleshooting, and repair activities.This information is stored in internal "best practice" policies and tech notes, providing a uniform set of testing and troubleshooting procedures for all field technicians that meet(and often exceed)factory recommended requirements.To supplement this knowledge and experience base, the field staff routinely work with project management to identify additional formal (e.g., factory-training) and informal (e.g., seminars and on-line)training opportunities to enhance the field technician's existing skills or provide new skills. Our technical staff has developed solid, long-lasting relationships with several manufacturer's and vendor's tech support personnel for help in unusual troubleshooting and repair circumstances. This type of experience ensures outcome targets are met in a timely manner and to the City's satisfaction. TransCore's experience, staff and understanding of your expectations brings an unmatched level of understanding, experience and people-power to the City of Miami Beach. Outcome and Performance Standards OUTCOME MINIMAL PERFORMANCE METHODS OF MONITORING CORRECTIVE ACTIONS Tr7 STANDARD PERFO• ;, Provide TMC ► Operate TMC from during ► The TransCore Team will ► Operator will be Operations defined daily operating develop a project number logged on to central and Staffing hours. 52 weeks per for the project with tasks management System at per Contract year, including holidays. assignments, time of required shift. Documents Also includes weekday per employee. Shift manager j ► TMC will be manned and weekend overtime will approve timesheets at the with appropriate staff and on-call services. end of every week confirming based on the coverage ► Provide morning employee's time. requirements. shift operators The TMC Manager will assure ► Operator will not log more ► Afternoon all shits are appropriately than 16 hours per day. shift operators covered by the assigned individuals. The staffing plan ► Allocate a stand-by r Part-time operator will include supplemental staff shift every day. The (as needed) pre-approved by the City to j third-tier backup is the ensure proper coverage by a TMC manager. trained operator in case of medical or unforeseen circumstance. TAB 1-SECTION I . - OUTCOMES AND PERFORMANCE STANDARDS PAGE 1 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: For Design, Build, Operation, and Maintenance Services MIAMI BEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) � ) TR/t "S RE enginee"n9 OUTCOME MINIMAL PERFORMANCE METHODS OF MONITORING CORRECTIVE ACTIONS TARGET STANDARD PERFORMANCE Operator Operators trained per central ! Our O&M plan identifies Training completed within Training system requirements. our method of training. New six weeks of hire or within Employees will be trained and two weeks of central system certified within the specified time software or SOG Change of the contract. Warranty All warrant, support j Maintenance Manager TMC Manager will verify and Manual contracts and manuals are will ensure: that all warranty support available in the TMC and I ► Warranty and return service documentation has been are up to date documentation are complete received and is logged. and current for each These documents subsystem and device. become part of the Equipment maintenance maintenance schedules. contracts and contact TMC Manager shall request information is current from device vendor, copies and complete. of the warranty agreement. Operation, This step may involve trouble shooting and contacting the manufacturer maintenance manuals are directly and cross-checking current and complete for warranty status based each device. on device serial number. If device is near out of Information on hand at all warranty, action, procure times for each type of device extended warranty. or subsystem. • Central Central system software hot ► Central system software hot TMC Manager and System fixes that impact functionality fixes installed on backup I consultant providing Software will be installed per software ! server and tested before software and installation provider direction going live on live server. are in constant contact p Central system software during the installation and updates scheduled per testing of the software mutual agreement between before going live. the DBOM and the City. TMC Manager will have the consultants contact information in case of emergencies. TMC manager will keep a log of possible Central Software bugs and version. Central Software vendor to provide fixes and keep us with the latest tested software version during the life of the project. This applies to Central Software Cloud Service. TAB 1 -SECTIVN I 1 - OUTCOMES AND PERFORMANCE STANDARDS PAGE 2 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR/11VSL.ORE. ;, AND SMART PARKING SYSTEM(SPS) OUTCOME MINIMAL PERFORMANCE METHODS OF MONITORING CORRECTIVE ACTIONS TARGET STANDARD PE' ;+ :ANCE Information I Public Safety Messages I ► Public Safety Announcement Will be field verified and Dissemination Posted to DMS per SOG/ (PSA)or Messages posted corrected if not active with SOP and direction from the to DMS correct message. If the DMS City of Miami Beach. is offline, we will dispatch ITS Equipment Number of devices may ► CCTV availability TMC manager will ensure subsystems are change depending on I adequate spare part stock ► MVDS availability fully functional equipment changes is available per each line during all hours during reporting month. ► DMS availability item. 10% stock in spare the TMC isFull stock levels per ► TTS availability field replaceable units is operational, device will be defined by ► SPS availability our target. and spare the City prior to the start parts inventory of the contract. maintained and replaced per contract requirements __ Initiate and Verify incidents within Incident management Confirm staff is trained and complete 120 seconds of detection response plan to be certified with the incident incident utilizing the following: developed by DBOM Firm management response plan detection and I ► MVDS and approved by City. developed and approved response steps ► Bluetooth Alert by City. per contract requirements ► CCTV Cameras and central for Verification management Verify other events within system 6 minutes (City of Miami requirements at Beach Police, Fire, City Dispatch Center, or other alert, etc.) Initiate central management system log and notify City Traffic Flow Specialist within 120 seconds of verification. Complete Response Plan within 6 minutes from verification (initiate response plan, DMS messages, and signal timing changes). TAB 1 —SECTION 1.2 — OUTCOMES AND PERFORMANCE STANDARDS PAGE 3 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRnIVJRE. engineering AND SMART PARKING SYSTEM(SPS) OUTCOME MINIMAL PERFORMANCE METHODS OF MONITORING CORRECTIVE ACTIONS TARGET STANDARD PERFORMANCE SPS equipment ► Parking monument ► Responsive maintenance ► Perform semiannual is fully signs availability j performance to support maintenance per functional subsystem and device goals Routine Preventive ► Communication network during all hours ! infrastructure availability in the RPM. Maintenance (RPM) the TMC is ► Routine preventative ► Responsive maintenance operational ► Within one month of ands are apart being used.A maintenance plan covers performance to support p maintenance frequency and subsystem and device parts inventory purchase order is issued actions per manufacturers' goals in the RPM. maintained and for replacement of parts replaced per to restock inventory to updated a recommendations are ► Ensue full stock levels contract full levelsper device as defined requirements added or replaced. by the City. x Ensue full stock levels per device as defined by the City TMC sub > Center-to-Center r Ensure Center-to-center Verification and testing of systems Communication communications with the systems will be performed at are fully Availability City of Miami Beach the beginning of all shifts to functional 24/7 TMC Network Transportation Department. ensure sub system are fully Infrastructure Availability I ► Maximum availability of functional. TMC Central subsystems will be 24 hours Management ++ a day, 7 days a week. System Availability ► TMC Video Display Wall Availability ► TMC Operator Workstations Availability TMC Manager r Attend regional and ► Meetings include workshops, TMC Manager or designated or designated l statewide TIM meetings, conferences, and special representative shall attend representative i as applicable events.Any program at the all meeting workshops, shall attend Attend TMC request of the City will be conferences and special meetings, staff meetings included in this goal. events without fail. workshops, conferences ► Attend meetings as and special requested by the City of events Miami Beach including needed to stay ! but not limited to: current on the ► Meetings with Miami- management Dade County TSS staff system i ► Local or regional and related ITS conferences programs. ► Internal or external workshops TAB 1 -5EC r1GN i 2 - OUTCOMES AND PERFORMANCE STANDARDS PAGE 4 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) TRAM �S RE OUTCOME MINIMAL PERFORMANCE METHODS OF MONITORING CORRECTIVE ACTIONS T.., E . ., STANDARD PERFORMANCE DBOM ► Monthly = A list of all recurring All reports shall be personnel performance measures administrative reports shall be submitted as specified by shall submitMeeting minutes I maintained on a shared drive the Contract Documents. all requested with the City. Unless otherwise agreed reports Any misc. plans for technical ► As these are submitted to the upon by the City of the on-time. analysis and support City, the date shall be DBOM firm. including but not limited to: recorded in the list and identified as `on-time 'or`late'. ► Standard operating guidelines Routine preventative maintenance plan covers ► Incident management maintenance frequency and response plan actions per manufacturers' ► Routine preventative recommendations and maintenance plan updated as systems are ► Responsive preventative added or replaced. maintenance plan Responsive maintenance performed to support subsystem and device availability goals described in the routine preventative maintenance plan. (i.e. trouble tickets prepared, tracked and updated for all device, subsystem and system failures; parts returned to vendor or manufacturer for repair or replacement per subsystem or device warranty within five business days). DBOM firm should maintain up-to-date standard operating guidelines for use by operators and submit to the City of Miami Beach when updated. Performance I Perform semiannual The DBOM Firm shall report ,Adjust the RPM schedule, Routine maintenance per RPM plan. on each performance measure to realistically reflect the Preventive requirements monthly or as database of device sites Maintenance requested by the City. for which preventive (RPM)as maintenance is completed. required by Assign extra maintenance RPM Plan personnel to bring RPM progress to match planned schedule. AB 1—SECTvN i L - JUT,_OMES AND PERFORMANCE STANDARDS RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Inassociation with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services ,�,,�-- FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR/1/VSC�ORE AND SMART PARKING SYSTEM(SPS) /- OUTCOME MINIMAL PERFORMANCE METHODS OF MONITORING CORRECTIVE ACTIONS TARGET STANDARD,' :. PERFORMANCE. Maintenance MOT installed per Design ► All field maintenance within ► Combine MOT as much of Traffic(MOT) Standard Index 600 the clear zone has MOT as possible, when serving Deployment. and MUTCD. installed per Index 600. neighboring sites. ► Use standard index MOT plan as shown in FDOT standard index, if no specific MOT plan was created. Use of off-duty police officer on each MOT. Maintenance Maintenance vehicles Service trucks available at Relocate maintenance Vehicles are provided, maintained, all hours that maintenance vehicle from our home office equipped during standard technicians are working. in Miramar, FL, if the fleet operating hours. Bucket truck available at all vehicle assigned to this hours that maintenance DBOM project is technicians are working in repair shop. Locates Underground infrastructures All locates completed within if no utility locate was done are located per Sunshine 48 hours of valid request. for and underground work, One Call. or response has not been received our Construction/ Maintenance PM will stop -work until utility clearance has been obtained. Perform soft digs to confirm existing utilities. Outcome Targets The following table further outlines the TransCore Team's commitment to excellence while ensuring that we are focused on the outcome targets, performance standard expectations, methods of monitoring performance, and corrective actions for this comprehensive DBOM program. It is important to note that TransCore fully understands your ultimate performance measure goals, as highlighted below, and will adapt our performance to stay laser-focused on project execution: ► Goal#1: TMC Hours of Operation and Staffing ► Goal#2: ITS Equipment and Spare Parts Availability ► Goal #3: Traffic Incident Management ► Goal#4: SPS Equipment and Spare Parts Availability ► Goal#5: TMC Subsystems Availability ► Goal#6: Meetings ► Goal#7: Deliverables ► Goal#8: Maintenance TAB 1-SECTION 1.2 - OUTCOMES AND PERFORMANCE STANDARDS .3E 6 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with For Design, Build, Operation, and Maintenance Services trirji MIAMI BEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) 41' AND SMART PARKING SYSTEM(SPS) /RA/rJWRE 'ngnoennq 1.2 (B) Innovation TransCore Team in-depth understanding of ITS, SPS, and ATCS nationally and internationally affords us the unique understanding of all available technologies that can be used to provide reliable product solutions to the CITY.As a team,we strive for excellence in design, deployments, and system reliability.The City of Miami Beach is a signature location recognized globally and deserves a system that stands out of the ordinary.As such our team has brainstormed among us as well as with our vendors to make certain to provide not only what the RFP requires but to introduce new features and technologies that will put the CITY on the forefront of ITS and Smart City Deployments. Our view of innovation goes beyond building the system faster or extending the warranty in one or more items. Our targets design criteria for innovations are: Software Innovations Dec.OGuide—A mature ITS/Smart City Central Software tailored to communicate with innovative devices and future City systems to provide a true Smart City Platform that will enhance safety, mobility and incident management for the residence and visitors of the City of Miami Beach. Our selected Dec.OGuide cloud based central control system integrates with the smart parking server for both garages, surface lots and with the TrafficCast(Bluetooth AVI TTS).This integration, brings the controls, monitoring and reporting for these other subsystems into one centralized control platform.The Dec.OGuide software also provides real-time data via xml feeds to authorized third party applications that establish an agreement with the City of Miami Beach for the collection and postprocessing of the City's ITS and SPS data. Cloud Computing—Dec.OGuide will be hosted on IBI's cloud server farm with 24/7/365 support and monitoring. This cloud based software system will allow us to expand on the software features without needing to expand hardware at the TMC. The cloud operator will handle and adjust the size and of their server farm in accordance to our growth.We realize the City may plan to relocate the TMC to their own TMC within the City.This cloud base solution will allow a seamless transition to a new location with zero down time. Our Team's design includes the implementation of a Cloud-based ITS software.This makes our software more resilient than one that is site hosted. Cloud based software hosting also provides almost no disruption during the relocation of the TMC to the City. The sharing of the control software based on a privilege, password control fashion, allows for the distribution of the City's main ITS software to other stakeholders like FDOT, Miami-Dade County, and City of Miami Beach Police Department. The benefits of our Cloud Computing are: 1. Increased reliability. 2. Increased physical security to servers. 3. Responsive Load Balancing, based on client's changing demands. 4. Increased Scalability- If the client demand increases by augmenting the number of ITS devices and connected clients, the cloud hosting company accommodate the allocated hardware resources, without the City of Miami Beach having to invest in new software servers. 5. Anywhere,Anytime Collaboration -The cloud based central ITS software can be reached from off-site locations at any moment, based on the person's allowed access type and security credentials. TAB 1 —SECTION 1 2 — OUTCOMES AND PERFORMANCE STANDARDS PAGE 7 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassociation with : MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) I T 11—r711 �aLAND SMART PARKING SYSTEM(SPS) R�� Jt�/RE engieee DMS/ADMS Aesthetics Innovations TransCore was the first and only ITS contractor to introduce an aesthetically pleasing DMS structure in the Gateway to the Florida Keys. These structures feature a Bronze Marlin that extends between the North bound and South bound on a dual wishbone structure. This artistic feature has won numerous awards and has been illustrated in several ITS calendars and magazines publications. Likewise,we are proposing to the City a DMS and ADMS signature structures that will enhance the City's Aesthetics and blend in with streetscape, as illustrated in the rendering above. With regards to the Freeway DMS signs not only is the structure design unique but the inlay palm tree scene in the rendering above are illuminated with colored LED's that can changed 11. remotely depending on the City's interest. In addition, the palm tree inserts can be substituted by other inserts that the City may prefer based on special .144. events within the City. The ADMS will be designed to blend with the surrounding vegetation CONVENTION CENTER In addition,the structural foot print allows for PARKING AVAILABLE ;.� .77. P43MILES - installation in minimal Right-of-Way, which is predominant in the City of Miami Beach. . 4 44 • est r,l , Safety Innovations t• z• ITS, highway style, deployment does not suit smoothly in ,. ' ,t�, an urban deployment like this one. This is mainly because 44141.#11 I' a of the support — structures and control + of the size and shape Pp �- t cabinets.A type PIII square concrete pole,with a Caltrans w s�: 336S aluminum cabinet, strapped to the pole with stainless ,, e„�,� .„ • steel banding and three different rigid metallic piping connecting the cabinet to the ground, introduces safety hazards to pedestrian, bicyclist, skate boarders, etc. these large structures and cabinets will nearly consume the passage way along the sidewalks and subject people to injuries due to the sharp edges of these bulky cabinets. Our innovative design uses Aluminum round poles, with a T-base (like Luminaire poles), a precast foundation and compact control cabinet mounted 7ft high with no exterior visible conduits,will blend our ITS support poles with the existing street light Aluminum poles. In addition, the trip hazard that could be introduced by external conduits by routing all conduits within the proposed structures. CCTV Camera Innovation The true strength of the Bosch MIC IP starlight 7000 HD Camera is it's on-board intelligent video analytics that reliably detects, and analyzes moving objects while suppressing unwanted alarms from spurious sources in the image. Bringing elements of a Smart City, the camera is able to detect idle and removed objects as well as loitering, multiple line crossing, and trajectories. Members of the TransCore team are currently deploying this camera at the Miami Tunnel for its intelligent video analytics. For the tunnel application, the analytics will be configured to detect wrong way vehicles, classification of vehicles(pedestrian, motorcycle, car, commercial truck), pedestrian detection, stopped or slowed vehicles, and vehicle volume and speed counts.The operator is notified when an alarm is triggered in real time, the camera can be programmed to follow the violator or rely on the operator to respond.All alarms and other collected vehicle movement data from the analytics is carried on a separate data stream and can be stored to process reports. TAB 1—SECTION 1.2 — OUTCOMES AND PERFORMANCE STANDARDS PAGE 8 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with. MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) ti TRANSCORE. angixxenrq Wireless Back Haul Capacity Innovation Our wireless back haul uses license microwave links operating at 18 GHz frequency to provide for increased bandwidth within the network Tower Sites.This increased bandwidth will allow the incorporation of other City projects within our wireless backbone. This innovation exceeds the RFP requirements of using 5.8 GHz through- out the entire system. Operations Innovation TransCore's local Florida presence provides a redundant pool of trained TMC Operation Staff to provide the City the immediate capability to transition to a 24/7/365 operation, pending funding capability. Our operations innovations provide the TMC staff capable of transforming the day-time to a 24-hour operation, divided into three shifts. TransCore has the capacity to quickly enhance the TMC operations to absorb new SmartCity applications, like smart LED lights, acoustic sensors, unified RFID based tracking and payment for parking and rental services, parking enforcement, on-street digital and interactive Digital-Signage and integration of law enforcement electronic services and data sharing. The innovation in the operations field lies in our flexibility to enhance our server's capacity without having to add physical servers to the TMC and in our cloud computing capacity. Maintenance Services Innovation Our Team's approach to Maintenance is to provide a robust Network Management and Tracking software that would allow for expedited trouble ticket dispatch and remote troubleshooting tools, that will reduce the need for lane and sidewalk closures.TransCore is one of the biggest ITS maintenance contractors in Florida. Our seniors ITS maintenance techs have an individual experience of 17+years, in accessing remotely and troubleshooting ITS/SPS/ATCS using remote network management tools. Premier Dynamic Parking The TransCore Team has worked with to successfully deploy on freeway system enhance mobility by controlling the use of the express lane corridor. This control is based on dynamic pricing, a similar approach has been done in other cities controlling parking demand. If the City is interested TransCore is prepared to provide a system certain available spaces within the parking garages and surface lots in future faces that can use a dynamic pricing model to throttle parking usage. Furthermore, this system can include reserving spaces prior to arrival for premier parking by charging the customer through an Smart Phone application. Our surface lots system promotes supports the creation of multiple `classes'of parkers, such as transient spaces (typically the majority of spaces), handicapped spaces, Electric Vehicle spaces and other classes. This will provide the City with detailed analytics of not only the occupancy profile of the parking area, but also insightful information about the type of parker.As the data set grows, the City can make decisions on whether to increase or decrease a class of spaces in a parking area, while gathering the historical data necessary for examining dynamic pricing, if the City chooses to consider that aspect of revenue control. The system further allows the City to accomplish two revenue generating actions, should they ever choose to do so: single space digital meter resets and pay-by-space payment system enforcement. For the single space digital meters, the system knows when a parker leaves and can send a `reset'command to the meter. Research shows that resetting a meter can generate between $1.50 to$4.00 additional revenue per day per meter. For the pay-by- space systems, their traditional blind spot is that they don't know whether a parker leaves at the end of the paid time, and a Parking Enforcement Officer's route must take them by the space in a timely manner in order to detect a violation. At the end of the paid period, the parker either leaves, extends the time or TransCore operations can immediately generates an enforcement alert, thereby allowing the Parking Enforcement Officers to implement directed enforcement, whereby they can efficiently use their time for violators and not have to spend time examining every space. This enforcement capability can be added at any time should the City desire it. TAB 1—SECTION 1 2 — OUTCOMES AND PERFORMANCE STANDARDS PAGE'7 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services , FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) i T AND SMART PARKING SYSTEM(SPS) , I R1% VJWRE engineering 1.2 (C) Implementation Traffic Management ► As part of our analysis to determine the preferred setup to maintain traffic during construction, we have discussed several alternatives and have developed concepts that will minimize impact to traffic, maintain access to residences, businesses, and emergency vehicles in the project area, while keeping overall safety as our top priority. When the work zone encroaches near a sidewalk, the highest level of pedestrian safety will be ensured by using the pedestrian detour method represented in FDOT Standard Index 660- Pedestrian Control for Closure of Sidewalks, as outlined below. We understand that, due to the amount of work taking place near the project location,the residents and business owners are especially sensitive to traffic backup, noise levels, and the ability of the contractor to provide a safe work zone. We are committed in providing a traffic control setup that will be to the satisfaction of all involved stakeholders. ► Our MOT will adhere to City's and FDOT Design Standards and Specifications.All trenches and drop-offs will be adequately protected and all storm water will be immediately removed from the site to ensure that traffic is maintained in a safe manner. :=l : 1 t t t tit -- v I . C GOY9o1[j1 3 C:hAI( MOM I _ C I 109 EO _- - j LI l I J t,t ,m-t=SIDEWALK Io-ILOCC SIDEWALK CLOWN' amus Wnw wow?IMIXWAY COINER SIDEWALK alm<wr WON 1131OUEv CROSSWALKS ► The MOTs will minimize congestion in the area by providing frequent closure and detour updates, accommodating transit needs, and maintaining free flow of through traffic as well as pedestrian access and any other requirements that may be imposed by regulatory agencies. The MOTs will incorporate the requirements that: ► At the most, only two blocks will be under construction at one time and the construction will be staggered every other block. ► Access to all properties for emergency vehicles and solid waste services will be maintained. ► Clear driveway access to all properties will be maintained. ► The Traffic Division will be notified 24 hours in advance of the construction within any signalized intersection. ► Uniformed Off-Duty Policemen will be employed to maintain and regulate the flow of traffic through the work area, if required by the Agency having jurisdiction _ over the affected roadway. - -- ► We will coordinate with the needs, operations, property, students and staff of the Miami-Dade County Public Schools(MDCPS)and private schools and consider bus routes and stops, as well as, not working in school speed zones during active times. We will also coordinate the requirement of off-duty police officers for the Project in areas near schools.As required,we will participate in City of . Miami Beach MOT coordination meetings from Notice to Proceed until Final I - Completion of the project. TAB 1—SECTION 12 — OUTCOMES AND PERFORMANCE STANDARDS PAGE • RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassoclabon with. MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) i'�` )j 1 AND SMART PARKING SYSTEM(SPS) TRANSCORE. e^gireetlnq ► Portable Changeable Message Signs(PCMS), indicating the date when road work will begin, will be placed as required by the corresponding jurisdictional agency at least one-week prior to construction. RESTORATION—All excavations will require material testing to ensure that the work site is restored to equivalent or better conditions. The restoration will begin once water main installation has concluded. Suitable backfill material will be used. It is anticipated that this material will be the same material that is excavated during the construction of the pipe. However, if the native material is deemed to be unsuitable by the soil testing results, we will provide backfill material from an offsite source. When backfilling operations are occurring, proper compaction will be ensured by density tests. Density tests will meet the MDWASD and FDOT standards as applicable. Pavement replacement will be done in accordance with the Agency having jurisdiction over the affected roadway: ► City Miami Beach roadways: Type M pavement repairs as per the Design Criteria • requirements will be performed in close coordination with the requirements of the City - ... Miami Beach. f ROAD ► State roadways:Type II pavement repairs as per the Design Criteria requirements will WORK be performed in close coordination with the requirements of the Florida Department r AHEAD of Transportation. • ► Asphalt resurfacing will be done in accordance with the Design Criteria ► Type V paving repairs and in close coordination with the City of Miami Beach or the FDOT, as applicable. ► Any and all affected areas will be fully restored.This includes sidewalks, driveways or sodded areas. In cases where sidewalk or curb and gutter are affected, restoration will be completed in full segments(i.e. approximately 5'for sidewalk and 10'for curb and gutter). The primary focus of all restoration is to provide a high quality final product. Utility Identification ► Utility Identification and Relocation ► Utility Coordination is extremely important to the success of this project. Out Team's preliminary field review indicated that there are a number of utilities within the project limits that require close coordination with the utility owners. Therefore, we will provide a single utility coordinator with the utility owners. Therefore, we will provide a single utility coordinator to handle this coordination. ► The TransCore Team will coordinate with all utilities within the project area to investigate and obtain any required permits.Then in order to ensure that utilities are reflected appropriately on the plans,we will distribute plans during the design phase to the utilities so that all utility facilities are correctly shown on the plans ► Potential conflicts will be managed in the field to identify locations where no conflicts exist. We will also check on any right of way issues.All work in this regard will be done in accordance with the Utility Accommodations Manual F.S 337, and Rule 14-46.00 of the Florida Administrative Code. TAB 1 —SECTION 1.2 — OUTCOMES AND PERFORMANCE STANDARDS p AvE t' RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In tionwith MIAMI BEACH For Design, Build, Operation, and Maintenance Services ,; FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) �! -RE ;A AND SMART PARKING SYSTEM(SPS) TRA, SCO . nq�re�r� Access During Constructions ► Access During Construction ► As part of our analysis to determine the preferred setup to maintain traffic during construction, we have discussed several alternatives and have developed concepts that will minimize impact to traffic, maintain access to residences, businesses, and emergency vehicles in the project area, while keeping overall safety as our top priority. Emergency vehicles, resident, and business access will be the three most critical elements of construction within the project area streets. Notification and coordination will help ensure residents can access their houses. Each construction crew will have flaggers to halt construction to allow vehicle or pedestrian traffic to pass through the construction zone. Pedestrian And Parking Accommodations ► We understand that, due to the amount of work taking place near the project location, the residents and business owners are especially sensitive to traffic backup, noise levels, and the ability of the contractor to provide a safe work zone.We are committed in providing a traffic control setup that will be to the satisfaction of all involved stakeholders. ► The TransCore Team's goal is to minimize all interruptions during construction to the City's already deficient system. Every effort to accommodate pedestrians and parking will be made. We do not anticipate any road closures, unless unforeseen utility conflicts arise. ► When the work zone encroaches near a sidewalk,the highest level of pedestrian safety will be ensured by using the pedestrian detour method represented in FDOT Standard Index 660-Pedestrian Control for Closure of Sidewalks, as outlined in our MOT plan. Logistics ► STAGING AREA FOR STRUCTURES AND POLES Effective logistical planning is imperative for any construction project as it can provide massive benefits in efficiency and productivity that significantly reduces the overall cost of the project. There's nothing more frustrating than having a workforce not being able to continue because they are missing or waiting on the arrival of materials. This can have a knock-on effect of holding up other teams involved in the project, yet with some planning these materials can be delivered together so that each stage of the construction project can continue unhindered. In this article,we're going to assess the benefits and savings that can be made by applying modern logistical management within the construction sector. ► THE IMPORTANCE OF CONSTRUCTION CONSOLIDATION CENTER(CCC) This is especially important during the early fit-out stages of a project and it essentially means that rather than deliveries being taken directly to the site, they are instead collected in a (CCC) near but not necessarily on the site. This allows for materials to be ferried on a'just in time' basis as and when they are needed, keeping the site, itself clear of obstacles and, consequently, much safer. CCCs allow for logistic managers to work safe in the knowledge that their materials are available and that all they need to arrange is the final stage of delivering what is needed to where it needs to go. This is especially useful on projects that experience delays or similar issues as it provides for a degree of flexibility also. Here are some of the advantages: ► Reduce site traffic by 60-70% ► Better storage for materials than on site ► Remove excess packaging off site, reducing clutter at the works ► Allows for the sequencing of materials, encouraging overall efficiency and flexibility ► CCCs serve as a project management center and place to test materials/arrange timetables etc. TAB 1—SECTION 1.2 — OUTCOMES AND PERFORMANCE STANDARDS PALE 12 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In In assation with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) /t AND SMART PARKING SYSTEM(SPS) TR/t/ RE. engineering ► It should be clear that effective logistical planning can make the difference between a project being completed early and under budget-or the very opposite. Having an effective system in place to manage every component of the site is essential to cut costs while maintaining productivity. Community Outreach to Mitigate Disruption ► CONSTRUCTION NOISE-All construction equipment will contain exhaust mufflers to keep noise levels within acceptable ranges.These mufflers will be inspected during the daily equipment inspections and replaced immediately if not performing as intended. Dewatering pumps, if required, which typically run 24 hours per day, will be equipped with sound attenuators to minimize noise levels during both daytime and nighttime hours. ► Emergency services and community services such as solid waste will be notified of construction areas daily. The TransCore Team understands the impact a construction project can have on a community. We recognize the overall success of the project is heavily influenced by public opinion and those directly affected by the construction. It is critical we minimize the impact to daily routines. Below is a list of concerns and how the impact will be minimized. TAB 1—SECTION 1.2 — OUTCOMES AND PERFORMANCE STANDARDS PAGE 13 1 .3 Schedule RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Inassoc,ahonwith: MIAMI BEACH For Design, Build, Operation, and Maintenance Services ��-- �, ,F FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR/t1VSC,ORE. � �� AND SMART PARKING SYSTEM(SPS) • Proposal Schedule TransCore's Proposal Schedule is developed in Primavera P6, complies fully with the requirements of the City of Miami Beach ITS and SPS Proposal documents, and meets all Phasing Plan requirements listed in the Request for Proposals(RFP)for Phase 1. TransCore's Proposal Schedule depicts a Phase, eighteen (18)month project duration: six(6)months for Design and twelve (12) months for Implementation.TransCore understands that this proposal schedule is preliminary and more detailed schedules will be fine-tuned with the City of Miami Beach after award and in conjunction with each Phase 1, through 6, Notice to Proceed. Vernon Richardson is the team's dedicated and experienced scheduler who has worked alongside Heather Lober,the Florida DOT statewide trainer for Primavera. Rest assured, the provided schedule follows a logical path that reflects the complexity of this project. Work Breakdown Structure(WBS) Even during the proposal stage, TransCore understands the importance of a fully developed and well organized Work Breakdown Structure (WBS)within the Preliminary Baseline Schedule. TransCore's Preliminary Baseline Schedule includes the following WBS sections to group and organize activities: ► Design Phase o 30/60/90/100 Final Plans ► Implementation Phase o Documentation o Construction Phase 1 Major Corridors Traffic Management Center o Testing o Integration o Burn-In o Final Acceptance ► Operations and Maintenance Phase Notice to Proceed TransCore's schedule reflects separate Notices to Proceed for both Design and Implementation Phases. Design Phase TransCore will complete the Design Phase within six (6)months from Notice to Proceed for Design. Four(4)stages of Design are included: 30% Submittal, 60% Submittal, 90% Submittal, and 100% Final Plans. A fourteen (14)calendar day City of Miami Beach review time is included for every design submittal. Implementation Phase TransCore will complete the Implementation Phase within twelve(12)months from Notice to Proceed for Implementation. The Implementation section of TransCore's proposal schedule includes high level activities for documentation, construction, testing, integration, burn-in and final acceptance. Construction activities include all Phase 1 major corridors with installation, by system, by corridor. Testing activities include Stand Alone Testing, Subsystem Testing, System Testing, and the 90-Day System Burn-In. Preconstruction Schedule Upon contract execution,TransCore's Project Management and Scheduling Teams will begin development of the Preconstruction Schedule for the City's review and approval. TransCore will work closely with City TAB I -SE_TJN 1 3 — SCHEDULE NAGE 1 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) ty „4 AND SMART PARKING SYSTEM(SPS) TRI VJWRE, orgineenng of Miami Beach, it's representatives, all subcontractors, and TransCore's internal Team Leads during the Preconstruction Schedule development. The Preconstruction Schedule will be developed using the critical path method and will show all work required for project completion from Notice to Proceed through Final Acceptance. The Preconstruction Schedule WBS will be reviewed and broken down into further detail to develop a more comprehensive schedule to be used for project tracking.The Team will thoroughly review all critical activities and the project's critical path to ensure completion of all Work required by the Contract within the time(s) for completion required by the Contract. Within five (5)business days prior to the pre-construction meeting, TransCore will submit the Preconstruction Schedule for review and approval as the Project Baseline Schedule. Construction Schedule After 60% construction documents are available, TransCore will prepare a more detailed Construction Schedule for the City's review and approval. The Construction Schedule adds additional detailed work, especially in the Implementation Phase, reflecting the expanded knowledge of unique installation details and sequencing at each individual corridor and device location. Schedule Management TransCore's Project Schedulers have extensive knowledge in developing and maintaining Project Schedules in Primavera P6. The Baseline and all Progress Schedules will meet or exceed all schedule requirements in the RFP documents. On a monthly basis, from Notice to Proceed through Final Acceptance,TransCore will prepare and submit updated Monthly Progress Schedules. The Monthly Progress Schedule submittal includes P6 files, PDFs of the various required schedule views, a schedule narrative with program generated error reports, critical activities report in a "waterfall" layout, early start and early finish dates, summary schedule, two (2)week look-aheads, time-scaled logic diagrams, tabular relationship reports, and any other information required in the contract documents. TransCore's scheduling approach is realistic: we understand that not all projects proceed as planned. Monthly schedule updates are key in identifying scheduling impacts during the early stages of a project. Issues are identified and schedule mitigation is discussed. Special attention is paid to the critical path. In order to mitigate scheduling issues, activity sequencing, duration, and resources are reviewed and revised. The Project Schedule is evaluated and balanced monthly to ensure the project is completed on time. However, weekly or bi-weekly schedule meetings are also held to review near-term activity progress. TransCore is committed to meeting all scheduling requirements and the Schedule& Project Phasing requirements identified in the RFP. Our Project Management and Scheduling Teams know the importance of using proper schedule management for early identification of critical project issues to minimize overall risk and ensure Project success. As a part of the process in preparing this Technical Proposal, our ITS team spent the necessary up-front time in researching and investigating several critical design issues to minimize overall risk. The level of preliminary design completed to date leads into a well planned design phase upon project award, including the final development of a System Engineering Management Plan (SEMP), which allows the project to advance smoothly through procurement, construction and integration, as shown in the Project Schedule at the end of this section. TAB 1 —SECTION 1.3 — SCHEDULE PAGE 2 RESPONSE TO REOUEST FOR PROPOSALS IR{P)NO.2016-199AB MIAMIBEAU For Design,Build,Operation,and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TrE 1( AND SMART PARKING SYSTEM TSPS) IMI.-Miami Pr uokia City of Miami Beach DBOM ITS and Smart Parking System(SPS)Proposal Schedule P01.0 2e-Jul-172216 Activity ID Acuvrty Name Original Stan Finish Total 2018 2019 Duration Float SiOINID JIFIMIAIMIJIJulj Al SIO1NIJD JIFI City of Miami Beach DBOM ITS and Smart Parking System(SPS)Proposal Schedui 539' f ' Phase 1 2-F.:h-1•i -- . A0.1000.P1 Notice to Proceed-Phase 1 Design 0 01-Sep-17 4I*bee 1017100044-1.1.1.0 1 Design 30%Design Plans 56 05-Sep-17 30-Oct-17 0-•••T ; 83.1020.DWG.P1 Prepare/Submit Design Pans and Specifications-30% 30 05-Sep-17 16-Oct-17 0 . A3.1030.DW G P1 City of Miami Beach Reviews/Comments on Design Pans and Specifications-30% 14 17-Oct-17 30-Oct-17 0 60%Design Pans 45 31-Oct-17 14-Dec-17 0 40*I 63.10.40.DWG 1,1 Prepare/Submit Design Pans and Specifications-60% 20 31-Oct-17 30-Nov-17 0 MI A3.1050.DW G Pr City or Miami Beach Reviews/Comments On Design Pans and Speciticabons-60% 14 01-Dec-17 14-006-17 0 • B0%Dwagn Plans 54 15-Dec-17 06-Feb-113 0 1 F 03.1060.OWG.P1 Prepare/Submit Design Pans andSpecifications-90% 20 15-Dec-17 23-Jan-18 0 _• A3.1070.DWG.P1 City of Miami Beach Renews/Comments On Design Plans and Specdicasorn-90% 14 24Jan-18 06-Feb-18 0 6 100%Final Design Plans 21 07-Feb-18 27-Feb-18 0 A3.1080.DWG P1 Prepare/Submit Design Plans and Specifications-100%Final 5 07-Feb-18 13-Feb-18 0 N A3.1090.DWG.P1 City of Miami Beach Reviews/Approves Design Pans and Specifications-100%Final 14 14-Feb-18 27-Feb-18 0 • ---- 11 I 62.1000.P1 Notice to Proceed-Phase l Implernentakon 0 28-Feb-18 0 •NMaib fYOGedi-Pause 1 MIplalarOn Documentation Phase 120 28-Feb-18 18-Aug-1B 6 A2.1040.PMP Develop Implementation Pans and Procedures 120 28-Feb-18 i 1e-Aug-10 6 Construction Phew 179 28Fa1a 24-Jbgns 0 . : ^,t?ay*RSNCaAdor 12)i i.i..i,la ya.....122 T•F A7.1010.ITS.17th Install Intelligent Transportation Systems(ITS)-17th Sheet Corridor 21 28-Feb-18 28-Mar-18 0 A7.1010.COMM.17th Install Communication Infrastructure Systema-17th Sheet Corridor 21 28-Fob-18 28-Mar-18 0 IM 67.1010.SPS.17th Install Smart Parking Systems(SPS)-17th Street Comdor 21 28-Feb-18 28-Mar-180 II=C— 11111111111111111111E =": 4-4 : A7.1010.ITS.AR 1 Install Intelligent Transportation Systems(RS)-Alton Road Corndor(Julia to 17111 SI) 21 088 Mar-18 26Ap1-18 0 MN A7.1010.COMM Ni I Install Communication Infrastructure Systems-Alton Wad Corn dor(Julia to 17Ih SO 21 23-Mar-18 —}26Ap1-18 0 in • A7.1010.SOS AR I Install Smart Parking Systems l SPS)-Alton Road Corridor(Juba to 17th S1) 2129-Mar-18 —r28-Apn-18 0 (♦ 111.1.11.1.11111.111111k, allir'' 1 .1 A7 101O.ITS.DB Install Intelligent Transportation Systems 1RS)-Dade&wlevartf Corndor 21 2T-Apr-1H 25-May-18 Di A7.tOt0.COMM DB Install Communication Infrastructure Systems-Dade&xilevaN Corridor 1 21 27-P.pr18 25-May-18 0In A7.1010.SPS DB Install Smart Parking Systems(SPS)-Dade Boulevard Corridor 21 27-npr-18 25-May-111 0JIM 'Mir 1 vie A7.1010.ITS.AR2 Install Intelligent Transportation Systems(B5)-Nino Road Gard (City lcAllton) 21 2}May-18 SA-Jun-1B 0 M. A7.1010.COMM.AR2 Install Communication Infrastructure Systems Al ion Wad Corn dor(City to Alton) 21 29-May-18 26-10n-18 0, i A7.1010.SPS.AR2 Install Snort Perking System(SPS)-Alton Road Cor ntlor(City to Nbnl 2124May-18 20-Jon-1H 0IER • AetuNWOIN • •1M1e. Proposal Schedule POI.0 Data Dale:01-Sep-17 Rariwng Werk ^P Sunny Phase I //�� r Stan:01-4y17 Critical Ron*,Wok Pap 1017 T� C /���C^ Finish.2I-Feb-19 RESPONSE TO REOUES7 FOR PROPOSALS IRFP)N0 2':',7-1,,..,. !it A,_H For Design,Build,Operation,and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM 01'51 7R c $1 AND SMART PARKING SYSTEM(SPS/ ` G. ` M""" tea' I City of Miami Beach DBOM ITS and Smart Parking System(SPS)Proposal Schedule PO1.0 I a,kr17 as Activity ID Activity Name Orginal Start Finish Total l 2018 2019 Duration Float S I O I N I D J I F I M I A I M I J AlSIOINIO J I F A7.1010.ITS.JTC Install Intelligent TransportaOon Systems(FS)-Julia Tuttle Causeway Candor 21 27-Jun-18 26-Jul-180 A7.1010.COMM.JTC Install Communication Infrastructure Systems-Julia Tulle Causeway Cnrndor 21 27-Jun-18 26-Jul-18 0 BI• A7.1010.SPS.JTC Install Smart Parking Systems(SPS)-Juba Tuttle Causeway Corridor 21 27-Jun-18 26 Jul-180 MI rP A7.1010.1TS.MAC Install Intelligent Transportason Systems(ITS)-MacArthur Causeway Corridor 21 27-Jul-16 24-Puy-18 0 A7.1010.COMM.MAC Install Communication Infrastructure Systems-MacArthur Causeway Corndor 21 27-Jul-18 24-Aug-IS 0 ME A7.1010.SPS.MAC Install Smart Parking Systems(SPS)-MacArthur Causeway Gonna 21 27-Jul-18 24-Aug-18 0 M 11111111111110= A7.1010.TMC Traffic Management Cerner(TMC)Build Out and BpuipnsM Installation 12028-Feb-18 416-ug-19 J6 to 1 • Testing and Integration Pilaw 90 25-Aug-18 22-Nov-18 0 Nt4V A8.1010.SAT Stand None Testing 30 25-Aug-18 23-Sep-18 0 BM A8.1010.SUB Subsystem Testing 30 24-Sep-18 23-Oct-18 0 IM A8.1010.SYS System Testing 30 24-Oc1-18 22-Nov-18 0 Bum-In 90 23-Nov-18 20-Feb-19 0 11••••••i•1 4,8.1010.BURN 90-Day System Burn-In 90 23-Nov-18 20-Feb-19 0 ®; Final Acceptance Phase 88 26-Nov-18 21-Feb-19 0 09.1120.TRAIN Training 10 26-Nov-18 07-Dec-18 45 CI 09.1000.84 Final Acceptance 1 21-Feb-19 21-Feb-19 0I MIIIIIIMMIIIIIIIIIIIIIIINIIII- A9.1010 Begin Operations A Maintenance Period-Ph001 0 21-Feb-19 0 tM MIMI Acteel Work • •Mrston. Proposal Schedule P01.0Data Date 01-Sep-IT Remain,Work ^ Summary Phase I -G RE Sian-0l-Sep l7 Critical Remaining Wart P.8.2012 TR � l? Finish:21-Feb-19 1 .4 QC and Risk Mitigation RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO. 2016-199-KB In association wdh MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) Rc � tI n� AND SMART PARKING SYSTEM(SPS) f��(�(� 1.4 (A) Quality Control And Risk Mitigation Plan Our Approach for Quality Control and Risk Mitigation Plan Approach includes early identification of the key risks to the Project's success at the beginning of the Project.This requires the City, Stakeholders, Steering Committee and the TransCore team to NTNG REQUIREME eN evaluate the project area and brainstorm and � collaborate and identify the areas that need IM�d MENT FRAIN to be addressed prior to design, construction TY ,and implementation and continue throughNC- IaN " Operations and Maintenance phases.An .., updated Risk Matrix will be developed to include the potential risks already discussed / in the PSEMP documentation under section oL6ELOPMENT 5.1 Risk Matrix. The Matrix may continue to LITM NTROL add new risk possibilities and will be assessed (TEST)..: with a grading from Low, Medium and Hight. High being the priority items addressed during design, construction and implementation.A risk mitigation strategy describing the steps to be taken to lessen the severity of the risk and the probability of its occurrence should be created for each risk. The strategy should identify the risk, an assigned owner, and the schedule and budget for implementation of the mitigation steps.An example of a Severe and highly probable risk is the ITS contractor impacting a water main pipeline during a directional boring operation. The result of this risk could be the flooding of a dense circulated area and closing all access to the area and local business and disruption of the water supply to some areas. 1.4 (B) Potential Risks And Risks Mitigation Plan City of Miami Beach provided in the PSEMP documentation, a Risk Assessment and Control procedures established for the DBOM project. These procedures provided methods to determine any inherit risks in the project and to evaluate the risk reduction efforts. The Identified Risk Includes: 1. Support System Technology in ITS is constantly evolving. The choices available today may significantly change at the time of implementation. Being too specific about the technology requirements in the first design phases may result in outdated technology or constant project requirement changes. Our Team approach to mitigate the technology evolution will be to specify FDOT Approved Product List(APL)product compliance for as many elements available.The products identified on the APL have a longer life span than other products not included on this list. We are aware that computer and server components frequently change and we will define the needs, requirements and macro-level (high-level)design without specifying details that may prevent us from procuring the latest technology. For deployments that are specified to move into construction phase following an accelerated schedule, our Team will propose for specific devices and their brand and model, with the final goal of accelerating the construction and procurement process. Our team of experts have been involved in ITS for a long time. This will allow us to recommend components that we know are reliable as a subsystem and when integrated into a central control software. One of our most successful strategy regarding technology choices is to use in our designs and implementation industry standard hardware and software. We are cautious when a brand and model of TAB 1 - SECTION 1.4 - QUALITY CONTROL AND RISK MITIGATION PLAN PAGE ' RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) , - (� AND SMART PARKING SYSTEM(SPS) TRAlgc-ORE, ergmeenng a piece of hardware or software must be selected.We prioritize on equipment that has an equivalent counterpart within the same brand or another brand, manufactured or assembled in the US and OTS (Off The-Shelf)software that requires minimum tweaking and reprogramming. Our"Job Security" paradigm is to do an excellent work and in making our client's programs a success. We do not lock-in our clients into proprietary hardware and software,with the hope of becoming sole-source providers. Our years of experience in ITS, parking and tolling we have developed an internal known-how of products that are very reliable. This know-how is put into practice at the time of us making the selection during the project submittal phase. It would not be ethical from our side to publish our list of unreliable ITS devices, but trust us, every device selection in our material submittals will include the best possible components. The software that will be used to collect data from the devices and systems and more importantly the efficient processing of the data has not yet been determined.Although the support may be a disparate system, the software will require integration with SunGuide®will need to be specifically included in the detailed functional requirement. 2. Business Rules and Information Sharing In order to expedite Phase 1, integration, implementation and functionality of the ITS, SPS, and TMC, efficient flow of information between the Key Team member and Stakeholders of the project is an essential component. The DBOM firm will utilize the latest SharePoint tools to consolidate pertinent information during the project term. Upon award of the contract and the initial kick-off meeting; Key Team members will be identified, and allowed to access to the information sharing portal.A password will be assigned per individual. Password sharing will not be allowed under any circumstances. Roles and responsibilities will be assigned to each individual depending on their role within the project.A policy and procedures manual will be developed by the DBOM firm and reviewed and accepted by the owner prior anyone having access. All pertinent personnel will acknowledge that they have read the policies and procedures and will abide by such policies, prior to activation of password. If an active (was allowed access due to his/her role in the project)Team member is no longer part of the project, the direct supervisor and/or employer,will make it known immediately to the System Administrator for deactivation of any security codes.Although it is the intent of the information sharing system to facilitate the flow of information without any unnecessary delays, access to the wrong person (s)may lead to a catastrophic event delaying the implementation and construction of the whole project.A safe and secure environment must be maintained at all times to avoid any security concerns. Too much information is also not a wise concept. Only pertinent data directly associated with current miles stone and schedules of the project will be available in real-time. Data that is no longer pertinent or resourceful (old schedules, old drawings, etc..)will be archived, but may be requested through the System Administrator. Only key personnel previously approved by the owner will be allowed to request, view, and/or allowed access to any information pertaining to the DBOM project. 3. Corridor Prioritization Phasel of the DBOM project includes five main corridors identified as arterial corridors. The main risk is the managing the project that offers significant benefits to residents and tourist alike, the main corridors are as are as follows: 1. 17th Street-Collins Avenue to Dade Blvd. 2. Alton Road-Julia Tuttle Causeway to 17th Street 3. Dade Boulevard-Alton Road to 23rd Street 4. Julia Tuttle Causeway-City Limits to Alton Road 5. MacArthur Causeway-City Limits to 5th Street In order to mitigate traffic congestions a Maintenance of Traffic(MOT) Plan will be implemented under the supervision of American Traffic Safety Services Association (ATSSA)certified Worksite Traffic Supervisor and will ensure all work is in strict compliance with the approved traffic control plan, current FDOT Design TAB 1 — SECTION 1 4 — QUALITY CONTROL AND RISK MITIGATION PLAN P-%_r 2 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In In assocaIion with MIAMI BEACH For Design, Build, Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR/1NSC,URE. AND SMART PARKING SYSTEM(SPS) ergreatlng Standards, and all applicable standards and specifications.TransCore will provide all required traffic control devices and personnel to ensure efficient flow of vehicular Traffic throughout the construction process and minimize traffic disruption.All traffic warning and control devices used on the project will be listed in the Qualified Product List. We do not anticipate detours or need to reduce posted speed limits. Work zone sites will be inspected daily and any safety deficiencies will be immediately correct. We will adhere to all MOT restrictions. 4. Software Integration The systems will be integrated into a single system for operators to use at the TMC. The TMC operators will require access to the County's ATMS software. To mitigate the risk, the TransCore Team will review the legacy device/protocol information before and during the preparation of submittals.According to the Concept of Operations, there are several disparate systems currently in place to be used by the TMC. They are as follow: ► SunGuide®: FDOT interface for CCTV cameras, DMS, and incident management ► OnSSI: City of Miami Beach Police Department Video Management System (VMS) ► Future VMS: Interface for new cameras ► ITS Interface: Interface for other ITS devices including DMS, VDS, and travel time readers ► Parking Interface: Interface for SPS ► SKIDATA Interface: PARCS interface One common interface that integrates as an independent software package is what the City needs and desires. 5. Local Utility Coordination We have assigned an experience Utility Coordination Team familiar with the project issues and established relationship with the Utility and Agency Owner(UAO) involved in the project. Our Team will conduct field reviews to familiarize ourselves with existing utilities and anticipate potential conflicts.A Sunshine-One- Call Design Ticket has will be requested to confirm possible UAOs within the project limits of the project that may include:AT&T, Comcast, FPL, Florida City Gas, Florida Transmission and Miami-Dade Water and Sewer Department. Owned underground facilities within the project limits that can be impacted by the proposed directional bores.All available as-builts plans on completed, on-going projects and projects currently under design with emphasis in gathering information on all verified vertical and horizontal (VVH) data on existing utilities.A matrix detailing potential utility conflicts in areas where there is no available information on the existing horizontal/vertical location. Our construction team is prepared to perform soft digs using a Vacuum-Excavating System to obtain the exact elevation of existing utilities as needed. The focus on our coordination will be on early identification and conflict avoidance. As part of our approach we will provide 100% set of plans for UAOs to facilitate within the limits of the project and hold pre-construction meeting with all UAOs prior to commencing any work. We will continue to update Sunshine 811 locations throughout construction. Our Team has our own Utility Locator staff that will confirm any utility markings in the field. Underground work in this project is related to conduit trenching, grounding repairs and installations of new pull boxes. This work is expected to have minimum impact to existing utilities. Our Team has the necessary tools and manpower to perform verification exploratory soft digs, before trenching or driving new ground rods. The installation of pull boxes is shallow and always done by hand digging conduit installation instead of directional bore in an area full of critical underground utilities. If trenching is not possible consider use of wireless communications or divert the conduit route through another street, or we may consider using of Micro-trenching technologies to reduce to almost zero the risk of hitting an existing utility. TAB 1 — SECTION 1.4 — QUALITY CONTROL AND RISK MITIGATION PLAN PAGE 3 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services �� �- FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR/�IVJWRE• AND SMART PARKING SYSTEM(SPS) .12 Our construction team is prepared to perform soft digs - using a Vacuum-Excavating System to obtain the exact ,` • elevation of existing utilities as needed. The focus on our s: 6 4' coordination will be on early identification and conflict • w:>fl,,x, avoidance. rpm crei--wvvi As part of our approach we will provide 100% set of plans for UAOs to facilitate within the limits of the project and hold pre-construction meeting with all UAOs prior to commencing any work. We will continue to update Sunshine 811 locations throughout construction. Our Team has our own Utility Locator staff that will confirm Micro-trenching.Conduit closing. any utility markings in the field. Underground work in this project is related to conduit trenching, grounding repairs , ',•'� and installations of new pull boxes. This work is expected to have minimum impact to existing utilities. Our Team has v the necessary tools and manpower to perform verification I exploratory soft digs, before trenching or driving new -� ground rods. The installation of pull boxes is shallow and always done by hand digging conduit installation instead of directional bore in an area full of critical underground utilities. If trenching is not possible consider use of wireless Micro-trenching,final finish on sidewalk. communications or divert the conduit route through another street, or we may consider using of Micro-trenching technologies to reduce to almost zero the risk of hitting an existing utility. Other Risk Factors and Mitigation Concerns DBOM Challenges Every industry has its own challenges when it comes to the implementation of a new program from the ground up. These challenges are: ► Keeping Track of the Project ► Late charges and Project Overruns ► Cone of Uncertainty ► Technology Choices Costs are better managed and controlled when changes are introduced in the beginning of Project phase. Studies on software development projects show this upward trend increases the costs of resolving unexpected conditions.As shown in the figure above, an incorrect requirement is less expensive to address while the project is in the requirements phase (1x)but increasingly expensive to resolve later in project.These problems compound themselves if they are left unidentified or unaddressed. In Systems Engineering, the evolving project documentation is verified early and often to minimize the probability of defects or omissions. The contingency schedule and budget should be allocated up front to have the time and funds to address each risk adequately. It's not enough just to create mitigation plans without the allocated resources to implement it. Our team should begin to execute them according to the schedule and documented approach.The goal is to reach an acceptable risk mitigation solution between the City,the affected party/parties, and the contractor so that the project remains technically viable, on schedule, and on budget to the extent possible.The risk mitigation strategy can take the form of a standalone risk management plan or it can be a section in the PSEMP.TransCore's recommendation is to include it as part of the PSEMP. Risk Monitoring should be done through the entire life cycle of the project to provide feedback about the success or failure of the mitigation plan that was implemented. Some risks can also morph into a lesser or a TAB 1 — SECTION 1.4 — QUALITY CONTROL AND RISK MITIGATION PLAN PAGE 4 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Inassocla0onw the For Design, Build, Operation, and Maintenance Services �. '1 MIAMIBEACH ��--- 1: FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRAIRE. ercr AND SMART PARKING SYSTEM(SPS) neerA higher severity risk.An example of a risk is Public's disinformation about the project. If not addressed in time through public outreach campaigns and direct communication with the end user, then the issue may escalate to news outlets and growing public dismay for the ITS program. Cone of Uncertainty In the early stages of an ITS project, there may '/Sa. � A.�` be significant uncertainty for the estimated project costs and schedule. These estimates improve as the work progresses and the project team gains a better understanding of the system they are working with. When plotting the uncertainty against time it resembles a cone; Systems Engineering experts call this the "Cone of Uncertainty". Improvement is made by establishing the project scope and defining the requirements. Incremental development strategies also assist in mitigating the risk of unreliable estimates early in the project. High-Technology complex projects comparable to ITS and SPMS require constant monitoring of the schedule and the funds. It is very easy to get carried away by the inertia of the initial project setup and initiation tasks. TransCore will tackle this Program Manager scope one step at a time and maintain a straight course by applying thorough reviews and realistic deployment schedules. TransCore will remain focused throughout.To accomplish this, we will seek early consensus among the stakeholders on what constitutes measurable project success. This will include quantifiable parameters such as travel time, congestion reduction and positive feedback from the public. During the Operations and Maintenance project phase TransCore will reduce the cone of uncertainty and project track focus thanks to our unique position as provider of the operations and maintenance scopes in this project. This reduces miscommunications and it warranties our ownership of every project challenge and its solution. The TransCore Team will provide an effective quality control program to assure accurate and consistent delivery of transportation management and traveler information services.An example, some of the items we will monitor and report during the QC process are: ► TMC operator's performance, customer interaction, effective communications to City of Miami Beach Police, Fire, and FHP.TransCore will work with the City's Project Manager for this contract to understand all stake holders that should be included in incident management responses. ► SOG will be developed by TransCore to identify all Operational Guide lines and be reviewed and approved by the City prior to implementation. ► TMC operator systems competence for incident management response, dissemination of information on DMS signs, use of other ITS devices and software. ► TMC Operation's software through monthly and annual reports. The success of the operations program will be reported to the City of Miami Beach Project Manager and the City's ITS Consultant as resulting performance measures. TAB 1 — SECTION 1 4 — QUALITY CONTROL AND RISK MITIGATION PLAN PAGE S OPERATIONS AND MAINTENANCE (O&M) PLAN $0.,„ 11111k, 111 ' 3 1 \ 1111111111 IL Ii " - • - . • • • - • • • ,,,,„„c4f-5.- RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) ��-- ►;t* AND SMART PARKING SYSTEM(SPS) TRnNSCARE, orgineenrq Operations and Maintenance (O&M) Introduction For over 66 years, TransCore ITS, LLC (TransCore) has led the industry in delivering innovative products and services to transportation departments and agencies across the globe. Our mission is to provide engineering solutions for a safer, more reliable travel on roads, bridges, tunnels and highways. From the start in 1939, our focus has been solely on transportation providing radio ^- communication for the country's first toll road in Pennsylvania. Today, we are developing mina ©� . the nation's largest express lanes, creating . i _ ".0 smarter traffic systems, and managing highly �► � A.�- anticipated vehicle-to-vehicle programs. f�_ We are the innovative Leaders, our Wow, services include: ; __ ► Intelligent Transportation Systems � ► Smart Parking Solutions -� f 1 '44411F ► Electronic Tolling ► Adaptive Traffic Signal Control ► Traffic Management Center(TMC) Build-out and Operations ► Customer Services Centers (CSC) ► Radio Frequency Identification (RFID)technology for tolling and access control ► Turnkey Systems Maintenance and Maintenance Monitoring Centers(MMC) Experience As the largest firm focused on ITS solutions, TransCore designs and deploys traffic management systems for agencies across North America and internationally. We currently manage more 21,000 intersections across the globe, and are supporting the deployment of the USDOT's Connected Vehicle Deployment Pilot Project in New York City. Our ITS practice has the capacity to perform multiple small, medium and large projects simultaneously, while delivering Best-in-Class products and solutions to customers of any size. Our expertise spans the entire transportation project lifecycle from initial planning to design, and deployment and through long-term operation and maintenance. One of our featured projects includes the Florida Department of Transportation (FDOT)District 3 1-10/1-110 Design-Build, Operate/Maintain (DBOM) Program in Pensacola.As the Prime Contractor, TransCore provided turnkey design, installation, operation and maintenance services for a freeway management system and Regional Transportation Management Center(RTMC)for FDOT District 3. Spanning over forty miles along Interstate 10 and 110, the system provides roadside instrumentation for full traffic management and weather information. The system communicates with the RTMC across a fiber optic backbone, which is on the City's wish list for future integration for your program.Although the system is on a Fiber Optic backbone it also has a supplemental wireless communication infrastructure.After the system deployment was completed, TransCore began providing long-term system operation, maintenance, and Road Ranger Service Patrols. TransCore provides full service, performance-based maintenance and operations services, 24 x 7 Road Ranger service patrols for all 40+ miles of the project and TMC support and coordination between FDOT and the Florida Highway Patrol. For every full year under the O&M portion of the contract, TransCore has maintained a total system uptime performance of 99.8% or more exceeding the Department's established 95% benchmark. TransCore is currently providing"on-site" ITS management staff within the FDOT District 6 SunGuide TMC under a recently awarded five year ITS maintenance agreement. TAB 2 - OPERATIONS AND MAINTENANCE SERVICES PAGE 1 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Inassociation with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T KI��� AND SMART PARKING SYSTEM(SPS) !RA VSWRE. We have been working alongside FDOT for more than 15 years providing ITS Maintenance Services and now are assured until at least 2022. Our staff has been occupying space within the FDOT D6 TMC for more than 10 years.This in-depth knowledge and understanding of FDOT D6 system provides an advantage to the City since this system will also be monitored and managed through the same facility. TransCore has already establish a great working relationship with the Department's personnel as well as the operations staff which will assure a seamless integration of the City of Miami Beach DBOM's ITS system into FDOT's D6 TMC. Our understanding of the ITS services provides Our Team a unique advantage over any other company who must include multiple sub-consultants and subcontractors to accomplish the same level of overall services. Although TransCore is a turnkey firm, we recognize the importance of partnering and teamwork and in keeping with the contract measures of procurement in the State of Florida and the City of Miami Beach, we have included professionals who will enhance our ability to service the City.As a testament to TransCore's ability to provide quality Operation services, after completing our first term of 10 years of ITS operations and maintenance services in the Florida Panhandle, FDOT has extended our contract to continue providing Operation and Maintenance services for up to an additional three years. TransCore has been on the forefront of introducing new technologies for the Department and Toll Authorities throughout the US and, specifically, Florida. Our mission is to provide quality service and to continue to improve on our services for the betterment of the program. Operations of a highly complex system requires resources and understanding which should only be provided by a team that has in-depth experience in operating, monitoring, and managing traffic management systems, including the knowledge to support the multifaceted software programs required to make effective use of such a deployment. TransCore has that experience and will solely be responsible for performing all required ITS Operations and Maintenance Services for the City of Miami Beach. Our Team understands the importance of effective communications between the traffic incident management teams, first responders, and operations personnel. Our Team takes reducing the duration of incidents very seriously in TMC operations while understanding your goal for better information dissemination for parking at the municipal garages and surface lots around Miami Beach. Reducing traffic delays not only decreases drive time and polution, but also greatly increases the safety of the Roadway for the motoring public. Ongoing Training and Continuous Improvement The TransCore team is responsible for creating Standard Operating Guidelines and an Operations and Maintenance Manual, along with any other operations reference materials that may be needed for the TMC.We understand the importance of these manuals, and intend to keep them current, concise, easily understandable, and attainable. In each of these documents, policies and procedures will be documented for structuring the operations concepts and methods for utilizing the ITS and coordination requirements. These documents will also be updated to identify the process operations will implement to manage the impact of major events. Impacts to both the physical structure and equipment will be addressed, in addition to personnel and staffing issues arising from extended work requirements. Utilizing our Key Management personnel's knowledge, along with implementing a document control process and evaluation structure, we will be able to excel at restoring, and maintaining these operational documents during the contract. We currently anticipate that these documents be reviewed at a maximum interval of every two months for the first year and then every six months thereafter except as warranted by special events such as, major incidents, hurricanes, etc. Documents of this type require a formal control process, such as the ISO 9001:2000 specification which in summary, requires the controller to: ► Approve documents before they are distributed ► Provide the correct version of documents at points of use ► Review and re-approve documents as updates occur TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PA,E 2 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB trr<issoaaron wim MIAMIBEACH For Design, Build, Operation, and Maintenance Services 61 ,," FOR AN INTELLIGENT TRANSPORTATION SYSTEM ! AND SMART PARKING SYSTEM(SPS) TR/11SC,ORE. angineedr r Specify the current revision status of all documents ► Monitor documents from external sources ► Prevent the accidental use of obsolete documents ► Preserve the usability of the documents quality As an operations and maintenance service provider, TransCore is keenly aware that great service starts with our people and our focus on hiring and training. We will now outline that process for the Operations and Maintenance requirements for the City of Miami Beach DBOM. Pre-Employment Overview For an applicant seeking employment to be considered for a position, he/she will be required to go through a comprehensive background check, pre-employment drug screening, and aptitude testing. TransCore will seek to understand what skills, working traits, and knowledge the applicant possesses, what they offer to the position, and also what ability they may be lacking. Our Team will then determine if the applicant has the capability of handling the responsibilities and tasks that would be required of them in the position which they are seeking. Once established that an applicant is capable of the responsibilities associated with the position, he/she will be provided with an in-depth overview of the TMC and its operations. The applicant will then be given an opportunity to watch a proposed web media guide that will explain what traffic management is and the different functions that an operator is responsible for. The web media guide will provide the applicant with a detailed understanding of the position and all associated responsibilities related to traffic incident reporting and resolution. Once concluded, the applicant will then be required to confirm their interest in the position, and if determined fitting for team the hiring phase will be initiated and we will formally request the City of Miami Beach Project Manager, City of Miami Beach ITS Consultant Firm and FDOT, as required, for approval of the employee before continuing. Operator Training ► DAY 1 — Upon welcoming the employee to TransCore, the employee will meet at the TMC for an introduction to the team. The employee will be provided with a tour of the facilities and have an opportunity to observe an MTC Operator(s)in action.After the brief observation, the employee will then be required to complete all necessary employment records prior to any job specific training. Upon completion, the employee will then be paired up with a senior operations supervisor to observe the operator in action for the remainder of the employees first day.At this time, the employee is strongly encouraged to take detailed notes and to ask questions when clarity is required. Understanding central software application will help the employee grasp the training he/she will go through for the remainder of their first two weeks. ► We propose the training will include varying methods and approaches to include PowerPoint presentations, observing incident management, hands on exercises, and module testing. ► DAY 2—On the employees second day of employment, he/she will be given a copy of the operations manual. TransCore will go through an overview of important topics the employee will need to be aware of. Emergency procedures, inter-agency communications, dress code, and lunch and breaks are a few of the topics that will be addressed.The employee will then be introduced to Our Team's proposed first training module of the SunGuide"'formal operator training program.The employee will sit through a PowerPoint presentation covering an overview of the TMC, including the objectives, functions, and benefits of a Transportation Management Center. The employee will learn what Intelligent Transportation Systems are and how they are used within operations.A brief introduction to traffic management, incident management, and traveler information will also be included in this module.There will be a short discussion period following this module giving the employee an opportunity to ask questions they might have thus far. ► DAY 3 —On the third day of employment, the employee will be introduced to Our Team's proposed second training module which includes a PowerPoint presentation containing a thorough description of the Central Software. The presentation and trainer will describe the purpose, benefits, guidelines, and possible problems an operator might encounter with the software.An in-depth description of the initial settings and preferences of software will be included in this module. TransCore will briefly discuss the different subsystems that are TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PAGE 3 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMI BEACH For Design, Build, Operation, and Maintenance Services 1771 FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) TRANSCORE, enginee ng available through Central Software. Each subsystem will be discussed in greater detail later in the training. The employee will also be shown how to login and logout of the system. A proposed test will be administered following this module in order to determine how much information the employee retained from the presentation and if he/she will require additional training on this section. ► DAY 4—On the fourth day of employment, the employee will be introduced to Our Team's proposed third training module consisting of a PowerPoint presentation, which provides the employee with an in-depth description of the devices which are used within traffic management. Here TransCore will discuss in greater detail the subsystems within SunGuide"'and how each subsystem relates with the devices. This module will include detailed information on CCTV, DMS, detectors, Smart Parking and the video wall. The employee will learn the functionalities and benefits of each device during incident management.A proposed test will be administered following this module to determine how much information the employee retained from the presentation and if he/she will require additional training on this section. ► DAY 5—On the fifth day of employment, the employee will be introduced to Our Team's proposed fourth training module including a very detailed PowerPoint presentation involving Incident Management. This module will walk the employee through every step involved with managing an incident at all levels of priority. Disabled vehicles, debris in the roadway, accidents, road blockage, creating events, and putting messages on the DMS will all be covered very thoroughly in this module. The employee will begin to learn the appropriate way to interact with other agencies during an incident,who they should contact and when they need to be contacted, and how to update an event with every individual involved. The employee will be shown the importance of updating an event and finally, how to close an event upon completion of an incident. A proposed test will be administered following this module to determine how much information the employee retained from the presentation and if he/she will require additional training on this section. ► DAY 6 —The employee will be introduced to the 10-codes and signals that are used during communications with emergency responders and the importance of communicating properly over the radio. ► DAYS 7 AND 8—The seventh and eighth day of employment, the employee will be observing a current operator(s)to gain a better knowledge of the day to day routine he/she will experience when operating on their own.An experienced operator will walk the employee through everything they do during these two days, including logging into their workstation, opening the different websites used within Operations, logging into Central Software, answering the phone, starting travel times, monitoring the roadways, and managing incidents.A proposed test will be administered at the end of the eighth day to see how much information the employee has retained covering the daily operations of an operator. Upon completion of this test, TransCore will have an idea of how prepared the employee is to handle daily operations and if additional training will be required before he/she is able to operate by them self. ► DAYS 9 AND 10—The ninth and tenth day of employment, Our Team proposes the employee assist an experienced operator with operations. The proposed trainer will be observing and answering questions that the employee may have during these two days. The employee will need to demonstrate all responsibilities required of an operator, including logging into their workstation, opening the different websites used within operations, logging into Central Software, answering the phone, starting travel times, monitoring the roadways, and managing incidents.The employee will learn the importance of communicating with other operators within the TMC to ensure that incidents run smoothly.A proposed test will be administered on the tenth day to determine if the operator is ready to work on their own.This test will cover all the materials the employee has learned over the course of the two weeks. Theoretical incidents will be presented to the employee to see how they react and what steps they take to manage the incident. Upon completion of this test, the employee will receive a certificate of completion and will be certified to operate in the TMC. Employees who do not pass this test will need to have further training and will not be allowed to operate by themselves until the test has been passed and they have received a certificate of completion, no longer than six weeks. Operator Work Samples and Certification TransCore requires operators go through testing, via a work sample, every six months to make sure their knowledge of operations is where it needs to be.A variety of tests will be proposed and administered to each operator during this time. Each test will cover a separate area for which the operator should be knowledgeable. TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PA.;E t RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In associationwith MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) ,�- 1�aimt41 AND SMART PARKING SYSTEM(SPS) TR/t/VS�.ORE, erpi Once the operator has taken the tests, a certification of completion will be issued for the areas in which they have passed.Any areas that the operator did not complete successfully meeting the set standards will require the operator to go through refresher training until they are able to complete the test meeting company standards. TransCore understands that training is a process that never ends and proposes to continue to modify and create new forms of training and testing to assure the operations run at high levels of accuracy. Operators will be monitored closely by management and will be held to high standards to maintain their positions. Operators will have a good understanding of the importance of their position and will be required to do what it takes for the TMC to run as smoothly as possible. Operator Retention Operator retention is a key factor in maintaining a smooth-running operations program; therefore, we propose to implement competitive wages and benefits but also, performance bonuses for the top performing operators such as the operator of the month and the operator of the year. These rewards will go to the operator who best performs his or her role during their scheduled shift. The rewards will be similar but we will give the operator a choice of their reward. TransCore also plans on implementing service levels for IT staff and the highest performing IT staff will receive performance based incentives as well. Methods for Monitoring Performance The Team is excited to provide the City of Miami Beach with an incident management response plan of operations that will meet or exceed the requirements of the state and county municipalities. In fact, we were a recipient of the ITS America achievement award along with Utah DOT for designing and implementing a computer-aided dispatch (CAD)system that was incorporated into the incident management and response plans of operation. Traffic incidents are responsible for up to 60 percent of congestion delays that motorists encounter on the nation's roadways. Responders to these incidents—and other travelers—routinely face dangers from prolonged exposure to traffic and are too often victims of secondary crashes. There are many reasons why multi-agency coordinated traffic incident management is important, but simply stated, clearing incidents faster saves lives,time, and money in all sectors of society. While managing traffic incidents is the primary focus of our proposed Incident Management(IM)program, the same coordination and communication lessons are essential to successfully managing large-scale emergencies such as wildfires, severe weather, or national security threats; and special events such as sporting, entertainment, political, tourist, and commercial activities. The primary goals of the TransCore IM program will be to increase mobility and reduce secondary incidents on roadways, in concert with the State's adopted Open Roads Policy—Quick Clearance for Mobility and Safety. Traffic incidents have a significant impact on the City of Miami Beach transportation system and lead to loss of life, injuries, and destruction of personal property and commercial goods; resulting in costly delays, lost productivity, wasted fuel, and air pollution. Traffic incidents substantially reduce the mobility and security of the traveling public and commercial traffic.The vision for our IM program will be to"develop an institutionally integrated, fully cooperative association of all public agency and private industry traffic incident management stakeholders to improve the safety and reliability of City of Miami Beach transportation system."Another one of our goals will be to firmly establish the"Open Roads Policy"at the local level. For the purpose of this plan,we define a traffic incident as any non-recurrent event or other special event that causes a reduction in roadway capacity(such as a vehicle collision or breakdown)and/or an increase in demand (such as a major sporting event, or even an evacuation).A secondary incident is one that occurs as a direct or indirect result of a previous incident. Most are generally crashes, but can be other incidents, such as a vehicle overheating and stalling because it is sitting idle in the queue rather than moving. Major emergencies, such as hurricane and fires, are incidents as well, but on a much broader scale, and they involve a wider range of responders and particularly managers.These are not covered extensively in this IM plan since there are other plans in place to deal with these. To the extent that the actions in this plan apply, of course they are equally applicable to major emergencies. TAB 2 — OPERATIONS AND MAINTENANCE SERVICES t':3E 5 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with MIAMI BEACH For Design, Build, Operation, and Maintenance Services I FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR/1l VSL. RE, AND SMART PARKING SYSTEM(SPS) ; crgreennq The primary goals of the IM program are to increase mobility and reduce secondary incidents. Traffic incidents have a significant impact on the City's transportation system and lead to loss of life, injuries, and destruction of personal property and commercial goods resulting in costly delays, lost productivity,wasted fuel, and air pollution. Traffic incidents substantially reduce the mobility and security of the traveling public, pedestrians, bicyclist, and other pedestrian traffic as well as commercial traffic. Traffic incident management can be one of the most effective tools available to transportation managers for reducing congestion and improving safety on city corridors. IM practices will be coordinated in the areas of maintenance, asset management, and traffic operations. TransCore and its partners will focus traffic incident management in the TMC, which will be the centroid of all IM activities regionally. IM will be fully coordinated with state and county emergency management centers. Inter- agency operations and mutual support agreements will be developed between transportation, public safety, and other involved agencies, such as medical examiners, hospitals, and hazardous materials handlers. IM will be interactive with other organizations that provide support services to the state's safety program, such as Community Traffic Safety Teams, professional associations, auto clubs, and insurance companies. We will develop a concerted TIM awareness program to educate the local public about IM activities and supporting laws, such as the Move-It and Move-Over laws, the Open Roads Policy, as well as good IM practices and the IM program in general. Incident Management—A Plan for Success The team has a mission to develop recommendations that will provide a safe, efficient, and appropriate multi- agency response to and removal of traffic incidents on all monitored corridors within the City of Miami Beach through timely and accurate detection and verification. The team will develop its incident management program around the following key activities: Detection, Verification and Response ► MISSION –Develop policies and procedures that will provide a safe, efficient, and appropriate multi-agency RESPONSE to traffic incidents through timely and accurate DETECTION AND VERIFICATION. ► CLEARANCE MISSION –Develop multi-agency coordination that will ensure safe, fast, coordinated scene management, CLEARANCE, and cleanup of all traffic incidents to improve safety while reducing the impact to traffic in the best interest of the public. ► COMMUNICATIONS MISSION–Develop procedures and processes to ensure effective, accurate and timely COMMUNICATION among incident response agencies and the public. ► TRAINING MISSION–Develop multi-agency training for efficient and effective management of all traffic incidents to improve the safety and mobility of responders and motorists on Miami Beach's road network and the key corridors and causeways connecting to the mainland. TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PAGE 6 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART SMART PARKING SYSTEM(SPS) TR/VVSCORE. green, To fulfill its mission, the team will participate in a planned and coordinated program process that will bring together several public and private sector partners including the following entities and services responsible for responding to incidents.These partners will likely include: Category Stakeholder ► Federal Highway Administration (FHWA) ► Federal Emergency Management Administration (FEMA) ► National Weather Service and other weather organizations ► Florida DOT: ITS staff, Traffic Engineering Operations section, Planning Office, Maintenance Office, Safety Office, Motor ► Florida Highway Patrol (FHP) ► Florida Department of Law Enforcement(FDLE) ► Department of Environmental Protection (DEP) ► Division of Emergency Management(DEM) Table 3.2: Anticipated Project Partner Category Stakeholder ► Law Enforcement(City of Miami Beach Police and County)sheriffs) ► City of Miami Beach Fire and Rescue Emergency Medical Services(EMS) ► Transportation Planning Organizations(TPOs) ► Medical Examiner/Coroner ► City and County Public Works and Traffic Engineering ► Emergency Operations Centers(EOCs) ► County 9-1-1 Public Agency Answering Points (PSAP) ► Transit agencies . -+s ► Any transportation authority in the area These TIM team members should address issues that arise as a result of the diverse institutional functions and individual agency goals.The multi-agency TIM team should meet every other month to provide, discuss, and improve operational services related to traffic incident management. Incident Management Training IM performance measures are essential to gauging the success of the program and justifying institutional support. The IM program will embrace a multi-agency, integrated IM regimen with common practices that still recognize and plan for differences between responding agencies. Program goals like the Open Roads Policy will be thoroughly implemented at all levels of operations. Communication Hub for Traffic Information Along the City of Miami Beach Corridors In The Project Limits Response Plan of Operations The IM team will be managed, initially, from District Six SunGuide Transportation Management Center(TMC). The center will function as an inter-agency, multi-modal transportation management office. The importance of incident detection and mitigation has costly impacts to the region for each minute of delay on the roadway.The ability to clear incidents by dispatching the proper safety and law enforcement personnel or TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PAGE 7 I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB n association with: MIAMI BEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) ��---- 1; " AND SMART PARKING SYSTEM(SPS) TRnIVS(_.ORE, q ergireerin avoid incidents by providing timely information to motorists has a dramatic economic result associated with an increase or decrease of the area's productivity. The team will monitor traffic on the corridors covered in the City of Miami Beach for managing incidents that negatively impact the flow of traffic. The team will detect, verify, respond to, and assist, as necessary, in clearing the incidents and provide motorists with in route information that may reduce the traffic demand at an incident scene, reduce driver frustration, and improve scene safety. These Are the Steps That Our TMC Operators Will Take to Manage Every Incident That Is Observed or Reported: Step 1: Detection and Information Collection Whether it is turning a camera or obtaining information through direct coordination and communication with City of Miami Beach Police, FHP, the public, or the media, TMC Operators will always be watching for changes along the roadway in order to detect incidents. Step 2: Verification and Analysis Once verified, the exact location and details of every event will be entered into the Central Software System and other reporting database systems. These details will be analyzed to determine the degree of disruption on the roadway and the potential impact on traffic—the motorist-so that response plans can be initiated; all in a matter of moments. Step 3: Responses Operators will then immediately dispatch a police officer, fire, and/or all appropriate agencies necessary to address the specific needs of the incident. Ongoing communication will occur with the TMC throughout the incident clearance phase, until recovery of normal traffic flow to ensure that all necessary incident information is being shared with the operators to ensure accurate incident reports.All incident management and response plans will operate in conjunction with the OPEN ROADS POLICY between Operations, City of Miami Beach Police and/ or FHP in establishing clearance times for incidents. The TransCore team will dispatch/notify emergency response personnel within five minutes of incident confirmation. Step 4: Dissemination of Information The information will then be communicated to our customers utilizing Dynamic Message Signs(DMS)and provided to the City's PIO for media and web dissemination. Operators will notify the proper authorities as needed and as requested by the responding agencies. Some additional responsibilities that will be handled by the TMC staff are as follows: INCIDENT/ EMERGENCY DISPATCHING —assuming that the City of Miami Beach and the Department allows operators to dispatch directly to emergency dispatch centers, such as FHP or fire, the operations staff will utilize the same dispatch"10 codes"as are used in other Districts. This will eliminate confusion and communication issues between operators and emergency personnel. This will provide assurance that standard communications will be used to mitigate long conversations and confusion between operators and all incident responders. SHIFT REPORTING—it is important to keep a daily record of all managed incidents, important calls or visits, and equipment problems in a database. In addition,the database will track shift changes with respect to personnel. The benefit of maintaining such a database will allow the TMC Manager to extrapolate history of events that track personnel and type of incident managed, and for what duration. This information can then be utilized by the City of Miami Beach to improve infrastructure and emergency response plans to better prepare for typical incidents with respect to certain areas of Miami Beach. CCTV MONITORING—Operators will be provided with a strict policy on how to properly utilize the surveillance coverage to verify incidents, validate DMS messaging, as well as assist emergency response vehicles to manage incidents or emergency evacuations. TAB 2 - OPERATIONS AND MAINTENANCE SERVICES PAGE 8 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with. MIAMIBEACH For Design, Build, Operation, and Maintenance Services 1 FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T AND SMART PARKING SYSTEM(SPS) 1 RAI RE 'r9�ronog DMS OPERATIONS -Operators will be trained on the proper way to display Quick messages, Schedule messages,AMBER Alert messages, as well as evacuation alerts.A detailed plan providing rules and regulations on what types of messages are allowed to be displayed will be submitted and approved by the City of Miami Beach and the Department prior to the start of TMC operations. This plan will cover proper usage of words and abbreviations,for notifying motorists on lane closures, incidents, emergency response, HAZMAT, etc. In addition, a detailed protocol will be established on what Department approvals must be obtained in writing prior to scheduling messages and for what duration a reoccurring scheduled message can be displayed. Preventive Maintenance TransCore provides comprehensive local, statewide, and regional maintenance services across the US. We specialize in providing robust preventative maintenance programs in the harshest of environments,focusing on maintaining high rates of system uptime and customer service. We work • directly with our customers on process improvements to help . . them manage their ITS infrastructure, including installation and configuration of maintenance management systems, inventory control, and overall asset management. 'll I i 1 Our portfolio includes programs where we provide dedicated, 24x7x365 maintenance teams, to those agencies requiring specialized, technical on-call support. With the complexity and diversity of devices and communication systems, preventative and corrective maintenance experience is essential in keeping this implementation operational. TransCore will manage all ITS maintenance functions from the designated area provided for the City of Miami Beach at FDOT D6 within recently updated, State-of-the-Art SunGuide TMC. It will have all of the dedicated staff and equipment required to maintain the ITS devices including the parking systems as well as the Smart City Technologies introduced by TransCore for this project. TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PAGE 9 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with: MIAMIBEACH For Design, Build, Operation, and Maintenance Services ��-- FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TR/1/VS(�C�RE. AND SMART PARKING SYSTEM(SPS) CITY OF MIAMI BEACH /MMS-Detects Failure or Manually Enter Failure 1 Operator Yy Device Active and Online End Process Verifies is Operational Generates Ticket through MMS (i- Device Active and Online End Process ♦ N Maintenance Manager confirms communication to device Ticket Forwarded to Field Technicians Jr Technicians Troubleshoots Devices -� Technician Updates Report Status Maintenance Manager Repair is Completed Verifies Device is optional N Maintenance Manager Rejects and Sends Ticket to Field Technician N ► Technician Trouble shoots Device 1 Technician Updates Report Status FLOW CHART N Repair is Completed ITS DEVICE FAILURE TO I Y REPAIR it Maintenance &Operation Manager Verifies and Closes Ticket TAB 2 — OPERATIONS AND MAINTENANCE SERVICES I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassociation with For Design, Build, Operation, and Maintenance Services � ( MIAMI BEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) TRAIRE ?PgirW Our staff will have the latest training and will benefit from TransCore's leading role in ITS technology, development and deployment. TransCore will develop a detailed operational support plan covering preventive and remedial maintenance of all equipment as required and will establish a local team of experienced maintenance staff dedicated to this project. ► Our Team has the experience in maintaining the operational effectiveness of the TMC, ITS and SPS over the life of the system. We have a proven track record with the FDOT and other agencies and has been proven by our experience with these systems. ► Our goal is to continue updating the infrastructure of the project to protect the City's investment ► Design elements will include system elements to minimize damage, either by theft and/or act of god. Trouble Shooting and Corrective Maintenance Maintenance activities fall into two categories: Preventive and Corrective ► Preventive involves the periodic calibrating, cleaning and/or adjusting of equipment to prolong the life expectancy. ► Corrective maintenance involves troubleshooting, repair or replacement of the equipment, prioritized based on severity of the failure. ► Scheduling preventive maintenance measures is based on manufacturers'recommendations. Implementation of maintenance check list for maintenance crews to use, develop and update to schedule periodic check-ups. ► Checklists for re-certification of devices are also based on manufacturer warranties, and should be negotiated at time of purchase. Re-certification of devices usually involves field testing and reconfiguring to ensure proper operations. We will utilize the best products and will base our preventive measures based on the equipment listed in the FDOT APL of approved devices by the District. Solid preventative and corrective ITS maintenance services start with understanding the importance of early detection via subsystem troubleshooting.As such,TransCore is providing some sample troubleshooting scenarios. for CCTV and DMS, below that enable early identification of potential ITS infrastructure failures and repair procedures. ► CCTV TROUBLESHOOTING —ISSUE: CCTV not providing video feed.After checking the surrounding area to the cabinet, the ITS technician will first check the incoming power to the cabinet from the service point. Next the technician will use a video monitor(for analog cameras)or laptop (for IP cameras)to check the video feed from the camera. Once it is determined that the camera is faulty, the technician will proceed to utilize the lowering device tool access the physical camera.A replacement camera will be installed and network settings programmed.The technician will then proceed to set the camera titles, date/time, compass setting, and test the video and pan-tilt-zoom (PTZ). Next, the technician will connect the camera to the network. Once the repair is completed,the technician will contact IT to verify on-line functionality and then update/close-out the ticket with comments and a "repair completed"status. ► DMS TROUBLESHOOTING —ISSUE: DMS pixel errors/no message posting(s). The ITS technicians on-site will first reset power of the DMS sign and the main controller. Then, in this example, after testing the sign the pixel failure/error remains.Assuming this DMS location requires MOT, the ITS technicians will follow the service escalation procedure and inform TransCore's on-site project management staff to request an MOT. Upon MOT approval, the technicians will reconvene on-site, set-up the MOT and then proceed to replace the malfunctioning DMS board. Following repair, the DMS will be tested and, in this example, the ITS technicians note that the photocells were not being identified in the controller. The technicians then add the photocell in the peripheral and test the DMS sign with IT for functionality. Lastly, the sign is re-tested and messages are posted accordingly so the MOT is removed and the ticket is closed. TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PA:;E 1' RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB In association with. MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) TR/11 . -07-NE. orgreenng Availability of Parts and Supplies As a general rule, to address any corrective measures,we will develop a contingency plan will be developed to address the unavoidable and unforeseen device failures.To address these unforeseen device malfunctions, a budget for an inventory of spare parts and for future replacement of equipment should be adopted by the City. A small percentage of the total deployment for adequate spare devices to have on hand for maintenance and an open purchase order for future purchase. The total shall be determined by the DBOM firm and the City upon review of equipment list.As inventory management and control is at the heart of successful ITS maintenance services, TransCore's warehouse supervisor will develop a spare parts and supplies requirement table that will include all the required critical parts to be kept at minimum downtime.The inventory will be supplemented, as necessary, with the required components and our inventory control software will be updated accordingly inclusive of original procurement dates and warranty data. This information will automatically be tracked in the inventory control software. This is essential so that all devices that the technicians remove during a repair will be tested to determine operating conditions and tagged with a red or green tag. Operational devices will have green tags adhered and placed back into spare inventory while a red tag indicates non-operational and an RMA for manufacturer repair to be initiated. TransCore's core business is ITS maintenance which means we have all of the necessary tools and equipment available to ensure timely and accurate maintenance services. We have in-depth knowledge and understanding of the proper maintenance equipment, tools, vehicles and materials necessary to support your existing and future ITS maintenance needs. The following table outlines just some of the equipment readily available and on-hand for TransCore to ensure proper maintenance services: EQUIPMENT/TOOLS/MATERIALS ► Technician Vehicles (with tow package) ► 40' Bucket Truck ► Fiber Splicing Van, Diesel Mobile Fuel Vehicle ► 80' Bucket Truck ► 125' Bucket Truck, Winch Truck, Pole Trailer, Fiber Reel Trailer ► OTDR ► Speed Gun (LIDAR) ► Multi-Meter"Tools of the Trade ► Spectrum Analyzer ► Portable Lowering Device Winch Assembly ► Loop Tester TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PAGE 12 I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassociation with . For Design, Build, Operation, and Maintenance Services MIAMI BEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T AND SMART PARKING SYSTEM(SPS) /R�� `�'v��RE erq're 9 ► Lawn Tools ► Fiber Puller, Compressor ► Power Cable Puller ► Cranes ► Hydraulic Lowering Device ► Excavator ► Bore and/or Trencher Machine ► 35KVA Portable Gen, Sensys Drill Press Portable PWZ ► DMS Flat Bed Trailer ► Addco Arrow Board Performance Monitoring and Metrics, Including Periodic Reports to the City Reports are not only used to empirically detail how we are performing but also to find ways to streamline and improve operations, disseminate the successes of the program out to the public and determine where future funds can best be used. Our Team understands that reporting is critical to the overall project success; our proposed reports format is listed as follows: ► DESIGN COORDINATION MEETINGS—These meetings will be conducted on a regular basis and the attendees will include the project manager, project engineer, subcontractor, City of Miami Beach Project Manager, as well as the City's ITS Consultant and any other agency or personnel assigned to this project. The purpose is to evaluate the design progress, discuss outstanding design issues, share information and coordinate design activities between multiple design disciplines.These coordination meetings will allow City to stay informed of the design status, share design preferences and provide periodical approvals of the design. ► WEEKLY REPORTS —The primary purpose of the weekly reports is to discuss a list of items that require immediate actions and assign personnel responsible for each action item. In addition, weekly reports will include the team's percent complete and status of outstanding issues.Weekly reports will be distributed to the FDOT project manager and project engineers responsible for each discipline. At a minimum, weekly reports will be provided during the design and construction phases. ► MONTHLY REPORTS —Monthly reports will summarize work performed, problems on the job with proposed corrective action and an updated project schedule. The report will be submitted to City during a regularly scheduled monthly meeting conducted by our project manager. Monthly reports will be provided throughout the project lift cycle. During the operations and maintenance phases, monthly reports will summarize system performance(e.g. field devices, central software system, and communications), maintenance activities, and operational highlights(e.g. major incidents). ► DAILY CONSTRUCTION REPORTS —Each inspector on this project will be required to complete a daily construction report. These reports record, at a minimum,the number of people in their respective fields employed at the site, the equipment being used on site and a description of the construction work inspected that day.They will also report material shortages, labor difficulties, weather conditions, decisions, observations, results of meetings and other daily activities. The project manager will review the inspectors' reports each day to ensure that the construction activities are properly documented. TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PACE_ 1 3 I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB n association with MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T AND SMART PARKING SYSTEM(SPS) /RAN-SwRE erginee q ► WEEKLY CONSTRUCTION MEETINGS —Attendees of the weekly construction meetings will include the project manager, construction superintendents, subcontractor and the FDOT project manager.The purpose of these meetings is to evaluate the construction progress, discuss construction issues, share information and coordinate activities. ► EXECUTIVE-LEVEL SUMMARIES—In addition to the routine meetings and reports described above, Our Team will provide executive level summaries of all budget, schedule and construction status information upon City's request.These summary reports can be used as quick references on project scope and budget, offer graphic representations of construction progress, and serve as documentation identifying project milestones. Performance Measure Reports Our Team is committed to providing the City of Miami Beach and your ITS Consultant different reports that provide insight to the performance matrix of the entire system and operations. To determine ITS device and ancillary equipment performance, there are several performance indicators that will be taken in to account while working with the City to fine tune the reporting system.This will be viewed as an evolutionary process, accounting for changing needs in the City and ITS performance measures arena. Proper system reporting requires the use of multiple methods to gather, formulate, compile and present data in a consistent and logical format. Data mining will be used to extract information from multiple data repositories using structured query language(SQL)scripts, this queried data will be deposited into a single data repository maintained and archived through the term of this contract. Specialized reporting software will be utilized to formulate and compile the reports in to a template that maintains the approved report formatting. The reporting format will include general text descriptions and notations, performance measure input and output tables, along with a device uptime and system availability matrix. The availability matrix documents uptime for sub-systems such as CCTV cameras, Dynamic Message Signs, Smart Parking System, Non-intrusive detection (MVDS and BlueTooth), field and TMC networks, information portal, server systems, and video wall. Our implementation of the Performance Measures Program is heavily dependent on data gathered by the Central Operations Software Programs. Our Team has in-depth knowledge working with and collecting data from software programs such as SunGuiden" and other platforms, we also understand the requirements of the City's project and understand that not only one software will not collect all of the data required for this project.That is why we will implement a master data store along with custom data gathering tools to fully meet the needs of the City. By using the above-mentioned subsystems and custom applications Our Team will be able to provide the needed data that is accurately time-stamped for effective performance measures reporting. Annual reports delivered on the second Tuesday of each January will document the accomplishments of the ITS system, while identifying future operations plans and a systems outlook to identify any major changes planned for the upcoming year. These reports will incorporate the combined monthly reporting measures in addition to annual performance measures, lessons learned, and cost benefit ratio analyses along with a message from the City's Project Manager. Operational reporting will be collected from available data sources via customized reporting software and central data repository. Reports from the software will be compiled in a tabbed and bound format for monthly, quarterly and annual reports plus an electronic PDF version will accompany the hard copy reports. Monthly reports will incorporate the following sections at a minimum: ► Table of contents ► Operations Summary ► Incident Management TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PAGE I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassociation with : MIAMIBEACH For Design, Build,Operation,and Maintenance Services I l FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T AND SMART PARKING SYSTEM(SPS) /RANSWRE rgictrnnq System Availability ► Data Management General Performance Measures Annual reports will incorporate the following sections at a minimum: ► Table of Contents ► Operations Summary ► Annual Activities and Achievements ► Annual Performance Measures (Output and Outcome) ► Benefit Cost Analysis ► Traveler Information ► Traffic Flow ► Incident Management ► Monitoring and Communications Our Team members have experience in device availability matrices, device uptime reporting initiatives, and performance measures based on statewide recommendations that are underway in other Districts through the Device Management and Maintenance contracts.At a minimum, the data Our Team will collect and report to the Department follows: ► Operational Uptime or Percent Availability (per device classification and per system) ► Mean Time to Repair(per device classification and per system) ► Mean Time between Failure (per device classification and per system) Staffing Plan The RFP requires daily Operations of 16 hour per day, seven days per week, 365 days a year. From our experience with similar Transportation Management Centers such as the DBOM in Pensacola which TransCore provides both Operational and Maintenance services for required the same exact coverage at the beginning of that project. However, it has increased now to 24x7x365. TransCore since the beginning of the FDOT D3 Pensacola DBOM contract performed both the operational and ITS maintenance services in Pensacola and due to our quality of performance the Department has not only extended the hours to 24x7x365 but they have extended our contract from 10 years to an additional 3 years.TransCore intends on also self-performing the Operations and Maintenance services for City of Miami Beach DBOM project. This will assure the quality of service expected by the City of Miami Beach and minimize unnecessary additional cost due to multiple markup when dealing with unnecessary sub-consultants. Our TMC on-site Operations and Maintenance staff will complete all the necessary training required by TransCore and FDOT, as necessary, prior to NTP. This training consists of but is not limited to: ► SLERS ► FLIRS ► OTM MMS ERAf ANL ti1AINTEN ANi-E ir;Eb Pq o 1 I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB n association with For Design, Build, Operation, and Maintenance Services MIAMIBEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T AND SMART PARKING SYSTEM(SPS) /R�� �-�wRE er�ineennq r ITSFM ► Central Software Training (SunGuide&City of Miami Beach Proposed Central Software) ► Any other training that may be added by FDOT or the City of Miami Beach During Phase 1, our staffing plan will consist of one TMC Manager, Shift Supervisors and two Operators.The TMC Manager will be on site Monday through Friday 8am to 5pm and on-call 24x7x365. In addition, a shift supervisor will be on site during weekend shifts as well a minimum of three-week days. This will assure management oversight of the TMC staff every day of the week. As additional Phases are added, additional staffing will be provided as well if necessary to provide quality service to the motoring public of City of Miami Beach.Additional staffing will be added if the City of Miami Beach increases the hours of operation to 24x7x365 as was done in Pensacola. For Phase 1 the TMC will be staffed 16 hours a day 7 day a week, 365 days a year. with two crew shifts each consisting of one senior operations supervisor and two additional operators. Our proposed TMC Manager,will supervise operations during standard working hours and will be on call 24/7 in case of emergencies. Crews will be augmented with trainees and additional certified operators to support special events and crisis situations. For this proposal, we have identified the key positions with respective responsibilities to be recruited and filled to staff the TMC, as follows: 1. TMC Manager A. Responsibilities Oversee daily operations of the TMC adhering to the strict policies and procedures. Shall maintain communication flow always with operators as well as with the City of Miami Beach Project Manager and the City's Consultant, as well as other agencies and Department Project Manager. The Manager shall be in tuned to proper policies and procedures to respond to incidents of all levels, including traffic impacts, natural disasters, terrorist attacks, and AMBER Alerts, as well as special events. ii. Responsible for the development of all operational policies including but not limited to the Concept of Operations, Standard Operating Guidelines, Emergency Actions Policy, etc. iii. Work with our training coordinator in the development of tailored training and certification programs to provide constant training and refresh courses to operations staff to keep them apprised of the latest approved policies for managing and responding to all levels of incidents, as well as following the proper procedures for monitoring and disseminating AMBER Alert and weather conditions. iv. Shall be responsible for enforcing shift schedules, swing schedules, lunches and breaks during daily operations. The Manager will also be responsible for monitoring proper usage of all field devices and video wall systems by operators and employ disciplinary action for any misuse of these systems. v. External interface communications include: ► Police and other emergency agencies: Provide general information; organize emergency assistance if required by transferring to a control room operator. Confidential information if requested. ► Media: Provide with non-confidential information if requested. ► Public Transportation: Respond to inquiries vi. Staff performance evaluations vii. Be aware and constantly monitor all active traffic events that occur during the shift(e.g. accidents, disabled vehicles, road work, and abandoned vehicle incidents). viii. Generate monthly reports, including operator performance, severe incident, telephone logs, and any other reports requested by the Department. T;18 2 - -PS;rAT UNS-ANC �,t.�.rf`arGP ,N��_ S h�=rcc PAGE 1.; RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO. 2016-199-KB In association with. MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) 9;114 AND SMART PARKING SYSTEM(SPS) / r-��/ erglneedna ix. Use incident reports,telephone logs and other documents to assist and/or complete debriefing sessions. x. Assist, review and verify accuracy and completeness of all incident reports, forms, and other documents. xi. Verify and monitor the accuracy and timeliness of all external communication devices, including DMS and email messages. xii. Review all lane blockage/closure events to ensure that all required fields the central software as well as other databases are entered correctly. xiii. Set positive example for Operators in the designated City of Miami Beach Control Room by conveying professional attitude, behavior, and work ethics at all times. xiv. Assist Operators in their duties whenever needed, including filling in when short staffed. xv. When appropriate, help resolve control room issues and staff complaints. xvi. Assist maintenance staff to monitor equipment status. xvii. Recommend improvements to operational procedures and system components. xviii. Provide major incident de-briefings with key personnel and PIO representatives. 1. Shift Supervisor A. Responsibilities xix. Ensure that all data disseminated is concise and timely that is generated by the control room to include; DMS messaging, Parking messaging, text messaging, website messaging and any other communications from control room staff. xx. Act as the TMC Manager in their absence. xxi. Approve DMS signs, Incident Email Alert Notification messages, and other message dissemination systems. xxii. Interact with area dispatchers, police, maintenance, County, 511, etc. xxiii. Monitor the Florida 511 website and Interactive Voice Response (IVR)system every half-hour to ensure the accuracy of all information that is being provided, and provide timely and accurate data to the public. xxiv. Provide coordination with RTMC, and other agencies, particularly regarding incidents that affect the City of Miami Beach. xxv. Ask questions, prompt and remind Operators to make all necessary phone calls, data entries, and other proper documentation. xxvi. Act as lead mentor to new operations staff. xxvii. All other tasks assigned by the TMC Management. 1. Operator A. Responsibilities xxviii. Operate and monitor ITS devices using proposed City of Miami Beach Central Software, including GUI/Graphical Map, CCTV, Video Switching,Video Wall, Detectors, DMS and Incident management. xxix. Monitor Dec.OGuide and the City of Miami Beach's websites to ensure correct information is being reported. TAB 2 — OPERATIONS AND MAINTENANCE SERVICES PA3E 1 7 I RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB nassociation with . For Design, Build, Operation, and Maintenance Services MIAMI BEACH FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) T AND SMART PARKING SYSTEM(SPS) a„. •R�' "ARE �rgireennq xxx. Assist with monitoring the Florida 511 website and Interactive Voice Response(IVR)system every half-hour to ensure the accuracy of all information that is being provided, and provide timely and accurate data to the public. xxxi. Handle calls from the City of Miami Beach, Miami Beach Police, and Fire as well as Florida Highway Patrol (FHP)Communication Center needing assistance and incidents in travel lanes. xxxii. Dispatch or advise City of Miami Beach Police, Fire, FHP and other appropriate emergency response agencies of traffic events warranting emergency assistance (e.g. accidents,disabled vehicles, debris on the roadway, police needing assistance). xxxiii. Communicate and coordinate with field units to respond and clear incidents from the road and re-open lanes to traffic as fast as possible. xxxiv. Constant monitoring of video wall, parking availability, detectors, as well as a minimum of two roadway scans twice per shift of each camera for events. xxxv. Utilize CCTV video images to detect and monitor traffic events in the geographical coverage area and determine the resources needed in the field to clear the incident(e.g., number, capacity, and features of heavy equipment). xxxvi. Advise management of unusual and significant unscheduled events. xxxvii. Contact City of Miami Beach regarding cleanup and maintenance issues on the City's arterial streets and entrance highways. xxxviii.Monitor, troubleshoot, document and report all equipment faults, malfunctions and irregularities. xxxix. Follow directions of the TMC Managers and Senior Operators. Daily Operating Schedule Our Team is knowledgeable of the demands and workloads placed on system operators and the vast number of functions to be performed within the TMC because of our participation in similar TMC Operations and Maintenance services throughout the United States, as well as our similar experience within District 1, 3, 6, and 7 TMCs. In accordance with this understanding,we propose to staff the TMC with a multiple shift schedule to allow an equal timeframe between the daytime and nighttime operators. In addition, we will include a swing shift to ensure no gap between shifts.This proposed overlapping coverage shall provide the City of Miami Beach the full 16-hour coverage required for routine operations. The swing shift also provides additional staffing support if an operator is ill or on vacation. If this occurs, as you can see from the table below, our swing shift has minimal hours so that additional hours would not overburden the swing shift operator. It is also important to emphasize the start and end times of each shift because they are geared to provide a new staff prior to expected rush hours. In other words, morning rush hours usually occur between 6:00 a.m. to 9:00 a.m. and evening rush hours occur between 4:00 p.m.to 6:00 p.m.As you can see from the proposed schedule below, there are no shift changes during these peak hours, allowing for a quiet operations environment so that the operators can focus on monitoring the City of Miami Beach roadways and managing incidents. In the case of holidays, special events, or Governor-declared emergencies, a three-shift schedule will be in effect, with two swing shifts to provide 24-hour operations starting 24 hours before and ending 24 hours after the event. Notice in the proposed schedule below during times of 24-hour operations we propose one Shift Supervisor work the late-night shift, and will not schedule a Shift Supervisor during the 5:00 a.m. to 1:00 p.m. shift. The TMC Manager will be in the TMC during the 5:00 a.m. to 1:00 p.m. shift and will handle the responsibilities of the Shift Supervisor. TAB 2 OPERATONS AND MAINTENANCE CES PA.E '.3 RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB o association with MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) t ;a AND SMART PARKING SYSTEM(SPS) TRA rJWRE. ocgineennq Table 2-1 outlines our proposed routine and special event operations schedule and the proposed staffing for each shift. Table 2.1: Shifts and Staffing ROUTINE SHIFTS STAFFING Day 5 AM to 1 PM Shift Supervisor and(2)TMC Operators Day 8 AM to 5 PM TMC Manager Swing 12 PM to 2 PM Operator Night 1 PM to 9 PM Shift Supervisor and (2)Operators HOLIDAY/SPECIAL EVENTS SHIFTS STAFFING Day 5 AM to 1 PM TMC Manager and (2)Operators Midday Swing 12 PM to 2 AM Operator Midday 1 PM to 9 PM Shift Supervisor and (2)Operators Night Swing 8 PM to 10 PM Operator Night 9 PM to 5 AM Shift Supervisor TransCore will prepare a yearly baseline schedule consisting of current and planned staff vacations; we will also assign holiday and on-call operators. On-call operators will be scheduled on a rotating bi-weekly schedule and be required to report to any needed shift within one hour. The TMC Manager will, monthly, revise the baseline schedule to account for any new events or upcoming TMC personnel absences. Our operators will be provided professional uniforms that are approved by the City of Miami Beach and FDOT that are comfortable to wear. Other TMC Positions ► SYSTEMS ADMINISTRATOR—The systems administrator will be onsite to monitor and maintain all TMC system components, including servers, video switches, decoders, network hardware, and internet/intranet connections. Other responsibilities include communication of system problems or downtime to the TMC Managers and generation of performance measures report regarding TMC systems performance. ► ITS MAINTENANCE MANAGER—The maintenance manager shall monitor the ITS for failures and dispatch maintenance technicians for repairs. Other responsibilities include management of spare part allotment and RMA/warranty returns on failed equipment, preventive maintenance management, collection of performance measure data, and generation of performance measure report concerning ITS field devices. The maintenance manager will be equipped with a maintenance vehicle. ► ITS MAINTENANCE TECHNICIAN —Each maintenance technician will be responsible for repairs or replacements on failed equipment, preventive maintenance procedures, and maintenance equipment reporting. The technicians will be equipped with two maintenance vehicles and one bucket truck capable of reaching any ITS device. ► The TMC staffing plan shall be further documented prior to recruitment of personnel or TMC commissioning to refine each staffs roles and responsibilities providing the most comprehensive operations plan possible. ► DATABASE MANAGER—The Database Manager will be responsible for the regular duties in maintaining the SunGuide M database in addition to creation, modification, and maintaining data reports from the SunGuide M ITS data that can be used in reports for live and summary information for reports on performance measures as part of the Information Portal Plan. ► ADMINISTRATIVE ASSISTANT—Assists all managers in daily activities required by the contract such as reviewing and disseminating monthly and annual reports, submitting invoices, tracking and procurement of inventory and RMAs, etc. TAB 2 - OPERATIONS AND MAINTENANCE SERVICES ,E i', -pry,• •µ` " GUARANTEED MAX PRICE °,- 14 1qt • ... `, * } ... ,^. I1�Alton Rd -w • ' �'t ` .i DO MDQ •-••-.. . } .r `, $,*fir,: ,. , • ''';'-fie .::s..swan,.. .... D Do w �+ . � r � RESPONSE TO REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB Inassociation with : MIAMIBEACH For Design, Build, Operation, and Maintenance Services FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) TRA IJ1RE AND SMART PARKING SYSTEM(SPS) J THE GUARANTEED MAX PRICE IS PROVIDED UNDER SEPERATE COVER SEE SEALED ENVELOPE Tr‘3 <t+ E PAGE 1 „ ,.,..ft.,, '--",rit.4.- . ., ,,,, • ... . .:.,,,,m, - -,-, i , , ,, . „ , ..... s • ;• ,. . , •7-' .....,,, ,,,,,,,y,:,i,:0044.,,,• ',..•.i,... , . c, .. 4... – ,.,., , • • . •-,A•” -.-...."- . tilt ok/' ' –— —12,. . . •• • :. . .. 1 . .i. :.•'...!' . , .,.•- ':•• " • ' et.:'', '•"'• 'A'' ' i - If' '..,,'•'' ,,,r" I It 't—''' ' ',. . • ''''' ,'. ‘\. , • • 1, , t" ., , •t.', ___1110 - •I'll 'SK•aw - 1 likk , -.“ - -- ; ."n",-.-".• , • . ,,,,,',.ti,•1,;:, ,-- ,,,-. :,-sj,-;_,._ """ ,- air, ---=--- _ - ..l,. ",)::.1.': -,,,C. .wo,ii. ' :.U.4l1 'N ' - • vow, ,er to ' 4P-4.01 , ,/ 1 ___„• Ti! Level 6 , I I 1\ 7- 4.._..--- .: ,„44,:- .-. ,. -I i ' - Leve4 5 um Nim . Level 4 "Mr, IIIIImsj, I 'RH_ Level 3 Level 2 ... .. ../1 .1 _... . .., /...-i Level 1 mai am ow-- fri-,,, • ' A r, , • . 3 MILES .,.........----. •••,,z . e. . '.• ,''•,- 'eMiliff".•..•...t..„,.740 Mil*". '. ONA" .,. i 'f-Z:li•1',,,,, 1"-, . ' , . . • .. 1:----.../ -,r-i- ki •... ,..," ..• • -.46itiOW---. ' , „,, .4.0.. • 4,- .. • . '4- - ..7 -•;411i:` ' ',-,' .7 T S, "" 1r, • • . . liatia,' Y s :"'...' .1,1'.'.-'..-•'''' -. ' •'.•, .'Z . ,,A- f,' - -L..57-,444771,'" .1*- ' 1k4,, , e ••. -.... .',, , ,•-•,.. .3,...--.. '...., ....,:r.,.:„;........-- .c., , ... .s... •...,...:. ... . ........ . ..... . • . . ....„....,,,,,,,, • . ...,.. . . '-----4.--•.... -----.......... ,, , __ . . .. . ... . ........... , ....,.. . . ,. ,. ‘ 1 . . . . . . . . ...._ ... .. . , ... ,... **".."*""..."4"ssaisissese.04„milimia,.....„*.„*„......................... 101. ac, 4.32,0, .. ... . . . . . . , . . . ... .......,,,.. . . . . • ,... •■••Pallimmow....v .- ' ''ilians, by . . ••. '1' i if . ,iiiiiitoiv_4111111111111ft .•._21/4a.•:'/',4t.tf ..:'''' ..-:- ' -'' . '''''''.-"grA*420'44'4441tliNfrx.Tti.r ....u.•."..•,.....--------------- - .- • -' — __ - • •••- 7--. --,-*r"...46'-'-- - ' .:.,..,......-- •• ... ..- ' . • . . ‘.- -...fgegIONSIOrtiallit• ab IIIII , . _ ....,...„.......... 3901 COMMERCE PARKWAY • MIRAMAR, FL 33025 • WWW.TRANSCORE.COM ,.-- TRANSCC)RE L 6401 SW 87TH AVENUE,SUITE 200 • MIAMI, FL 33173 • WWW.BCCENG.COM engineering RESPONSE TO REQUEST FOR PROPOSALS(RFP)FOR DESIGN,BUILD,OPERATION,AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS) AND SMART PARKING SYSTEM(SPS) RFP NO.2016-199-KB PHASE II k _ _ ,,.... . .....,,,..,,. .. • •.. . , .• ., raVo PROPOSAL PLANS kir* . I'i 0 I: 41P ._ vrfllk.._.a►.. r CEC PARKINGONVAVAILABLE r11(7 iibili j,,1 3 MILES , Palm Island �' lbistus Isla!° V !! , 1t* . ill . 1 SUBMITTED BY: r ` ,. ,:-a ii lea . 1...i r w.�. TR�UVSCORE. I- , r t :—. r _ammindosimp, or 3 Q i M AM BEACH CITY OF MIAMI BEACH .TOR: PMP IENE BOARD OF COM EMIONEM: MKT 51F1.. CITY OF MIAMI BEACH MICHAEL MECO MI W..OFF INTELLIGENT TRANSPORTATION MANAGEMENT MURES ROSEM0 "II RICIN ARRIOIA AND SMART PARKING SYSTEM -RRAP`T')NM. CRY HAMMER: JIMMY L...ES ASBISTAM CRYMANAMR: IUTHE BROOM PROJECT LOCATION PMPLiTINMROER: JOREL FERRERD42 4 ,rl 1�' k........ A..a..•P• INDEX OF SHEETS ", :mr-ti:_' _ I. 1111"14:4 111401.0. ligeernescarno0 al ; r ` ;: ',R-b MEY SHEET T-'Iy ` '•3114 161:4,11117.77. _ S R-m EERAL TES j; i.s `� -• x \ R-0 - R-or , — R r ; ��„ R-A - IT-M ITSDE INAMCATIO UM R-M - IT-00 RS PUNS PHASE 3�. r:- * Fvse R-70 I) rt-W7 RS PLAM PRASE ITS PIANS PHASE F'1_ 3YP •JR rg �.�\wn R-01 - IT-1.7 RS PUM.APRASE ti 4: �,, cx R-M 11.-01 P E ONE MINORS 0.F. IF115 L<r 1,, kNi' 1� �Avnwr< R-Im_ R-ITT MIKE R30ETAAS 1, ---.w.tlA Ww\1�.r .I.rx i �% - -`' c•' \��` PROJECT LOCATION ' MBMR BMOP ORAWINOS TO. I ARRIRO EBFNOBA,PE. ■I TECHNICAL PROPOSAL PLANS 1EROMR'°"` Bbl BW SFR Ammo SEF 200 M.,FM.33123 1 AUGUST 2017 RAIU(1I6)610-2250 Fu(MS)570.2261 € ITS KAM FLORIDAROF30 _A IORO ESMI.M.P PREPARED BY: GILICENSE SE NW MI5. Bbl SW BTA Am-,S.20O NOTE TIE SCALE OF TEM RAMS WY b caAnLely o.,m MIRM,F.• 23 PAYE CHOEO DIE TO REPROOIKTI011 tw `j an a Iv.•v•rwd we woAn nuRlw4 rp omr�w cnuTNtiTa PF .1055)50-20- AN 3510 NO ¢(>BS)B10.2p51 SPEEI p! GABE.of.1.1.50n No.1154 7 IT-01 L GENERAL NOTES: CONDUIT NOTES: ELECTRICAL NOTES: I-THESE PLANS REFLECT CONDITIONS KNOWN DURING THE DEVELOPMENT OF THE I-UNDERGROUND CONDUIT INSTALLATIONS SHALL INCLUDE A NO.12 AWG COPPER I-ALL ELECTRICAL WORK SHALL MEET ALL REQUIREMENTS OF THE 2014 EDITION PLANS.ALL SCALES ARE APPROXIMATE.ACTUAL PHYSICAL FIELD CONDITIONS SHALL LOCATE WIRE(LW)WITH 45 NIL THICK ORANGE PVC SHEATH DIRECT BURIED IN OF NATIONAL ELECTRICAL CODE,NATIONAL ELECTRICAL SAFETY CODE.THE 2016 PROVIDE THE BASIS FOR THE APPLICATION OF WORK SHOWN IN THE PLANS.THE ITS THE CENTERLINE OF THE TRENCH.3 INCH MAX.DIRECTLY ABOVE CONDUIT.AND A 3 FOOT DESIGN STANDARD INDEX.AND STANDARD SPECIFICATIONS FOR ROAD AND CONTRACTOR IS FULLY RESPONSIBLE FOR THE APPLICATION OF ALL WORK SHOWN IN INCH WIDE AND 6 NIL THICK BURIED CABLE WARNING TAPE WITH THE TEXT BRIDGE CONSTRUCTION. THE PLANS TO THE ACTUAL PHYSICAL FIELD CONDITIONS TO PROVIDE A COMPLETE 'CAUTION:MIAMI-DADE COUNTY FIBER OPTIC CABLE BURIED BELOW'LAVED 12 AND ACCEPTED PROJECT. INCHES OVER THE ITS CONDUIT.USE ORANGE COLOR TAPE FOR FINER OPTIC 2-PULLING INSTRUCTIONS:CONNECT PULLING DEVICES TO COPPER WIRE AND NOT CONDUITS AND RED FOR ELECTRICAL CONDORS.LEAVE LOFT SLACK OF LW IN EACH TO PVC JACKET AND MEET MANUFACTURERS REQUIREMENTS.USING POLLING 2-THE CONTRACTOR SHALL BE AWARE THAT EXISTING UNDERGROUND UTILITIES, PULL BOX. COMPOUND PER MANUFACTURERS REQUIREMENTS.ALL BENDS SHALL NOT BE LESS UNDERGROUND AND ABOVEGROUND STRUCTURES AND FACILITIES WITHIN THE BOUNDS THAN RECOMMENDED NY NEC OR NESC FOR CABLE USED. OF WORK SHOWN IN THE PUNS ARE APPROXIMATELY LOCATED.THE CONTRACTOR IS 2-TUBULAR STANDARD ROUTE MARKERS(SRM)SHALL BE PLACED AT SOO FT FULLY RESPONSIBLE FOR LOCATING AND AVOIDING EXISTING UNDERGROUND INTERVALS ALONG ANY PROPOSED BURIED FIBER OPTIC AND POWER SERVICE CABLE 3-THE CONTRACTOR SHALL EXERCISE ALL APPROPRIATE SAFETY MEASURES WHEN UTILITIES,UNDERGROUND AND ABOVEGROUND STRUCTURES AND FACILITIES. PATH AND AT ALL CHANGES IN DIRECTION OF THE CONDUIT PATH. WORKING IN OR AROUND AREAS OF OVERHEARD ELECTRICAL/TRANSMISSION LINES EXISTING UG UTILITIES AND STRUCTURES,INCLUDE NEW AND RECENTLY INSTALLED OR UNDERGROUND UTILITIES.HMD DIGGING SHALL BE USED AROUND ALL KNOWN UNDER THIS PROJECT. 3-CONTRACTOR SHALL INSTALL A PULL STRING IN ALL PROPOSED SPARE CONDUITS. AND LOCATED UTILITIES. 3-CONDUIT SHALL BE PLACED AT A MINIMUM DEPTH OF lB INCHES IN AREAS NOT 4-DIRECTIONAL BORES THAT DO NOT INCLUDE ELECTRICAL CONDUCTORS SHALL 4-ALL MAN DISCONNECT SWITCHES SHALL SERVICE BE RATED FOR A LOAD THAT EXPOSED TO VEHICULAR TRAFFIC.CONDUIT BORED UNDER THE PAVEMENT SHALL BE INCLUDE LOCATE WIRE AS REQUIRED BY THE FOOT SPECIFICATIONS(630-3.9). IS HIGHER THAN THE SUM OF Al BRANCH LOADS. PLACED AT A MINIMUM DEPTH OF 30 INCHES MEASURED AT THE PAVEMENT LOWEST POINT,CONTRACTOR SHALL PROVIDE A BORE LOG FOR AL DIRECTIONAL BORE PULL BOX NOTES: 5-PER THE NEC ARTICLES 25024 AND 250.30,GROUNDED NEUTRAL CONDUCTORS LOCATIONS.WHEN USING CASING.THE DEPTH OF THE CONDUIT SHALL BE EQUAL TO SHALL ONLY BE BONDED TO THE GROUNDING ELECTRODE CONDUCTORS AT THE 10 TIMES THE DIAMETER OF THE CASING(66 INCHES)OR 2A INCH BELOW THE 1-ALL PROPOSED FINER OPTIC,?S.AND ELECTRICAL PULL BOXES SHALL BE FOLLOWING POINTS: LOWEST INTERSECTING UTILITY.USE WHICHEVER IS LOWER LISTED ON THE FOOT APPROVED PRODUCT UST. MINIMUM REQUIRED CONDUIT BUM DEPTHS SHALL BE MAINTAINED WHERE A AT THE FIRST DISCONNECTING DEVICE AFTER THE UTILITY SERVICE CONFUCTS OCCUR WITH DRAINAGE OR OTHER UTILITIES. 2-ALL PROPOSED FIBER OPTIC,RS,AND POWER PULL BOXES SHALL CONFORM TO (SOURCE SIDE). FOOT DESIGN STANDARD INDEX 17500 AND 17700.INCLUDING THE CONCRETE PAD A-THE CONDUITS AND PULL BOXES SHALL BE INSTALLED AS SHOWN ON THE PLANS. REQUIREMENTS. B.AT THE SECONDARY SIDE OF CONTRACTOR STEP-UP OR STEP THIS LAYOUT NAY BE ADJUSTED TO CLEAR EXISTING TREES.SIGNS.LIGHTING. DOWN TRANSFORMER UTILITIES.AND DRAINAGE STRUCTURES.NO PULL BOXES SHALL BE LOCATED IN 3-FIBER OPTIC MILL BOXES SHALL HAVE A MAXIMUM SPACING OF 500 FT. DRAINAGE SWALES.DITCHES.OR ASPHALTED AREAS.DISTANCE BETWEEN 6-AS PROHIBITED ON NEC 25024(ASL A GROUNDED SERVICE CONDUCTOR ELECTRICAL PULL BOXES SHALL NOT EXCEED 250 FEET UNLESS OTHERWISE 4-COMMUNICATIONS PULL BOX AND SPLICE PULL BOX COVERS SHALL INCLUDE THE (NEUTRAL CONDUCTOR)SHALL NOT BE CONNECTED TO NORMALLY NON-CURRENT APPROVED BY THE ENGINEER. WORDS'CITY OF MIAMI BEACH COMM'AND ELECTRICAL PULL BOX COVERS SNAIL CARRYING METAL PARTS OF EQUIPMENT.TO EQUIPMENT GROUNDING CONOOCTOR(SA INCLUDE THE WORDS'NOT ELECTRICAL'PERMANENTLY CAST INTO THEIR TOP UD OR BE RECONNECTED/RE-GROUNDED TO GROUND ON THE LOAD SIDE OF THE 5-SPARE OR EMPTY COMMUNICATIONS CONDUIT SHALL BE SEALED WITH DUCT PLUGS SURFACE. SERVICE DISCONNECTING MEANS.THIS,IN ORDER TO PREVENT PARALLEL LOAD AT BOTH ENDS TO PREVENT THE ENTRY OF DUST.DIRT.AND WATER.FIBER OPTIC CURRENT PATHS. CONDUIT WILL BE PROTECTED WITH SIMPLEX FIBER PLUGS.DUCT SEAL SHALL BE UTILITY NOTES: INSTALLED IN ALL ELECTRICAL CONDORS. 7-ALL GROUND CONDUCTORS SHALL BE MECHANICALLY BONDED TO AIR TERMINAL 6-WHEN WORKING OUTSIDE OF THE STATION PROPERTY THE CONTRACTOR SHALL1-FOR UTILITY ADJUSTMENT SYMBOLS,SEE STANDARD INDEX NO.002. AND EXOTHERMICALLY WELDED TO GROUND ROO ONLY. NOTIFY UTILITY OWNERS AT SUNSHINE STATE ONE CALL Of FLORIDA INC.PER F.S. 7-ALL EXISTING UTILITIES ME TO REMAIN UNLESS OTHERWISE NOTED. B-ALL ELECTRICAL EQUIPMENT ENCLOSURES SHALL NE WEATHERPROOF. 556 TWO WORKING DAYS IN ADVANCE OF BEGINNING UNDERGROUND CONSTRUCTION AT PROJECT SITES. 3-THE CONTRACTOR IS TO USE CAUTION WHEN WORKING IN OR AROUND AREAS OF 7-THE UTILITIES AS SHOWN IN THESE PLANS REPRESENT APPROXIMATE LOCATIONS. UNDERGROUND UTILITIES. NAINTENAN[E OF TRAFFIC NOTES: THE EXACT LOCATION OF THE UTILITIES SHALL BE IDENTIFIED BY THE CONTRACTOR LIF DIGGING OUTSIDE OF THE TRANSIT FAC/CITY,TWO FULL BUSINESS DAYS 1-LANE CLOSURES REQUESTS MUST BE MADE A MINIMUM OF TWO WEEKS IN DURING CONSTRUCTION THE UTILITIES SHOWN ON THESE PDMS ARE FOR PRIOR TO DIGGING THE CONTRACTOR SHALL CAL SUNSHINE 811 AND THE UTILITY ADVANCE OF CLOSURE USING FOOT'S LANE CLOSURE REQUEST FORM. INFORMATIONAL PURPOSES ONLY AND OR NOT REPRESENT THE EXTENT OF(UTILITIES OWNER AND REQUEST UTILITY LOCATIONS.A CONTRACTORS REPRESENTATIVEMUTCD ON THIS PROJECT.THE CONTRACTOR SHALL ADJUST THE CONDUIT RUNS.BORES AND MUST BE PRESENT WHEN UTILITY COMPANIES LOCATE THEIR FACILITIES. 2-ALL LANE CLOSURES MUST BE IN COMPLIANCE WITH THE AND SERVICE POLE PLACEMENTS TO AVOID ANY UTILITY CONFLICT IDENTIFIED BY THE THE LATEST EDITION OF FOOTS ROADWAY AND TRAFFIC DESIGN STANDARDS(600 LOCATES,,ANY SIGNIFICANT CHARGE SHALL BE APPROVED BY THE ENGINEER. 5-THE CONTRACTOR IS ADVISED THAT PROPERTIES ADJACENT TO THE PROJECT SERIES STANDARD INDEXES)FOR PROPER TRAFFIC CONTROL DEVICES AND HAVE ELECTRIC.TELEPHONE,GAS,WATER ANO/OR SEWER SERVICE LATERALS PLACEMENT THEREOF.TRAFFIC CONTROL DEVICES RUST BE LISTED ON FOOT J-THE CONTRACTOR WILL MME AN EFFORT TO AVOID ANO/OR PROTECT ALL TREESAPPROVED PRODUCT UST. WHICH NAY NOT BE SHOWN IN PLANSTHE CONTRACTOR MUST REQUEST THE AND ROOTS BY HAND DIGGING OR OTHER APPROVED MEANS.NOT RELATED TO BORING LOCATION OF THESE LATERALS SERVICES FROM THE UTILITY COMPANIES. CONTRACTOR SMALL MINIMIZE IMPACTS TO EXISTING LANDSCAPING WHENEVER 3-IN THE EVENT OF AN EMERGENCY.THE CONTRACTOR SHALL BE ABLE TO OPEN POSSIBLE. 6-THE LOCATIONS OF UTILITIES SHOWN IN THE PLANS ARE BASED ON LIMITED AU LANES TO TRAFFIC. 9-ALL DISTURBED CONSTRUCTION AREAS AND STAGING AREAS SHALL BE INVESTIGATION TECHNIQUES AND SHOULD BE CONSIDERED APPROXIMATE ONLY. RESTORED TO THEIR ORIGINAL CONDITION.COST IS INCIDENTAL TO THE WORK. THE VERIFIED LOCATIONS/ELEVATION APPLY ONLY AT THE POINT SHOWN. INTERPOLATIONS ONS BETWEEN THESE POINTS HAVE NOT BEEN VERIFIED. 10-ANY DAMAGE CAUSED BY THE CONTRACTOR TO ANY FOOT.HEFT OR MIAMI DADE COUNTY ASSETS SHALL BE IMMEDIATELY REPORTED TO FOOT D6,HEFT AND MIAMI DADE COUNTY TRAFFIC DIVISION AND REPAIRED IMMEDIATELY BY THE CONTRACTOR THIS INCLUDES,BUT IS NOT LIMITED TO ITS INFRASTRUCTURE. SIGNNJZATION FENCING.ROADWAY LIGHTING.RANKERS.GUARDRAILS,DRAINAGE STRUCTURES.ETC. 11-STATIONS SHOWN ON THESE PLANS ARE FOR REFERENCE ONLY.DEVICE LOCATIONS MYARQUOREE FALDDDBMHTEOEAN UITECEODALPLDOETCOE INSTALLATION. 12-THIS DESIGN OR MODIFICATIONS SHALL COMPLY WITH FOOT STANDARDS AND SPECIFICATIONS DATED 2016 AS APPLICABLE. UIBTTNIII W/YCOMM e.YFALL/ rA1LQU ..1311p NI 12-01111rTT,. f 'ESCALLu AWIPUIAR f.."'7_:.'.FICri -.Tr 1 . scuaw .)0,719-9,0. 7.3,." r. V.17 .u. HcaNrOF . M 1FR.SU •.... O'27-me AM IOYE 1021117. .LOW MIAMI BEACH 'm" ITS PLANS _....•R _._ mim GENERAL NOTES OTC=MR oc•.�•w= w"•••� , TRANSPORTATION DEPARTMENT "Na....... INTEWGENT TRANSPORTATION MANAGEMENT wv MC ,F — M I -- moon ,mcw.fR•vx mneLNAW.wWJDLRXAu AND SMART PARKING SYSTEM P?.r...r.w...w. B .i...orB i _-_. - ��••• — r sm... .lints SAND rR l xnF.....rr+ver.1 l gran. s LNN Iw•uM$ WNIN.IwiVXE C#C a-v aa:?s^"....VH MVDS ��ppE[,A�CC��pp�M Dm E ID [. ,I • II MO STREET WI RI PH Lf1 1 MED :71.1�:. Ary!1pp7Ers�p�Tµ,tgWp II: I�/,al .AVENUE p/� TOM V YUE A3(:;l•0r•F A•i g,: a ii2 • Ii CI•T/.U•1a'.1'9M•itli Fi • ,is{rI.14.1.ri•1 = all 1X• I A MV M'• ,,I.F6 Ur a1 ns 1•1a71a>•I.1♦ ,dl•:: •:rF!'11,AMMRI.11>♦S111aa4:17:11i:= .r.1.ig11/.I•Ii:lllaF.r7•I1Fita/:raa �iiaaH•C11i ,air1/.0744n:rr.'rI SIF�,1ra,�. ii� �le/a Silrlg4t1t1tILi7 1•71I44a/J4a aiia m= t•AS� Cillpdadll%i.17a141gf..la:pi.I1:47i'.rJlRtaL+A10i1M IM r4•1/11.4 17iT1I',.Zli L ilia iiaa�ral� �•�PR.4 a.1•li7 DIJ7l7.'1aa iiaaa�ICJ•a� .131:T4lI7:Ti1a 1:77i1Jaa iii aFa• i i1•P1a1:I171a%N•Zra•7t1:14Miga ii=M E,31a� at 15tll4.4,41/..11.14.,1.1L01..11 1 aar.,,,,,..a...'.= OO�IL!• a1)♦1dF'11L,11:19:Ifa•Tania:l.lrl1.I•).'.1. •.1.•. iitMNirt♦ ii • i•RIOrnral._i iaR •arr1 iiiiaaa�t.iii1iiila Jaa/�• 417 iia aaM,C 1 i •741.1 • iaas6: i1i.14.11o1.5..l'I.•IITALIldIIIJI.17a. t1•1111 iii.rr iiIIMME TRITII if iliug1il:7aa%S/•7KUSV..714J7 ii_ a�rCC- ll/11.i,1J1.SOId4P11:F1P/i711 aaa�rC'a� tll4i1,ilaa/SI•7•3a:11•1U7,17L77 irC/� l. lliIaIF.r:ll.n.i4:71'I7<alrlil.Tl:nr.f./FIr.,,, iICf, i:' Ni•L,ilaal4IZ�1Cfa'llAVI iiaa�ICt� i. 1:iF.'I.^.i1117:1•/islaazrSTI.'.614MM..r.7€M4111,Pl/SJ.TW74.1aaiiiaICF'1 ii1T•Lr'1El,Lll3.14•/.T'ffi lS.lF]Cf ZTLas/74i/17• �IC! iI• iil:(S,la1/Fa.7a/CH.'JF1a'.F.17 fJT.Zr111..II. 414111 1 af•�rC/- iZCZTFaLa1Jia/MiliMi71 SATC,Z7/.1J1171i/44.7J.7siiinlinaa .Ci� MIAMI BEACH ~'l RS DEVICELOCATION �- "`MO _ DEmcEu�cwnoNusr _ TRANSPORTATIONCaIIDEPARTMENT 1PP RTMME s1I •.lsro..al INTELLIGENT TRANSPORTATION MANAGEMENT ar.r�e�....M...war g IIs11�.u�1� �. -__ +- Iwo. MID SMART PARKING SYSTEM .... RVF ••••...• 4./al. an.. M1Irwwa..Mrri0M7 4 Y' wrnow saws ea.seart...n.ss.. n 1 notoe srmiC[s nsvrsveenrr.rrD 4r DNS DEVICE ID LOCATION DINECIRe WASE MEET SUNDER ON ROAD AND ESRD STREET EI IT-C ON ROAD SOUTH OF CHASE AVENUE/NORTH BAY ROAD ND 711 .ASHINGTOM AVENUE AND IITN STREET NI IT-13 • N5 AVENUE AND 25TH STREET NI ITN 0101AL AVENUE AND ITN STREET NI IT-IT - )H STREET AND JEFFERSON AVENUE ER IT-M ACARTUAR CAUSEWAY AND FOUNTAIN STREET EI IT-L9 A TUTTLE CAUSEWAY(I-IN51 ONE NILE WEST OF ALTON ROAD - EI ITN 1ST STREET AND RUE BORDEAUX ED IT-11 IS ..UNG AVENUE AND 74TH STREET SR TT-20 11 ON ROAD AND SETH STREET MI TT-SN IS ON ROAD AND OATS STREET 5E IT-21 IE ON ROAD AND 23RD STREET SI R-22 IA • N5 AVENUE AND NTH STREET SN IT-TI IS KHAN CREEK DRNE AND 63RD STREET SD R-23 IS .ORMANDY DRIVE AND RUE BONDFAUK WI R-43 SI N5 AVENUE AND ROTH STREET ID R-24 IA ULIA TUTTLE CAUSEWAY(I-1951 TWO NILES WEST OF ALTON ROAD EN RN IS ON ROAD AND W 51ST STREET SI R-12 20 ULIA TUTTLE CAUSEWAY(I-195)TWO NILES WEST OF ALTON INIAD WI RN 21 ON ROAD AND IITN STREET NB R-37 22 .•IAI1 CREEK AND 6RH STREET 511 IT-25 23 NS AVENUE AND 37TH STREET NI R-26 ]t . NS AVENUE AI MOEBLOCK NI IT-11 H STREET AND EUCLIDCLID AVENUE ED IT-AS It s NIT-44 STREET AND PRAIRIE AVENUE EI 73 HIST STREET AND PRAIRIE AVENUE ED IT-44 1IST STREET AND MERIDIAN AVENUE FE IT-SE-SE a NST STREET AND PINE TREE DRIVE WI 043 JO e ON ROAD AND IBM STREET SE IT-73 31 ..STIR AVENUE AND TRH STREET SE IT-SI 31 ON ROAD AND NORTH MICHIGAN AVENUE FS IT-2I 3I ENETIAN CAUSEWAY AND BEII E I SI E ES IT-J0 14 VENETIAN CAUSEWAY AND BELLE ISLE WI 1T-36 • Nmymma MIAMIBEACH �C U� MT. E. = -"- INIEWGENTTRANSPORTATION MANAGEMENT �j Aw oaN=KIE TRas Teo •rs AND SMART PARKING SYSTEM arrOR Ini•AMN.cwoP M,,..„l ar°iR�"� •mammaraama a MN WIN - '_�� ••o• gl w4 "A"R •M•N IN MMYSNNS5N.N*w Wm/•SSMAaISYIM•N s•.M.Jn Ye See S•t/S System.AN m` Swp.CAv/WN-RESNCER/ITU N•N,PU/SESS CCTV DEVICE ID LOCATION OUAMTITY PHASE SHEET NUMBER 1 091LLNS AVENUE AND INDIAN CREEK DRIVE IT-il 2 INDIAN CREEK DRIVE/DITKENS AVENUE AND 1151 ST OT-72 3 COLLINS AVENUE AND 71ST STREET T-11 N WEST NERD STREET AND N BAY ROAD ITJO f INDIAN CREEK DRIVE AND ARTHUR GODFREY ROAD/WEST 41 ST TT-62 6 /VLA TUTLE CAUSEWAY 11-1451 TWO MILES WEST OP ALTON ROAD IT-611 S 7 AUTON ROAD AND BOTH STREET IT-31 B ALTON ROAD AND N MICHIGAN AVENUE IT-32 1 WASHINGTON AVENUE 11TH STREET IT-33 ARK 10 WASHINGTON AVENUE AND 17TH STREET IT-33 11 MERIDIAN AVENUE AND LITH STREET IT-Il 12 VENETIAN CAUSEWAY/DADS BOUI EVARD AND PURDY T-34 13 DADE BOUIEVAVE AND NORTH MERIDIAN - IT-35 14 WASHINGTON AVENUE AND DADE BOULEVARD 7J6 76 MACARTHUR CAUSEWAY AND SOUTH FOUNTAIN STREET IT-If l6 MACARTHUR CAUSEWAY AMD TERMINAL ISLE IT-3I 17 MERIDI UR CAUSEWAY/5TH STREET AND ALTON ROAD ITJ AD S OR MERIDIAN AVENUE AND 5TH STREET IT-25 72 WASHINGTON AVENUE AND STH STREET IT-31 /0 ALTON ROAD AND ITN STREET IT-31 27 DADE BOULEVARD MD ALTON ROAD 1TJ0 22 AOILNS AVENUE AND 26THOMB STREET R AL 23 TON ROAD AND W 23RD STREET IT-22 24 OWNS AVENUE AND 32110 STREET 17-19 • ARTHUR ARTHUR GODFRET ROAD AND PRAIRIE AVENUE IT-SN 26 ARTHUR GODFREY ROAD AND PINE TREE DRIVE IT-63 27 [,OWNS AVENUE/INDIAN CREEK DRIVE AND WEST MM STREET IT-E 26 ,DOWNS AND WEST NIR STREET IT-77l D 1495/ARTHUR GODFREY ROAD AND ALTON MAO IT-41 36 R AVENUE AND 4700 BIOCK AT-75 ALTOS 31 ATOM ROAD MD WEST 47TH STREET RJI 32 ALTON MAD AND WEST 63RD STREET IT-14 13 INDIAN CREEK DRIVE AND 63RD STREET 17-73 36 INDIAN CREEK DRIVE AND ABBOTT AVENUE IT-422 .11 ABBOTT AVENUE AND 7IST STREET IT-113HUE 36 NORMANDY DRIVE MO ME BORDEAUX IT-93 37 )IST STREET AND ME BORDEAUX IT-16 31 NEARED,CAUSEWAY AND EAST TREASURE DRIVE IT-91 3N HARDIM.VENUE AND SETH TERRACE IT-E2 RI ,BYRON AVENUE AND 87TH TERRACE IT-70 IIMM NI AVENUE AND MTH STREET RJI MIAMIBEACH Num. DEVICTTSPAMS _L-.. _ -'�' 161. E LOCATION UST ,Emma TRANSPORTATION DEPARTMENT RMs.RN... INTEWOENT TRANSPORTATION MANAGEMENT a aN��Ea �I — ..— �.r MK NNN66Mx1K1� AND SMART PARKING SYSTEM BBN mon 41101/.1.1.1.1 omai0ana I.Mme.9 AAMM? m.u+W `BEAR •s�d..3,Ar twines a.M.-m r R 0 P.u.STs w slti1 EA S/4Sm-a.ITRI IrSVMO a.ImhANN. GARAGES DEVICE ID LOCATION SPACE COUNT IEOEIS PHASE SHEET NUMBER D1 200 2TH STREET 643 T IT-AZ 62 55TH STREET AD ORTOEL AVENUE _ISA 4 T-13 OR J301 COLLINS AVENUE 200 S IT-44 04 ASST WASHINGTON AVENUE 003 6 IT-AR 63 040 11TH STREET 1400 S RM 66 400 WEST 12ND STREET 620 S IT-a 07 5755 MERIDIAN AVENUE 650 T ITN OS 550 11001 AVENUE IONT 11-10 GE JOEL PENNSYLVANIA AVENUE 550 6 IT-46 010 JDAT BAT ROAD 420 S IT-SO LEGEND DEFINITIONS.ACRONYMS,ANO ABRlVIATIONS: gEgg GARAGE LOCATIONS CCTV CLOSED CIMCI T TELESION DMS DYNAMIC MESSAGE SI GN ® 60w SOUR PANEL FUOT mil FLORIDA DEPARTMENT OF TRANSPORTATION HDPE NIGH DENSITY POLYETHYLENE 1 CONTROL CABINET TS INTELLIGENT T0AI15ROR TA TION SYSTEM UA RW LIMITED ACCESS NGNT OF WAY r4 TRAVEL TIME SENSOR -PROPOSED MOT MAINTENANCE OF TRAFFIC MADS MICROWAVEHICLE DETECTION SYSTEM _011 CCN Cr,PROPOSED MUTCD NANUK ON UNIPORM TRAFFIC CONTROL DE VICES �/ PDA PAVER DISTRIBUTION UNITY'. VEHICLE DETECTION SENSOR TZ PAN.TILT.ZOOM/FOR CCTV OPEN ATION UPS UNINTERRUTIELE POWER SERVICE 'l,, P lOrr MONUMENT SIG" TS MONDIAL SERA/DEVICE SEAVER I ERION LOOI Ty. TRANSIENT VOLTAGE SURGE SUPPRESSOR AVI AUTOMATED VEHICLE IDENTIFICATION r DYNAMIC MESSAGE SIGN TTS TRAVEL TIME SYSTEM Pull SDN STANDARD DIMENSION RATIO l BOX NA— DIRECTION.BORE CONDORS WC REPEL EXTSETC57%Cu/oE"'LM• • meant MIAMI BEACH �"`A"O : `, S L DEVICE LOCATION UST RRAN��PoRTATnON DEPARTMENT IaMRnlra INTELLIGENT TRANSPORTATION MANAGEMENT .."..X.".. _— RE— .Nr OMeWAMM MUS. AND SMART PARKING SYSTEM NNYNm�""."'o"""'°I` _ .Mw4Po.ANR� _ _�_ MOW 04, 8/1/20 RAI.IN +Fr.1..N.NN.1...n M Mr M..wI1wMP S�No,ors r S..P.NAN STNS.N4 a IMMINMAN_CMnLv-SDMNES_ITSVI naLESNM INV05 CABINET WIRELESS/ 160 W SOLAR PANEL MICROWAVE RAD10/ ANTENNA 0 5 20 I[7, Fee— �� MICROWAVE VEHICLE DETECTION I ON 25FT ALUMINUM POLE MCARTHUR CAUSEWAY WB MCARTHUR CAUSEWAY EB • ITS PLANS MIAMI BEACH DEASTOF w� Iwo1 w:r._ --- +r .ar MACARTHUR CSVVY AND EAST OF FOUNTAIN ST PHASE I OPORTJTION DEPARTMENT IN1EWGENT TRANSPORTATION MANAGEMENT ��— "OY ancwMWxR�s AND SMART PARgNG SYSTEM "^��`�•'�"'."'•• .. .M�.s•.n_ MM..r MNs,n earnrot MAI*w Mr raw1n0.1011 s«....R:.r...e••N..es Aa swr N.w-c.e.erW-ml.t TSVIN..Rna. INN1 .11,01E ON..1.5.....,...5^=v. ,imus anN...NM,.n,.,aMINN IVII Ne soas mean ,...o _ �, •� •w a���_. . ��..v,Mv awwuo W3ISAS ONdNVd 1tlV116 ONV � •wv w.v RAI IMO N3uln.luur;vmmu •s r 1 jai ' 1N3N3OVNVW NOLLV1NOdSNVal iN3O1TT31N1 avnv,as, 1N3Yuavd3a NOLLv>,M0d4rmLL 13SVNd 133N1S Mt ONV ON NO1lV H)V391WVIW SNVId SLI /;' • III ' 17106 331/0135 I/ + 111 -/ 1V 11413313 ___ 111 �; v \ -51/1101400 7311133131 006 77116 ;.:„,13w/6Y3 \Z• 7• '00113313 -10111103 SOAK. f MOS'3600 S OMI a } - - 0087777E�?\e� 1 •�- •• fit •6 �6 •• A- 7011117313 3 Tz r 7 3106 I ointment,1102 N0 I 12 NO1133130 3131H3A [VNN3INV/01011 W111113. I 3AVMOtlJIN /3AYMOtl30v 55313111 Oa NUT/ ----1 mil 1r, __.__ ,- r = c -"�"J[l�a.. 1 — 7 T , -I • .. . ram M»3 6 P5 0 0 5 20 Feer WOO CONTROL. WIRELESS MICROWAVE/ 1 CABINET' CELLULAR RADIO/ANTENNA' I 11 - MICROWAVE 160 W SOLAR PANEL VEHICLE DETECTION 5 _---' ON 20FT ALUMINUM POLE _---• ---------------------- ------------------------ - DADE BLVD __-- ----. CANAL MIAMIBEACHRAA 13PLAN5 rr� r." .` DE BLVD AND SOUTHVJESi OF N MERIDIAN AVENUE PHASE 1 `r"."''''' +�TRAN TRANSPORTATION DD E ^°�'o•"'M INTELLl0ENT TRANSPORTATION MANAGEMENT �.���.�.� Nrne.raw� mum mr. '_ �� NM IrACKP..2.1311 AND SMART PARKING SYSTEM ` �_ r.... EMM+, sa, n W,H.rrnrwNrAer a NOM 11.....00111 rW»rs..MSM 1.1*N Tram w ssasaess_u.noas_srsras rnvrswr1,173 0 S 20 Feat ALTON RO MICROWAVE VEHICLE DETECTOR 6 ON 20FT ALUMINUM POLE' — n r — �\ F /� •• •• •• •• •• •• •• •• ••\ \i1` �`, ‘‘\ II O ELECTRICAL SERVICE `—TWO T HOPE SORII -..1.. • ` `\I` \\ I `" IIII ON W 21#ST WEST OF ELECTRICAL CONDUITS. ELECTRICAL 1 1 II II { PULL BOX WIRELESS MICROWAVE/ 1 1 \1 ALTON RD. CELLULAR RADIO/ANTENNA 1 I �Y II MVOS CONTROL WI CABINET' %I MIAMI BEACH '�m TSP ANS m .e y— —w�^ .r ALTON RG NORTH OF W 21st STREET PHASE 1 9 _ .� TRANSPDRTANTIOM DEPARTMENT ^........ INTEWGENT TRANSPORTATION MANAGEMENT �N. wc., eya I Nr e. Nr oeL>:rr WADLRais AND SMART PARpNO SYSTEM Mneme Ns ...., ��°S. .ww.uN�R rITS_ .. •... AAf1. .o.s.N Mw,...M.....wZar r yr wawRnOa...•leee_ITS r*e.e.N.qM.w su-Imensee.uoe..._v.ras nmol Awswwe SU 0 S 20 Feat Q,% i AL1/ LLI/r ' ",/ • ALTON RD �- WIRELESS/ MICROWAVE RADIO/' ANTENNA • _--MICROWAVE VEHICLE DETECTION IT iON 20,ALUMINUM POLE {,'Tr"s3T"-- '."-------.. as • 'Fry"CONTROL I t-••CABINET a\\ --•• FLEMRTCNOCPOENOSll ELECTRICA \ ff lELECTRICAL) PULL BO% -- PULL BO% 11 ELECTRICAL' PULL BOX_ MOT HDPE SORII ELECTRICAL CONDUITS., I t • I O • I I I I I I I I L /• MOT HDPE SDRI l!---, ELECTRICAL CONDUITS. ' ELECTRICAL. SERVICE POINT IELECTRICAL PULL BOT MIAMIBEACH ��` RSP ANS . �� ._ nLTON RD SOUTH OF INR STREET PHASE I TRANSPORTATION DEPARTMENT "�'••� INTELLIGENT TRANSPORTATION MANAGEMENT - - - ..r N• - rS. OMR MM.MAX AJAR AND SMART PARKING SYSTEMPrePPOMP •MIMAwMILOIR rA.A. , rt_1= ., o.., S.:/n17 I.O.. ..N mar rr w4r �arl . .s_nr s PEA PPM.PAPA RIP A� e.iw..wmaoeso..SE..ICES,N1,.w,.1 o:, 1- v, T : ,l 01, i p". L , l'''47; 0 5 10 fr' I SJ I ' ww��"yy e e r-11 I 61 1 }' } / t U } DMS AND AVI ELECTRICALI , \\ ;.1,11 (CONTROL CABINET PULL BOI I A- \• y WIRELESS/ 55 {'Tt # \,' MICROWAVE RADIO/ \ ANTENNA _0 ,0°'4,?' •r'5=_!--�/i y,j, ~ \\ J -\ ^'` m• 11'3,..7:.'fiv 1a , ' BLUETOOTH AVI SENSOR I t __ - TRA EL TINE 1 OM IOET ALUMINUM POLE PHASE 31 ,. ' ANTERIAL ONS 19 _ PHASE i .� TWO IC HDPE SDRII ALTON RD _ ELECTRICAL CONDUITS. ===x---__--=xxxxxxx_xx----xxxxxx=x=x__________ =xx=x /1' _-- ELECTRICAL v -- _ PULL 8001 I` • TWO r HOPE SORII • _--EIELTR/CAl COMM?5.�� • f ' ,,\1 �/I� aaa'a \ J / a ELECTRICAL e\ // 5 PULL SOX I I1 Ir LECTICAL-1 \4 I.\ fr 1 'SERVICE POINT 01\ I) I I _ II 1 MIAMI BEACH ITS PLANS '.77 --"m' ALTON RD AND 51.1 STREET PHASE 1 AND 3 ...._ ASPCRTTAI1ONlcDEPARI T wmrc... INTEWOENT TRANSPORTATON MANAGEMENT anr.e..s.rc•aa �T1 _ ............ _•.r — ti rr -. AND SMART PARIONO SYSTEM . _ R 1= .... R... 11/21117 N.v N Rvrlr.r.aa.rM r.w1...r a..N1firl r rt Pat..*MAIM11..1..v.1_VNN9..._11N.._n..1n.n..osP1 ':---55s,, ,6`4f'' i 555- 4 X55' 55 i' '559 0 S IO / F.1E 5,-,..,-:-'-'"-- N�SPeepPH cy%' \ Ljw DADS BLVD '- WIRELESS/ MICROWAVE RADIO/ i BLUETOOTM ANTENNA J 1 ' - 5 AVI SENSOR B ELECTRICAL I -.- - - 59 TRAVEL TINE ON 1 -�y __10PT ALUMINUM POLEI-- -- PULL BOA _____________1_ —_ \—ELECTRICAL \. az . 5 --AVL CONTROL SERVICE POINT ` ', A#//y/,ii ` CABINET. I ELECTRICAL. �k,k\ TWO T NOPE SORA PULL BOO • * ///// ELECTRICAL CONDUCTS. \ O\ / \ \\ I/ l kI I \I +. II 1111 o n 4. i 1 ss I ti II I Ij v� 1 L -off I . MIAMI BEACH "�` ITS PLANS �` -_ - �` PINE TREE DR AND STREET PHASE 1 ...r IMOTRANS TAATITIOvN DDEARTMEENNT .101'".111". INTELLIGENT TRANSPORTATION MANAGEMENT on,���e.s.w w.Ns✓A..., AND SMART PARGNG SYSTEM ` �.� rtrt�_ o...., uNNn ea.I3 no xw,..w\rrWn rr..I.MOMOr.smogs ps r*art PION S.M.w s I.W.As_aamov_sa.rasn.vrs..wr.nD.. W N H W 4 0 5 20 jp, ll I 1(1 ni ➢ ,a r SOLAR 11/ 1 N R I L NfROL PANEL // AVr \\ CABINETA/ \0, /, rig. -- - - a.s-= WIRELESS MICROWAVE/' I CELLULAR RADIO/ANTENNAI --- TINETRAVEL API I __ ----' I WITHTHEL A r -- 1 2 FTSOLAR PANEL ON MFT AWNfNUM POLE 1 W 17th ST I IJ I II L<"•,,,, 9 I III /��, 1 11 I _¢x: aa¢¢aaaa_ _-=rsssxx ` J ys= f', '"a- R P 4 it":"'"'r=,`7 .-.'"- r x, ,,,,;:.:,:,,...;;:,::‘,,,,,.„,,,,),71.,:.., Iii i r Ir y _ ° '9.. i. r III ii' �' p ; I .I ! 1 f' I s N�1) l� ,� en . fir} 4 ! 3 r Ir. y I 1 ✓i MIAMI BEACH �,A` ITS PLANS _ �� _ �._. ,. 77th STREET AND JAMES AVENUE PHASE 1 SPORT�MITIOMNNO0,MAR�ERM "�'�• INTELLIGENT TRANSPORTATION MANAGEMENT ane... A •.. �,, �w••A.w '�0� OW AND SMART PARKING SYSTEM ..,.. --- ..yT-u a....: NNan etWit IN XV*r.r A.a.MMNNr r*min r S...MO.*Om w ana.,+ti.110_ue,0•11111_SMICES,SVISNI WTI•Rw 0 5 20 Feet IN i1 ELECTRICAL I1 n I SERVICE POINT AVI CONTROL `1 CABINET dELECTRICAL WIRELESS MICROWAVE/ \+, POLL BOX ELECTRICAL TWO t HORE SDRII _ "ELLUWI RADIO/ANTENNA\ ELECTRICALCONDUITS++ RULL BOX ____----_ –_ ___– _–_A� a :a:-- 1 1— c ETOOTH 1 SENSOR 1S 11 IELECTaICAIVELTIMEALTON RD 1 1 LRULL BOX, NT1 1 INUM ROLE' 1 1 1 I 1 1 l L 11 1 1� _ __ _- - _ 1 1 1 1 1 1 II 1 II 1 II I I 1 II I `0i1 N ;s'_ -- =ma=====__-'____-- ,'°O'll _ _ i �,44*'i _ Y k 11t W .i W IA • leadiliali M I A M I BEACH '�",` RS PIANS i -e� -�� ALTON RD AND NORTH OP CHASE AVENUE PHASE 1 pi•••==.,- TT�SPDRTATIONDEPARTMENT "m'P..... INTELIJGENT TRANSPORTATION MANAGEMENT o�v ..<..f....w... ti �� �s.. e.— mc1NM.emLr\a.W AND SMART PARIONG SYSTEM °^'�®'"Q"�'.^°-1e ,,,.,,,y. .`r....'' ws�.as�0—s® e..,., rasa &Mtt IN ML _ taMNMm Of r e.ws.sev e......R.r MeV M.r...M..NM mu-lw-erre•r mnv_srNo e_snsnrmvw 0 5 ]0 fee[ AVI CONTROL CABINET WIRELESS/ CELLULAR RAD/O/ ISO W SOLAR PANEL ANTENNA 0 171( BLUETOOTH AVI SENSOR 19 TRAVEL TINE VENETIAN COVSEWAY ON 30,ALUNINUN POLE ITS MIAMI BEACH AEN AND _„* R l jw VENETIAN CAUSEWAY AND WEST OF MARCO ISLAND PHASE 1 N� , TRANS�1ON DEPARTMENT "�"WL"1e INTEWOENTTRANSPORTATION MANAGEMENT �, — +— -- u E1.11•uoL Rau ANDS MART PARKING SYSTEM !�"N"tROL e. sn•11 rtrt-ice a.... NNn)) Aeu1.. L n..rrr+sr as&r..enm,.%os.s..to._lS-—Awm.*am w sxIno.m_cwwww_srr,a,nrv.,.uolrn.. L nII 1 W ~ II I MP' I `l 'n w W L.7 ..4 , w a « d I '� Q ~- -{ WIRELESS/ 0 S 10 0. I W MICROWAVE RADIO/�, ANTENNA P•at i ./ \ CCTV AND AVI L L \ ` CONTROL CABINET // y11 IIELECTRICAL h I y 44—.., SERVICE POINT 561A Ask: ------ --,— ELECTRICAL AND I I BLUETOOTN COMM.PULL 300 API SENSOR 18. •,_ TRAVEL TIME W 17th ST 1 I CCTV 11 ON MINT / Jl KUN/MUM POLE L • I -v,;l ‘,..L.' ._7,'...'�1/r I - M 1 I / t ARTERIAL OM _" TWO 7 NOPE SOR)I ORAE NOPE SORA�?N-—„• ',ELECTRICRIC AL AND CDNM. • CONDUITS I- --_ xaae IONS CONTROL ELECTRICAL AND \\\ Cr r l/� .,.�.ELECTRICAL ANL, CABINET COMM.PULL BOX_ ,%1If l/ "CONN.PUL/BOX ?II 11j Ill III i II ', 1 1 (V ll I _ I I�f J - 111 111 III . 0, III II PAIAMIBEACH "� ITS RIDVANASV �` • _'�` •_ 17th STREET AND MERIDIAN AVENUE PHASE 1 AND 8 TPAN TANON DEPARTMENT 11..on..'• INTEWGENT TRANSPORTATION MANAGEMENT .� + �r ®ns CMC Nr•AOLrua AND SMART PARKING SYSTEM m.•re•.o.vra�..w .so= .............."_ a �.,. . .... oft g. IC-IT I 070 FlBY. I II \0 'r ,A __ _ , °� �� Y s � ARTERIAL W 71st ST o 9 WIRELESS/ MICROWAVE RADIO/ ANTENNA 14.R MICROWAVE-, I CCTV 37 ON "Y$1"'4'4 VEHICLE DETECTION 13 30FT ALUMINUM POLE .A. -4- TWO THOPE ODUI ___---------__________--- ---- -- _______________ ELECTRICAL C5001? 1—__ 'I,tli i5-, ''.':-.- ; ' ik N• EELECTRICALL \• \ , /W/; PULLBOX • �\ /N W r OMS AND MVOS `L //I CONTROL CABINET +0 1 R'-'—I a VIIN III ,ELECTRICAL: II T, III t PULLBOS I, Q LII W O 0 m 7110 S HOPE SORII--/J W ELECTRICAL CONDUITS. Z 20FT. ELECTRICAL SERVICE POINT r.I SGPT 5E Ir MIAMI BEACH '�� ITSPLANS '_ '� "' 71Y STREET AND RUE BORDEAUX DR PHASE 1 TRAMO TATOON DDEARTMENNTT u "M..'W'� INTEL TRANSPORTATION MANAGEMENT Onr�.�s.s..w "woo a'� rm. Nam. - AND SMART PARKING SYSTEM „ ",� MO "."I" -V-1-... OM Muni/ OW II w N.a..s ,.ass-A,r RYAN S_f.WIIO r.r._mr SEM'R.N llystim.MI SMI MU_fK.9AIIIII_M!N'MElITSVNInA,RTSMl ELECTRICAL i MVO?HOPE SDRII I ELECTRICAL] TWO T NOPE 50R11 ' POLL Box ELECTRICAL CONDUCTS. PULL BOX j ELECTRICAL CONDUITS. 0 5 20 Ii—.-.._—•• •• •• •• •• •• •• —•• •• •• •• •• 'SERVICE CE POINT / ELECTRICAL J •` PULL BOX TWO T HOPE SOB?l • ELECTRICAL caroms. • CCTV AND DNS • CONTROL CABINET! ELECTRICAL PULL NOD ._.A, WIRELESS MICROWAVE/ CELLULAR RANO/ANTENNA} CCN 151 \_.-t\ DN5 11 m. BLUETOOTN API SENSOR El I MC ARTHUR CAUSEWAY TRAVEL TINE MIAMI BEACH M TTSPL "`=' ".� MACARTNUR CAUSEWAY AND WEST OF FOUNTAIN ST PHASE} •" _ TRANSi TAllOMNLCDwAvTMEiNNT e.we INTELLIGENT TRANSPORTATION MANAGEMENT l�s.s+.�.v. ,- .�.aac� .r• — +_— �� MO AND SMART PARpNG SYSTEM .... if'', Owner N2/201. Wa MI R rPrei.r..•..e.,11 r nr••awlnos L....._m r Some 1....Srsess.NV zona +Pmm_umm_a arras_nsn.wrmamew F. VI 0 5 20 1 / e n Feet / /I I I I DNS CONTROL, I E E TRICA AB/NE lELECTRICAL I II PULL BON PULLBOM I I____y ` TI ' I±tri I 0 • , I TWO?MOPE SORII I I WIRELESS/ 7f i I ELECTRICAL CONDUITS. I MICROWAVE RADIO/ II I I I I ANTENNA I_J+IIIII I I ----- III I I I II I I I ARTERIAL ---- 11 I I I I ONS 10 ___ j1 • II I I • HARDING AVE I I i r I 1 I I I I I I I I I I I I `C V R 1 Z--1-- r� %00' • \. / �� I I `kap • I TWO r HOPE SDR11 — '• ‘ ^/ //9 I ELECTRICAL CONDUITS. ��' I L S q 4 I. LJ ❑ '/p 11 1 I M Al LIJ W A I ELECTRICAL I I PULL BOM ELECTRICAL I J,// SERVICE POINT I I M MIAMIBEACH '�� TSP ANS �: a __-_ -'�' HARDING AVENUE AND T4tft STREET PHASE 1fl TRANSPORT/MON DEPARTMENT �'t'.."'N INTELLIGENT TRANSPORTATION MANAGEMENT mvNr�..e.....�...va .1•3".41.41.....1.."1": °1R No.•�l.an� - row r_ IRO CONEMPOIICIMER COVE.MN WAOL RAnN AND SMART PARKING SYSTEM s MON N.. 1T-10 or.... 111117011M & N A N 1.1:Vr rMCF M Wim'a.eMNInC•t.Swans,"r foot/WV.MN,NO x 1 roses C..011_seNReA nsvtf VUNt..01 I- VI c a it 3 11 ..",0 \\\ ELECTRICAL D 5 20 x� [SERVICE POINT ---- 7- ° x Pent \ / ELECTRICAL __/ G ,_ • PDLL sox. MO 2 HDPE 50R11, • ELECTRICAL CONDUITS.I SK -{ELECTRICAL ' 1 PULL BOX_ ARTERIA[DMS 12 ALTON RD -- TMO T HLDc SORfI—\, WIRELESS MICROWAVE/ ELECTRICAL CONWITS. CELLULAR RADIO/ANTENNA (ELECTRICAL DNS CONTROL PULL BOX' KABINET RL .. MIAMI BEACH ==== ALTON RDAND STREET PHASE,- 00010 _r .a �yy _ -- TRANSPORTATION DEPARTMENT 1A.../..... INTEWOENT TRANSPORTATION MANAGEMENT aHW�.�eAse.wa y1 N_WRer,raa_ .111/ w_ — r� - mid AND SMART PARgNOSYSTEM NS - r rta+ 11M0 Wain &AROOW_W.w.rWr R.wslneM.0.e0.-10 r losal ruW;IS.w 10141 n..1.uwr_501,0 mvrsnwnvw. '�I SERVICE AL-N SERVICE VOINT • 65 FT WEST 0 S 20 M • Fite O 7. 01 N TWO Y HDPE 5DR11 ELECTRICALS 10115 CONTROL.. • I ELECTRICAL CONDUITS. I-II PULL BOY CABINET I14o a. WIRELESS MICROWAVE/ IJICCTV CONTROL1 • ICELLULM RADIO/ANTENNA]\\\\\\\®®®® l (CABINET IT\ LECTRICAL I_X/L/! L• , , PULL•• •• •• •M��\\� _0 f. r •�N'apa ♦ a. - - - scso Iy TWO?•HOPE SOMI( \s„,2-•,,14.,, '1==a os ONE TRIC HOPE SOMI] '''_ _. _. _. _ _. _. _. _. _ _ _. _. _. _. ss' ELECTRICAL CONDUITS. CCTV 23 ON ARTERIAL SOALUMINUM 0 13 POLE ALTON RD s _ 4 • ,4 • MIAMI BEACH ��` ALTON RD AND ITS PLANS ' -'� I NNW W 23rd STREET PHASE 1 = n TRANSPOROAS100 DEPARTMENT "10a"a.*". INTEWGENTTRANSPORTA1TON MANAGEMENT mom w.. ra Syia w - ►- ar .iuL Rsa AND SMART PARGNO SYSTEM '".......".'"'""....-"L „.. . ...........'11111.OO ® - r ii-42 ma .r... WOW ar I. wwN_rnrr.NLnr 0 rr.awI.s...o_m r rt 0..111.ns Ore slrLsa.rs_unr_a 1a.1T50r002c 9s I 11 1 , �I ,1 I C1 n 1 \ \ 1 1/ill 111— 1 `�/ \ \ 11`A. ..I4MV 1 1 IB\ \ f 1 ' I I OI I1 Feet IP\P i W 1 1 11 II \\\ • 11 1 0 1 1 11/\I \ I 1 1 1 ll \\ 5 5 1 I I II \\ \ 1 1 1 1 1 11 55 5 L 1 1 _1 11 I\ \ 1-- I\\,,\\\‘ ^\\ \\ \\ // ~', \\I\\ \\\\ 1 `_L\ E DOS CONTROL TWOS HOPE S0011 / \\ CABINET !ELECTRICAL CONDUITS. /// TWO?HOPE 50011 \\ /// ELECTRICAL CONDUITS. _ \\ \\ PULL BO ELECTRICAL: •• •�`\ `•• \\ r1 \\\\, ELECTRICAL SERVICE `WIRELESS MICROWAVE/1 'ELECTRICAL 1 I\ CONNECTION POINT AT 130FT CELLULAR RADIO/ IRON INDIAN[REEK Wu.BOK I ANTENNA !ARTERIAL DOS 15 I 1 1 INDIAN CREEK DR , 1 1 1 • H5,\ te : 11 1‘,...:-....=, ....7--:-...-:....--....-9,..--:::1 � 1' „1 IS 111 w 1\11 O MIAMI BEACH '� ITS PLANS a.4a �:` .A = _"�` •_ ,me INDIAN CREEK AND SOUTH OF WWII STREET PHASE 1 a^ 70008 RTAI1ON DEPARTMENT ^•.''..•� INTEWOENT TRANSPORTATION MANAGEMENT Ii .O .r . re. IRO COMMON OMR OM•M00wL Rau AND SMART PARKING SYSTEM an•r00w..a...w � ...ad,... lR4; .. 01..... 42,2017 .1713.. 11,4.1.1114*r yr wawLnm......_m r.....H•Sob.MOs ...ne e_cwm_arinS_a THIN/..nnln.. 5 20 feet WIRELESS MICROWAVE/ CELLULAR RADIO/ ANTENNA TWO r HOPE 50011. ONE 11S NOPE 50011 TWO I HOPE SORIIICONDUITS (VEHICLE DETECTION OMS CONTROL 'ELECTRICAL[ONWRS CONTROL CABINET POWER AND DATA CABINET 3 I I I I ELECTRIC ' I I 1 I IIP LLL BOXµI ELECTRICAL I, \ I I I L____ PULL BOX .. -_ MICROWAVE VEHICLE DETECTION IB ON 20FT ALUMINUM POLE (ARTERIALONS IT PHASE 3 PHASE 1 COLLINS AVE MIAMI BEACH COLLINSITS PLANS .. AA —.-'27.."2.. -"�' "_ COAVENUE AND NORTH Of 1451h STREET PHASE 1 AND 7 °M 1110TRAN RTATIOONNDPMM T 'P""•' INTEWOENT TRANSPORTATION MANAGEMENT ����A��� = .... -- �� AND SMART PARKING SYSTEM NB •.-E- 4 Z % - >r 0212017 ...r IN ..r•...••.•MIOx I r IBMIA.TIMOOPV 00000 71 r rI IWO.S AM a I•161(.010 T.Wps._ 1.5_t.NPR ANTO10• -41111111." -- 0 5 20 FW.[ ELECTRIC PULL BOX TWOS NOPE 5OR11 ELECTRICAL ELECTRICAL CONWITS. SERVICE POINT ��--- xx TWO S NOPE SOR II --- ELECTRICAL1 _--_. I ELECTRICAL CONDUITS. PULL BOx -____ ;. ---• 1 ARTERIAL DNS 221 _ I I - WIRELESS/ --- ------------_________---________________^_____ MICROWAVE RADIO/ ANTENNA __ LI r\ U _ �,\il ..... —/ INDIAN CREEK DR _ DOS CONTROL CABINET -- ELECTRICAL PULL MOO --- -----____ __ ------------------ -------- ------------ fake= === , I I II p,P S ••a,a 1 l` B A ,1 ,if • II MIAMI BEACH „ SPANS aA.la. ...T .a "` _a_a "` INDIAN CREEK DR AND 136th STREET PHASE 1 tRµ RT TIDONMD AR N7 ...Now. INTELIJOENiTRANSPORTATION KINGSY MANAGEMENT an a mswa..wsAa r..i_ M �eM.��,ua� _ _ `_ — .— r` AND SMART PARKING SYSTEM --- r IT-25 A.a.. .man *.MW AN N+NwwwNi w$t H r r La.a.NL.wuN S..s-m r R...r...S.a..NV 20 .«.v...-u ey...-WaSJTrvmwr,L..s • • Ti` SERVICE pDIAT EICE PRINT '-') I 0 5 ZB •I FNt t I I r. WIRELESS/ ELECTRICAL 3 n \� \ MICROWAVE RADIO/ PULL BOX I ANTENNA \ ELECTRICAL TWO t NOPE SORI1 1 DNS CONTROL PULL BON J r` CABINET ELECTRICAL CONDUITS. -- • • I '] \ J \a brymaaererera:aeras____ • A. _- !ARTERIAL DNS 2.3I--i_---- ----" ---" COLLINS AVE / / / / / / / / / / / // // / / / / / / / / / / / / / / / / �J LL___�___�____<` //�1 L L 1 1 1 J J —\`\VI /'7._ �� Ill r -- ._ - _.. I• IO II • I H I If.,M 1 3 . I I MIAMI BEACH "�• TSPLANSD37Ih _.• _;••."•,. �._._ MOM 01169 - GOWNS AVENUE AND 37M STREET PINSEI_ TRANSPORTATIONDEPARTMENT ^^•'"•' INTELLIGENT TRANSPORTATION MANAGEMENT •nom._..d.wA �'..�.•j a ........k........-.. _ �r 4-- �a IRO COMM.CORSI OWLAND SMART PARKING SYSTEM ., !T3L o,.... WNmn ••••MI N.w••••/"•M r A_"WNW ra.N..-Bs r....Mr.5,...ver A,.1.-11.,.we_w.a0111_5(MICEs IIIsnTvwm.ar -------------- ------------- --------------------- --- ---- O S 20 Feet v COLLINS AVE ---- ARTERIAL -- ----- __.. 0NS 3A rT--_--- --T- WIRElE55/ MICROWAVE RADIO/ I _______, AMENNA _ I j sC� ------ ==- O05 CONTROL CAB/NET ' ELECTRICAL SERVICE POIM� TWO S HOPE 5ORI1 ELECTRICAL CONDUITS. LEI PULL 800 vuu Rox • MIAMIBEACH '" ` TSP ANS Iowa. �w�^ .� COW NS AVENUE ANO SOUTH OF A700 BLK PMASEI �RAN RTATON OEPARLMENT �sR:. INTEWGENT TRANSPORTATION MANAGEMENT �,���s. A " iriso�rmai. +r -- + �••" ®nao ,r WADI Res AND SMART PARKING SYSTEM • .w .. rt,'a a... ox.,., ....m_N^w...rrwrnar r r r.w1.wo.:.. ,......�.:r*�..v s ymaa�r kW mrnw..nr.n. ARTERIAL DMS 251 W 55th ST WIRELESS MICROWAVE/ ELECTRICAL CELLULAR.010/ANTENNA! PULL BOX , __ -__ --_ __. ___ --__-_ -1:7---;;=====.—_______ _ __-s_= =j CORM. =-------------- _I _-s== =xa==ssss====. j,, I PULL Box I a :-2-;;;;;=''' ' ''- =a TOMS CONTROL 1 aa-------- ----------- CABINET -a�xaa=a===== ans_s_c_-______ _x= __sa__ _a_x__ ________ __ Jr\ Lt•� i. • `// Oma__ 20 Feet - ft L `l^ Lam- -' _).1 -- - -- -- - -- -- -" ,TWO S,ONE 115'HDPE 5.11. • W 5th ST ELECTRICAL AND CONY. -----'---------- CONDUITS.PHASE2,. ----- nOS,ONE 1.15HOPE S"1 EOECTRIC. ANO COMM.COMM • CONDUITS.PNASEI. ------ - - - s;D _ _ _ l /yf Re s•,COMM. ____ __ __ _ _ ___ l PULL BOX .!f_= ==x- = -- s -=-=-x____ _________________= sa_= ==s=ELECTRICAL `a` `' / 9g PULL BOXI •• •• •,� •• •• •• PHASE I! �\ • !TWO S.ONE I.1S HDPE 5.11 \1 ELECTRICAL ELECTRICAL AND CONN U. �I !PULL BOx CONDUITS.PHASE, ` COMM. j III 'PULL'SOX! ¢ IR III TO SERVICE • O rn IB V PHASE 1 • TWO l HOPE SORIIJ ELECTRICAL CONDUITS. PHASE I. • • ELECTRICAL '.: . .. • SERVICE POINT . ..,.. • PHASE 1 • -- 1— ` PULL BOx ` L. *Off TN ITS PLANS �=.- I v.... "'_ =� .r MIAMIBEACF'I EUCLIDAVENUEANDWSNSTREETPFIASE7AND2 "�W""r`�`�"s — _-- .,_ TRANBPORTAT10) DEPARTMENT• "^�"ns"r INTELLIGENT TRANSPORTATION MANAGEMENT !�A �� ,�_ I��^N__ +� I -- AND SMART PARKING SYSTEM .,.0. Pm 41/ID17 a.a- x.En_Srw•weT N w••Onsome•1•...NN_ r s..,Par..sr...a0 NBs-r _ _ r _ s nrvynr ��? • MO ' r ELECTRICAL ••' �' « F SERVICE POI,? 48� '''. ELERRICAL y ,,��+yy! �. , ,YY. -„ ----------_---------------- r PULL Sox JJ .:, ,i.,.,,.„,..,,,..,..'' 1,,,, �' l,F^`..0' ,w• 4"„. o s m _ _ Pat ———— • �.t ___----------------------------_-„... .. , ,,,,, , , ,, .._ TWOS MOPE SDR/] —_—_ • • ELERRICAL CONWIIS.] �1 of a'E ' :,____. -----__- ---------------------------_______ __ ___„=___ ELECTRICAL r PULL BOX 't i L j A ;�„ .q pr — — � la . ___ _____— air_ /�_______�=_�aa� =__--=,,..=_==..=__.,=_= ALTON RD __ ==__ss -- _ _ ____ _ _____ _ __________________s_:_ _�a._____ ARTERIAL rw0 S NOPE SOR11 ----" DMS 32 ELECTRICAL CONDUITS. ..P. ,_ r _ ---------------------------____----------- ____________ ------------------------------------ _ WIRELESS MICROWAVE/ —_ELECTRICAL—----------------_. ___ CELLULAR RAOIO/ANTENNA PULL BOX _________________ ____________________ • ONS CONTROL] CABINET.nme : .ITS PIANS „„...7.,z. ......„,„.=„„ ' MIAMI BEACH ALTON RD AND NORTH OF MICHIGAN AVENUE PHASE 1 s.a.�. _- �TRAN SPORTAnODEPARTMENT "1p•'"^•'"'• INTEWOENTTRANSPORTATON MANAGEMENT �"^�•�� ,sae Vi_ _ n� '_ AND SMART PMKINO SYSTEM o,.... I/2/2017 *Mr I w "v..".r.wa.""•Xn r NW.u"nwe.nm:..n._s r e...P.•M.e..a we•1.1..f..".m cn.or._srr,..s I,ITSV .Rna. 0 5 XD F i 0 5 m Feat ilON5 CONTROLI CABINET _ _ _ – _ _ :s=_==a_====x== __� – 1 \\ iELECTRICAL ______________. \\ \\ i PULL BOX VENETIAN COUSEWAY S \ • F\ ........_„,:=7;===.7.=== \ \ ____ c __ • \ I IY___ ___ _____ \ \ I- —V \ \ ARTERIAL • _ \\ WIRELESS MICROWAVE/ ONS 33 TWO t HOPE SORT! ––r---------------= \\ \ CELLULAR RADIO/ANTENNA I • ELECTRICAL CONDUITS. _ _--_r---r___r__r--�' _I-- \ \ _ �.a=1--- _J L _/ 1—__/--='---___--;;;;=-,--- _ /p EULL X LECTBORICAL ELECTRICAL' '/p PPULL BOX] I I/ ONS CONTROL j p CABINET ---- .1A N III R--/ I0 \ IO \\\\ 4r \\ \\` ZQ \a \a \a x55. lX \a M\ 55 a S a 5 �.\ a N\ \ a „ a MIAMI BEACH �` AND I "111.4.7......"'- 'm""�' _ ` ww VENETIAN CAUSEWAY AND EAST OF ISLAND AVE PHASE 1 M _ ` t— ARAN TATIONOEPA DEPARTMENT ........ INiELLIGENTTRANSPORTATION MANAGEMENT anR....e.m..N...w raw a.� — N. �' AND SMART PARIXNG SYSTEM .............0.• - a. rrl _ ..... .ianll �_N+nwrwwrN.nap r Mar AwaWrwu y ft...Mr A swot P.M.snow.aro m :ro.._cwow._a as nsvrsvusm.ow 1 III ELECTRICAL POWER i 11 f SERVICE POINT • ill IMT • III\\ -4111.1111 -- III III 0 S 30 1 III I PNt I TWOS HOPE Willi • \ ELECTRICAL CONDUITS. • ♦\♦\, - - � 95 FT WIRELESS/- IOl I --# MICROWAVE RADIO/ 1 ANTENNA II II 1',1 11 y \',\ lCCTV CONTROL- /,r \ CABINET \ //___________ 01q,r ri// // --,,N, ♦♦ 3i ELECTRICAL eoxu -- -- i -' - T_CCTIJi 1TEWESRNOECOWU , ' ON SOFT. i 'ALUMINUM POLE_ I� I_ _ 1 I 1 ^ ,s ') '')'\ 11 u I II I / I 1 T II II ALTON RD I 0 `0u 1 Mrs .+,tL,ij ,tt1"- \ N H // 1I II rr----iii II�� Iy 1 MI AMI BEACH DS 10thSS �• _ _` "` ALTON RD AND 10U STREET PHASE OIUDUSPORTA1RON DEPARTMENT ^m'TI•1""` INTEWOENT TRANSPORTATION MANAGEMENT - - - I.— r>— • nwcrrr.1,1.11r AND SMART PARKING SYSTEM .r.�...n.er..wv —�.�� waMIlnaa•• 1 M - r 3 A...: WTOPIT &PSO N. N♦w•.rnRr•IWrU AAV A..aJNIIII R.....If.a MIR P.a•Wls.r.w aa-Lawr_tw.ra 'OnpEVrsvwSAN II P I it R L _ jitheift,A III rr ___ •- 0 S _I0_ II I II 11 I III I --��*� I I ar :x j k.; II I IIIl ,..1,,f7 ----------------- I I 1 I \ / �n ALTON RD 1 I ` —_- I I I iJ _ J7 1 ___________ _ T — BlUET00TM .pin G -- I/ L I I _ / I AVI SENSOR JI / I TRAVEL TIME \` • 11/ \Ill I I I rJ/ \'(I 1I I / l/ / ♦♦ CCTV BOM II Ir Ay��� SOTAWMINUM I I �,j}I r �' POLE `\ \/ / ,. 11 =.6==r a____..1_==-/ .r-;_,o rV� WIRELESS/ ' \, ..I1 Il / // Z MICROWAVE RA010r s„,. �\ 11 1. I /N / ANTENNA 1 I I '„ I1 1/I \\.'/ ,\_..,,l ^'-_ 1 /Il CCTV AND AVI \\\ \ , Il `I III : CONTROL CABINET 1 1 Ill Q11 'H I Il / ELECTRICAL: Il I Ill 'PULL BOF \I \I� Il I Ill II' \ 11 I Ill d 11 l lIl TWO HOPE SOXII 'BO"_ �Y 111 Z II •"I Ill • ELECTRICAL CONDUITS it I \/I II l I Il 111 FT. Il 11 1 1/ I 11; 111 /l I 111 III 0 111 II f 11 11 III 17 rr /I //-.l\ /I/ ELECTRICAL AI 11 -a. lf„v)l11 SERVICE. I VIL 11 ° IN 60RSE }C*.� I L. Ill r lel k �a' K MIAMIBEACH — MIH a -.-- : ALTON RD AND N MICHIGAN AVENUE PHASE I °� �"` ..rte. — TRAN TATINDDEEATMEENT ....T...... INTELLIGENT TRANSPORTATION MANAGEMENT rn �e�. ..•u.a N�rR�\raa� �. ~0. I AND SMART PARKING SYSTEM �.,..,�.rWO or..., uamn *111411 n1 N.u..........c.r r Wont srewlsm.s...uOs r s...ht.sr...wa»1alrunorwuom NIN SMI<rsnsv.svwn.sn. I II I II . I II I ELSERVIECTCE PORICALINII L I \ I ELECTRICAL } 11E PULL Box • N � • TWO T HDPE SERI] ��ELECTRICAL CONDUITS. ,. 3 I ��_ N CCN 10 ON I Pee .� 30R ALUMINUM ELECTRICAL POLE PULL BOX II I I r 11 I I CRY CONTROL II 1 I , y�r CABINET II I , II I • III y L='.1 • r III // IIIWIRELESS/ 1,:/',/ 1 U\ MICROWAVE RADIO/ yf 1,/ ANTENNA I / I 1 asa / 1 / , I 1 I WASHINGTON AVE I li / I 1 , / L 1 1 1 , 1 . 1 I , 1 - 1 aI I1 - . r - 1 IIu 1 I /I /'� I _, 1 , . re 1 1 11 / 1 , I / 1 1 1, I / 1 1 I , � aI '� \ �•• o , . - s3�b � _ Z___ kk 'W i I n - II i' "" '', '• I I 1 I (� � N.UC C �h s, . MIAMI BEACH LANS ""� ESNDW1 R�,w D _'_` WASNINOTON AVENUE AND W 17CI STREET PNASE 1"" TRANS RTATIO�EARTAENT ......"'• INTELUOENT TRANSPORTATION MANAGEMENT �,w•w..ruNra...w — �\.ao� i.r - rr IMO AND SMART PARKJNG SYSTEM w,w, R,ww ,"41_ re ,-- 1.,==—/4. .c — J)P) ,.., ELECTRIC. C l PULL O] Z EI. ,< ` TWO 1NOPE SDRII— �y \ ELECTRIC.CONDUITS. • I D ��� PRRy:� • 1 1 ------ i 1 ELECTRICAL AND I 1 COMM.PULL BOX I I �,' ' I 1 CRY a *<' i110 P NOPE:g'0"/'1, 1 1 AL 30R %�'�' ELECTRICAL I2S HDPE COMM. 1 ALUMINUM POLE i�' ELECTRICAL AND COMM. 1��,i / ,ILi '' ' `0 CONDUITS. CCTV CONTROL ';l / /_'� �/ 6 6 CABINET'. I ELECTRICAL AND X11 0� COMM.PULL BOX' •• _"_.-'� \\ / WIRELESS/ ®ss DNS CONTROL \1-/� MICROWAVE RADIO/ , j. CABINET _—• _ _--'� ."(\ \\ ANTENNA ' ' -' - - ' •• 1 1\ - 1 I fill - \\�-1 / s.yyy - "-" ARTERIALI 11 11 r '1\p / 1—'--- Ns 34 - L_;ys 1 r ___�____�__/ / / / r__ _yes_ _______ / / / / / / 11 __;ocz s -----`;-,-------------1;''- ---/t;--/--;-_-_'.--_-_-;=2---.;- -7.. - ,--.- .ems M I AMI BEACH - INARBOUS `""`"°"'"" :.„... i `_ _` ,_ DADS BLVD AND SUNSET HARBOUR DR/PURDY AVE PHASE i m. TRANSPORTATION DEPARTMENT ^�''�'� INTELLIGENT TRANSPORTATION MANAGEMENT m I AI AND SMART PARKING SYSTEM MMe.N..2N \ _ r ... _ rte.,.:......omunw ELECTRICAL 0p j/r\ 7. [SERVICE POI O/ In,.-',/1',. (,1 �,i'; �'' //d� % LVl //i rELECTRICAL: //j/ //��S -',„,/ //////r l mutt BOX 9 /i / CCTV CONTROL / �Q`� Ill / / CABINET- ,/''' i/ .// t, I p 1 TWO S HDPE SORA i/ // 1. II ELESS/-, %ELECTRICAL CONDUIT'S. �. p// I�� MICROWAVE RADIO/ , \ _-_ / /\ %/ '�// III D 5 ZO ANTENNA ./....\\,,,,,,/ / \/jJ �� 1! \ •• ,/ �5/ �\ I\1\ 1111M + %. \ ji Feet T__ CCTV 13 I / / ON 30, 1 // i ALUMINUM POLE] / / ___—. / / / / / OF. / DADE BLVD _______---_—e / I I ------------------------ _-- / / L / . / H] t __ / l I rr / :)\.,,a `\�// \`J *. ddd \\ ? y d / q Y / Jjdd \ • // J / /d I / p I� /i / >4Ai, _,/I //pd I //Y-\ / I^''�/44% ELECTRICAL ELECTRICAL PULL Box SERVICE POINT ICC"'CONTROL Two S NOPE SORIi CABINET ELECTRICAL CONDUITS.I ELECTRICAL PULL BO x o S 20 iELECTRICAL //// TWO S HDPE SDRII PULL BDx /ELECTRICAL CONWRS. P f.N ms 1, \\ r `L �L M WIRELESS/ II \/ MICROWAVE RADIO/ • I 2'C gMENNA __ CCTV I/ON 30R ALUMINUM POLE l!' I ---- ----- POLE H • _•y i i L \1 DARE BLVD Y�' 1 _ 4 a, L I ,A��c\ int, r y — \ ��\ //• / / (/ t' \ 11 / // 1 It / 1 II // 1 If / / / /ti l 11 J //,- / / L A' _ / l/ i'',.. // / / ; 1 I I o I I �V //// I I 1 // / ,t.� // //,I I / 0,1/ y / /✓ I U // / I I // I MIAMI BEACH '��` ITS PIANS i` — --- ._ NMSHINGTON AVENUE AND DADE BLVD PHASE 1 °� _ 1 TRRNS RTM1ONDDPAA�ENNTTa ......"• INTELLIGENT TRANSPORTATION MANAGEMENT ����' .tea �OA .. _ NNW�.raa�• _ _� ar ~ a—. AND SMART PARKING SYSTEM s-o �, meq_ o.... YAI11T !Its.N. w..w.P�a.errmo W-• a.m ....JIM r..n...w.S.w..a.x.�I.a.wr_LC _S..w.S_„s.v.vwm.a. II _ _ _ -------�-41� ------------- ___ Q" I --_-- 0 5 20 I FM . MCARTHUR CAUSEWAY WB Pi.. __- 1 f' _.. __ -- 1 I---------- - .. I 1 wf, __ =r __ ^w.) •F,--7,4 `fes -_-_ Ys� MCARTHUR CAUSEWAY EB i CCN IE ----. I ON xFr _ ALUMINUM POLE __ --- WIRELESS/ 1 /_ - EI.ECTOJCAL CNWAVEONig _ ________SERVICE POINT r==,-, s EXISTING CCTV FT WEST F FOOT �I`� 1W0 S...HOPE SDRII III v I ELECTRICUCONWRS.� \\\ ;;;;;;;;;;;;;;;-=_____ a\ N. •• •• •• •• - •• •• i� •• ELECTRICAL \ PULL BOX `TWO i HOPE 50011 111 os�-'_ =.:- _y 650 FT. CONDUITS. ELECTRICAL /R i� `_------- PULL BOX 4/ 'P75 Zi P/ Z F Lu I.. MIAMIBEACH �` CAUSEITS WAY PLANS : — —.�- "` .� MACARTHUR CAUSEWAY AND TERMINAL ISLAND PHASE 1 °" TRAM T�nO DEPARTMENT ....ff..... INTEWOENTTRANSPORTATION MANAGEMENT �,"���w,e,....wa w�.Lna�, _ N� _ �� \ AND SMART PARgNO SYSTEM . 1-4 ow... I/2,017 a„«pre P..I...IMuOMMr\a►rNOM r+w,no..w......-m r re _ a , - svwm>m r .\a ¢ /i,l ivr 11 = G II ^ I.. Fz.. ---ii � ,, %sr'-- �d. -5- - N RD _ I I .X;, 111 I I p tide ........ ril I I .Cvn ' -. 1 I WIRELESS/ ' 1 I MICROWAVE RADIO/i' - 1\ 1 1 ANTENNA .G. - -A BIUETOOTN 1 I \ AVI SENSOR 131 / 'F/ 1 I TRAVEL TIME - I CCTV I3 �\ \\\ 1 I ON 30Cr �'- � __ ALUMINUM POLE' II \\ ' /i CCTV ANO AVIS I �r .. -- CONTROL CABIN_fT„ •- I1•[BI I- ll =5 ?-r II -- // _�' MM , •�____��_____ -II II - 1 it 11 - -11 ELECTRICAL: I I Il __-r I , riYT/l l i // \\ � I PUIL BOY \ I i 111-' I I 1 /l - .�.\ \� I I (l l I C I l l N • .41 R ELECN/CAL SERVICE POINT' .M SNARED AND AMS 1 AT ID.ALTON RD AND AM ST. TWO T ICAC SORA ELECTRICAL CONDIIRS. /• 3TORT SE. WM • r` / MIAMIBEACH en ITSPLANS Z� 0•1•110.16•111 ... *ZION RD AND SBI STREET/MACARTHUR COUSEVYAY PHASE '" TwN TAI1ON DEPARTMENT ...a.m.. INTEWOENT TRANSPORTATION MANAGEMENT �� �A �s -""` '� Mal.- w\ewAWAOLnsIW AND SMART PARIONO SYSTEM Mn.e.eo.wcw 7.:::::::...,. e.eemoeem — Walmn .\w- N.vrrrwrMMWplrraw, ,..IMImrA..N EWM.Ar..M wsww.nww_cnwa._se.ra:nsnsnrnam 1 II I II 1 // - I IL- -I 14,, l 111 CCTVAND AV/ III I II 1\\ 0 5 20 CONTROL CABINETI I 1_ L _.__L 1 �//i' _\ \ Feet WIRELESS/ MICROWAVE RADIO/ O %/ ANTENNA BlUET00TH Si/ -_. __ .'''',./ AV/SENSOR 13 II yam/ r_ TRAVEL TIME Ii''" --- r - _d :L i 1 AAAA CCTV IO ON ., I 1 I I 30FT ALUMINUM I i I 1 POLE1 1'- I I I 1 ACTION RDr10, R 1 i I I }r 1 TWO 7 NOPE 5O01I r l -- 1 I =_ -'. 1 ' =a ELECTRICAL COMWlTS. II �_� ` I ' Illy 3 ,4'7...,',0 I T", I I 117 —- I I 1 I II s I 1 ,�p ELECTRICAL A\ -� / PULL BOX a�\ /N N .. \ /N \ N 111 T /11 TWO 7 HDPE 5ORI ,11 111 II ELECTRICAL CONDUITS. 1 C I ELECTRICAL I PULL BOX I 3. i L ELECTRICAL I SERVICE POINT Si MIAMI BEACH '��` ITS17th NOTOR .a.d..e. a -- _.v "` ACTION RD AND 17th 5TREET PHASE I umNr TRANSPORTATIONEPAARTMEENNT ....R.. INTEWOENT TRANSPORTATION MANAGEMENT mvr�e.es�s...wa _ r��.u�N� �. moo — - 1193 AND SMART PARKING SYSTEM , _rte_ _ AMOY WLalr A,.fa IV R'J! ', p+wr e Mlrr Ogee atneaW lank_.r—F.u.F A,+.n RIO ws Rura_uemMr_engta.rwrn.wfro ow, :', ELECTRICAL Y 0) 'T SERVICE POINT 410101,4 • ELECTRICAL \ PULL BOX . 's -4-11111.•...-- \\ .. Z.:CTZDA'LrCrOLIIITUI S1 0 0 S 20 '' \\ \ \ \\ Foe \ \\ \• , \ ,‘ \ \ \ \\ \ \ \ 4. `1..‘6 s • m.1, 41,... .. \, II 1 \ s \.; ‘' ELECTRICAL, el SIN • -'''* • '* *I- %c.c., "I " 9, \ ins `‘, cav CONTROL /1',•.' II i CABINET 1.- \ ‘ 1 '‘,. .".410,1v u i II i \ \ %N. % CCTV 21 ON-•,--4.,‘___ •114•12. WIRELESS/ II i s, . \° \\ 30Fr•••••7••• MICROWAVE RADICI 0...4 - r\ \ \0; ---s' POLE _\ ,M ,-;11114 urrEx. ° ;--- .._ ,;-- _.;., ,,, — ;,-- ,,----- '-7.-, II -,,, , I '-- / \ ------- , - ,--'"- - -= .4r JiL ,/if \\ "////' \\i-- -- 5 5 5 'l S \ \ , /, #))\ \ \ ‘- 5 5 5 5 41• • • \ ;IV _ l'Arit -i- - \ '• \ • • • 11 5 • • • \ 11 \ • • • • III 5 • 5 • • V ,_, • • • ' \11 \ • • •...i 7 ' --..__-, 511 • • --_ - •, -• •-,' -- 'LU ‘ •• • ((---- • __----- • , -, II, •-• , -.• _ _ llI\I \ •• • • • • -', -__ _ • ALTON RD \ \ • , •\ ----,------ \ \ I `.__.1-------- ,-7., , • 11 • • • • 5. • • • • t i n E-1---------- ..ei—N \ \ \ S I 1 \ 1 i I 1 - - ' S\ \ - - \,' /n / / " , ..../ \ \ - _ < / " / / i \ ..- \ \/ 5/ / 2 \ < K z ! ;''' .-,I.Z-,-... \s_ \ SI \ --- -'' t•-"f""`-"-7.'.ZU _ _ _ _ _ - ',,,-Zz.,-------- ------------ iii I IIl it 1 •* I I II I II I 11 1, I 9 11, ITS PLANS I an.g...mt....,...... ... ••••• MIAMI BEACH ALTON RD AND DADE BLVD PHASE 1 , ... ... ......r TRANSPORTATION DEPARTMENT ".....n....... IN TELIJGENT TRANSPORTATION MANAGEMENT '...."' ., 7,.. LII .7. ==.1 , ... - ._ A•t•• 1191.016.T.CORM DM,610.11111.FACK fl_3319 I AND SMART PARKING SYSTEM ravosmowra a me 1 ... ..„ - ..." oa _ . f.' 1 .... ape,. 101.2.7 ..r...Pp. iiNfoirendeJ10Mr 0 1111t.IsewiNVONNOMOI Sank.PS saI Soirt/we/.S,olea.WO Alf IPI,trate,41,400 it_flOVICES rrsurs.,........ I 1 I I .r l I 1 I1 I 1 1, ‘. 1\ CCTV 29 09 ,1 1 11 11 I 1 130PT ALUMINUM ,/ I I 11 11 II CCN AND mar POLE // I 1 11 I I \\ ,_ , CONTROL CABINET �L // 1 1 11 11 _J`7-- WIRELE55/ I L--- BLUETOOTN MICROWAVE RADIO//1 ---,_ — AVl SENSOR IO' ANTENNA I ,— TRAVEL TINE; 6 //11 _ TIME, . Vis' / 11 O s 20 I .ELERRICAL, II 1 ��� __ ?fit ---.1 2 1 vuLL 9OxJ _--91- /( eft - , I--4-,'—.._—_—._m .- ��L J 11 `f____1 1 1 1 ` ' 11 A I I I '-, — 1 • 111 .„, , i i /1 ,`�0 II II II _ -- —_-- qC—��'_J 1 / 1 I 1 I 11 — I I__—'2 • I 1 I —__- - 11 1 1 _ TWO t MOPE SORI I 11 I I 1 I I -_---- EIECTRICAECONWITS. - 11 1 1 - - 1 I 1 __----- • 11I f - - - - - - _ -1 / I — — _ I 1 1 I I'C'' 1 1 ; I ---__ /I� 1y=—___ _ 1 I 1 1 I Arat,RD G?/ ce _ — !L'1 I II II 1 I __ __ - __ Ip I.. 1 a✓ I 1 __ ____ • I II I ' 1 5 I 1! - I --'r __\I lol I I 1 --- I I ---sr______ I I 1 1 1 I I 1 _ 11 1 --_-- i I — _ _ 1 11 pt i 7��_ I — — — I 1 d i 4 ' •`11 I 11 II rR ' x II I • I JI I ,,,,f � kV, ELERRICAI •• ` 2, p 4 nx�`A PULL BON \•• \\\ TWO IC NOPE SOR/l—� `` L _ — ELECTRICAL CONWIrs. 1I\ •• I I - 1 1 n i EIERRICPL 111 _- 1i •• (1 1 11 (PULL BOY c. .. 1 1 II 1 1 D a_ 11 II 111 11 1 1 1 11 I I = 1 'a / 1 11 1 1 C 1 `-+ELERRICAL "rte I 11 1 I p 1 SERVICE POINT * I 11 1 1 C 1 U /,” II \II<4-, 11 III T 11 I 111C 1,11 II m 11 I II I I 11 1 1 O 11 1124111114. ' MIAMIBEACH �"• ITS PIANS ' _�.A �.� : ALTON RD ANO W I7M 5TREET PHASE 1 °fW'�`"1L1°"'� B �`�`� .r T BPORTKATpON DDEEA '�"•�""• INTELLIGENT TRANSPORTATION MANAGEMENT �,r�� ��.� IA -�... + rer AND SMART PAR/ONG STNIEM wwe. uLmir ...n n itvti.rnN.11�nm r ur rr.wlnPol s' n_m—s.n—sr...aro nl.-iaa -.owe._sr . s_snrvwrrmu. GAVAGE RONURENT _J+- I SIGN GI _L1 O® ATWO 1.25•HDPE SORE! Feet ELECTRICAL CONDUITS ELECTRICAL Y PULL BOX I I I TWO 1.29 BURIED 1 CONDUITS HOPE SORA TO GARAGE CONTROLLER 1 SPS BOX. I I I I I Ln I 1 1 I 1 I I I I 1 p 1 A1 1,J —,1 11 1 .rN4 yy' I , l J 1 1 I 1 Irk t �, {.. ate. l ��\ am i Y rod. I Vt\ '__T--- —.I —' COLLINS• AVE 1 1 5‘ 5 -'"�` ITS ,_MIAMIBEACH2W 7th STREET PHASE 1 TRANS RTATIODEPARTMENT 10"'.""" INTEWOENT TRANSPORTATION MANAGEMENT c..,,,.......„...0,,,.,,,,,„....,�.. ,:I ;. 7' .... I ti.. YOY-- AND SMART PARKING SYSTEM m. 1 ... ...,., In i, WAS IN ...r+lrw'✓a1,R Aar ranalli S..r s r S.....u..Sr....R.xy-1904 Ywr_cw 111,5,rrces SVISI A.mou.. \ xl '\ 11 N 1 1 N „_I \� \\ \ \ \ 1 A 1 1 11 \ \� \ Al 111 NI 1 *11'1 4 N �\` \ \ \ , — \ \ `� ...\ 1 Al 1 N \ \ pl IN `' N1 Z N \ \'\ \` \ \ 1 N I 1 x , 'N.. 1 III 1 ta 1 A \ p1 111 \\ ` \\`�� \ \ \ I1 NII mmunEwT GARAGE 11111 PNt t \\ ,,' 1 1 NI 111 ,. '.� '.\ \ '\\ '`� 1 11 111 • \ `\ 1 11 111 \ ` �N \' \\ ' N1 111 A A N 111 �.\ �\ \ �'\ \\ �`� 1 NI 111 xl `'-, 1 11 ELECTRICAL, 1 1 \ \ "� '''';''''4".,-"', 1 x 1 PULL sox \ \ \+ 1 x l TWO 1.15 BURIED • \..„ 11 INII CONDUITS HDPE SRDII \\ \ \ \ ` \\ 1 I SPS BOL. 111 , \ \ \ \ 1 N 11 pl \ �� TO GARAGE CONTROLLER! \p, {j \ ,aG �� \\� � \ `.� \ \ I N\ ` ` \ 1 N I 1 q \` \\ \\ \ \ ' I 111 1 A 1145 \ \ \ • _ 1 N 1 1 11 \ •,\ II \ ''\ .\ _ 1 1A 111 I N1 N \ N. �. .. 1 N 1 AI \\ 1 A 1 *{ ` 1 1 1 1 '\ , 1 111 1 I 1 111 _----:--- 11 SI11 I 11 AVE ...., 1 \II 1 DREXEL I 111 I 1 111 I 111 11 1 1 1 III I 1 III I - I 111 I I NI 1 1 NI 1 4 ,_ '.aa I A I 1 #s, !2,. II 111 11 1 111 1 I AI 1 1 N1 I 1 NI 1 1, NI 1 I 11 1 I III 1 I 111 11 1 111 1 MIAMI BEACH �` TS PLANS 2...:17:7t. _w® "' 1YM STREET AND DREI(EL AVENUE PHASE 7 a wnNNre..N�.waa e'r71 acme wo..wwwnwera I. w.r ras,nraa a .,�.. ,� tee. TRANRPORTAPON DEPARTMENA INTEWOE D TRANSPORTATION SYSTEM MANAGEMENT arrrre wo..macww .^M w�.raa�: r Nww .. r rt� a '� �Cella COM WY � AND SMART PARKING - er..a uaaw mn IN N.v,.ressg w.[*r r Mimi••••16.1,11,00.1 a..N._m r e..r..NA.r..,wl nlr-1•10ar.am unwaN_grIas mvrsvwNnaw 3 I— c ..,... 3 ;, . •• "\ / 1� TWO i ZS NOPE SORA ----� .. . s . . , 4 ,, ito II II BURIED[ONOUITS TO -• _,atit\ A, e ,,j. i II GARAGE CONTROLLER 77. 'tt II SPS BOX GMAGE NONUNENi \\ SIGN G3 . id�_ $. .i s: )# 'N }o BNNtt U .../ die ,4 a 11 ' I, III ul d?Gryl1 f" ELECTRICAL " •PULL BOX NIRn1NRB ':1 I ;� � i r. MIAMI BEACH ITS PLANSVEN --w� "` 1301 COLLINS AVENUE PHASE 1 "•�'� '�'""� TRPN PORTmnCoN 0E AR ESr .•""` INTELLIGENT TRANSPORTATIONMANAGEMENT AND SMART PARKING SYSTEM w^'w'��roay..w...a ... �_ Now�a...a�u� env ...wIT.. w.. owns w,rmir .»wry vv.w..wnrw+r.Kb w Yr.wcN.tlrnoq twPwx_ITS wr, t P.I.sr .WO 2114 -`ro.•0,41, w_tMIKIEs MSM.wnMp. I '131 0 s zo 1 GARAGE—\ ii . ._9 NOSIG EC ELECTRICAL] 7—TWO 12S HOPE SOR11 BURIED Feet 1PULL BURIED CONDUITS TO GARAGE CONTFOLLEF SPS BOX. -- — — / as:—_—=�_ _ �_aa _— as =a —aa------- n, ==aa as=a ......—,..a---• r t+ ,f , \ \ l.. \ / ,� Sr; • / W 7..'MA <\! ,f�� e I1. , 5Y K A ....+ F • -- Ma*. WM. /...... .41..... sr..... «.« -•-,� •Ii i .1 III r.: =Km . �MIAMI BEACH ITS PLANS ' TONAVENUEPHASE7 _ ww ; 1567 7-.:;;;;;17--1 h w II. �RNATO DEPARTMENT "...I.."' INTELLIGENT MANAGEMENT ' a amara AND SMART PARONGSYSTEM To. 7::::,..7. i"'N°s�ria I, .. we — r rna— y. ea ww — I I----. I VC I II II \ I 2W\\ `\ 11 II II I 1 VV\ III r5 20 4i Kiri __c=_-__•____ \\ \\ � \\ B® Feer • c - I\`\ <;r \\c _y' W 17th ST GARAGE MONUMENT ------ - ----9.'=a SIGN G5 z �---£ ---'-/I x.....';‘,.....‘ GARAGE NONUNEHi // �'\ W //ir SIGN G9 //fs w\ I I II kI ¢ // /// \1I I ` // ELECTRICAL ( III ELECTRICAL Z /N PULL SOX PULL BOX 1 I I TMO 125-MOPE SONII— IIII I ._ I ELECTRICAL CONDUITS. I II I TWO 1 I II25-HOPE SON?I! ELECTRICAL CNDUITS. Ul I W I if III ,—aCONNECT rO 5P5 C 11 IICONNECT TO SPS--_._. /- ICONTROIIER SOX �I`CONTROLLER BOX ii �I Ii 4 4 4 4 II II III II h 11 MIAMIBEACH me ITS PLANS `,N,,,N ..Z --® .. jT 17M STREET AND PENSVLVANIA AVENUE PHASE I \—R•r TRANSPORTATION DEPARTMENT r I..... INTELLIGENT TRANSPORTAGON MANAGEMENT —r MN 41111701•1 'a^�4.! MOM — + .... ' tir .r.N.Nm.� I I OR,WY.1.1.1,-111.1. AND SMART PARKING SYSTEM "Sw� NwowsNra�A� N..o uNmn xor�r PM N.ueimd Irr r.r rnwenwa AwAxx,rs r Some r.N.XrNa N.Aro-11M.awlM c..o.n_IrArra.nnmwA.ROPN W 42nd ST N4 0 5 20 4 IELERRICAL- 4/ yr PU(1 Sox / / FIlr // -/ `\\\\ NA 4 , _ \\ b �\ r' J / N \\ 11 PARKING /// 1 11 GANUM / /// 1 I I MONSIGN G6Nf µ. / I1/ I I SIGN G6_ If \ I' n II / II, I I 1 1 —ww- \ 1 1 I I TWO I.25"BURIED CONDUITS NOP 50RI1 TO GARAGE CONTROLLER, SPG R0K_ J 02 2 z `z W LA ` Y I- L II - II II q a u •.^'"a ITS PLANS +' 1 �.:,� .rNo.m , „� MIAMI BEACH a..�.>..�•.a.... ,Iiill�� A00 WEST R7nB STREET PHASE I �� Wcxr.�..nw..a `rw.m`� "� TRrW8P01tTAnoNDEPNRTMEFL IN7EWDE AND SMART S SYSTEMMAEAOEMENT EV, �.aaa..n.a .n ,^ .n:,..u..a�..l [OW .o sorer, r IT-47 nmwnenr.T�la o+.car.wa N.al. SMART PARKING ....,r.,.. . ... .� w... .aa., a,!a.. .N+wIIII..ww.a,l air...w,wi..00.:.....n m.....a....sr......Ai.-.... _ _ - rw..n mua i - _ ------------------- ----- -- ----4_ Jaiar Feet W 18th ST C1t 04 ,9 lry !!I GARAGE MONUMENT SIGN G] \y ,\�-1 rte' MELECTRICAL \ vuu sox_ `u+cwg 1 zs suR1Eo 1 TO GA AS=nap TO GARAGE COIRROLLERI SPS BOX 1 / I j: MIAMI BEACH ��` ME MERIDLANSIAN —' 1 = r� 18th STREET ANO MERIDWN AVENUE PHASE 1 TRANSPORTATIONDEARM NT "^-'T'^""" I NTELUGENT TRANSPORTATION MANAGEMENT � raa 641*'; —- • _ r +� AND SMART PARKING SYSTEM ;.moi. ��araa� ,� _tiAN me. _-- — o..... usisn ana... IMMeMeldeNeeMieMeM Of r•oMMTI a..r-.ns r r....r-.Mr...,MO so-1118.Mra_cwos_MMICEs_nsvrsvwnvns. \1) l �s --, - 1'', kz‘' ( \ - m• 7 ,4 t 1 • a _ / _ _ \ '' �: 4. $ - ..r.. .f ELECTRICAL w..._ r PULL NON &MAGE 3 IIDIYMET SLUM°1 IVO 1-15'BURIED 1111116* IVO MOPE SON,I ELLCTIUCAL - " TO GANAGf CONTROLLER - ., PULL IDA LENOX AVE i.' MIAMI BEACH — ITS PLANS A ��- _ 550 lTRAN AVENUE PHASE 1 I—. ` m .......- TRANSPORT/MON DEPARTMENT '�'w•� INTELLIGENT TRANSPORTATION MANAGEMENT . �' — . ,••um - L.ncrMr+alRsv AND SMART PARK/NO SYSTEM "'�`wv"d".1O-' ��`•"°�,� L— _.. am_TAIL_ ,..., ..... Waal. RNs w rw.r.N.rrNCk,r.r e.NnMIfl rine.m r S........S,..I NO srsaw..41.0.-uo or_nrras_nsn:..w17..o.. 0 5 20 Post iM0 1.]5'OURIEDY CONCEITS HOPE SORII TO GARAGE CONTROLLER . y'N.vd�'. ....A....., SP500X.1 ELECTRICAL PULL sox' GARAGE MONUMENT • SIGN G10 BAY RD f^ �'m' 2 P F 3 MIAMI BEACH ITS PLANS ! 1 47=_ -->�^ 7NW SAV RD PHASE 1 crnolaramt marra.mmamacamm TRANSPCRTAll N DEPARTMENT INTELLIGENT TRANSPORTATION MANAGEMENT mom, amparA 11,9 COMMON COM awcaraM FLAB AND SMART PARN]NO SYSTEM ""most"s•"D'n'."a' a. .rveao.in_ _ - .. Waal, 33.10011. x..w...r..ArxNw�cw w 111.1 111M.201.20611 SIMMS ns r Lan...ra•rw..Nm a Awr_onure._arrc s rrAr.vwnana� cc 0 NN h W V n o s 20 41 ."3 3 F-I 1 ARTERIAL DMS 311 - - - - WIRELESS/ MICROWAVE RADIO/ - ANTENNA '--I '',♦\ \ / --- ELECTRICAL 7- ♦ / WASHINGTON AVE PULL BOX DNS CONTROL \ / CABINET TWO T HDPE 5ORII TWO HDPE SOR1I \ / W 'ELECTRICAL CONITS. ELECTRICAL CONDUTS.' 1 / i // i6 \ I/ F>s __1__ 1 J -•-1. G ' iii / _ t /� __ _ �' a\3x\\ %4446 •• •• •• •• •_'t i. •a-,-s.• r " •• 1 I J ELECTRICAL `♦\ \V 1 14 ELECTRICAL POLL BOX ELECTRICAL\ 111 —-1 6 PULL BOX PULL so II (f 111 1 I II ELECTRICAL' �11 t 1 SERVICE POINT] 94'I :aQ er V1 II II a: II 41 II .S: R 3 It ,r'; a. II R iiiyr it Ali.amorAvow: 11 II 11 1 i.._. I < - 4 it MIAMI BEACH ITS PLANS .W a� �t " _'_ t ._ - NMSNINQTON AVENUE AND W 17M STREET PHASE 2 ^�.m t r� S"�R S ..r ti rr TLOMNIMOSIM NS WMNMI FL '�eOt! INTELLIGENT SMART NS MANAGEMENT arr��am.Wr..nw rain= wmmLraW�• Ilmm.enormnerWacwrAaL FLEW AND SMART PARgNO SYSTEM •, rt-s+ r. Sews, rNWn •WII0•••••••••••••••••11 1•••• r r•.s.s.nawl rs._Irs.....w r.wnS SW..•V W nr-Kr ee,C41...._50.[FS IrSVI w..rrro. 1 , �y,. I ! Y. { !a'j. ' }@°�,, " iii $ .4 Feet "1.Mlt y CMVOs CONTROL. III ' CABINET11 WIRELESS/ ELECTRICAL --- ANTENNA(MICROWAVE RADIO/ POLI BOX --- --------------=-=a.avxvvvv-----vxx_x_xxx- -- _ ----------------------_ __�_Y_:__-_-_-- I it ---- _ M'TENNA 1 I TWO I HDPE SIMII ELECTRICAL 11 1 MICROWAVE A ELECTRICAL CONDORS. CREOLE POINT _---- I 11 VEHICLE DETECTOR X - I ON(OFT ALUMINUM • - IELFCTRICAL 1 1 ____. ____. -___. POLF PUU BOX I c ♦ ,_ 1 , i ♦ . 1 '.1,--.........=....._____,,:____,,__ ._,7,, N_xx �• xi=a= •• __v=cc�=va �4 11 c__ I,�• •• _ ♦ -- ------\11 111 11 ` YyY11MM ` __ =xaavvvv------- �_x-----=c_____-x____}___ _c______ --}___�___= a=�= --_�� _- 1 I 11 i TWOSHOPE SDR ELECTRICALELECTRICAL CONDUITS.. I II 1 PULL BOY _ -__-- 1 1 1 --__ I 1 I --L L--- WASHINGTON AVE _—=_.o= -- Wi : z ---------------------------- -------------------------------- --_----- -- a ----- X1 - --------------- ---- 1l I `W/ N/ I. Lu C { It ii._. MIAMI BEACH .A TS PLANS MM.� �T .W _."— .�.- ,,, ... WASHINGTON AVENUE AND SOUTH OF ESPANOLA WAY PHASE 2 O1� ti� I TRAM RTATIDNDEPAATMEENNT I....<'Ws INTELUOENT TRANSPORTATION MANAGEMENT MW.•�e A.s.AWa.. srAAAw.ae� r — - rr _ AND SMART PARKING SYSTEM MB r rtga._ q... WWmlr &O.M. x.wa.asNrgWncq.•r Aas' tS Anlssfa rs.rtA.AM Nr 1•1110w410-..s C.om_srv..esnsvn..u.Pndx 1 11 11 )p A 111 1 Iu 11111 1 "11'1 1 I 11 III 1 11 1 11 1 II ‘,a 1111 11 1 II 111 111 f Iil 11 t 11111 11 111 11 1 `� 111 111 r 1111 1 ` '....-11'N, 11 11y11 I 0 5 20 TWO T HOPE NOR?! �'1`U 1 I11 1 1111 faian ELECTRICAL COMMITS. 1 II I NI FeetONE 1.25.HOPE SUR?? CCTV CONTROL COMMUNICATION CONDUIT. TWO 2'HDPE 5DRI1 11 1 11 11 1 ELECTRICAL CABINET SERVICE POINT fCTR/Cat COMMITS. 111 11 1 1 1 ELECTR/CAL'''"""'''\ ONE 1.15'HDPE SORA 11 I 11 111 I - PULL BOX COMMUNICATION CONDUIT ELECTRICAL PULLBOX III ___JI I --- 1 ELECTRICAL PULL BOX _ 11 PULL BOX �_� /,I I 1 1 Ir- ` bre U II I b ..xa_ ...moil TWO 2'HOPE SORA —x _c ELECTRICAL CONDUITS. a1 III, WIRELESS/ x=—==a+C?r s� ONE 72?HOPE 50811 CCTV 9O MICROWAVE RA010/ ��.r_--1 COMMUNICATION CONDUIT_ r ` __-- 30FT ALUMINUM 11 ly7 ANTENNA ._ _ .____ .____ POLE I 1 DMS CONTROL CABINET 1 ELECTRICAL 1 it I PULL BOX Ir, 11 _--------F ____ _ L rar I U 1 Jr_____ ______________ 1'il ___ LL)r I 11 11 ,� —o 1 1 WASHINGTON AVE 11 11 1 ,..ml I I 411 ARTERIAL 1 1 I _ _ DNS 3 1 1 1 ..-1 1 1 1 =aaxx a0, %\ t i u ____&I III 1I 1 N 0/ //U 0, NI I II I )11j 414" t i4 MIAMI BEACH "�` ITS PLANS i ""' -"..` : WASHINGTON AVENUE AND W 1101 STREET PHASE 2 rn _ _ TRANSPORTATIONTDEPARTMENT "^s'ra.... INTELUGENT TRANSPORTATION MANAGEMENT �oR �� �• `� .� + -. .Aos MO MK INA MACK RAIN AND SMART PARKING SYSTEM On.Ar�..o.�.,....0.... MIMPAaMII a._ .. IT s3 0w.. 1.0/20.117 .on!..............d..000 rr0 s7NW .. M.. IIr Swot PNM.Snook MA o "-x.....0.00 c.o.ow SEMS ...r..n,.x. POWER SERVICE IN--, / \I 1I 11 1I \I \IX11 \II\1 11 1\SII EUCLID AVE SOUTH 1 I I \ I 1 1 N NI I I S OF 515 ST ll I I 1 I I11 NI I III ' PI I I \ \ IN 111 1 IP III 1 \ \ I IN 111 1 I IN TWO S HDPE SORT] VT- 1-- \ I I \N RI 14 I I 1\I ELECTRICAL CONDUITS. III ---1_ 1 1 \II N 1 1 ,TI 1 1 111 2SOFT III -1_ \ \N NI 1 S I 1 IN NI-__ ---\ IN NI 1 I A ELECTRICAL III - _ _ \'*__)) --1\I-_NI N I 1 RCT CAL RI 111 JI I IP i N O S 10 111 \N-�s / N CCN CONTROL _ 1 P Fe CABINET II fi -- _ __--__ \N" II xl _ _--til WIRELESS/ ll Gx1 CCTV I9 ON --- 1P MICROWAVE RADIO/ Ile,,/ \ POLE ALUMINUM ---___ \P ANTENNA � I POIF ---__ \P 0.f,'','/\1 ` 4 9 T sk ___= .=. --'-'f...--' II\ \\ 1 \ \`aa �f.___�.___-___ __ 11\\ I \ . as i / L�� \ \ 1 I 1� =c== aa==x==aa=== „17"\\ \ I 1 1 11 1 \ I ` \ \ \ I I\ IIJa. \\\ \\ \ 1 I \1 1 11 \ \ • 1 I 1 ------=:-----_saaa____a_aaaaaa.a===-__,\ \ ♦ I \ 1 y CI I \\ 1 I II \\ 1\ \ I ` I H4 \ \\ \I I I \I a.aaa =-=aaaa aaaaa== ==v=====a==aaaaa:=:aaaaaaaaa:aaaaa.,\ \\ I I \ \\ \\ I — _ \I \ 'i—+ WASHINGTON AVE ----- I I \I Is I\ I \ \I I • 0-4iii -----------------__________1-L---a__- _ -- \\ \ I 1 1\ � HA as-a=aa:aaaa===aaaa==a:a:a:aaaaaa==-- -" �\ I I ; lCY .‘ \ I I 1 bH 1. ;4 ' -= III "\,N„ b;,= ;r'�... , # s,.. ' I� yr- -,----T T 111 ,,-....4,1,,-., ,;Y WIN N\ \ I \ 11) `�T. */' \ 19 N1\ I 1 I 11 III �I\ \I I \ \ 1 \ III 110 I IIN 1\ 1 \I \I I � \I 1 III NII 1I 1I \I I I N '. '\ \ 1 Iu NI 1 1 I IP I 1 III P I I \ I \ \N \ 1 ItNI \ \ MIAMI BEACH a_r— TSPIAN �:a,.,,. 1< _ — �` WASHINGTON AVENUE AND 1675th STREET PHASE 2 Win URANS IIRTAI1ONN DEPARTMENT wr...ra INTELLIGENT TRANSPORTATION MANAGEMENT are mart +����� 5", w�eraaas _ mkt — ~ rr I • AND SMART PARKING OWSI[:M - _ Rdt of... a:/2017 .11,1 MI aAwrgoogMm al Waal rcwwww a.a.«..m r M.n raw.ns foo zersa _ _simelasm.Ir.w.rrno.. ,j,,,T 1...--; ';''4'.!'''' :, i @11'. ELECTRICAL t p -' „ ,. g EELECTRfCAt GULL BOX VICE D S ''''%ek' f",1,4., a _ FM • '+" A I I • 1/—ri—voSHOPE$0,11171LERRICAL CDNWR5.1 • • I 1 III I II III • III I III I H III111 11 I II III III I I'I 111 I III III II II III 111 I 2/ 1l I I I QW I1n ii 1 IIl I I 1,1 u III II I 2 i n • III I II Q Il; I II O I.I ELERRICOX I1 I II Puu BOX II I____L ;l W 1,,r, Ill F 2/l SEE SHEET 1T-56 //' -4'1 fDq CONTINUATION -� TYO t HDPE SDRII 411 EIERgICAL 1 • ' ELECTRICAL CONDOMS] ISN PULL BOX — 1\ 1 wa`^^a ITS PIANS a MIAMIBEACH VV Iiq STREET AND MERID AN AVENUE PNASE7 �� we aI ��� 'rw� sr TRAN IPORT ONNDEEAR ENT ^O."•."" INTELLIGENT TRANSPORTATION MANAGEMENT I 'Y'' — 'M .- AND AND SMART PARKING SYSTEM w"s��`�•'^�'.""' �Nd`ui•� w0000 r IT-65a..... ./2/2017 an.r�01,11.1.01.......11 r r•ss sIno•a l...105.1 r•.N *y.son.Ivo 2(-I.a..wm aome_SF I _ svwnnm I SEE SHEET IT-55---.7 y/ / :Zs*,4: ....(7- FOR CONTINUATION ELECTRICAL—/ �'��// _vuu eox <�' W 41St ST —a_ 31! ____ ____ ___ _ ______ r Two r Mavesoall - - - -'e- a 2e lat.''w EIECfRICAI.CONDUITS I7- C.1/I 7 Foe7 ---7..,4''• .,4'` G 1 d I ' ......... . .___ __ AaTER1Al - ` ./.:••••- ` i i I_,--::::,"---;-.X,,, ' �p'Wy �\ >s i ELECTRICAL. Z` /W ,__, � DULL BOX N` /W \\L /N Lam.. I11 •! �''3a5s'' WIRELESS/,J� ONS CONTROL Q\ _-__-_- -IIIgI MICROWAVE RA010/I �fNET J 111 _JO S mI ENNA III di R"'T- IN II 1 III II I III II 1 I N IIt > III I W II II 1 Q III II I Z 1 N5cy II I Q III 1I II _O K III I � III II I IY 11 I W I R a N At 01411k,' 1Nc•,, OT 0 Z 'Nj y,'g` V' ,24 MIAMI BEACH ��` ITSPLANS ,. - _�"'__ --.� W47M STREET AND MERIDNWAVENIIEPHASE 2 ` 1 TRANS TION DEPARTMENT .... INTEWOENTTRANSPORTATONMANAGEMENT 'Car ; �� — ti moo, aacr,W•WOL a>vIW AND SMART PARIDNO SYSTEM PY°�`r•'41'."i°' NN.^.a�� - .�� Rm Awe. r1/3011 !MA IN N^.,w....+nmwrrrv.ur,...e_n.ada.wE.ww...wmiswm_mewr_,r.ras nnlr..w..lrnnr 1, dl I 1 u1 0 TO I 1 I I I 1 ___ L 1 I J I I . - I I I 1 I ARTERIAL ALTON RD i 1 005 21 —____ 1 WIRELESSLULAR NTEN I CELLULAR RADIO/ANTENNA I Ir S_—==—ice ==z 1 w • DOS CONTROL •• •• •• •• •� •• •• •• •• CABINET TWO 2.HOPE SORII IELECTRICK ELECTRIC.CONDUITS., ELECTRICAL \ `� PULL BOY PULL BOX �l l • 11 • QI II 4, ! TWOS NOPE SORII ELECTRICAL CONDUITS., 47/ • I g •L ELECTRICAL I ELECTRICAL • ,, PULL BOX SERVICE POINT I r.. I • MIAMI BEACH .�m AND ITS111ST OM(rPIt �`aw�..• 4.....=26 _'®mommOMM -- ALTON RD AND 11111 STREET PHASE 2 TRANSPORTATIONDEPARTMENTR�"a""• INTEWGENT TRANSPORTATION MANAGEMENT an•���.w.wkil a Muque� AND SMART PARENG SYSTEM ` # •••or ..... ... fPLT P.... NUw/r WNW M 00.N•rryNVap r r•.•wruw•w.rJ75 r r....r.n.ry.y Ary x/F/w+•wo cWu.w_srAprrs_n.vrsvc rnwm ELECTRICAL 4 ISERVICE POINTI ELECTRICAL PULL BOX Yf l y y,417j - 0 S S0 T 4 b y fee 4N Ck", ?' x E6 • 1 ! MOIC NOPE WWI � aP ELECTRICAL CONWRS. - av µ L A ELECT-RTC-ATI! PULL SO � 3 DNS CONTROL,, I TWO?MOVE SOR11 CABINET J 1 1 fLECTRICAI CONDVlTS. _ _-- J+ ELECTRICAL MIRE LE 55 WCPOWAY E/ ! \-\ PULL BOX (CELLULAR RADIOANTENNA _ - - 0, �� •ISI\ ELECTRICAL --- - \ �� �� •• �� 1 PULL BOX •• ••\‘ •• 4 •• JJ L//�- I TWO r HDPE SERI! �I',`-- lµ__ ELECTRICAL CONDUITS 11 � 1 III I ARTERIAL DN530 I me • 1 1 I1 1 1 1 ALTON RD u 11 C I I 1 T u v __ ___ ,—— / I I 1 v I I I 1 W.. ..;1'm4. I 1 T'," --_ I Lll 1 1 T }q I,i ;, II I i 1 1 11\ /Y u r--I--r f 4 III 1 1 /fi Y .a-- 111 1 1 III II 1 1 1T I A h 2��l MIAMIBEACH "�` DlEA!STS .•T "' -•1.'• ... ALTON RD AND 1SN STREET PHASE 2 TRANSPOPORTAMONDEPBA�Nu IrNnr.re INTEWOENT TRANSPORTATION MANAGEMENT + AND SMART PARKING SYSTEM '^w..N'r"...'."'^' I.e.e\u.MS MM. IMN_ MI�_ _ OM. .>„a, ..-,... +..N....N.....m.v..B M.alih I• w..r_Irf r smart Ar.N An»�,.......w_r mm_rrrlrrs r.snswNNoam 0 3 20 FOCI • L_____________________ _____________________________ ---- • t lir- P"..-_-'.."-",--,, ALTON RD ARTERIAL DNS 11 ��- ` IWOT HDPE SORII ��� -- l ELECTRICAL CONDUITS. 1/ ';. WIRELMICROWAVE/1-14 ICROWAVE •• �� �ICELLULAR RADIO/ANTENNA ELECTRICAL ELECTRICAL PULL BOX PULL BOX, --------- Ir- % DMS CONTROL( TWOS HOPE 50311 • E II I\ CABINET ELECTRICAL CONDOS. b III \�Pj 3 II 1 / (ELECTRB LL ICALOX 11 L / PU �I IL�4 I / ELECTRICAL II I I r) SERVICE POINT II 1 1 y<4.1 .11'7. MIAMI BEACH - W 95!NS �'—` ALTON RD AND W 391A STREET PHASE 2 TRANSPORTATION DEPARTMENT .osrn.Ws INTELLIGENT TRANSPORTATION MANAGEMENT Am RR N.Ns Na.t 01/11.11R•11 *l ....7„,,.....t.;- 0=0191! - -- 'am + "'^� CMS Ler tow P.su AND SMART PARKING SYSTEM • .^^•` .... r�M M�.a.•aa� r�_ _ a•... 11'2/.1 MM.IN moor...*M yr•dw.ww sN.A._ITS r....Ia..;dm w sw-101....wm u0w00_32A1as_11vTnMA.1.s : , \ \\,, \I, , % „,,, , ,:, ,, \ / , 0 52.- 0 Iii!n .../ \ \\•: \\. FAO ‘,„•,'-'-7.--_-_:-IT"-----------.."--....,-----.-...,i.,..,....4- -- . 1 1 1 ! ; 4--.J.-- ., • -!....721------------------------------ - 1 I ' 4 , 4. ••,J.. t '*1 "l'',1,,':>.:°,,':.W, ,.' i _--- i • -•. /.. ' I , II ----..."•••"1."---____________ ___________ _ 4 U / T-1' n <1;4\ - _ ..... ( .11: ! 41'"! •,..'r,'• ALTON RD =.,:. ,, •' ,-•• -_,----: I ,, ,,,..4.•.,c•- „ tr. - .:453.„.q.• .,>1,,,.‘,, \ \ \ '' 1 '- ___A. % k , CCTV I ON I' 30rr ALUMINUMI I 1 \ il POLE L -, __-1 \ I- ,_ . i _ --- „, __I „ p..1,4. ,---, ___- _•\, WIRELESS/ .-•'-.-- 'I,m.-.• NICI=VE RADIO/ - . -.3 . __----- k ELECTRICAL _.--\ PULL 501 --:::---,,,,-.'-- ----‘- , _.0---i, \ . •I-Oc-lcEorno Wr. ...,-,,-- \ ._ ' ___-"l-- 4**, ...4'....C\ \ .... ----C- \ 1** ' .....--":„..."-.-. \ ' %*\ ” ELECTRICAL CONDUITS ' TWO F HOPE 50011 :, ‘I, \ \ 1,24oFT e- • k4 \\S \I ......... \ j 011,N\ \ \ ELECTRICAL SERVICE POliir •• \ l'S \\(1 ''',‘: ' ',1,'' '. \ \ $ .... WEI,. ITS PLANS roes.. M I AM I BEACH ..‘,.... ALTON RD ANO SULNAN DR PHASE 2 1...,,,,,t ...,r......... ., 6, . ...___ ..............:. .. .... _. .. .. ..,,, .... _ INTELLIGENT TRANSPORTATION MANAGEMENT „.,......44.44,44.,TO, ......6....-::".. . „...,..........v..,..._.,,,...,...t,.....,,........._,..., --- - TRANSPORTAIION DEPARTMENT AND SMART PARKING SYSTEM On1/11117 14/211111 N notakumosoN_smIces_rrs•mr.pualrsiza• .417 0 B 20 F..I ALTON RD 1 1 . • ` TWOS HDPE SDR11 ARTERIAL DMS 2 ELECTRICAL CONDUITS. 'ELECTRICAL •• �W L.12 9' I's I tPULL BOX ELECTRICAL CELLULAR I PULL BOX WIRELESS MICROWAVE/ /I ELECTRICAL CELLULRADIO/ANTENNA / SERVICE POINT, OMS CONTROL ,s1 CAB/NET' r E� I.0 MIAMI BEACH '��` ITS PLANS �"�,„ ` �Mm^ +.. ALTON RD AND NORTH OF N SAV RD PHASE 2 TRANSPORTATION DEPARTMENT .Msrc.ees INTELLIGENT TRANSPORTATION MANAGEMENT aner��ww.PNv TI Aeuew.u.� ..e. — + AA*. _ 1 Re COMIVICIN M.N.ORMAND SMART PARKING SYSTEM Ra1 em OMMOM *MP MI W.J.._ .._P r/OW r+wrnes s..e._ r s..?P..s...a s o»�isoiswd_cwov_sewNes_nsVefvwm.ca / l l \r' II I If 11 /I I X l / �N // (I 1 1 , qI I I \�)11 11 11 / / / lI , I I II 'CCTV CONTROL /l I/ I i 11 I II / I I X \ C L_CABINET' 1 / `yi h / lI A„'I I N ELECTR1CAl 1 ,I /I 11 I I 1 X h- PULL BOKI� / I/ /I I Il C r P) 11 u �1- ' 664/' LV I Il \ 1 Ii V 11 X 0 5 20 6 / I I lI I L \X �\ 6 / I I Il 1 '/fsbb ' / l I II I \\\///1\ \\u foot r•,i sff `�.J /1 l (�IL A I \\\I\ '-_.f-�s s sss \`' L- _J 7/RC�_y,-\`_ /'\ \IL -tel '''/ . I ��J/ T 1 T..'/I_\ \ N �I� WIRELESS/ \ %I).I I _ \ \\ I. MICROWAVE RADIO/ -J T� A _ \--- \'N 11 ANTENNA q. 1i CCTV S / I //l -rrr ` \\/ \l l\\ \\M r, J,yp/AN __R,--ALUMINUM POE /�- �/ I `/rte -....s, l\ / \\ / \\ \w cq 111:1;--. VB -._ 1 , / • • - Ii I I / / ` // :::, TW ,-J OTNOPE SORiI IO2 / I I I \ ��, ELECTRICAL CONDUITS. 11 -� / \\' • .: aim �T�� / II , _ - - I I____I\_ \\'�- +a++++ '‘ZZ---.41 / • / I - 'Y \\N ‘....,±,,,.......... ! +ice -.4 •_ I I I- / \\ I\\ ++\ iii `'7/, / ''/`� I I - - / ``/��� I I `/ ;`: ;I I 1 / 1\\ / J , ELECTRICAL••\i ���,� '/C''..../1 PULL BJK •• � \ / /I 1 r�� _ 0\ QQ ti\ / ` , A\ / \ ELECIRICPL, Z , TUU BOK'. II-tiS ,,,13,....._` -J i • II `` _� II I a i �sz' - II I A I l %N' 11 iA I 11 /NN �'L`� ` TWO t HOPE 5001II I h 11 l Il :....,..... ----,,...„. ---r--..,..,.., ,:::..., IM FT ELECTRICACAL'/ A / h 11 l Il / ...,.., ::���w":' CO- I I II Ill l 11 I N Il III I A l R II I lI I 11 I 11 I 11 l "L�� ELECTRICAL POWER • B I ; Il Ill l �--.*i' ��� SERVICE IN BACK OF • A l 11 I N l �i�`_ SIDEWALK. Al IIl /R I UTILITIES ALLEY! N I 11 I fl I B I Il l 11 I `ZZ-F B t a l MIAMI BEACH -- RS PLANS ":17=":474,42� —•— ` INDIAN CREEK DR AND W AIN STREET PHASE 2 M .,i ,.TRANSPORTATION DEPARTMENT ......! INTEWOENTTRANSPORTATION MANAGEMENT • �X,oT: -- — -— Y.. NncrrrxaLws AND SMART PARKING SYSTEM m••r�e..o+.N...w ,,�._: I.•••.�.E5 R„I_T� N.... WIMP WWI IN Wfl 'R.Yt.Mv N NW A.•.s.n•R.l..s_Rl......R MI.••..NO K1•wK•roo tlP•t•._S Icr1 JrNsnwN..n.. II I I III / II I n1 ELECTRICAL 1 I 1 I III SERVICE POINT: I I I I III I I I I 111 ELECTRICAL, I I I III PULL BOXI I I I 1 111 • I II I I I Iry a • I I 1 1 III I g III S SO II TWO F ROPE SORA 11 i n I I WI II I II F ,ELECTRICAL CONDUITS,, .CONDUITSI I III 11� 1 I I 111 • 1411 ,1 '1I 1 LU III III 11 NI 2 III 1 11 B I Ir.. intr�'y /i T---1-1a ya�/ i 111 '3'.. _ a II 2 i I I1 FLVCIRICAL II ,` I ± IiITEIRL 4 1-P__ ===zzzzz ULL BOX' 11 4i�__ •• ••SORIIELECTCTRICAL CONWITSITS ', ,,'3 I 1 I - I I ---- TWO IC HOPE SORA : 4. I I ELECTRICAL CONDUIT IS. I I 1 I ARTERIAL PI' I ry I 00520 L.� I ARTHUR GODFREY RD v�� W 41St ST 1 1 -1 _/I_ e I -1.®I 1 I I • I ELECTRICALI I^I I PULL BOX O I _. _- __ __ __ __ __ __ __ L J I 6'=a � BWETOOTH I I a i` API SENSOR IX I I • TRAVEL TINE_, I 1 Z� 1 J _ -_ ._ ._ ca' z _ CCTV ac y' II '�- _ --i ON 30FT ��._r1, a -__ ___ zzx ALUMINUM POLE -1" ' ILIif CCTV AND AV! - // CONTROL CABINET 1111 Jh WIRELESS/ 111 I iF___T- -r--- la MICROWAVE RADIO/ 0 1 I I / 11 --I 11 ANTENNA, 111 11 1 1 1 111 III I 1 I 1 I I 111 111 1 1 I I 1 II BI 11 I 1 I 1/11 111 {. I ' 111a IIi 1 ; I / II\\l 1 IN MIAMI BEACH '� ROAD TS menet R.T.„... . - _.�` "" >me ARTHUR GODFREY ROAD AND PINE TREE DR PHASE 2 m wa. �Lw. IRAN TATON DEPARTMENT "�"•""'• INTELLIGENT TRANSPORTATION MANAGEMENT mj1�i71 - — . r. COM CANE NMIA ASIr• AND SMART PARKING STS ItS1 am some osMN •?nr+ + nrgiv'n. �M�"M��� ,,,e. - Ms WPM BMW IW MA•OII*rrAar M r ara1Aernoo sweMrJn r s..s swedes sm.w sx-marrow_oom_.Evrees RS\nsv A ALAS. II II III I I I 1 I 11 I I p 111:- II 1 1 11 1 I Ix Nr--- II I 1 III �vCTRICAL'. N I I I II 1 I ill Uu Box'' III II 1 ii ' r--I4 II ELECTRICALI-. IIS I II I I 7q SERVICE POINTI '11:11:11\ 1 II 1 In , 1 I I 11 1 /,1 TWO Y HOPE SORt l 1111 I I II W I q ,ELECTRICAL CONDUITS.I 111 q ry\ 1 I II Q i I/B0 0 5 20 !ELECTRCAL', �\ II LLL 1 /// PULL BOX1 \I I, II I /I% F..L 1 'ELECTRICAL AND 141 _ ____j1 N. I III `NN.PULL sox, II II' OMS CONTROL pc.cc_ aac. zI, I II 1T A CABINET_ • CCTV 25 ON /p _• 1 \\ CAL AND COMM.PLEE IULL CONDORS im L_ _ TWO Y n PE SORIIl 1 ONE 1.25 NDPE5DR1]li rELECTRfCALAN)OfTALUM/IDLE •• R• ELECTRICAL AND COMM., CD ULL'BOX c _ i� /Pi/ T/ l��•gyp •• •• •� �! �� e---��-.� _SSS=aa '/WIRELESS/ Is. , NI sa „,0.."- ---.' ` __ : MICROWAVE RADIO/ — csi�i ♦_ __ _ _ -. _ _ _ __ �S II ANTENNA ` r-T3 I - IP 1 - 2. .. I 'I TWO Z'HOPE SORt! 1 i 1 'I ONE 1251 HOPE 5DRI1 I I I I 11 ELECTRICAL AND CONN0. .I I I I 'ARTERIAL DNS 21 CONDUITS. I L ____• __-_• I • II;III I 1 I ■ I ' 1,I 1 I I �j i IT I, =1 1 1 IQ' I I r I / I II I 1 1 ,-"..=, /'�� 1 I I 1111 I I I , I 1 1 1 I I I vY `, , `•\ •• •� I 1 i 1 .0 II I t 1 1I W 41st ST 1 1 I 1 1 1 1 1 I I I I I 1 I ARTERIAL 005 26 I 1 I I I I I I f i I I I I I I 1_-L _ :___ -�-; -.�Tr-- � � ss' . --n1r--'� '. p as un a - • • p �\ t 1 ELECTRICAL MDI \\\ ♦ ♦ //i 'CONN.PULL BOX J •ELECTRICAL AMD \\A o' i//' I MO 2'NOPE SDRII CDMM. U'.Box' -_==�tS' 111I ONE 1.29 HOPE 50171 �,�-r ,,tr./ • ELECTRICAL AND COMM. I III'' COMWITS, II I II- -__-11 i1 V '-ir DNS CONTROLCONDUITS, /I I II I I I,\''‘CABINET �/I 1 1II 1 \1\` A ,../ 1 1 n 1 1 111 B/ I I II 111 /// I I 11 I I III /// I 1 II III -r III I I if I I 11 II MIAMIBEACH AN. as PLANS same swr.ovemnt• ,M 7 n..�._ �.�• •_ W 41st STREET AND PRAIRE AVE PHASE 2 III,CCC'iii••• TRANSPgrt�nON DEPARTMENT '�.'� INTEWGENTTRANSPORTATON MANAGEMENT '� .ROM — _— rr COM IMM NSW ROM AND SMART PARKING SYSTEM '^��_s•INOMM.a. /w...sanM_'comw _ a... Nn..n memo IV611 ..Isw. C11,r r ammmoon s.w_m r s..,mi.LNN.s w,.•-I...nam_..s m-s..m.nsns mrsm. II II TWO r HDPE SDRII (CCN c01RROlI I ONE 1.35'HDPE SORA L CABINET7\ II CONN. ELECTRICAL AND CONN.; I I .__ ____ CONDUCTS f-<OMM� 'Il PULL BOX' 11 ,PULL Bair k; I/l___ y/ 11POWER_EU RIB N ELfCTRICAt� f•V / /X 0�- • L_- (POWER PULL BOX I- K fM s% -1- I 1 -;I • CCI?18, I I MICROWAV/ - -- I I I ON BOOT, MICROWAVE RADIO/ A- I ALUMINUM POLE' I I ANTENNA I I I a. TWOS HOPE 5OR11. ONE 139 HOPE 50NI1• I+ ELECTRICAL AND COON.! �. COMDURS.I i =_s=sll • COMM. �13I _ IT I -zs_ ' • ,PULL BOX ELECTRICAL '// //I , -----_-';' - I_PULL BOLL I 5. illI s's _ /t' ^ O C TWO S HOPE 50011 1 Y W 5th ONE 119 HOPE 00011 � W ELECTRICAL AND CONN. I 1 :.�•' O CONDUITS. I OVERHEAD-/ • I �ANIEllIAL DNS 61 POWER LIME'• ----_ -- I 1 1 MICROWAVE-, 1 1 WIRELESS MICROWAVE/MI VEHICLE DETECTION 3 \ I CELLULAR RADIO/ANTENNA( I ELECTRICAL ON CORE AI.UN(NUN I 4 -ti SERVICE POINT POLE ) S"", W • I I bII .. D PONM ss •• •• •• y •• p •• •• ••1 uLL sox_ #.._---- _ __ _ L -_— ill ELECIRLCAL TWO S HOPE SORA ELECTRICAL-; TWOS HDPE SDRII MVOS CONTROL, 'j ELECTRICAL 111 POLL BOX ELECTRICAL CONDUITS. PULL BOX ELECTRICAL CD DUBS. CABINET �t BOx I DNS CONTROL: W INS [MINE, O - II i MIAMIBEACH �""` `HE`D �. • - '�•® - "` _ 6tl1 STREET AND MERIDIAN AVE PAUSE 2swarm 1701.6•41.01101,11111 TRANSPORTATIONEAR�EHNT '•r"• INTELUOENT TRANSPORTATION MANAGEMENT �,���Asrc..v ,wiws..sLraa� �w A. __ + re. AND SMART PARGNO SYSTEM .,r�, r,,, R a.w WPM" !Ir.«.N LP* sn.rN.N dWm'reAlMAION,..b,117 r s.I P.n.,....WO m•._in-g.Pew.oe•r._u,.,cn_ns.,.I.N..Rc.u. 7011.1....--- 0 S 20 ) Fear bb 3 I11 lil I1. --H III 2 ----- i == I 11011 II _ `k, O II 79 =���xmae 1 ILy4// _ _ �k -- -- ----- - - ---- - - - 1 Ii i flI P+ --- --- -- I COLLINS AVE IT___�_�.V_L_L___.L, T ', k•k Iia II ... 60W S0 0 __'4 ___6� // * ` PANEL - M IIl .. •.. _ Ila�y �I1 III L II �i f- II '''...s‘` I'. �t r ., 0 • API CONTROL',// �I r art ,�. : • CABINET WITHI N fr--- sS (i�. e ` �€ -.' '• WIRELESS CELLULAR RA010/ANTENNA \\� R„ �ii" b BLUEl00iH AVI °1 _� TRAVEL TINE Il WITH SOLAR PANEL f ON POET' ALUMINUM POLES 1 \I MIAMI BEACH 'UM ITS PLANS" .........a _,�._ ...Mee Wale ' ._ COLLINS AVENUE AND W NS STREET PHASE 2 IRAN TAROK DEPARTMENT ....T'— INTELLIGENT TRANSPORTATION MANAGEMENT Le�ena..An�•�- 'WM ti' �a COMIRICIM COMM o.lerrwlrtaM AND SMART PARKING SYSTEM an.IIMIlt MO..o...wa OW.: Nunn a1,17IN RAF..."el MAN.wLnr.W..+.JT..L A.R/W.4 MN.AMMM,MANMEM-cwo.._mm.M_n.W..w.nr.o. \\ \\V n p\ '1 1 1 111 1 1 1 0 11 1 1 1 1 111 \ \ 1\\ u\ 1 1 \\I \ 1 1 11 \\1\ 1 1 1 0 \ 1 y 11 11 11 1 1 0 1 \ 1 1 \1`I B\1 \ IN \ \ \ ,,,11‘,,,,,y,,,,II„1 \ 1 11 • 1 1 V/ `v IIII 1\\1 11 \p '1 1 1 1 1 U 11 N. \ 111 \ \ \ 1\ 1\\ 1 111 \ I \ ,\%\,,,,,,, 1 1\1 \ 1 IP 1 11 0 5 20 \ 1 1 N11 111 p' \ ,�\ 111 1 111 II' I 1\ \I _ ‘, \I NI 1 1 11 111 Feer NI \ , - \11 NI •1 \ 1 111 111 1,-- \11 1\ 1 \ 1 111 II 1 _ \a�1 1 1 1 \11 A/ _ 1 1 111 r Vi, 0 111 /i1 ..-..,--..Q'' -05 ‘ 1__--_- \a�R-av 1 I T \ 1 - 1 I I COLLINS AVE 1 \ I \ \ '11-',.. ,q v I v SII v I = c--7 II 1 1 �1 1 \ \ 4 I/I Y ' __/Ii \Ap-------_---- -_-- --- I R AV!CONTROL N\ ') -- III CABINET WITH 0y�=' _---- _` _ -Ill WIRELESS CELLULAR _,..--S,,-1_-------- , .=-0._,�._- 1- 11„ RA010/ANTENNA '•S U1 1 III 1 II 1 • I60W ,g,_,4":,-------10 OLAR 01 1 III N 1 1 I 10 GAVEL-�O 1 III 111 1 I IM \ ,1 111 1 1 19 III 0, 1 1 111 III 41 1 1 111 OLUETOOTH AVI I11 111 1 1 TRAVEL TIME 20111 111 1 1 WITH SOLAR PANEL L11 111 1 1 ON 10FT 111 11111 „{, ALUMINUM POLE \II 111 _.. 11\ NI 1 1 • R1 \ 1 III 111 1L_ 1 1 \1\ III C j\\1I 1 to , MIAMI BEACH ITS ,.�,� '_ "` COLLINS AVENUE AND 5th STREET PHASE 2 4.•••• TRANSPORTATIONDDEARTMENT "`"'T'"•""" INTELLIGENT TRANSPORTATION MANAGEMENT �"��e..v.�...,o a ��^ue� +� — + ... AND SMART PARGNO SYSTEM „�, "e s.. RQI Owe" 812,0" .io>o...�Mvw••11w`M\ar M NMI AOISA.MIIss s....._R"r se...M.so.....ao Jam-I ina.s_aoww_u'..'crs_nsvnvwmon. ELECTRICAL CCTV AND DNS SERVICE POINT CONTROL CABINET ELECTRICAL AND TWO t NOPE SDRII ELECTRICAL CONN.PULL BOX ELECTRICAL CONDUCTS. MILL eoX v INE09 BL AN!TRAVEL TINE OB •• •• •• •• •• •• •• •• •• •• ••SENSOR N Q 13013 1 . TOO T NOPE SDR!! ®. / ELECTRICAL CONDUITS. __ D s zo • JULIA TUTTLE CAUSEWAY WB TAst p 1 TWOS NOPE SON!! /—ELECTRICAL CONDUITS. JULIA TUTTLE CAUSEWAY ER : I ELECTRICAL AND ;7-1 CONN.PULL BOO . DNS CONTROL CABINET 12:1 1 lij MIAMI BEACH ITS PLANS �" • "'�'_ ......... "` JULIA TUTTLE CAUSEWAY 2 MILES WEST OF ALTON RD PHASE 2°1 TRANSPORTATIONrM�ENT "i0N'"�•"'.. INTELLIGENT TRANSPORTATION MANAGEMENT rA�wa. Argo Aar - ti �� IMP AND SMART PARKING SYSTEM 7,,, „- aaaearowaftal. _ y..0 WNW *Naar IN N.+w..w.a*i..Kro r yr n.awinoa 04*.sr MS r A..<MIN PN...w 2.71.1104.114110,440,011,2M11[3_11,11.5,1.41,..052 0 5 20 FM JULIA TUTTLE CAUSEWAY WB JULIA TUTTLE CAUSEWAY EB (ELECTRICAL I' WIRELESS MICROWAVE/ FULL BOX CELLULAR RADIO/ANTENNA ELECTRICAL PULL BOX ELECTRICAL TIO r HDPE SORA 0145 CONTROL SERVICE POINT ELECTRICAL CONOURS. CABINET MIAMI BEACH '." ITSPUES �. I t �.�__ "*A”."2* s ._ A1LIA TUTTLE WAY ONE MILE WEST OF ALTON RD PHASE 2 ! TrmsEORTAnoN DEPARTMENT nwv.a.Ns INTELLIGENT TRANSPORTATION MANAGEMENT it �-w,µ�_ 'w' — WO. me corearmou comaaNEwN.W{Rar AND SMART PARKING SYSTEM O1°��"'�'''.""...J �,4� r SAN— Ma N.... MAMA) .t1.13- W.,.MMIIIMM.CIMMAM N Pane f.•v1 f.rirtr s.w rear,NN. .... as .. INI_M sM,SVsw.vnln0 S1fti n � 1 ILIE9 .*"`• 40,1p 4,...... : jZLIIISSINNM.'- 0 f 10 riizsiti F -I I CCN AND AVI CONTROL CABINETTWO HDPE ELECTRIC.CONO ITS! IIuI II //1 �. ONa I Laaaa�asgA `'I_- I` r/ ON SOFT ALUMINUM Q _ _ _ \ i - ? `�!.. el POLE r •a •1__-\,__-, 1 __1 ELECTRICAL BLUETOOTN SERVICE POINT AVI SENSOR 6 ---- TRAVEL TINE _ ___ _ ELECTRICAL WIRELESS/ PULL sox NICROWAVE RA010/ COLLINS AVE ____ ANTENNA __cv____ as=tea s esti ' ',�`✓ .. .04 '7,'s,,s4... 4",k,"*. I i P--q MIAMI BEACH '��` ITSPLANSA = --��� COLLINSCOWNS AVENUE AND STM TERRACE PHASE 3 TRANSPORTATION DEPARTMENT NNRr'^� INTEWOEHf TRANSPORTATION MANAGEMENT � aswon, wa �� r "' .we�sue� _ _� _ AND SMART PARKING SYSTEM r II=TO ar.c Si 11 ms N .11••••••1.1.6410.117 r Nr 6v a1fB s.Wr_m r Nr..i..N Wt..Aro r >w.NEWSP.rs_SERIKLs r.Nsvwm.as ELECTRICAL SERVICE POINT __4 - ELECTRICAL •O 5��1-0 MULL BOX INFANN feet • TWO?HOPE SOW?! ELECTRICAL CONDUITS. • • • n • N y/I • •1 N I ELECTRICAL PULL BOX ••-r�• I __i • AL PULL ELECTRIC I T _ • \ CCTV AND AVI / I —— ��Mr CONTROL CONTROL �./ </ .Y____-X\ ,� CABINET — _ ELECTRICALTNO S HOPE SORT, \\ — ——__ —_ - I WIRELESS MICROWAVE/ PULL BOX //'ELECTRICAL CONDUITS. \„\IRADIO/ANTENA 2 1-1i%( CCTV 3ON �=--`—r -- ll/r �Ij\ I I 3OFT ALUMINUM "Q \ ___ S — �' �— I I \ POLE —\ s. COLLINS AVE ! BIUETo AVI SENSOR 5 ..Q, TRAVEL TIME . I I I I I I I I I I MIAMI BEACH S 711: .•. r ii.rlisiii_orT ---omme ”` COLLINSCOW N$AVENUE AND 71st STREET PHASE 3 INTEWOENT TRANSPORTATION MANAGEMENT ' TRANSPORTATIONI�rDEPARTMENT S• iwuNr.•a on"rr... A . .Wsoya.� .w rr __ r OM. ORMEAND SMART PARKING SYSTEM �'�r.. IT-71 a.., a/fIR !SW r` M 0,0.00 wM."4r 0 w•.WSWII�S.uv S..e.Jf r J..t r...SSM..w a~Irr+fSa-UCI SENHUs_I,sv.Svwmm.Oe. p/• / p/ / // N// / • / /// {*ems. d N/ 4 i/r r rr // /r 1yt y / / // w�) I. /p4/ // / // i // / / // / r- / Fiat p /p// r `` ..a'zsx®szaa__azz_.=:_..==.®.e..w.::....__..w-:: svp /% I// - /4 , / / v / Te1L]R ✓ /t_1__LJ r / - ✓ .(_� // I 1\ . / / I \\ .4'1. // / \\ \ INDIAN CREEK DR / ///// /i / /�,� 11 /%// :L • L^ / / BIUETOOTM ,.tL ///// �L ��t' l� AVI SENSOR / \\ / ,_ /// / TRAVEL TIME ti \ r \'/ ///� 7,=5- WIRELESS/ / / / / \ .J/ MICROWAVE RAO101 ,/ / / / / / •.--,-1....-- // / / PMO 1.HOPE 50011 / '`� '\ J/ �/ ANTENNA / / / / / \`I,. - 's >.--/ ,..1)_, �________ / IELFCTRICAI CONDUITS. / / 'h.�. � 1I4 / CCN AMO AVI �B -yi� �� CONT ROI CABINET p I / •• __��______ /ry \ �` \r<\\`�� '______ // mss. \1 < Ia. -LT ELECTRICAL // • \�\�'\`�', CCN10N II\",\, PULL BOX ___ _______ �// // �\ 1%, 30FT ALUM/NUMPOOLE 11 fir'"-i,[7',..,477--- _____,_______/// ELECTRICAL\`\";:�`:\\ 1 / �Y /r /H /,' / POLL BOX C ``�' N/ / / // /i // //r / \ `�`\`N // pN/ // /ji// /////// // iW0 I2.C MOVE SORII / 0 / /// // / /// / [ELECTRICAL CONWITS.I�w\BB�'�`•)\' j i(Pi3/ I/ i /i�r/ / / /// \�v, / NW/X10.4 / / /oi ri// i/ / d // / ELECTRICAL p / /M / i P �X / p/ / / /4/ / // / / p/ / / /// / /// / 4/ / / // / / // / IELECTRICA ELECTRICAL /% / // / .p/ / / / SERVICE POINT 'A/151: 01/ i i/ // ,5 / ',4 ,� 1 MIAMI BEACH "�` 75PLAlIS �w .MT '_ �` "` INDIAN CREEK DRIVE AND 71M STREET PHASE 3 �T�pSPORTA1OND DEPARTMENT ^^"�•""w INTEWOENT TRANSPORTATION MANAGEMENT an �u.Nw.."n/ .me�a.an� w... —_ row - AND SMART PARKING SYSTEM a , ea wawIT-T20. 8.12/2,30...e8.12/2,30 ..//r,RI .:wrrOeq r Ia.Rr.wnawtw rr w.m f4,1 r \ San._RS Swot. .Sr.,nn IVO �r«.no.w_r mos_sr.rI<rs_n5v.s.vr.m«. I 1 n j II 1'\I e 1\'—s),1'Li'1 /LII\J\1 '-'1, III \ I I/..11 1II—/1 �T. \ 1 11 Iv'N41"v I II ITU A AI '1 I \I 11 1 11 II\1 \\ \ 1 I O W 1 11 1 1 I 11I\\ \\ \\ , 1 1 1 6 1 I II,. \ S 0 5 20 I I I II \ II I 1 1 II \\ \\ \ I I 1 1 1 11 \\ \ FM h_ \1 \\ \\ WIRELESS/ AN^##yy.. j r _ \\\; \\ \ MICROWAVE RADIO/, is ^c. .t-R"+9 '.....+ "=. ,.` µyA A�4 Y� I I \\ \ \ S• I ANTENNA • I I \\ \\\ \\ • \\ S CCTV AND ATI /l/��`` \\\\ \\ \ CONTROL CABINET 0 • \\\\ '\\\\ \\ 4. ELECTRIC: , % TWO r HDFE SORII \\\' \\;\ \\ \ ;') �'\ IULL BOX,. // ELECTRICAL CONDUITS. \\\ \ \ r���Iice% �``````` \ \ \ \\ r _/`„'7 •• •• •• •• \ ••T—• BLUETOOTH // �1 \ \ AVI SENSOR 3 „/ ///\ \\I TRAVEL TIME / 0/1 ELECTRICAL SERVICE \\ ' '', CONNECTION POINT AT 330FT \•\ \\� /I l\ 3� •• ” ON INDIAN CREEK \\ /Il CCN 33 \\ // ON 30E7 ALEMINUM'__ TWO r HOPE SDRII \\ `'C J/v+ ROLE ' \ ELECTRICAL CONOUTTS. / _ _ _ _ ) I . ELECTRICAL— , ELECTRICALS-\ �I l _".` •\ SERVICE IORMTi \ 11 ( - �_ I =^ 111 Ii-;= \__�� 1011 �` A- U, �` ``\:''„ ,N�TgN CCTe� R 111 — Q\ 111 —" 111 J111 / jRl i 111 111 JJ�>1� MIAMIBEACH "�` ITS ANDW6PLANS ma.. # .. o� �— INDIAN CREEK DR AND W B3rtl STREET PHASE 3 .f- TRANSPORTATIONvDDPAAR�ENTT "^`......1 INTEWOENT TRANSPORTATION MANAGEMENT �.������ 7.o. wr^rem �- ..r r Sema AND SMART PARKING SYSTEM ` " , I r *at ULx1. 1.2250.. ,....A.•••••...1.11.01,r S01001*N11.aNe_110 r Smart ER14'yam An alrlw-tHr«_cwo1,Fie CtS MNIIS wnrlm FIDE GAUCHE B 3 20 Ealr 3 EIECTRICAL SERVICE POUR TWO S HDPE SOT'V- IE(ECTRICAICONWRSI \ �� -------- ---- ---f_` ELECTRIC __ PULL BOM \ - __ -___jj CCTV CONTROL- - ---:�T A 1 CABINET •• �� - 6ASlND 10U fvs ,''" ry 'PUL BOX, II _ I ' .' CCN 1/ WIRELESS/. 0 MICROWAVE RADIO/ \� PNE0T ALUM" I---- , \I 1 11 _ _ \ 11 \ '11 11 "' \ - _ i \ I '' _ -- _- --C'' 1\ \ \\ __-- 1 \\ 1 rL1\ --- __ ---; AVE AIRY -- Cpu.lNS _ \ I 0 // II \rte � . MIAMIBEACH RS PLANS ,�._ �'r'.^ _GOWNS AVENUE AND S ,•••OUTH OF INDIAN CREEK PHASE 3 O1 TRANSPORTATION DDEEPATMEENT 1P.'�•'w INTELLIGENT TRANSPORTATION MANAGEMENT an ice.'�a ��\rae�t IMO CaNEIRION AND SMART PARKING SYSTEM — w RaA y...: .Ivn,> ..,i,:..��xnN..+\++n.+\[4rrw.s.slnaw s.+..�rsr rerwy wrawaM+�+NrpwrW_mnreT_ svwn,.o.. CCTV CONTROL ELECTRICAL �.,L CABINET PULL BOX WIRELESS/ 0 5 30 N/CROWAVE RAO/0/ ANTENNA __------_ -a __-- 1110. ���TWO RIAL CONDUI FM ELECTRICAL CONWRS. ELECTRICAL', __. _ _ � SERVICE POINII _-;jaaaaa - crn BB ----__�• ___-. ON)OPT ALUMINUM i� -� -a �. POLE I __-__ ib. I I~ _ II II II I 1 aaa II I a as II -1-.-7;•-;:,--,-T--;;;;;;;;;;;--- -_aa II I I M1 11 I I l -- J I P. --_ -1-� 1 �� I _-_ _ I I - _�1 I ---_ __ I r ____� I \II= ___ ---___ I I I J T _ -- _ --'� I �11�1 - ---, _ — 1 I II -- _ _ _ _ -_---- _---_ II 1 �I111 _--_ __________, _� I 'i' COLLINS AVE -_. _a I 1 III _-___ oa --_L!i 1 I `Qq 1 aa_ as aaa_ I I -aaa__L-__ I III i _____2-2:__ _ - _- I II I • as l Ill _--_. --1 II _ MIMOSA CONDOMINIUMS - ___ _- _- ter. .>� ITS PIANS „�,��_ ®row - MIAMIBEACH COWNS AVENUE AND 4700 SUC PHASE) � � --1=''':% - � EROIIRTAnO DEPrAR ENT Iss.Rs""'� INTEWOENT TRANSPORTATION IMNAGEMENT r. + - re. --- I ANO SMART PARRINO SYSTEM �e.w .au. ��wn��- - - o,«.. .�an�. ....._.7.. ,.,.r._ww+.r.wwlnr�....A.wwnrw a.s�n r rw....r u....w s.-I.�r.r._cwa.e._sr.�l..s_r.s.nsv�..Pnc.. 0 5 20 Fee. __ ____. g�_ _$--_____ _ DM5g:TOL CABINET aeaa� 17=axxx=v=v I -fr- __-___ av= =xs_-_ ELECTRICAL AND COMM.YVLL BOY I 1 II I __� T 1 I II ___= I II I� • `--(ARTERIAL ONS 14J x=sas=___-___ I 1 0 Ill INDIAN CREEK DR - ----I-�--"- / Ii ����-- a==========x______ ______ __-- I QI I 1 j 'I s-____ __ II __1________ i -_______I___ 1_1___ II ELECTRICAL AND( _ COLLINS AVE - __ COMM.NU BOY cav 27 ONmrr ALUMINUM 11 �� {'- J• vOIF \\ TWO T NDVE SDR(i ELECTRICK COMWRS. • - WIRElF55/ =.lyLL II 1 ONE I.IT COMMUNICATION[OMWIT. MICROWAVE RAO/0/ �'% I11 T %/ _ --- I __ MTEMNA •---_____,,••--- • N'A•• i • III III •s crn CONTROL ------ I CABINET / -- ( ELERRICAI II IIII T--,-._ Q SERVICE VOfM! 11 1 II III I /,',,,, / _ I ELECTRICAL AND 11 1 1/ gforA ADL.BON II I I/ / 111 I 111 I �.% FONTAINBLEAU ill I HOTEL 01 III I I I p 1 / Y// 11 1 3 1 / I /// II 'Y MIAMI BEACH �"mm` TS PLANS 'll r—` ._ INDIAN CREEK DR AND W MIN STREET PHASE 3 { mu: 1wN RT no EAR�ENyT I• "�"a""a INfEWOENf TRANSPO;40STI MANAGEMENT �,^� 4� R Gl. 0..""Z: _ —�r�A-� 'r ^'OY - - ISM ORM WM AND SMART PARKING SYSTEM "7,..... - R_e own. uusn eArs r�`N�urrrlwwlor r r•.•�srur r�n r r•.e tiw Mr wsr.a�wt._e.mm_nirlres Irsvrsvw�n osN I il 1 I1 11 1 11 it I - I 11 1II II 1 • 11 111 u I 3 III III n 20 0 SIl 1 11 Fee, II I / I ! ,, I1 II 1 IIII ,:;'.1 Nf 1I II 1 r I 1 I I I 1II II 1 II !I II I II il aaa a / II II 11 1 / n I II Il I 111 I --_ /( \Ait \\ I \- \\ 1 - -T`_I \ 1 I I _ I 1 1 '�-_-I 1117-__ a a _ 1 1 I I - --__ _ __ I I 111 - r__-_________________, ' ---_____ I 1 II _-___ 7-----,,,......,,.a aaN`aaa as =4aaaaa _-_ CCTV IB I 1 I a ON SOFT ALUN/NUNI I 1 II / 1 POLE' I I O I _-__. I __I 1 wCRONAVE RADIO/ II /ei COLLINS AVE - a'==a__ 1 ANTENNA / I --__ 48. eWEToorH ='� '��Q 1/, G---__._ .��-'>_--'r_ AVI SENSOR II _ - / TRAVEL TINE I IIC Ix// -----___�_- I III - ,-_111 I _ L-_ =__ CONTROL CABINETS 1' III R____1\IB I --__-_ -- _ _ ELECTRICAL,, I� I� II N IN 1 __-__ _ __ PULL BO1i I /y� II I\J II I ____-_ Two 2"HOPE SON" I II I III --_ ELECTRICAL CBMWRS. I�/ II I\\III I - _-_ _- fl II I `I II I I II 11 f. III I I II 11 I\�I II I I� II II I 111 I I� II �I A• 10 1 I II 11 / I•,I it I II II/I I III I I 11 /IhNI• 111 1 I 11 II 11 \ 111 I I 11 II I/7i/ III I ELECTRICAL I II 11 U III 1 PULL BOA 1 II II 111 I III 1 ELECTRICAL II 11 111 1 SERVICE POINT II 11 1!I I MIAMIBEACH '��` "�P""$ �. a ��a_ —w® ._ COLLINS AVENUE AND W 4141 STREET PHASE] SRW gRT0..1110....... r110NDEPMfTMENT "mlrr ,NTE. TRANSPORTATION MANAGEMENT r��a�r gra �"! rrissoraa� r —_ r +.r + awc NNr NNroLwau AND SMART PARgN6 SYSTEMr+ ...w a...: NNw+s _,.,..7:::,,,F.:.%..":„..7......,....,,,,,",,yr aamminosa.s.wr_m r:_.r�wN s,..7.........,..-'"''''''''."-' ,w.,...m,.-+....w<._wwr_sswlas nsmvwirsm LECTR/CAL II t • •(',* r.rs T '444.^-,..t SERVICE POINT I ELECTRICAL II IL * f,F J 9 1 l PULL BOX 1 II • P 1':' 3'1 1il y'3 M�'� TWO S ROPE SORT/ I L, ._ 4.f'�-7 ' _ I ELECTRICAL CONWRS. \\\ MVOS CONTROL �" l //I _ CABINL7 • 1I I /f/I 1 WIRELESS/ r ELECTRICAL ELECTRICAL II I 1 I7 i ".MICROWAVE PAM/ l PULL B0X PULL BOM ----L I r !.0 O WI - .�:t ANTENNA Yu(j/ ;- i \ r f I n r -----_-,-/ ,___\._. I . MICROWAVE TWO S'HOPE SORA ..,.... VEHICLE DETECTION 8 ELERRICAL CONDUITS ON SOFT ALUMINUM POLE COLLINS AVE I i _ -LL _-,� _ r 7 7 \ ¢ ,,/ {t \\\ ` �l T III II • r ____, II II I 0, I , '\ ,..:',,'i,,, ,'. y:} . 4111 s' 1..:N IA ii,,..t3 aj, n ra,, A. L x , K 1 ITS PLANS "���•a O= =. MIAMI BEACH COLLINS AVENUE AND W 32nd STREET PMASE 3 ��� ro• B1A1•-� TRANSPORTATION OEPART/AENT ...T'r... INTEWGENT TRANSPORTATION MANAGEMENT war P'A j I ��==,a. — +— ^• OWE r�W rAwP.mN AND SMART PARKING SYSTEM '^�'�•'s"'.^Oj r •a'^ 13�-� NR.an>.T.Y;a... 000®.,_r+�_�L r� .d.. rrsn wpm le wnn.rMNrrNar r at...awlno.o....os_Ns r N..P...N MrN..w sn-Is..wr uom_srNe.mvnvuNmoos r •• '-I-•• ' I: 1 '\ I • / / II`/ �y' / / L. \l L, i WIRELESS/ ,'.( / ' rn MICROWAVE RADIO/ 1 G ANTENNA // jy\ / - PN[ CCTV CONTROL // //�y�I 13V CABINET / // /i II IELEcrarcAL //6 PULL BOx 1 ." ///94 ELECTRICAL Y� II SERVICE POINT W./CIA, ` ,,/,/ 9 �---- FPL SERVICE. 9i��.16\�� `�J//HH 11 ON AIA ANO I)(N ST / y , WO FTI NORTH ELECTRICAL yi/ ••--'L`0�� %yy 1 PULL BON ELECTRICAL TWO r HDPE SOR11 ' y�j �---;VF/,,,/,'9# y I PULL BON (ELECTRICAL CONOUTTS.� / CCTV 12 ON •• g I ; t k" y? 30FT ALUMINUM /y'g -ikC 1�- •Y •• •• •• •• •• • . •:_i SEE SHEE ITdB POLE I� - -,� i `-�,IZ C\ -, c I Z \ \ C FOR CONTINUATION i \ \ \ \ \\ \ / ( TWO T HDPE SDR11 V \\ \ / ELECTRICAL CONDUITS. ELECTRICAL I"TWO Y HOPE SOR11 �?\' PULL BON ELECTRICAL CONDUITS \ TWOS HOPE SORA �a r�\\ \ELECTRICAL CONDUITS. i �yyi •• y "i I \\ " 0°°:------ "��" 1 ' I ' ..ds, COLLINS AVE s1 " XII 1r tii-----I0 III - R y bH/. -- %�) n MIAMI BEACH �� SP ANS 1 -'- "` COLLINS AVENUE AND 281h STREET PIiASE3 _ �TRAN TRANSPORTATION DEPARTMENT "�Narws INTELLIGENT TRANSPORTATION MANAGEMENT an"me"s.si...w... _ �s�.lra�a� _ K.M — ~.. COMMA WM 111110,-013. AND SMART PARKING SYSTEM r n�Q_ ,m. ar... I/2.10 rl.r��N••••• arWNr♦os r Nr•whet MMus,"r Smart Porn.Prs w ao.M-1,"woo_ORwv_uma,jr5VVNIAIIII231.1 \1 ,yy,�wyr lyy,. +' I 1�#ff [„Qt 41 1 010 , ,.....k.,-,AN364 ,I-- -A ,,., 111 , yl5 i' 0 S 20 L/1 ,, j lit' ! a + f MVOS CONTROL '-'-'---7---- .- '`. CABINET iia- _�-�� INiRELE55 MICROWAVE) `, .{' I' C`LLULAF NAOIO/ANTENNA. 'ELECTRICAL -__ --' zPULL fox__ -----f7 _ _______________' ;1;3 -___a-___-------------- --==_ '"-' MICROWAVE -- _- EHICLE OETEETION 91 __ _ _ __-___- ON ZOFT ALUMINUM POLE' • =s- =s-1 • z " z o caza=_ TWO I'HOPE 5DF11 _-_zs -s =z= L f s z= _ __ ELECTRICAL CONOUITS.� _ sz ss _ _ - -- cxszs=a s _ _T-zzaax _ ----- xzr_______ ^ ', -zzz ss s s - ==zz:_ xzxzs-zzzz=zvzzaz '" ELECTRICAL-I Puu0 J ALTON RD ________- I'' TWO r NOPE SDRII� 'II -___ - __-ELECTRICAL CON LITS-II ___ _____ __ _ _•-------------- _______-- TWO Z•HOPE 50011,--1ELECTRICAL ELECTRICALSERVICE PONT. - t PULL BONS IELECTRICAL CONDUITS. }Cy. ELECTRICAL - .!. ...#11k, 1 PULL BO MIAMI BEACH �wRS SOUTH _ -•�- ALTON RD SOIJTM OF 45th STREET PHASE 3 ___ 1 SPORTA10TIO FEA�LEHT '" ......"'• INTEWGENT TRANSPORTATION MANAGEMENT my.�...T..src.w. Ti s Ne.10.ar....s ��___ . _� AND SMART PARKING SYSTEM r Rat .w..: •12/101, !M.III IA*N.Ar.za\10u,orN..wrJn 10t anrt r•110i.ps w snuNH..u.r_umm._aAv)Ie.Rrvnva,WFvor yr, ELECTRICAL ' t ilr�" ISERVICE>OIN/r II ' I ELECTRICAL • I PULL BOX • 1 `~✓' ^N,i ra, .; 1 I ONO J MOPE SOFII I I ELECTRICAL CONDUITSI . I I ELECTRICAL r 4LAi ____ 0 3 20 CCTV CONTROL 44,/ c_-q `\a Pee CABINET ,. ®// \k r A.__ ...z__T_ s --------------- -- - - - --°..., �` - --- —— --- _z IIWIRELESS/ CCTV 31 ON I I MICROWAVE RADIO/ 30,ALUMINUM II ANTENNA POLE 11 !ELECTRICAL 1. II PULL BOX I b+ r 1 ALTON RD I L --- ` ��I' r-' "L, - - y _ 1 1 . y I _ /N i+ \ --- I i' R -JI N II I h J 1 . I I I I I 3 1 I I 1 1 I 1 1 I MIAMI BEACH '�m` '� GM.M...A �e1 " mem ammo ALTON RD AND wATm STREET PHASE 3 TRANSPORTATION DEPARTMENT 10�".•". INTEWGENT TRANSPORTATION MANAGEMENT 'a. + ..'OM ITIMOINIATOM MOM COW r.rwa_aa AND SMART PARKING SYSTEM 4,444""'en.444,^'.• .,.,a,,,.•.-. Mwnae..aaaa _ wa _ _ _ OM WNaM RMAN r MI✓.+�mw�n0n B r rs•ax,r rrJ71 r rrV W A.MMr s Iw+Wna.aa_uenow_sr f,a:n sou.,.voa. ravrior ...+e...,..r-u. .....•N..N.I....,...MUY....... rcV -. r. -lc," .' � •� ... • w �onrwsa+ r Y131SAS ONOINVd 1HVWS ONV lwawwivn�Nnxnua•.omn -. --.- •w r a.ovu ar.n...r�...ie 1N3W30VNVPI NOLLVJLOdSNVtl11N30f7131N 1 w..v..vu. iN3N1VVd30 NOl1v1WdNNV" c( a,..�,,,= £3SVNd 1331115 WK ONY ON HOLM 391 W V I W w r .�...s ..��.�. ! SNV-Id SL v..... I I , . !,;/h., , „ „,y,4,....7,,,;:„,:,.-4r,:'' .'.', ' ',_;:, ",* '- ":• w'i. I IYJItlU3l3 30 .'/ 30._.. 3 30 gp--. ______30 3C 30 -...._ ..30.... ._.-. gp - --- 30 _L ==__�- ___ __�____�________________ ______=====m=.=_= --- __ -- - - ` Ss3Nn a3Moei • _________ ____________-__-____ `-53811 tl3MOdl • '5I100803W318.133-13 --- \ r-IItl053d0H SOMI ;, -------------- \\V 11 as NonV _ ---- 3 X08 TIO.1 _-:_____________ NJIbU313 1402 N0a:,NNNINOT' --------------------- -- f51110NO3,„,,,,313 In X01133130313/13.1 _1180S 3.101 1 0. 1-'3""""‘ J ______ ______ ____ 4X59 0 AL �� �YMN3lW/Ol000 0010773) j �� • XON 7706 /3MYMOtl3/N 553=; ---- T'J1NU313- --- R --. 131116, 1082103 5078 02 S 0 F m 0 Z y • >o °"s �l d 11 'I ; ,.� Ni (\/ :I/ / \ ` 0 5 20 II/ \\ \�\I`� • /-_----a1 / \ \ `"�° \ 4� IIJ J L 1 '\ 9-s -_�- __ T /r //T r T i. G--/- 1/_ G// -1// _,/// // ALTON RD [ARTERIAL DNS 1 ------__ ` [CCTV 32 _ --- / _ \aaa �\ / / / / / / / / / / / L - / to _ __ _ _ _• E_ -< a, �: at ELECSRICAL, WIRELESS MICROWAVE/j=a aa��`\ .\ \`� \"H5 t04 SERVICE FOWL! llI ELECTRICAL CELLULAR RADIO/ANTENNA "A,:., tt ,a TWO S HOPE SDR11J PULL BOX ` `` t ELECTRICAL CONDORS. CCN AND DNS aa`H at ELpBfRIBA CONTROL CADDIE! aa` 'N\ to ',c.c.- ♦ tt ..,,,:,,,,,,s t t. at t'',:,-‘-‘-•,, a. atp \�\1 at t \ t waernrte ITS MIAMI BEACH AND6310 T �• .�.d....A '_o� ��_....._ .. ALTON RD 83111 STREET PHASE 3 TRANSPORTATIONDEPARTMENT ""�"""� INTEWGENTTRANSPORTATION MANAGEMENT � Tv. ...o.,nn� ',raw �_. + .� - ®IaorwMWOLA.m• AND SMART PARKING SYSTEM ` oo (Mar 11/2/2011 1111..11 n N.v.•11•...w. Ii7 0 yr raw.noo.s.,.. .r a...IM.n..Aro m i MA11_C•MONI_N!NnCE5_nsnfvunvnn I II I I It I I II 1 1 D I ELERF/CAL II 11 II SERVICE POINT', I 11 N 11 ELECTRICAL 11 111 1 PULL BOX i 111 11 • I I1 In 1 • I 11 17 1 I F / II 0 5 20 1AVI CONTROL / II CAB/NET i SII Foe Two?HOPE SOR11"• 4 L 11 \ ELECTRICAL CONDUITS. r • 11 'S''\ II / ELECTRICAL II PULL ROA] `trw .„,..),Irz '"4"ii Ir ` \ 11 __- WIRELESS MICROWAVE/ _ 11 r T- BLUETOOTN DI I,il CELLULAR RAO/ANTENNA I I II AVI SENSOR TI II I I I TRAVEL TINE II I I 1 ON 20FT ALUMINUM POLE' 1'� II II Ir 11 IIIA 11 II II ALTON RD/W 63rd ST 1 I 1 sae______ :_.____' _ "___________=====. 1 1 I 1 11I I I I ,'1 1 1 1 1 1 1,— 00 r I I 11 /l ___ _ T 1 1� _ I I I L 1 1 .y0 1 I 1 111 -I 1 1 III I III 1 I I I 1 ..4 I I,.. 1 111 k'4 7 r T T —7.-- I 111 ... 1 1 I L... 11 11 _1 • V / J1 • ii i•' 11 •\1 ❑__ m r 1 I ,«F Y 1 1 1 1 I 1,1 I1. 11 a�.a..da�� ;4..� y C4. MI AMI BEACH .� ITS PLANS �; , , _ —•—" W 6111 STREET AND LA GORSE DR PHASE 3 ,� —.:117"."7: �wW6PORTARON DEPARTMENT '"0•'T'•"'� INTEWOENTTRANSPORTATION MANAGEMENT m.•e.,�a�.s�v.. +', .sc —'•w + Y°" r wrN•RM.mna M•erN.•Aaamu AND SMART PARIONO SYSTEM >. o...., • t i //H4yHbb' '' y 4 f4 fb I yy/ i''H HHH H' HH 0 S 20 Hyy' H# Foe -- `HyyH yffy' y0.m"0 i'ff===.H 0 y,4405'`\sem\\`r' ,HH0 �9ygff y5S' \ / \ \\\ \ X A ELECTRICAL.- Hy'' \ \ ` �'/ I ✓ SERVICE POINT y'.' \ \ \, Hyy 1 / \ \ \ yy ti I 230FT NORTH iyi \ \ \\ ,H _ I ifi \\ y 5111 -� TWO7 HDPE SORiI \ I + ELECTRICAL COMOIIRS. \\ ..0° 0' qH II I.- I 44 360Fi, ' \\Hf b'1/ -,::0"' UII ) t ELECTRICAL yy �P 9 yH ---'- U\ -- \ 4 PULL BOX �Zyy' ��� I47' ii9HgN\`---- \ 'A CP `\ x4 /H ••0� A, ,Z. Q�P,N s�5 /I'/ 1 A„. •= IA yH ' /r / / ELECTRICAL , // PULL BOX y'i yg:'- .LIII\P. /i / / L 7\ ABBOTT AVE A`f'' Io / i i •• . y4.-C.• '/ \\` 11 /'/ / I TWOS MOPE SORII Z y' \\\J `Q 111 ' / / / ELECTRICAL COMMITS., ' ' - ,p, - ` -'\- - eery 3. - - aax \ � 71 1\ ON 30FT •• _,4.(F=.�=a=te====q=w� _• * \` 11 ALUMINUM POLE ELECTRICAL, ,,:m:;°*;/' yH?H \\ 1\ y PULL Box !PH'H yi.v p PULL BOX p�e y ..0„, TWOS MOPE SDR/I I ,��/ fH4;' ' CCTV CONTROL, ELECTRICAL CONDUITS.I .t P, . � / ,44 HH' E55/J CABINET /994 MICAO.AVE RADIO/ H i "' i'/ i___- .ANTENNA. 9bb ..„' .�. H i' � i a k ,.. e i i iii i'' t;1 ........�..T.t,� . ■ :.d •••44E ITS PLANSMIAMI BEACH AND .�.N•.N.P. _�_' —•�. INDIAN CREEK AND ABBOTT AVENUE PHASE 3_ amme 5MN TATON DEPARTMENT '••"• INTELLGENTTRANSPORTATION MANAGEMENT ' "a" — 'M— �r 1 oB11s0N•E•w•sulAwts AND SMART PARKING SYSTEM O1®` "w'•'.'•°'" ,_ •a"w=�'n=�M• i NM - w.. 'AA-- - "O. WIWI, .nM IN 00.....* Ory r NrAw NI* lnAEaN f.r.=m r =t MP....sr....NR n`1 mow_0.00_SENrrrs RsvIMMIIVlwN IlIjA4 \1°. - ELECTRICAL ELECTRICAL— SERVICE POINT] PULL BOX, • TWO 7 HOPE 50RI1 ELECTRICAL • ELECTRICAL CONWnS. PULL BOX 0 5 20 Feet H• \I--TWO 7 NOPE SORA • ELECTRICAL COMMITS. gPl I t N 1 1 R+ 1 ..1 {{. II A II b I CCO II• II II II ti;. ... II �t MV OS COXIUET MICROWAVE RADIO/ r y M CABINET ANTENNA 1,-a r'r` II 4• TWOS MOPE SORA ELECTRICAL-_ ---- II ELECTRICAL CONDUCTS. PULL BO% ---------------- II II ELECTRICAL' —. - .SIV II PULL BON 1 ______•• --------------- •• x _ -_--_--___- . II -ir --- - ----------------------------- Z„ 1 I VE/LpI�IEVOETERION IR __ _- ,. __ ON 10FT ALU MUM POLE r, —Cs---r---\--cX CO f MIAMIBEACH ITS PLANS .. _ `���` w S74 STREET AND COLLINS AVENUE PHASE 3MI a �~ ' r�i TRANSPORTATION DEPARTMENT 'ae INTELLIGENT TRANSPORTATION IMNAOEMENT �,•���at ej . ra Mac arauL Rau AND SMART RAMOND SYSTEM " n�,......�,. ire._ ur.suea _ _ _ a... Mann can 0 01011NPaa 1111.1 ermeem0es S..Ne_n.r N.n P. ar w aN rn..eW.a_eApwa_ aea.IMITS .MANIA.. 4 0 5 20 ® SET Rd EE SHE0 FMK [FOR CONTINUATION ...—">---------4a LLERRZCAHLDOENOO � _ •/• ' - '- X-_------ ' I / — -- i-ELLTBROA _ ..=•• • _ '-- i i iz __ sl TWO ZNOPE SDRII COLLINSJ`�--- AV AVEE ___ ELECTRICAL CONDUITS.i -. —— —— �� �� --.__L_________________________________ 't,-. —T1 / \_..''_ -- -_-. ARTERIAL DNS ----- \ ' '''' --- ELECTRICAL' _----- -- ___,_^ — POLL BOA i z¢a-z ____-;;;;;;.;;;;-'-s;;;;; __/i 4 '1'\ ......... mac-- rh --- '_=c a a c c WIRELESS/✓ -• "...Z.,,,,, \ I h MICROWAVE RAOIO/I 11I III ANTENNA N 1________- II _____________ ____-_ I VIII I II ORS CONTROL Y CABINET I1 II r ——II 1 'II Y 9$11 11 t q n qaa\\ ~ !a .....g i • MIAMI BEACH ITS PLANS ..:::24.....% — "` __ COWNS AVENUE AND 25th STREET TRANS T�•n0 DEPARTMENT .es.e.� INTELLIGENT TRANSPORTA11ONMANAGEMENT mvM�e..n.�o....nar a wWruaeW� '•� — + _-_ tee. MO AND SMART PARKING SYSTEM „"� Me LTA_ wm w.,.. uNalr .awm xv...rnN.WAcNUW�reW.NAnsJ *NO .. 5 se M•3,11..Iw .. a ,n-aa _uows_se.rasns.nsvwmra. 60 W SOLAR PANEL MVOS COMfROt ' CABINET _ ;0:2°' WIRELESS/__ _- WICROWAVECELLULAR/ _--_ 1-1:1111- -_--- _ - RADIO/ANTEMXA-- 70 _ -" _cc== --`"- VEHICLE D ^ __________>__________ ON 7IR ALUMINUM \. .., FM VOLE ____ ----- _ _____________________ gni -- ------ - - --- - COLLINS AVE __-- ___________ __. _ ____ - -- ,s+. SEACOAST SUITES : .. MIAMIBEACH "O"A"S ."`=....,...., 's ®��` "` mmc COWNS AVENUE ANDITS. OF 5700 BLOCK PHASE 3 O1 e GRN+ RTAmIION DEPARTMENT "�"a'^"m INTEWOENT TRANSPORTATION MANAGEMENT �� � Ili _ - r r1 rr mr,W.M rAw nAnm AND SMART PARKING SYSTEM <.:'.. .,u..rnmrnruw..mr..say u..e.m r 1 P.mW W w m!�ma.wm_cwas_mmras�rsvn AAMIT, m • 0 S 30 toe WIRELESS MICROWAVE/ CELLULAR RADIO/ ANTENNA ' WEDS CONTROL- ELECTRICAL CABINET ♦ PULL BOM '11:, I I 1 INDIAN CREEK DR NlCROWAVE - VEHICLE DETECTION 7 I I __ ON LOFT ALUMINUM POLE I I ---- TWO S HOPE SORA ------� I- _- ELECTRICAL CONWRS. I I - -I I n r r r I c r'-- I I I I I I I /- - �I I -V. 0 1 ,l� II 111 1N _ __ ELECTRICAL VIII I 11 I 11II 1 - --- -- ! -'-C--_ PULL BOM I ----I4 II I - I j d 1 III II I". 1II I --- ----- 1 III 1 II L`,X111 II I 1/ II II 1 '. N I - 1 i I 'fit'4.`k 1 10 S 2U IB I 0 Feet B q 0 Illi B B I I n N II 11 E I 11 co 1 m 1 n 11 I ; IIt;It O 1 1 h, u aI y,, a 4 %/ PI ‘ k 1 `.ia /\ \a -i— /V/ \ \ I I// BYRON AVE �� 111 =_, .z1 III 1 111 1� . ,� III III I 111 t _ I II 1 �,v WIRELESS/ II 1 !1/ �/MICROWAVE RADIO/II II 1 Ill ANTENNAII CCTV Al ON—r lI 30ETALUMINUR R, POLE d /\: / - ;d / CCTV CONTROL Nr \\\ I. H CABINET,. \\ ll/ \I IIIELECTRICAL ELECTRICAL I I III PULL BOX PULL BOX .I III 11 III _ 1W07 HDPE SDR11 •t ! lb. I ELECTRICAL COMWRS. II II II ELECTRICAL ELECTRICAL I L PULL BOX SERVICE POINT � TWOS HDPE SORII ELERRICAL CONWRS. I I (IA II • MIAMI BEACH '��` ITS PLANS e --•� "` BYRON AVENUE AND BSM STREET PHASE 5 TRANSPORTATION DEPARTMENT '�'...... INTEWOENT TRANSPORTATION MANAGEMENT ������"� �geLa I '� ^'O" - I w�......s••SNNrRNen RAM. AND SMART PARKING SYSTEM ,�, ..'e-'m. _ N.. ff-91 Mr union Mel�w ..v.r.NIV.I.Ncn r WMalwewlnm _ r N...hr..ER M.nw_w..ww c mm_wwwes mvnvwno/m , I` fri . , �1 ' 1 :exEi "�'a ; aI r,3 t • a " �r t� 9 i ��, � L S }a +� 14 _4. TTi _ _ 49 11 A"s t, = } >ti # � Y t fes + •t. .;,�,�i. 1 itt,:I t j G y, r gp T• as# � N #� 1 ^1 J r„ ;4:It' • 1' K l F' y .--- 1,r . il' >� N > • Of R409.31.14.1 Mit HARDING AVE I WIRELESS/ ON 30 PT ALUMINUM IM MICROWAVE RA0/0/ ALUMINUM V ANTENNA POLE '' __i •t •• •• • _ A - • • • J _-47 .l' ''�'}' I I ELECTRICAL rW0 2 HOPE SORII ELECTRICAL a PULL BOY ELECTRICAL C0NWR5 PULL BOA I, CCN CONTROL ELECTRICAL CABINET SERVICE POINT W j. ;: Sw co ll WNL ,der1. • ! 001141OVAL MIAMI BEACH '��` ITS PLANS 0.,..„..`'' .W.nx ....nv,c s.� Far HARDING AVENUE AND 87th TERRACE PRASE 5 lil TRANSPORTATION DEPARTMENT ........ INTEWGENTTRANSPORTATION MANAGEMENT w.. �� m.r..� .a..s r.� 1719 WEITIM Wwc Ww IOW ROM ANO SMART PARgNO SYSTEM O1w'�""�•'a".°""•` �;; 'M'wu'u`u'•� r 0-92 o....: .,,,n,. .zryw NAw••Mwr•rWNYr Wr rawlnm Y..rs_ �.s...rru.s srWr sR,...-.w. _ _ r _ s..wnaTuw II I I '/I I 1 I P r 1 A II 1, r// I 0 S 10 lA Foe r n. CCTV AND AV 1/ CONTROL CABINET V / I I ,1 , BLUETOOTH I 1 AVI SENSOR I TRAVEL TIME ,I V I WIRELESS/ q__ L---11 // _111__ 1\ PULLRICAI ELECTRICAL MICROWAVE RADIO/ I1 -1L =tt=-----\ --*\ PULL BOY TWO S HDPE SORA SERVICE POINT ANTENNA I{-___s_�=_t—�_LL ELECTRICAL CONDUITS. " 11 I PUL�BOYK _ ___ ' \ _- ELECTRICAL �e/l t' %/ f. PULL BON 4. I \ .1.=a •• •• •• •• •• `� JeII : �__ _______^______._ ` — > 1 TWO T HDPE SORA I I I .� _-x/15 j ELECTRICAL CONDUITS. /,,� '- 1 [CN 35 ON �L , /l, 30PT ALUMINUM I rI - � POLE L- _ c I I (- ABBOTT AVE i I I 1 I 1 1 1 r-- I' , I I I I 1 L -----------=a=- I /i F °` I\u ,K,,.oNL,-�...�.,..N.. { 1 IT----1----,`�0 •rNwswwW+YssNm wssw, y\ • !y ; II"- \y n .•aNS.�n.Ue. is MIAMI BEACH "m ITS PLANS ,2/v, .,. ,• -1...--a..7:1:- � ABBOTT AVENUE AND 71st STREET PHASES TNAN�PORT TION DEPARTMENT "......'"'• INTELLIGENT TRANSPORTATION MANAGEMENT .. •r �� 1 AD owc Wwea Rsl. AND SMART PARKING SYSTEM .................................. ,weeeeee• - r R-93 Mx .12/2017 sn r,n v x !W.. swomdm lI••0 a..u.nlnms.s.mm TS r R..s. A...s,... 20 AM �rW-snals_unmr-ssAsrrss jvvvrsvNAwrimmoN 'i PULL ELE/T1.47 ROXL '--\ ______ CCTV AND MVDS, TWO ISS HDPE SORII — _ ICOATROICABINE_T_ WIRELESS/ LOW VOLTAGE AND CONN — __s:-s__—__--- NICAOWAVE MOIO/ CONWrtS.f ELERFICAL I TWO].SS NDPE SORA ELECTRICAL ANTENNA __-- •• ________ 0 J ZB PULL BOX LOWVOLTAGE AND CONN. PULL BOxI _____----- �� ••—_—_ \ n _�___— VEHICLE DETECTION 1/A' ------ - ------ ---- ON ZSFT ALUMINUM POLE __ • -------- ---------i II CrnN I _ _ _ MICROWAVE___ 11 ON 30ET 1• VEHICLE ALUMINUM ON LE J//II 11 ALUMINUM POLE 1 _ I ON LOFT ALUN(NUN POLE II 1 I ■ S NOPE SDR11 I TWO II II _ _ ELECTRICAL CONWRS. • IIS 1 M --- VENICLE____. II 1 ____— • • DETECTION ZONE II 1 1 .—— . __— __ _____7 I „ ELECTRICAL. I —_ PULL Box; I n _ VEHICLE _—_- _—1 it . DETECTION ZONE ' _________________________ I 'all ___ _ •• 1 KENNEDY CAUSEWAY I I I • a- I C >___ 11 _ ELTEWRZCNDCPNDRTAJ.[ I 1 -__ --_-,-_:;;;-=- = __— _ — I ====s -------- ------- _1T==``` b ELECTRICAL MS` ` / PULL BOX U ELECTRICAL J N.,— 11/ SERVICE POINT ‘‘.,\ TIl l 1// / IIII i ci // / /// / III // / /N / uI h / /// i /// i .`,4!/-ro'' .12.1". i t p/ h l/l/ l l 1 /ll I a�°WF {j 'NE /r r W 11 I — pr a lr / II i a l II 1 'ar""'E ITS PLANS 1 a:,1'� �..'a�^ ' Nr MIAMI BEACH .W."o� 7 - 78..STREET CAUSEWAY AND E TREASURE OR PHASES =mat ass esanw A M�w��� . ..� I=TRANS T®IAI ICOM.EPPART DEPARTMENT Navwsrw INTEWOENT TRANSPORTATIONMANAGEMENT ane re we. MDMINOssAn� - ' rr AND WM SMART PARKING SYSTEM „fa rt+as _ M.n.. f/X2017 sas... N.v,W..Ia.rawa a r fwwssnsfw saaw n r 5*...,,N s•••Apo Aw•l .swa_c mnar_srommos Ps.Fs..w17,.ase 0 s 20 I I I,i v ., I�� III 41 11 E ER AL �I/I 1,\ \1 ,,,,,,,,i,...„. ., DNS CONTROL (SERVICE POINT. /-_____I] \\\ r'+ CABINET WIRELESS MICROWAVE/� tL \\ ICELIUIM RADIO/ANTENNA MICROWAVE LELERRICAL'. // �NN��=� VEHICLE DETECTION 12 PULL BOx /�/ (� PHASES _ ===e _ �Sf Si `ay$•N__�• 4-, 4a /\ --- TWOS • MOPE SOFII `.i`` _— _ _a—sem m> jEIECTRICAL CONDUITS.I ��--____1_ _/ L ELECTRICAL PULL BON — _ _ _ __ CCN 36 ARTERIAL PHASE S --- DNS 16 — PHASE 1 NORMANDY DR .. r t ` -- = =a,.� I - - -- --- --- \ /6'p /6 :.... ........:..... \11 I N 1 IN /�y/� X f_–– • !/ W f C '^ p . i 1„ W Av EyN; °. �A7J J i f . Rut., MIAMI BEACH '��` TSPLANS .WT 1 .75.77:1":".. �W"'. NORMANDY DR AND RUE SORDEAU%DR PHASES°� ORRN PORTAI1ON DEPARTMENT "a..."". INIEWGENTTRANSPORTATIONMANAGEMENT "•� — + '"'M 1 AND SMART PARKING SYSTEM O1"'m` '�'''"a' „,z,.........”. „ ��•�'�� m. r rt-Y6 ...r .11/2017 SWIM MI ..kwyrb\wMepr 6Wr wavalnov I_.r_ITr fn.MY.l”.•10.An a' -nw«_c.\ouvo._SMIKES IMITS, m.ONI ELFCTR(CAL 1Q4 Np@ x.' SERVICE POINT L .• n1 ELECTRICAL ��y/- >. (- PDLL Box' �-171111.1.."•-- 20 L.A.N\i S,* £ 3 FM ,I.•, • TWO T HDPE SORT I I 'u� 1 ELECTRICAL CONWRS. _I N 0/ 111 \\\ i 1 I y \ \\ ELECTRICAL 4I / %, \\\\ PULL BOX ------- -------------- ------ __,4,v...',...". �' __ /r____ __ '� _ ___ _______ t \ x1_______________ NTWO 2 NOPE 50811 --— _-- --_- --_- - ELECTRICAL CONDORS. HARDING AVE ----- MICROWAVE VEHICLE DETECTION IS ON MFT ALUM/MUM POLE ___ __ -f }J TI:‘, - _ aaaaa=ssa=- \ . __ \) I1 � 5 <. I L _ NVOS CONTROL ELECTRICAL CABIRXT PULL BOX rt a • MIAMI BEACH '��` ITSPUNS " " --"-` "` 830 STREET AND HARDING AVENUE PHASE 5 ...,_ ,.TRANSPORTATIONNDDEEAR�ENT "m''+' INTEWOENT TRANSPORTATION MANAGEMENT �� o.�..�".�RraA P � ++ + — 707 AND SMART PARgNO SYSTEM °^°a'm"""""'^^�• aN NNN.N.Nrue� me awe _ _Rte__ Owe, Venn, !Pee Pe r .. Pe Mein ea .cnw1.,o..1 Se.n r .e s A. Pete.',r m Mr .4r..a.wr-eAowr--urges n e.ewRno.n I I I I I r i/ I I Q I 1 � CO 0 S 20 PM —_-- JOHN F KENNEDY CAUSEWAY ------ -_- N BAY CAUSEWAY ---_ _ BLUETOOTH —— TRAVEL TIME 23I'' MRH SOLAR PANEL ON SOFT ALUMINUM POLE -' -___-_--_- AVI CONTROL CABINET WITH WIRELESS/ CELLULAR RADIO/ 60 W SOLAR PANEL ANTENNA] Q3 MIAMI BEACH EN ITS PLANS _ KENNEDY VENETIAN CAUSEWAY AND SW OF SAY DR PHASE 5 TRANSPORTATION DEPARTMENT INTELLIGENT"m''"°•"� INTEWOENT TRANSPORTATION MANAGEMENT anN�.�spa i� .M—Srar= AweNs ani M� �_ Ar AND SMART PARKING SYSTEM momANA no _ rt� 4wr WNNIT ICBM n x.wYL.VwMM+br r Om/AMwN1t 3•••=j111.11 Non M.4s w NNNMNa_ce5 _ussH.:NSwwmIAN i I 4 I I B B I I feet I II T.ivt CONTROL II ELECTRICAL ' .`CABINET L SERVICE POINT ELECTRICAL III „—._, ' PULL BOX ELECTR/CAL 0#!'1- II _ —___-- ---11L■ PULL BOX D �}r— ` ----- � - -C-- \ al PFv' r- ❑F• WIRELESS MICROWAVE/ CELLULAR RADIO/ANTENNA �,` [_PM _SOO 7 NOPE R11� BLUETOOTH ; 1 ELECTRICAL CONDUITS. AV(SENSOR 12 E �I TRAVEL TIME I eI ON SOFT ALUMINUM POLE Or , p I • { i I t x 'Ol1 W11thST 1I 1 1 1 _tet ss tr i y 11 IT 0 111 11 ,. _._-_ 1 Id .�� ur411r a} • ' W • MIAMIBEACH ITS PLANS �M r ,�" .--'0,— -;1 11th STREET AND MERIDIAN AVENUE PHASE B _ -_ TRANS TAT1O DEPARTMENT 1e°r'r"'r INTELLIGENT TRANSPORTATION MANAGEMENT ens•eee MINA 0...n.1.11. .A.,......,....• „_! �rMr-� rr= '.-- rok AND110, SMART PARKING SYSTEM lll` IT-pe *or NMM, .10111.0. NSY, W W MWMNNM Sen.-llF.fret Mfg,Siete Am r rSeinwm CAOSov_ _ svwn./pe PHASE 7 NETWORK LAYOUT FOOT d TMC LEASEDI° ux� ___-Cia ` LEGEND COMB DEC0 WIDE N / INTERNET �� ITS/SRS CCCCCCa CRADEPOINI CIWRLAR LEANS m / � CM,D 1f *BilI --; SERVICES 16193 OVER LEASED / RA SIMREE MIRECESS MICROWAVE REINIE CITY OR TRRNSCORE AIRMBER TVIO . .0 CLOUD RADIO /ANTENNA FFOOT 's/!FEES / PERSOMEL ACCESS r0 SYSTEM VIA 11x55 �� EI SECURE INTERFACE ACUSERVICES jj� RECEIVING VIDEO CENTER 1Gb /111111—www II� ED s OVER F --7 MICRON/NE ETHERNET IMF Rs.OVER Ito.. IED F OVER FOOT 112 1 95 LEASED FOOT FIBER CEASED FDOF/ NUB.COME ILASEO fOOf FIFER FRIER RISER URIC ry/�/ I / AMRIfIM MO, sr� ONUGE DI ma a OMAGEEGI l\\\l�� -PHAS — \.�' 'Al- ..... � l�Or 1-193 \\VSA\ rn.OS rnr s cF EGi GARAGE 1 Ca f' _ -PHASE 1 fL�,' ►�1 f- 1 ED E CRA' l a G d CtXCC�w / IMER K�(� - i PH, r3WEll 41 KF'I i ARAGE TOWER .HAeE CCCCC< tolls crn GG8 WI E 1 aa`WIi .._r_ n.xAu 1 croWEAE .= //�' �I CONI OMS axe •r^9' - Gµ,,W (TT( 7/CCTV 15- 9 �x PHASE 1 vHASEOI x 17,- /F/ I -- �.. CORM can CONE co. ((Ca 6 CCTV 11- CCTV E- CCN IS- CCTV S- FID TWER RMASE! TWAT!7 IMAM 1 MASS i -pxATE 1 iki 6 OILS cd/ coxa coxa COME coxa coxa COM CORN c C"'"12 CC,/ CCTV m CCTV n CCTV a ars I: crn a Ws SI lvcm v MT a ETC a MCC a (TT(a CCtttCki am a CCCCCC tt,� aa a CCtCCC i ii CCM 1_1 (Toff a CaCC( Oa a CttCCC a CONE COM �COMD CONS'Ts GOWN rrs COM FTS a CONN ns r*s MVOS 1 MVOS I 'NOS I1 13 WOS 5 wos 6 555 F 16 I IS IS le OM19R5 OI :) EE a EE a CtCCCC a EE a EE a CCCCCCa EE CCCCCC TUC IMPliall aaaaaaaaa aa iii MP NIP 10 CBIS CONE COMB Cele COMB COILS CODE CWS CONS COIN COME CPIR CBIS COILS DNS 9 WS 10 OMS 11 DMS IS OMS ID W5 IF MS I9 DNS 99 ONS IS DNS N MS 9S DNS SI ONS 25 MIAMI BEACH •=1/111.6 ITS ONE ITS PLANS _— —�� NETWORK DIAGRAM _ ...... ,f__ „0,1RA%ORTTAIIIONIeDwM TMENTT lawn... INTELLGENTTRANSPORTATION MANAGEMENT en......v.e...wa �• ,�Neraa� �• . _ tea. AND SMART PARKING SYSTEM -. .. x... SSSS IT-W I.-.... SCSI, 112:5,FN H+r..rrvX.Mrm r M..awl..o.ex,....._ ...Yowl...1..:.......,01.-11.. - II _ 5\S.mmIaN IO'MAX 7 FINISHED GRADE Pp Pp P PD Q DUNNING TME d i P J WIDE.'N'AZ THICK.COLOR F ORANGE.PRINT IN REPEATING P'1 h BLACK COLOR FONT'CAUTION P Pw CITY OF MIAMI BEACH ELECTRICAL BGV AND COMM.' A I n 4 v, Pk 17 .aw G�Q P LOCATE WIRE.COOPER.GAUGE Q No.12 AWG.45 NIl MINIMUM THICKNESS POLYETHYLENE P SHEATH ORANGE IN COLOR. D .o D 0 � o i 0 0I 0 ©a QaI�..t.OQ��1Q4.• K .Ga�� Da v 2-2'HDPE CONDUIT r^ 1-2?HOPE CONDUIT FOR ELECTRICAL POWER. FOR COMM.(IF REOUIRED.1 'FRENCH NOTES: 1-8ACKFILL WITH EXCAVATED MATERIAL AND COMPACT THE SOIL UNTIL FIRM AND UNYIELDING.REMOVE ROCKS AND DEBRIS FROM BACKFILL MATERIAL SCALE:M.T.S. MIAMI BEACH """` SAMPLE ITS DETAILS ._,,,a,,, -•- TRENCH DETAILSw TRANSPORTATIONBDDPAA ENT mmr.'� INTELLIGENT TRANSPORTATION MANAGEMENT �,�� ^ �o. renN�orAn�i +— woof— ,101 EACH AND SMART PARKING SYSTEM ,....,,,,.... .. Ir-iyL. rra.�.l .,vAr, ,ons... r..,n..rn.+wwr e r l.w1VRr.R 0 ..RR r>..r r►r.W0 OM2.1-rw4roco,.mosse,n-(,.,rsvrss4Nfl701 4 WARNING TAPE ENDS AT THE BEGINNING OR END OF THE DIRECTIONAL BORE ROADWAY.WIDTH VARIES $2.141.a11.aaaaaa as a a a a a a a a.aaa.dk. Z MINIMUM 10 TINES DIAMETER OF CASING(IF CASING N USED).0R 48 INCH.WHICHEVER 15 GREATER. 1/7/ .�- ..�.//..z.Z/.� ITS CONDUITS QUANTITY AND TYPE AS LOCATE WIRE TO BE PULLED INDICATED IN PLIES OUTSIDE THE COMMUNICATION AND POWER CONDUIT NOTES: I-CONTRACTOR SHALL FOLLOW FOOT UTILITY ACCOMMODATION MANUAL(OAR)GUIDELINES.DATED 2010.ON THE WED AT INtp://www.6OGstAtell.uNIrddesIgn/YtlINles/ 2-CONTRACTOR SHALL FOLLOW BRIDGE SECTION 555-2 HORIZONTAL DIRECTIONAL DRILLING(NOD)CONSTRUCTION REQUIREMENTS OF THE FOOT SPECIFICATIONS. 3-CONTRACTOR SHALL FOLLOW SECTION 555-3 HORIZONTAL DIRECTIONAL DRILLING(HOD)QUALITY CONTROL OF THE FOOT SPECIFICATIONS. A-CONTRACTOR SHALL FOLLOW SECTION 555-4 HORIZONTAL DIRECTIONAL DRIWNG(HOD)DRILLING OPERATIONS OF THE FOOT SPECIFICATIONS. 5-CONTRACTOR SHALL PULL THE COMMUNICATION AND POWER CONDUITS.QUANTITY AS REQUIRED.WITHOUT USE OF AN OUTER CASING.USE BACK-REAMER WITH PROPER BIT DIAMETER.USE FOOT SPECIFICATIONS SECTION 555-33 FOR RECOMMENDATIONS OF RATIO BETWEEN BACK-REAMER AND PILOT DRILL BIT DIAMETER. 6-CONTRACTOR SHALL FOLLOW 555-5/HORIZONTAL DIRECTIONAL DRILLING(HDD)DOCUMENTATION REQUIREMENTS OF THE FOOT SPECIFICATIONS. I-POLL LOCATE WIRE OUTSIDE OF THE CONDUITS BEING PULLED BACK BY THE REAMER.USE COOPER WIRE GAUGE No.12 AWG.45 WI1 MINIMUM THICKNESS POLYETHYLENE SHEATH ORANGE IN COLOR. B-THE CONTRACTOR SHALL NOT OPEN CUT PAVEMENT UNLESS DIRECTED BY THE ENGINEER. SCALE:M.T.S. MIAMI BEACH SAMPLE ITS DETAILSmar, . ,_•••••••••7,... --- I _ -- HORIZONTAL DRILLING DETAILSINIMMIMit Wayase B 7 TRANSPORTATION DEPARTMENT RevNaa_ INTEWGENT TRANSPORTATION MANAGEMENT an��.�....^'�.: -7 M --.,�a�_ _- _�.` COMMON CEMIVIDINE 1.11.1:401i AND SMART PARLQNO SYSTEM ,,,, IT-I01 w«.r 10,011 wsI w .,14141•441..4....."0”r nr ama.,.,el..ow:....._R r*et hr.SNI.. 4114•194-414,0404,40,440.se.nCrs nsvrsssorrrat.a. NOTES: SPECIAL NOTE(LONGITUDINAL INSTALLATION): I-THE CONTRACTOR.WITH APPROVAL FROM THE ENGINEER OF RECORDS NAY ADJUST THE FINAL BURIAL DEPTH OF THE CONDUITS(N ORDER TO TRANSVERSE NONMOVABLE OBJECT CONFLICTS. I-WHEN INSTALLING UTILITIES LONGITUDINALLY,THE ITS CONTRACTOR SHOULD MAINTAIN A CLEARANCE,FROM ANY EXISTING VITRIFIED CLAY 2-BACKFILL WITH EXCAVATED MATERIAL AND COMPACT THE SOIL UNTIL FIRM AND UNYIELDING. SANITARY PIPE LINE OR EXISTING GAS LINES,OF AT LEAST THREE REMOVE ROCK AND DEBRIS FROM BACKFILL MATERIAL. AND ONE HALF(3S1 TIMES THE EXISTING PIPE'S DIAMETER. 3-WHERE CONDUITS ARE TO BE INSTALLED OVER EXISTING UNDERGROUND STRUCTURES(E.G..DRAIN PIPES OR UTILITY LINES)WHICH ARE LESS THAN 30 INCH DEEP,THE CONTRACTOR SHALL ENCASE THE CONDUIT IN 2500 PSI CLASS I CONCRETE FOR THE ENTIRE LENGTH OF CONDUIT THAT IS INSTALLED AT A DEPTH OF LESS THAN 30 INCH. 4-IF THE MOUNT OF COVER OVER THE ENCASEMENT IS LESS THAN B',THE CONTRACTOR SHALL INSTALL THE CONDUIT TO PASS BELLOW THE UNDERGROUND STRUCTURES(E6.,DRAIN PIPES). 5-FIBER OPTIC CONDUIT SHALL BE 1.25 INCH IN DIAMETER AND POWER CONDUIT SHALL HAVE 2 INCH DIAMETER.NUMBER OF CONDUITS IS AS SHOWN IN ITS PLANS.THIS DETAILS CONTAIN THE WARNING TME?WIDE,6 MI THICK.COLOR RED. EXTREME CASE IN WHICH ALL CONDUITS ARE REQUIRED. PANT IN REPEATING BLACK COLOR FONT 6-WHEN THE CONDUIT BANK RUMS PARALLEL TO GUARDRAIL MAINTAIN A MINIMUM 'CAUTION MDX POWER CABLE BURIED BELOW'(IF SEPARATION OF 36 INCH, REOUIREOS USE ORANGE TAPE IF NO POWER ti CONDUIT IS RAN, 7-WHEN THE CONDUIT IS TRENCHED PARALLEL TO GUARDRAIL OR FENCE,MAINTAIN A MINIMUM CONDUIT DEPTH OF 36 INCHES. _ LOCATE WIRE,COOPER. r GAUGE N0,12 AWG,45 B-WHEN THE CONDUIT IS TRENCHED PARALLEL TO GUARDRAIL MAINTAI 1 1 UM SEPARATION i ' I P MIM.• MI MINIMUM THICKNESS POLYETHYLENE SHEATH WITH EXISTING UTILITIES OR DRAINAGE PIPE OF 12 INCH.IF THE 12 INCH SEPARATIONFROM THE CROSSING UTILITY AND THE MINHTRENCH DEPTH OF 36 INCHES CM NOT BE MEET,ET.THE ITS ORANGE IN COLOR. CONDUITS SHALL BE RAN 12 INCHES UNDER THE CROSSING UTILITY UNE, VARIES ITS COMMUNICATION AND POWER CONDUITS AS PER PLANS WARNING TAPE 2 WIDE,T mil EXISTING UTILITY OR THICK. COLORRED.PRINT IN DRAINAGE STRUCTURE REPEATING BLACK COLOR FONT CAUDN EPOWER CARE BURIED BELOW.(IF REQUIRED). P MINIMUM USE ORANGE TAPE IF NO POWER CONDUIT IS RAN. CONDUIT OVER LOCATE WIRE.COOPER. PIPE OR UTILITY, GAUGE No,12 AWG,45 MI IF MIN,30'BURIEDEDDEPTH IS POSSIBLE ki � -(qigi MINIMUM THICKNESS POLYETHYLENE SHEATH L ORANGE IN COLOR, IT5 COMMUNICATION AND t POWER CONDUITS AS PER PLANS, i VARIES I•', 2500 PSI CLASS I CONCRETE. ...:1 WARNINGN TAPE 3'NGWIDE.BL 6 MI THICK.COLOR RED. EXISTINGPIPE.CROSSING 1LrLPRINT IN REPEATING BLACK COLOR FONT UTILITY • N. CARTON MDX POWER CABLE BURIED BELOW.(IF :.1v, CONDUIT USE ORANGE TAPE IF NO POWER CONDUIT 1S RM. —J WIDE WARNING -,� / TAPE SET OVER . y CONCRETE. MANSES '.• LOCATE WIRE.COOPER.GAUGE No,12 AWG.AS :t3'.3.:33;T:: !.•!: MI MINIMUM THICKNESS POLYETHYLENE AI '14'...f"'_:-',','•';''''.4: 11..i'. LOCATE WIRE.COOPER.GAUGE SHEATH ORANGE IM COLOR. � T. :,AMo.12 AWG.d5 mil NILV . ,.�, L.. THICKNESS POLYETHYLENE �' ` SHEATH ORANGE IN COLOR. EXISTING UTlLITT M I MIN.* ITS COMMUNICATION �0.•TNo�.a'•e DRAINAGE STRUCTURE. 1261 n\ R5 COMMUNICATION AND x. POWER CONDUITS.AS PER PLANS. V .1 � 2-T POWER CONDUIT. P r 2 P fir CONDUIT UNDER DRAIN PIPE OR UTILITY CONDUIT INSTALLATION DETAILS ACROSS EXISTING SECTION A-A DRAIN PIPES OR UTILITIES SCALE:N.T.S. MIAMI BEACH .gym.. SAMPLE ITS DETAILS M "`� •••••••••••••••••••• -- nom CONDUIT NEAR UTILITIES CITVIIIMart AIM L•07.411 TRANSPORTATION Nes....... INTEWGENT TRANSPORTATION MANAGEMENT R.— ^'OY AND SMART PARKING SYSTEM anr.....o.,o,.N.N..F. .nW.swso is PM Ill NM _ _ Mt rt A@ .__— r...,.., VIM, 3.14..0 l 1,..101....1•1110,0 0..eliVINNINI..1•JIT.Most IMO.MS w WW.LSKFrAI$-n., _ sssornIIOR Ir 24Jr Ir I r Ir _ N Ir I 17 Zr 1T • APPROX. 3— -I--Th E. •h p _ pS 0 o h ki 1 • • m I I — Z k ELECTRICAL PULL BOX ELECTRICAL MILL BOX ^ o o h h C - COMMUNICATION PULL BOX I. N .I o 0 / h IT r N r 17 }• m O m CCTV POLE 1. ICE o o I h L• COMMUNICATION PULL BOX I it 2r IT VARIES IT I A— L p - 1 h IT ^ ELECTRICAL PULL BOX 4 .� U. I^• M - = — •I o o ^ NOTES. ELECTRICAL PULL BOX I-CONCRETE INSTALLATION NOTES AS PER FOOT 2014 INDEX 17500 AND ItI « = = u % 17700.APRON DIMENSIONS AS SHOWN IN THIS DRAWING. , 2-CONCRETE APRON THICKNESS SHALL BE r MINIMUM. h •- o j PRESTREPE SSED 0 0 - 3-CONCRETE APRON AND BOXES SHALL BE ALIGNED AND SQUARED WITH J CONCRETE COMMUNICATION PULL BOX SURROUNDING GEOMETRY.CURB,ROADWAY,WALL.ETC. • POLE. tt ELECTRICAL PULL BOX 4-CONTRACTOR SNAIL SELECT THE ARRANGEMENT THAT BEST FITS THE h - FIELD CONDITIONS. T' N 5-WHEN MULTIPLE ARRANGEMENTS NEED TO BE ADJACENT TO ONE NETT ANOTHER,OR WHEN JOINING AN EXISTING CONCRETE APRON.FORM THE I• VARIES -I r IT Zr 17 AR APRONS 1 CONCRETE WITH EXPANSION JOINT BETWEEN THE TO AVOID FUTURE CRACKING.SEE NOTE 07 INDEX 17500 PAGE 3 OF 3. - __T 6-USE EXPANSION JOINTS BETWEEN CONCRETE APRON AND CONCRETE POLE h (APPLIES TO ALLJ. I3• ARI 7-APRON SHALL ALWAYS BE 12 INCH WIDE MINIMUM FROM EVERY EDGE OF 11111111111111 4 . PULL BOX TO END OF APRON. p - CO INSTALL A 6 INCE BY 6 ICO MAA X:S MID DEPTH MESH WHEN h CONCRETE FORMING.CONTRACTOR OPTION:USE 04 STEEL BMS SEPARATED 12 INCH EACH.FORMING A(ATTICE. • I • EIELTIUCAL PULL IDX h 4 9-OVERLAP STEEL MESH WHEN CUTTING MESH TO ADJUST TO DEVICES INSERTED IN THE CONCRETE FORM.TIE IA STEEL BMS TOGETHER AT EACH CROSSING POINT IF THE BA STEEL IS USED. 10-ALL COMMUNICATION PULL BOX COVERS SHALL HAVE INTEGRALLY CASTED .h. THE WORDS'CITY OF MIAMI BEACH ITT. • I • PRESTRESSED • • LI-ALL PROPOSED ELECTRICAL PULL BOXES SHALL INCLUDE A M CAIN ELECTRICAL TYPE I ELECTRICAL PULL BOX INTEGRATED VANDAL RESISTANT INSERT.OR SUNUP APPROVED DEVICE TO ?..•.. PULL BOX CONCRETE POLE. I.•.: PREVENT POWER CABLE THEFT.THE CONTRACTOR SHALL PROVIDE HEAVY DUTY COMBINATION PADLOCKS FOR EACH VANDAL RESISTANT PULL BOX INSERT. I F 554.r I h VARIES Ar SCALE:NSS. MIAMI BEACH '�"` SAMPLSOXLAYTAIL$ Ea �' -W PULL Box LAYOUT OFT_ TRANSPORTAMTION DEPARTMENT •avN..Ws INTEWOENT TRANSPORTATION MANAGEMENT �. j •••• '••� 1/(0 1.10191M1 WL%L*NMVCLRA.M AND SMART PARKING SYSTEM ��•..u.•o:M..•.v.P ,-jZ,10 MMe..aa.� - ..I CU a.,.. o'JFkD OM/IN M'ATh NarN.naM M Mw rvL,a N.•r_m r Nmrt 1RO Ma MO MMAM.KWar wror_v*Hf_ITIMSAN M.00 120/240V,30 A CIRCUIT BREAKER.TWO , POLES.CBI NEMA 311 ENCLOSURE IN ISFi SEM/CE POLE ROA 120/240 VAC,SINGLE EXISTING FPL DMS/CCTV NEMA 334 f PROPOSED ELECTRICALPHASE.2 POLES FUSE SERVICE CABINET- ELECTRICAL PULLIOX• ELECTRICAL PULLBOX. ELECTRICAL PULLBOX. PULL BOX. DISCONNECT TRANSFORMER 81'.,,,, / / / / 9 / O / ( 7 I • 1 , FPI.POWER PROPOSED ELECTRICAL METER METER IWL IDX. ALL ELECTRICAL CABLES ARE I6 MG.PHASE, y` TBI.POWER DISTRIBUTION BM AC NEUTRAL AND GROUND(BLACK, 1 WHITE ANO GREEN) NM SPOi 110/,204 CIRCUIT BREAKER.CBI 7 i3 EXTERNAL - 26ovAc SID n ONS STRUCTURE di r ND CCTV TEL/PROVED ELECTRIC ETEL NEMA 3R ENCLOSURE.TEL TO PROVIDE POWER METER. - ` till' PROPOSED PII SERVICE POLE ISfi IN // LENGTH.5,BURIAL DEPTH.10 FT AGN.DO NOT ENCROACH INTO PRIVATE PROPERTY. - EXISTING FEL POLE MOUNTED TRANSFORMER. \ DNS/CCTV 240VAC.60A.FUSE DISCONNECT,1 334 TYPE CABINET. POLES.VENA 3R RATED.SERVICE CABINET TO BE ELECTRICAL ENTRANCE ENCLORURE PROVIDED BY MDR. POLL BOX FIBER OPTIC TIE SEMICE NEUTRAL NOR OROVRO, MANHOLE BOX- MINER TO LOCAL MOWNMO. IR ELECTRICAL 240 VAC TVSS.EXTERNAL FPL CABLE BOOT TO BE PULL BOX ` I INSTALLED BY TEL TIE IN CORN. I PROPOSED POWER � TO PULL BOX TO BE DONE BY TEL ��' ;i' PULLBOX :X:j • SIDENNX PULL-BOX. SIDEWALK.SEE NOTE � 41101F`■ �1I101.—�ubY/,,W 1,1 r r,� A ... M.�.I\� \`\\\\_•��{/_ `�\ `L� — J \ 1', I OS/EWALRC LEAVE COVERED.INCHES ABOVE GROUND \ � ��- / \ }INCH OIANAfN / 1 HOLE OCONOVRR �. I, ` ` PROPOSED POWER POLL-BOX. 2 O M CORM"DIAMETERFGI CONCRETE APRON.FPL MOI!CORM" SIDE 1 IRAN DIME). 11/f CONTINUES HOPE COMOUlt TO FIBER PULL BOX FOUR 06 4W6 COLOR CODED WIRES.PHASES.NEUTRAL AND GROUND cru,WT A XIII LONG SIR INCH _ ONE LOFT LONG 5/B INCH COPPER CLAD GROUND RODS.SEE COPPER CLAD GROUND SHEET IT-26 FOR GROUNDING DETAILS- 5[P.F x i c PROPOSEDKOWER IULL�OX. ROD. M. MIAMI BEACH '�"` SAMPPOWER SERTS VICE CC UH.P..N �,I.. _ '_ .. - POWER SERVICE TO CCTV TRANSPORTATION TITIONN OEPAR ENNT "�'..•� IMEWGENT TRANSPORTATION MANAGEMENT �.N�� � .To. _ NweNw�.FaN.� �� �� OWE MN BECK FLINN AND SMART PARpNG SYSTEM rt IT,04 _ vv.,... .4/2017 •mANN MN.*M NW 6wNVI N.6N.Is_m r N.N P.sP Son.,NN 20�r Asa TAmNs_N6r. s Rs.rsswrmLnR. SAN NOTES: I-ENSURE THAT THE STANDARD ROUTE MARKER(SRM)POSTS ARE WHITE WITH AN ORANGE TOP FITTING COVER WITH BLACK OR WHITE LETTERING AND GRAPHICS. 2-ENSURE THAT THE SRM I5 A TUBULAR CONFIGURATION,AND BOTH THE MARKER POST AND THE TOP FITTING ARE MADE FROM VIRGIN TYPE III HOPE. 3-ENSURE THAT ANY METAL FASTENER USED WITH THE SRM ARE CONSTRUCTED OF STAINLESS STEEL. 4-THE OUTSIDE DIAMETER OF THE SRN SHALL BE 35 INCH WITH A MINIMUM WALL THICKNESS OF 0.123 INCHES. 3-THE TOP ORANGE COVER SHALL BE A MINIMUM OF 1.5 FEET LONG AND HAVE AN / \ OUTSIDE DIAMETER OF 3.75 INCHES WITH A MINIMUM WALL THICKNESS OF 0.125 PTVW1MIN WI INCH. 1MMBPOR1M M 6-EACH SRM SHALL HAVE A TENSILE STRENGTH OF N,200 LB/S0.INCH. I 7-EACH SRM SHALL WITHSTAND AN IMPACT FORCE OF 70 LB/FT AT 32DEG.C IN L ACCORDANCE WITH ASTM 02441. NOTES SRM DECAL: I 1-EACH SRM SHALL SE INSTALLED AS THE MINIMUM 2 FT DEEP,AND CAN WITHSTAND AT LEAST ONE IMPACT AT 43 MPH BY A VEHICLE WEIGHING AT LEAST I:ATTACH TO CEMENT SURFACE WITH EPDXY GLUE AS C C 3,500 LBS.AFTER IMPACT THE POST SHALL RETURN TO ITS UPRIGHT POSITION WITHIN RECOMMENDED BY MANUFACTURER INSTALL EVERY SOOTY IN �P 10 DEGREES OF ITS VERTICAL ALIGNMENT IN LESS THAN 30 SECONDS AFTER IMPACT. BRIDGE RAILING WALLS(INSIDE WALL).ANO AT EVERY WALL T A MOUNTED JUNCTION BOX.INSTALL FACING UP. R 9-SRM SHALL BE INSTALLED ONLY AT GROUND LEVEL ON MON COVERED SOIL SURFACES. 2-INSTALL IN SIDEWALK'S CURB EVERY SOOT.FOLLOWING FIBER I L 10-SRN SHALL BE SPACED EVERY SOOFi AND AT EVERT CHANGE IN DIRECTION OPTIC PATH.USE MANUFACTURER RECOMMENDATIONS FOR EPDXYGLUE TO USE.INSTALL FACING UP AND WITH THE CABLE ROUTE C , BIGGER THAN 30 DEGREES.FOLLOW FOOT SPECIFICATION 630-3.10 FOR ADDITIONAL DIRECTION ARROWS ALIGNED WITH THE UNDERGROUND FIBER CABLE A INSTALLATION REQUIREMENTS OF THE SRNs. ROUTE. L R 0 B U RED COLOR BACKGROUND. �I T. BLACK COLOR LETTERS. R I RED COLOR BACKGROUND.BUCK COLOR CITY OF LETTERS. MIAMI BEACH E HOPE 0.125 INCH THICK DISK WITH TRANSPORTATION D W INHIBITORS. ELECTRICAL CONDUIT ---_,.. , —CALL 2 DAYS BEFORE YOU DIG WARN I N G SUNSHINE STATE ONE CALL <—I CABLE ROUTE :._;J 811 OR(800)132-4770 2 BUSINESS DAYS NOTICE REQUIRED. SALL a SAYS WHIRR TOY On ■RENNIN STATE OM CALL CALL 2 DAYS BEFORE YOU DIG RREI�IRHR OA.WHIP STATE ONE CALL �WNRRo 811 OR(800)132-4770 WHITE IN COLOR POST. 2 BUSINESS DAYS NOTICE REWIRED. SRM DECAL FOR CONCRETE SRM BRIDGES/SIDEWALKS ELECTRICAL CONDUIT — ROUTES SCALE:RTS. MIAMI BEACH SAMPLE MARKERornmea•L mar,L wawa = -M-- ROUTE MARI�R DETNL _ TRANSPORTATIONNDDEEA�ENTv PRrnA.... INTELLIGENT TRANSPORTATION MANAGEMENT �. 2 MS MN. AND SMART PARKING SYSTEM Mew'"'p"'P1""^P , �� MM..MwsTns�I _ R„ rt tat ,.�..... MMMM 10623 IV U+UWr.I DE M M✓SMMAMMWr F..m_RS r A...I.I.STM..Ws BwlN.../ TAnelSVNOI MR0JTnEVR!RV ..DO 1200,30 A CIRCUIT BREAKER.CBI FPL SERVICE ISOKVA TOA 1200 CIRCUIT BREAKER IN s6 AWG.vHASE, TRANSFORMER MENA 30 ENCLOSURE NEUTRAL ANO GROUND 600.120 VAC. ..--1 SINGLE PHASE DISCONNECT N CC501-128 CABINET / / i 0 11 TBI.POWER DISTRIBUTION BM '� PROPOSED PROPOSED FAL POWFR METER 'MAC 1Y55 ELECTRICAL PULL ELECTRICAL PULL BOX. BOX. MN-12E TVSS 120V,200 CIRCUIT BREAKER.CB2 NEMA 311 111 ENCLOSURE NOTES: I-ALL ELECTRICAL COMPONENTS INSTALLED OUTSIDE THE ITS CABINET SHALL BE PROTECTED NT A RAINPROOF NEMA 30 ENCLOSURE. 2-TIE NEUTRAL AND GROUND ON THE FIRST DISCONNECTING DEVICE. 3-INSIDE THE ITS CABINET DO NOT TIE NEUTRAL AND GROUND LINES. A-USE GROUNDED BUSHINGS WITH INSULATED RUBBER RING-CAP ON ALL ELECTRICAL CONDUITS TERMINATION INSIDE AN ENCLOSURE. S-ALL ABOVE GROUND PVC HOPE CONDUITS SHALL NE PROPOSED PII SERVICE POLE I2FT IN LENGTH. SCHEDULE AN.OR RIGID METALLIC. LET BURIAL DEPTH.INSTALL POLE AT THE BACK OF THE SIDEWALK.DO NOT ENCROACH INTO 6-ALL EXPOSED METAL PARTS INCLUDING ENCLOSURES AND PRIVATE PROPERTY. METALLIC CONDUITS(IF USEDI SHALL BE GROUNDED. FPL APPROVED METER CAN NENA 3R 120VAC,GOA.FUSE DISCONNECT ENCLOSURE.FPL TO PROVIDE POWER METER CABINET TYPE MENA 3 RATED ENCLOSURE. SUBJECT TO CHANGE 120 VAC 200 CIRCUIT BREAKER EXISTING FPL PAD MOUNTED IN NEMA 3R ENCLOSURE. IliaTRANSFORMER. NEUTRAL.OROUNP Emma NOTE: 120 VOL N55.EXTERNAL. ELECTRICAL PULL BOX. II DO NOT TIE NEUTRAL LINE 1 11AND GROUND UNE/BM INSIDE TIE SERVICE NEUTRAL WITH -- ''I WEAKER CABINET OR CIRCUIT OROUND.CONNECT TO LOCAL EAKER ENCLOSURE GROUND ROD II SIDEWALK b L�JGAdA SIDEWALK N'FVMsiati,alIarrrw•r I` w �_'■1 J L /�^`�II�J ITY COORDINATOR COORDINATE WFOR FPLITH EASEMENTII THREE N AWG COLOR COOED WIRES.PHASE,NEUTRAL AND GROUND RUN CONDUIT IN FPL DESIGNATED 2 INCH DIAMETER NOPE COMDUR EASEMENT.RESTORE LANDSCAPE TO FOLLOW CCTV SITE DETAILS FORORIGINAL CONDITIONS. GROUNDING INSTRUCTIONS. PROPOSED POWER PULL-BOX.ONE PROPOSED POWER PROPOSED POWER PULL-BOK,ONE LOFT LONG SII INCH COPPER PULL-BOX.INSTALL IOFT LONG S/B INCH COPPER CIAO GROUND RDD. IN SIDEWALK. CLAD GROUND ROD. MIAMI BEACH a`�` VICE CC ITSDETAIL9 —W�' SAMPLE POWER SERVICE CCTV PAD MOUNTED TRANSFORMER LOCO ROMAOORA M "10".N'"'. DITELU AND TRANSPORTATION MEM �.�•�wMMn,w ,� M�s1•sue , - + AND SMART PARKING SYSTEM R °V..,rr iM e r R-tG ss�v I/fiR awe X IONIV.m.yeektreAliff D r PrAVMNOYII S OE fl-Saw wrtti N N 21l411104rwp-[.n paM_sEivrCes r.Nfvswmrnw I SER SUPPLY MVOS I UPS EXTERNAL INAL VER) ^ BATTERIES RM/MAL SERVER) I (I1V OR NV) : _.__ TYSS EROTECTrC I2POWER PLY �.------ rorER:aDc ----- rOWERsvrrtr ----—�� • 1-1== ,5 --- POWER DISTRIBUTION K SERVICE 120V UIS ASSENILY NOMINAL �SNMP I I ETHERNET NODULE• 1 I I I I FROM LOCAL OUTLETS STEP '-—---EYHERMET SWITCH FOR TEMPO PORTABLE iRAN�SF'VORMER (NfEs/ TOOLS (IF APPLICABLE) AND INSTRUMENTS L._.—.—.—.—.—.—.—. ._._._. WIRELESS M/CROWARVAKELLULAR RADIO NOTES: I-ONLY INSTALL ONE STAGE SURGE MFES RS-232 MAINTENANCE PORT SUPPRESSION WITH MASTER rVSS Mi h PIM SERIAL CONNECTORI AT MAIN ITS CABINET. CABINET 1-CABLE SHIELDS CAN ONLY BE GROUNDED IN ONE END. LEGEND ETHERNET --------- POWER 120V AC - POE POWER LSV DC ETHERNET+POE -••-••-••-••-••-••-••- POWER 12V OR 24V DC TRANSIENT VOLTAGE SURGE SUPPRESSOR TOSS GROUND FAULT INTERRUPT GFI MIAMI BEACH SAMPLE BOCK A sr R � 'Y �We ,r NVDS CABINET BLOCK DIAGRAM _ TMNSPORTAMTION DEBARMENT '�".•"R INTELLIGENT TRANSPORTATION MANAGEMENT �.r�� �j J "w — + ".' COMENTM OWE k W EACH RAM AND SMART PARKING SYSTEM • '1O'.. ��'Z" N"'O11M1'•a•41M OM C.-IR- Om NNMD 54 IP 0........1..131,U r rmWiNS los-n.M.fast P.M.pr NM sM-U.FNMAN_O,..P.M_W OSS_RAvTS\15017191.0.1 INCIDENT NANAOENENT • 01 77 II II 11 r J I I I___- ___T SIREEI I 1 FIELD DR/LL IF MECESSNN • I I (SEE NOTE II i I 3/4.STAINLESS STEEL STRAPS r,i( PROPOSED ATTS If MIN EXISTING SIGNAL MAST ARM PENDING APPROVAL I I 1 I NUMBER OF PULL BOXES AND ROUTE NAY VARY. i`�. ��`J SEE PLANS. kI I 7 I l/I COM? NOTES: IM-CCTV AND I. WIRE ACCESS HOLES SHALL NET EXCEED 1•DIAMETER AND SHALL BLUETOOTH TRAVEL TIME READER(ATTS) INCLUDE A RUBBER GROMMET.ROUTE[AHEM CABLES(S1 THROUGH M.T.S. MAST ARM.DRILL HOLES AS TO NOT DAMAGE EXISTING SIGNAL WIRE. UTILIZE EXISTING SIGNAL ACCESS HOLE IF POSSIBLE. MIAMI BEACH •M" ITS DETAILS -` ���_ —W" ' OM IM-CCTV AND ATf51NSDE1M.S DETAILS . ........ (wN�RTATION DEPARTMENT ......! INTELIJOENT TRANSPORTATION MANAGEMENT �� �r M� $ i.r — -— ro. PM Mil LEAOL FLOM AND SMART PARKING SYSTEM •^rar`Me teem^" ..4,,,:I 07.,. "......Sam. rr-i NA .... MN1SlRMu.A NNN.M.NUM•IV M M Ar n.uIsIEX 00 S..k.._m r 1...Err w....M•m`Iw-S.wm c,o.._sr..rrrs firvrnisorrrere.11 CCTV POWER SUPPLY r 1 RS-232 UIS/OMS BATTEN CONN. DB-9 IR PIN BANK UIS EATERNAL SERIAL CONNECTOR/ TEMP. -_—_-----__H TVSSFAOTERION. _ BATTERIES PROBE. ETNEANEi (12120:-H) CONNECT 100A-H) TO I NEGATIVE 11. 1 I I UPS POWER _POWER DISTRIBUTION - -K SERVICE 120/2108 -METS.--- - ABSENIIY W/TESS K NOMINAL I IxEEr � MOLw1E HO CCTV.BUILT-IN . I I I 691 CONVENIENCE VIDEO 1 L____ OUTLETS F011 FROM ELECTRIC ENCODER L ` E/NERNA SNMN TEMPOPWAY PORTABLE UTILITY _--h- --------------------- DVEs1 rods r I AND INSTRUMENTS I-.._.._.._.._..__.,_.._.._ONS VFC CONTROLLER -------------------- I _— I.—.—._L—.—.—.—.—.—. .—.—.— WIRELESS I J MICROWAVE RADIO i DNS.120/210VK —---1-r R5-232 MAINTENANCE PORT DB-9(9 PIN DARTROMICS SERIAL CONNECTOR) LED AGB DNS. DISPLAY PANEL. 331 OMS CABINET LEGEND ETHERNET POWER 120V K&120/240VK POWER INOC MILTIM00E SERIAL LINK _.._.._.._.._.._..-..- POWER 1N OR 241/DC TRANSIENT VOLTAGE SURGE SUPPRESSOR TVSS GROUND FAULT INTERRUPT OF, SCALE:NT.S. MIAMI BEACH AMINE DETAILS DIA warm �L A _ Y �AeN • • A». CCT/CABINET BLOCK DIAGRAM TRANSPORTATION' ODEPARTS/ENT ....'^1.. INTELLIGENT TRANSPORTATION MANAGEMENT �, — ti mar. mea.WM.RIM AND SMART PARIONG SYSTEM .oU.... .o...^v n, _-rA�g w.�uaN. .=-' _-Ella- ...u... SISNIP .n.0 R. 1.1.......11.0411.U IOW rMsrlIS...JP!r AMY Mb.AAA..NO all ODAfl.-a9.aw-srrras_rrNssmrW..A.. CONCRETE BRIDGE DECK HUSHED GRADE Ba,L I �R - N[—__-N L .l SR �_�'moi v� �� 4�a 1.44444.=11111 S ==., � EXPANSION JOINTr. !grim BION EXPANSION OFF KW A JOINT ANCHOR POINT ANCHOR POINT , SCHEMATIC CONDUIT ELEVATION C/L HANGER rV 3/?DIA LOOP INSERT(TYPICAL) B II EDGE OF DECK ' . M■IES:I.■IEM CONDUITS 3/f MIM RDD WITH �, DOJBLE NUT MD WASNEIIS IIIIIP MN 1.0 -. '- EXPANSION JOINT DETAIL CONDUITS-5-r HDPE - IIS�I 3 A'DIA LOOP 11:;:1I )�INSERT RYP![AL) ,1� . EX[EP WAEYEL CNC SIM S ADHERE '11111 [/L HANGER STAINLESS STEEL HARDWARE IS REWIRED. P 1111 1111 4. FUSE JOINT SUFACES AS REQUIRED A: 1111 Pl. 1111 I/r MMOMME N.0.0.((TiYYPICNJ —MEAD EXCEPT AT WAVER CNOSSINUS WHERE N. INI STAINLESS STEEL HARDWARE 15 REQUIRED. 11 " IN1 I'� CQ&C(JIT HANGER MOUNTING CAFTAN =mg= ��� 2.11/2.WAR .1. CONDUITS-5-r ROPE 1/r WIN.ROD WITH II•'.II ACER TOBES MO NUT AND WASMER AT EACH EMD ANCHOR POINT DETAIL CONDUITS-5-r NOPE IN 1111111 1 zlvr BAR F 6'*/_ 1 r HARDWARE H.D.G. PICAL) �XCEPT AT WAVER CRO SINGS WHERE NOTES: STAINLESS STEEL HARDWARE IS REQUIRED. I. SPACING BETWEEN EXPANSION JOINTS SHALL NE NO GREATER THAN 120 FEET. HANGER DETAIL 2. LATERAL MOVEMENT IS FIXED AT RID SPAN BETWEEN EXPANSION JOINT BY USE OF HANGER BRACE. SCALE:AT5. 3. ALL FIBERGLASS CONDUIT HANGERS WILL BE SPACED NO MORE THAN ID ON CENTER. MIAMIBEACH '.""` SAMPLE ITS DETAILS HEE _W_ 'r CCN CABINET BLOCK DIAGRAM TRANSS OPORTTAPONNDDEYM�EESI N........ INTELLIGENT TRANSPORTATION MANAGEMENT r'. w. Ij r— ..r ` AND SMART PARKING SYSTEM rnAWWW..a.w...v.P ,w,. wWNw.AWNIP n rIMO II.. PM ---- r R-LIQ ow.. NNnD 9,44 IP s ...n.. s•Ik+ri.r•Co.1 Al.A.nwlns.l Serving_ITSr Syr(P.N.A...gm a ,.steres EAe, ..a a.J,r.RM V W,AAW ®® ® , 00 0�.�_ KEYED NOTES: ®® ®1 IDU eat DISCONNECT NOOV 30A ®EXISTING PULL 000 �1 SA FUSE O PROPOSED SERVICE HIRE K AWN ®EXISTING SERVICE NINE © • STEP DOWN TE E/OV TO WI p3 PROPOSED GENERA. IP3KVA ®outrun GENERATOR PROPOSED ITS CABINET NAURCU?MINER A SID ©EXISTING ITS CABINET VI/CIRCUIT MEANER E SID i we O PROPOSED NEMA ENCLOSURE 'EE ABG GOEXISTING NEMA ENCLOSURE 'N PANED PROPOSED TRANSFORNER PFG MK f, . •A NMI MEANER ®EXISTING TRANSFORMER N N 0 PROPOSED AROMATIC TRANSFER SNITCH ®PROPOSED AUTOMATIC TRANSFER SWITCH ® UMWCCTV MENA CABINET 0 PROPOSED FUSED DISCONNECT POLE TYPE ®EXISTING FUSED DISCONNECT (VARIES) 0 IMPOSED NOPE[(WWII ®EXISTING HD.C.DUR ^� .--LCL-. O PROPOSED RIGID GALVANISED STEEL CONDUIT ®EXISTING RIGID GALVANIZED STEEL CONDUIT PROPOSED FLEX CONDUIT M6 0 MVDS ®EXISTING.FLEX CONDUIT Il WO ®PROPOSED COPPER CLAD GbUND ROD SAN•DIA ©EXISTING COPPER CLAD GROUND ROD S DIA ®PROPOSED METER CAN ®EXISTING NETER CAN O PROPOSED DIS SIGN ®EXISTING DNS SIGN ®PROPOSED INR SNEAKER PANEL e❑CIRCUIT LINN 1.0 1NOTES: CON CTOR SIZE AND*WRIT/VARIES.SEE CABINET TYPE VARIES ILO SHEETS. Z.PULL BOXES LOCATION AND OUY??Y VARIES.SEE TWIT SHEETS. SIRE AND QUANTITY VARIES.SEE PLAN SHEETS. O gr R i NEMA CABINET E ■ 0 0 ® 0 0 Pi- 1,_ 7.._../., _., \.___.) II SCALE:NTS. MIAMI BEACH '��` SAMPLE ITS DETAILS o �E �_ �`�_ —"— "` POWER SERVICE DETAILS an maim.mmy,Rawl. INTEWOENT TRANSPORTATION MANAGEMENT AN. re TRANSPORTATIONRUMM DEPARTMENT R�'TRVe mere NRo• — '� N' MIN . ®naON.N.ME NlRwaao AND SMART PARKING SYSTEM „�.I rti�'"� '��Arae� — r R-111 N...UNO NYS? maw IN NMR•••dr .HI.ar of W.NRX LNIEAN ...pi"r s.P.N.tram Rnsw-Tw.o ss_cuP ND-vrrns nsvmssormtaw MVDS POLE OVERHEAD VIEW NEMA ENCLOSURE DETAIL FOR MVDS ONLY SITES: "Irlik rot • NEMA ENCLOSURE RISER VIEW WMETRtNIIX NINA 3R CABINET i CN PANEL SMART SENSOR HD IKINMl [4'/ S-- - IANELQ RP ! SERIAL TO ETHERNET DEVICE ..................... / ,\f�_!'1., WAVETRONIX POWER CUCN Igrai M , r __: : _N 10 SURGE SUPPRESSION 1•' tesu+eo E `�, WAVETRONIX TOUR MY SMART SENSOR NO MO 1 NEMA 3R EON • --- POWER AND COMMUNICATIONS SCHEMATIC IVSS ll-Tr= .=I i Wil I1 -� - --, NOTES: 1. THE CABINET SHALL PROVIDE FOR DIN RAIL MOUNTED EQUIPMENT. 2. CABINETS SHALL BE NEMA 3R 3. CONTRACTOR SHALL SUBMIT A CABINET LAYOUT/WIRING DIAGRAM FOR APPROVAL A. CABINET SHALL BE INSTALLED ON POLE OPPOSITE DIRECTION OF TRAVEL 5. EQUIPMENT PLACEMENT ARE TYPICAL SCA,N.T.S. M I AM BEACH •••111712 SAMPLE ITS DETAILS .`„�,,ra —». M_ MVDS AUX.CABINET .TRAN� RTATiONOECPM ENT .....m'.... INTEWOENTTRANSPORTATION MANAGEMENT nn,Mrtex...:.v... a r'N AeuotMsrar� For —_ r— re. ANO SMART PARpNO SVS'TEM .., ill t NMMI7 1.4,1,1),• K.N.^.+,.rw.K.,I Ar rs.WIt S..M..m r MRN Prey AMe..NO r l_II.AA...A._LC.P.r_NNlESS�KS,D.I.Pf LAYOUT I FLOW OF rMFFIC C. I SEE r,IE AND NDN FB LAYOUT 2 FLOW OF TRAFFIC PLANS FOR PO. I.SEE RIMS FOR BOLE TIDE MID NUMBER OF DEVICES Of DEVICES MAINTENANCE IAD SMALL BE REINFORCEDEIAD SMALL BE REINFORCED EA CRACK".AND SPIRAL BEA NIxINUM OF 6 INCHES IN DEIrN TO EOF E INCHES IN DEMI M WHAT ITS CANINE, CM POO FSBDVIDN FOIE FWMDATIs WIRELESS ACCESS IIXNI NR.ELEBS.CCESSPOLE, �� �� ELECTRICAL "' ►• ,, N�NNB ,,.` I 8 11 ,�;r EE Ali1_ E. I. 1 .EWEEDI A II sER.IEED,ZIWIN . � EIrEANUM III WNL.IM III. COxwns]_S " N va,ER CssWO �\ r.SO TIIICAI TYPICAL CCTV/ACCESS POINT SITE LAYOUT TYPICAL MVDS SITE LAYOUT SCALE:NTS. MIAMI BEACH 'W"' /AMPLE NDMVOSSITELA COTOPAOM.om. .aE �d -� —.— CCN AND MVDS SITE LAYOUT 1----. _ �RAn RT�nON DEPARTMENT 1°'''""� INfEWOENT TRANSPORTATON MANAGEMENT — + --- �� -- - O.NcwwLn>rs AND SMART PARGNO SYSTEM ""��"'�"1P1'.w D,�...,,-) ..i + R.�.o.E�� ' rr_,,o w.... wsm RSNIs AN 11,1WM.wwI.ACR,se Mr swmNwl..wN,Sa.«."r Se,hew.s,s.o s ERs-uu oft,sE..RIF:n.svr,ssormso.. EROSION CONTROL DETAIL NOTES: NTS I. THE CONTRACTOR SHALL EXECUTE ALL MEASURES NECESSARY TO UNIT TRANSPORT OF SEDIMENTS OUTSIDE THE UNITS OF THE PROJECT TO THE VOLUME AND MOUNT THAT ARE EXISTING PRIOR TO THE COMMENCEMENT OF CONSTRUCTION.THIS CONDITION WILL BE SATISFIED FON THE TOTAL ANTICIPATED CONSTRUCTION PERIOD.PROVISION RUST BE MADE TO PRESERVE THE INTEGRITY MO CAPACITY OF CHECK WEIRS,SEDIMENT BASINS.SLOPE DRAINS.GRADING PATTERNS.ETC.REQUIRED TO MEET THIS PROVISION THROUGHOUT THE LIFE OF THE CONSTRUCTION.THE CONTRACTOR SHALL POST OPTIONS. PROVIDE HAY BALES.SILT BARRIERS.TEMPORARY GRASSING.ETC.AS T X f OA 2S MIN A WOOD REQUIRED TO FULLY COMPLY WITH THE INTENT OF THIS SPECIFICATION. (OR STEEL 1.33 LBS/FT MIN) �F•..�� INTER FABRIC 2. NO EXCAVATED MATERIAL SHALL BE STOCKPILED IN SUCH A MANNER AS TO DIRER RUNOFF DIRECTLY OFF THE PROJECT SITE OR INTO ANY ADJACENT WATER BODY RFA ON PERAOF O EREXCAVATION COLLECTION FACILITY, 3. THE SURFACE AREA OF OPEN,RAR,ERODIBLE SOIL EXPOSED BY[LEMING E AND ONROING OPERATIONS OR E PERATIION AND TOWNS OPERATIONS SHALL BE CONTROLLED,SO THAT THIS OPERATION WILL NOT SIGNIFICANTLY AFFECT !!A ti OFF-SITE DEPOSIT OF SEDIMENTS. 1. INLETS AND CATCH BASINS SHALL BE PROTECTED FROM SEDIMENT LADDEN k STORNWATER RUNOFF UNTIL THE COMPLETION OF ALL CONSTRUCTION OPERATIONS THAT MAY CONTRIBUTE SEDIMENT TO THE INLET.EROSION CONTROL AT ALL INLET DRAINAGE STRUCTURES DURING CONSTRUCTION SHALL EXISTING BE DONE IN ACCORDANCE WITH INDEX MO.104. ELEVATION S. ALL FEATURES OF THE PROJECT SHALL BE CONSTRUCTED TO PREVENT EROSION AND SEDIMENT AND SMALL BE MAINTAINED DURING THE LIFE OF THE CONSTRUCTION SO AS TO FUNCTION PROPERLY WITHOUT THE TRANSPORT OF SEDIMENTS OUTSIDE THE UNITS OF THE PROJECT. 6. THE CONTRACTOR SHALL COMPLY WITH ALL FEDERAL.STATE.AND LOCAL LAWS AND REGULATIONS CONTROLLING POLLUTION OF THE ENVIRONMENT.MEASURES SHALL BE TAKEN SY THE CONTRACTOR TO CONTROL EROSION AND SEDIMENT a7l�a RUNOFF FROM THE SITE DURING CONSTRUCTION.SUCH METHODS SHALL BE IN �L ACCORDANCE WITH THE CURRENT FLORIDA DEPARTMENT OF TRANSPORTATION RIMCIP{f POSE STANDARDS. OPTIONAL POST (CARTED AO•TOWARDS FLEW) POS ION INTER PARK T. TEMPORARY SILT FENCE IS TO BE IN PLACE PRIOR TO BEGINNING OPERATIONS WHERE SEDIMENTS MIGHT OTHERWISE BE TRANSPORTED INTO BODIES OF WATER. SILT PLOW B. DO NOT CONSTRUCT SILT FENCES ACROSS PERMANENT FLOWING WATERCOURSES.SILT FENCES ARE TO BE AT UPLAND LOCATIONS AND TURBIDITY BARRIERS USED AT PERMANENT BODIES OF WATER. 9. WHERE USED AS SLOPE PROTECTION,SILT FENCE IS TO BE CONSTRUCTED ON 0%LONGITUDINAL GRADE TO AVOID CHMNEUZING RUNOFF ALONG THE LENGTH OF THE FENCE. SE�[Qy SILT FENCE DEfA/LS(TYPE 111) MIAMI BEACH SAMPLEABINBLOCKTS OILS DIP umuma�L aR �O0 CCN CABINET DIAGRAM mememersamess TRANSPORTATION DEPARTMENT "�"°•""� INTEWGENT TRANSPORTATION MANAGEMENT "••• — + "•^m VON:01.110.1 GSM OM!V.NALwLRmw AND SMART PARKING SYSTEM O1 BOWES Me''"°"'G.'"'F ..� rummus m.ommr.am�mee um MEM ..a. IT-1A ow,.: UMW/ RU:14 r mess 0**dgMT r Nr MoNNSINNMINIROE JT1 r SB..N.M.N..w m Nm..wm.uom._SEMNaf nsmvsmmam. GENERAL NOTES: • , I. SEE PLAY SHEET FOR P062800 LOCATIONS 6. ALL SIGNAL CABLES ®I ME 22 NNG INR.COPPER.STRANDED,300V,105C, USTED.DAKTRONICS I. MMAMUM LENGTH OF WIRE BETWEEN THE CHUB CABINET PART W-1234,ALPHA WIRE PMT N4473,OR EQUIVALENT. AND THE FARTHEST LED PANEL IS 350 FEET. T. ALL SIGNAL CABLES(IDTAG 0)ME 623/123.MULTI-MODE, STATIC PANEL 3. NUMBER OF LED PANELS VARY T SUE SEE PlM SHEETS WITH ST CONNECTORS.DAKTRONICS PART W-1156.OPTICAL CABLE CORPORATION PARTS DX006DWLS9KR,ORR EQUIVALENT. NEMA PULLIOK 1. SEE PLAN SHEETS FOR AL POWER WIRE GAUGE. (AB REQUIRED) W. MAXIMUM LENGTH OF WIRE BETWEEN ValENCLOSURE AND S. All SIGNAL CABLES 110TAG®1 ME 22 MI5 TWISTED SHIELDED FARTHEST LED PANEL IS 40 FEET. , 1. PAIR.COPPER STRANDED,300V.IDSL.UL LISTED.DAKTRONICS E. 171•CONDUIT NUB IS PROVIDED ON EACH LED PANEL. PART W-2200.BELDEN PNET 3071F,OR EGUIVALENT. 71 MIMI NEMI POWER AND SIGNAL INTERCONNECT VCE ENCLGSURE III �I II. DRIB CABINET : : : 11\ ,.' EI=L1�— Mol . i1,14•1 I-,' I I= LED PANEL I X& 11 v I (S to I� rMI, NL fLI® �PGWeANALN �� CONSTRUCTION NOTES: LED PANEL 1 IT IS THE RESPONSIBILITY OF THE ELECTRICAL ^��'� M sasensawTBI w_ INSTALLATION CONTRACTOR TO ENSURE THAT ALL —.— ^�N i SIMI ELECTRICAL WORK PERFORMED ON SITE MEETS OR WEEDS ALL LOCAL AND NATIONAL ELECTRICAL CODES. ALL PANELS MUST BE GROUNDED PER ARTICLE 250 AND 600 OF THE NATIONAL ELECTRICAL CODE WITH NO MORE THAN 10 ORRIS GROUND RESISTANCE. I■ CMS CABINET aya O L=I Q e JIIIuI` © ac BREW=RAN --- MI- ._.- © TABLE 2 !Mi.. aT �� ® TITICAL WIRE DeiALLN IWWER L= � lora R CAW PT16N WIRE WANE EUNLTI011 L MER CAKE,4 WIRES 2.6 HYDC I • N6Mm I '� SIGNAL LANE.I ANR see NTE J LLMC SIcaRL I TABLET 1� ® SIGNAL GtlE,1 PAIN SEE WWII non HENAL i I I DC POWER WIRE SIZE DETAIL -- E6ra CANE.1 WINES two 2NUC I I MINIMUM NIPS IA/Ne AO 121 KIBER OAK calf.as In I I 6NAE a6615D TTPE 3 l R ID E S)D r MYUI-MODE ST CQNMERORA _ SIWK I I DISTANCE NOTET 0-2006 1201-350 FT 1 ANG 2 AEE MIAMI BEACH '"�` WER`ERTS°ETAILSDETAI ammaxtWan. MC T�.., , -�'Y_ -'� POWER SE ITS E DETAILS arr TRANSPORTATION DEPARTMENT ......1Oe— INTELLIGENT TRANSPORTATIONMANAOEMENT 'M•• + rr 1/110 GN.xWMrPOLRJhM AND SMART PARKING SYSTEM c'"N"m"e1Q.....v'^e1 wnoeen� _ _. •••_a-. _ ma." Nun . n I «IM WtlMK 17 r YAW a.m..2omem.s...Jr.r>..e how,Aston an mi...ne.m cAvvea_seNnces nslnvurnr7n64 KETFD NOTES: 0 OPOLL sox TTI — -- ®EXISTING PULL BOX NAS ITlll ®PROPOSED SERVICE WIRE ® ®EXISTING SERVICE WIRER.�ilyl} DISCONNECT 0PROPOSED GENERATOR 'ISA ®EXISTING GENERATOR II O PROPOSED ITS CABINET W/CIRCUIT BREAKER&SPD STEP DOWN TX EXISTING ITS CABINET W/CIRCUR BREAKER&SID © EGOV i0 120/2101' ®PROPOSED NEMA ENCLOSURE ]SKVA ®EXISTING HENA ENCLOSURE ps PROPOSED TRANSFORMER ®EXISTING TRANSFORMER N W wa ®PROPOSED AUTOMATIC TRANSFER SWITCH B6 AWG ®PROPOSED AUTOMATIC TRANSFER SWITCH tf CABINET BREAKER PANEL ®PROPOSED FUSED DISCONNECT NAu En 1,I,O 10A MAIN BREMER DOZE TYPE VARIES EXISTING FUSED DISCONNECT T/ pa PROPOSED NOPE CONDUIT =mini ®EXISTING HDPE CONDUIT ® 1:1,0:1 DEDICATED D O CCTV-PROPOSED ®PROPOSED RIGID GALVANIZED STEEL CONDUCT ARTERIAL ONS C. ®EXISTING RIGID GALVANIZED STEEL CONDUIT LNUS-PROPOSED O PROPOSED FLEX CONDUIT r Z.;:, ®EXISTING FLEX CONDUIT Y ®PROPOSED COPPER CLAD GROUND ROD S/B•DIA. ®ExISTING COPPER CIAO GROUND ROD S/1•DIA ®PROPOSED NETER CAN DNS STRUCTURE ®EXISTING METER CAN f(VARIES) 0 PROPOSED OMS SIGN ®EXISTING DNS SIGN ®PROPOSED HUB BREAKER PANEL EX CIRCUIT LINK I.D NOTES: CONDUCTORAN 512E AND QUANTITY VARIES.SEE PLAN SHEETS. 2.PULL BOXES LOCATION AND QUANTITY VARIES.SEE PLAN SHEETS. DNS CABINET 3.CONDUIT SIZE AND QUANTITY VARIES.SEE PLAN SHEETS. '�� ®l!! o ® L O 0 o O ® O — V 1 N.„-R SAMPLE ITS DETAILS --� ' -- MAMI A SAMPLEVER ETAILSS °,'.- Nam -- — -- TRAN PDRTATID DEPARTMENT '--'-•s INTELLOA%TRANSPORTATION MANAGEMENT �,W��, .To.� P��• ra. . _ NMN. Aw. - .... ., MIMI . ANDSMARTPARgNOSYSTEM Ne..11•1 1,1/2017 UM.MN*a.�MNr.NN.,u MN.OwN.10 Mang a...111 mal Swot w t.*Ma NNsl-..-,Bw-cw-._,X ,r,_sn,.s,orm•aw 0 0 • KEYED NOTES: MINN • pi PULL BOX LIN.e O EXISTING PULL BOX ly—' OE PROPOSED SERVICE WIRE _ _ DISCONNECT ®EXISTING SERVICE WIRE ®r , DNA - 0 PROPOSED GENERATOR METER 120/2AOV1 EXISTING f=® N AW6 ®EXISTING GENERATOR I --Lp-• r STEP GOWN iX pi PROPOSED ITS CABINET W/CIRCUIT BREAKER 6 SPD I_____ 0 , w't ABOV TO 020/210V r IOKYA 0 EXISTING ITS CABINET W/CIRCUIT BREAKER&SPO 0 PROPOSED VENA ENCLOSURE ® DISCONNECT ®EXISTING SENA ENCLOSURE N-S 1 1 T I EXIST NG 0 PROPOSED TRANSFORMER JUMPER• __ REPLACE FUSE TO SOA RSR ®EXISTING TRANSFORMER ®�:_ I N K'RVG 0 PROPOSED AUTOMATIC TRANSFER SWITCH O .-. ^It 0 SOA'NMN BREAKERµEL Q PROPOSED AUTOMATIC TRANSFER SWITCH RAPER C Y DEDICATED 0 PROPOSED FUSED DISCONNECT Ci0 CCTV-PROPOSED ®EXISTING FUSED DISCONNECTr ® Or Oil O PROPOSED HOPE CONDUIT O n u�. STEP P U MOV 0 0 ©EXISTING HOPE CONDUIT 2OKVA UWB-PRDPOSED DNS ®PROPOSED RIGID GALVANIZED STEEL CONDUIT REPLACE EXISTING' ®EXISTING RIGID GALVANIZED STEEL CONDUCT • A ®PROPOSED FLEX CONDUCT 7 . 2 ®EXISTING FLEX CONDUIT L .. ®PROPOSED COPPER CLAD GROUND ROD S/B'DIA ].: 'EXISTING COPPER CLAD GROUND ROD S/B'DIA ®PROPOSED NETER CAN __ -,® ®EXISTING METER CAN TO NEIGHBOR ITS SITES(IF APPLICABLE) = O PROPOSED DMS SIGN I ®EXISTING DNS SIGN /// POLE TYPE VARIES ///---DMS STRUCRE ®PROPOSED HUB BREAKER PANEL �NARIES) TU CIRCUIT LINK 1.0 NOTES: I PLAN SSHEETSOR SIZE AND QUANTITY VARIES.SEE TO NEIGHBOR RS SITES HF APPLICABLE) 2.PULL BOXES LOCATION AND QUANTITY VARIES.SEE • — PLAN SHEETS. 3.CONDUIT SIZE AND QUANTITY VARIES.SEE LIMB-PROPOSED PLAN SHEETS. J ' NETER 02 ©1_1 Q DISCONNECT® OB • E Oi 10/1MV O ■ ® iriN �_ _� TO FPL SERVICE J ` / / /\ ..../ I I MIAMIBEACH '"m• SAMPLE ITS DETAILS ,,,.,,. awl �:`_ •" "` ._ POWER SERVICE DETAILS 1 ..... — .RAN R,A ON OEPARTMEIIT "...n... INTELUOENT TRANSPORTATIONMANAOERENT �•�..— wMOIR MO T. A -- + �O� mlcrraulrtrM AND SMART PARBINO SYSTEM �,.,.._..:.�..)�'� o aeomuuA.. ..,. s, R-117 MM.* Mann .len u x..w..re..w.1eN N Mr••••••••••••••••••••-a•••N..P.N.5,......o NH,....,.m,ow._,KA,1es_,,,T,s.e,.nA.. EXHIBIT C Cost Tender Form 1 1 I 1 1 1 i i i 1 I I 10 of 31 ADDENDUM NO.7 REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB FOR DESIGN,BUILD,OPERATION,AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS)AND I SMART PARKING SYSTEM(SPS)PHASE II APPENDIX D trA MA BEACH Cost Tender Form 2016-199-KB Design, Build, Operate, and Maintain Services for an Intelligent Transportation System (ITS) and Smart Parking System (SPS) PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Failure to submit the attached Cost Proposal Form shall render proposal non-responsive, and said non-res.onsive •ro.osal shall not be considered b the Cit . 1 11 of 31 ADDENDUM NO.7 REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB FOR DESIGN,BUILD,OPERATION,AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS)AND SMART PARKING SYSTEM(SPS)PHASE II Section 1 —Certification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parties making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the proposal; and that this proposal is submitted voluntarily and willingly. The Proposer agrees, if this proposal is accepted,to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery,tools,apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS (RFP) No. 2016-199-KB DESIGN, BUILD, OPERATE,AND MAINTAIN SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM (ITS)AND SMART PARKING SYSTEM (SPS) The Proposer also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total proposal price plus alternates, if . any, provided in the RFP Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base proposal in the RFP Price Form,the Proposer agrees that the total base proposal shall govern. In the event of a discrepancy between the numerical total base proposal and the written total base proposal, the written total base proposal shall govern. In absence of totals submitted for any division cost,the City shall interpret as no proposal for the division, which may disqualify the Proposer. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Patrick Shortal Senior Vice President Signatur1 of P ,poser'/—uthorized Representative: Date: \,� August 4th, 2017 State of FLORIDA ) On this day of A341 , 20 personally appear€d before me ' �L ,t ho3. . 1_44; P i'�d� ) stated that (s)he is tt 6 • ' ' •'12., - of /, -_ • a corporation, and that the instrument was signed in behalf o1 th: •:id • •oratio'I •y au�•ri• pf its oar of directors and acknowledged said instrument to be its volunta a•: • d te:,..Bef,A,.: 'It lk i4• PA'x^✓.Z � • Notary Public or,.tj a,te 1 pfd ALVAREZ My Commission., al 'N....11V�.• EXPIRES January 29,2018 12 of 31 ADDENDUM NO.7 ...N.. r .2a108-01 53 FIorldallotaryService.00m REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB FOR DESIGN,BUILD,OPERATION,AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS)AND SMART PARKING SYSTEM(SPS)PHASE II Section 2-GUARANTEED MAXIMUM PRICE(GMP) Bidder affirms that the_prices stated_on_ the_proposaLpriceform below_represents_the- - -- - --- entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. This Proposal Tender Form shall be completed mechanically or, if manually, in ink. Proposal Tender Form completed in pencil shall be deemed non-responsive. All corrections shall be initialed. In addition to the table below, the DBOM Firm will provide a Schedule of Values for Phase 1. A sample Schedule of Values is attached. GROUP 1 : Design and Construction Phase 1 through Phase 6 Total Item Description Quantity U/M Unit Cost (Quantity x Unit Cost) 1 Intelligent Transportation 1 Each $ 13,500,000.00 $ 13,500,000.00 S stem 2 Smart Parking System 1 Each $ 2 000 000.00 $ 2,000,000.00 3 Traffic Management 1 Each $ 1,250,000.00 $ 1 250 000.00 Center > d Wireless Communications 4 Network 1 Each $ 750,000.00 $ 750,000.00 Phase 1 Total $ 17,500,000.00 5 Intelligent Transportation 1 Each $ 6,000,000.00 $ 6,000,000.00 S stem 6 Smart Parking System 1 Each $ 500,000.00 $ 500,000.00 N m 7 Traffic Management 1 Each $ 250 000.00 $ 250,000.00 Center n Wireless Communications 8 Network 1 Each $ 250,000.00 $ 250,000.00 Phase 2 Total $ 7,000,000.00 Intelligent Transportation 10 S stem 1 Each $ 3,750,000.00 $ 3,750,000.00 11 Smart Parking System 1 Each $ 500,000.00 $ 500,000.00 0 12 Traffic Management Center 1 Each $ 75>000.00 $ 75 000.00 D- Wireless Communications 13 Network 1 Each $ 175,000.00 $ 175,000.00 Phase 3 Total $ 4,500,000.00 CONTINUED ON THE FOLLOWING PAGE. 13 of 31 ADDENDUM NO.7 REQUEST FOR PROPOSALS(RFP)NO,2016-199-K8 FOR DESIGN,BUILD,OPERATION,AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS)AND SMART PARKING SYSTEM(SPS)PHASE II 14 Intelligent Transportation 1 Each $ 125,000.00 $ 125,000.00 S stem d 15 Smart Parking System 1 Each $ 100,000.00 $ 100,000.00 C 2 16 Traffic Management Center 1 Each $ 10,000.00 $ 10,000.00 L. Wireless Communications 17 Network 1 Each $ 15,000.00 $ 15,000.00 Phase 4 Total $ 250,000.00 Intelligents Transstemportation 1 Each $ 1,250,000.00 $ 1,250,000.00 18 Smart Parking System 1 Each $ 150,000.00 $ 150,000.00 a) _2 19 Traffic Management Center 1 Each $ 100,000.00 $ 100,000.00 Wireless Communications 20 Network 1 Each $ 250,000.00 $ 250,000.00 Phase 5 Total $ 1,750,000.00 21 Intelligent Transportation 1 Each $ S stem 150,000.00 $ 150,000.00 a) 22 Smart Parking System 1 Each $ 225,000.00 $ 225,000.00 as a 23 Traffic Management Center 1 Each $ 50,000.00 $ 50,000.00 24 Wireless Communications 1 Each $ 75,000.00 $ 75,000.00 Network Phase 6 Total $ 500,000.00 Total Guaranteed Maximum Price for Group 1 Design and Construction $ 31,500,000.00 (Phase 1 through Phase 6) 1 CONTINUED ON THE FOLLOWING PAGE. —7.7.--i of 317D6EN6UM N0.7 REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB FOR DESIGN,BUILD,OPERATION,AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS)AND SMART PARKING SYSTEM(SPS)PHASE II GROUP 2: Operations and Maintenance Phase 1 through Phase 6 Item Description Quantity U/M Unit Cost Total (Quantity x Unit Cost) — 25 Annual Operations and 1 Each $ 2 000 000.00 $ 2,000,000.00 U) Maintenance > as ii Phase 1 Total $ 2,000,000.00 N 26 Annual Operations and 1 Each $ 60,000.00 $ 60,000.00 Maintenance C a Phase 2 Total $ 60,000.00 27 Annual Operations and 1 Each $ 61,800.00 $ 61,800.00 a) Maintenance CO ii Phase 3 Total $ 61,800.00 't 28 Annual Operations and 1 Each $ 63,654.00 $ 63,654.00 Maintenance ce a_ Phase 4 Total $ 63,654.00 29 Annual Operations and 1 Each $ Maintenance 65,563.62 $ 65,563.62 ii Phase 5 Total $ 65,563.62 Annual Operations and 30 1 Each $ 67 530.53 $ 67,530.53 a� Maintenance 0 cS o Phase 6 Total $ 67,530.53 Total Guaranteed Maximum Price for Group 2 Operations and Maintenance $ 2,318,548.15 (Phase 1 through Phase 6) Total Guaranteed Maximum Price for Group 1 Design and Construction $ 31,500,000.00 (Phase 1 through Phase 6) Total Guaranteed Maximum Price for Group 2 Operations and Maintenance (Phase 1 through Phase 6) $ 2,318 548.15 Total Guaranteed Maximum Price for Groups 1 & 2 (Phase 1 through $ 33,818,548.15 Phase 6) CONTINUED ON THE FOLLOWING PAGE. 15 of 31 ADDENDUM NO.7 REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB FOR DESIGN,BUILD,OPERATION,AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS)AND SMART PARKING SYSTEM(SPS)PHASE II ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: Thirty Three Million Eight Hundred Eighteen Thousand Five Hundred Forty Eight Dollars and 15/100 PROPOSER (Print): TransCore ITS, LLC ADDRESS: 3901 Commerce Parkway CITY/STATE: Miramar, Florida ZIP: 33025 FEDERAL I.D. #: 94-3198006 NAME/TITLE OF REPRE' ! ATIVE (Print): Patrick Shortal/SVP SIGNED: 111400..., (I (I certify that I am authorized to execute this proposal and commit the proposing firm) • 16 of 31 ADDENDUM NO.7 REQUEST FOR PROPOSALS(RFP)NO.2016-199-KB FOR DESIGN,BUILD,OPERATION,AND MAINTENANCE SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM(ITS)AND SMART PARKING SYSTEM(SPS)PHASE II APPENDIX D: MEMORANDUM OF UNDERSTANDING BETWEEN STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF MIAMI BEACH Draft MOU to follow D- 1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 750-040-02 CLOSED CIRCUIT TELEVISION(CCTV)AGREEMENT TRAFFIC ENGINEERING d OPERATIONS OGc-03116 Page 1 of 4 THIS CLOSED CIRCUIT TELEVISION AGREEMENT(this "AGREEMENT"), made and entered into this day of by and between the Florida Department of Transportation, an agency of the State of Florida, hereinafter called the"Department"whose office address is 605 Suwannee Street, MS#90,Tallahassee, Florida 32399-0450 and the City of Miami Beach, Florida hereinafter called the"Requestor", whose office address is 1700 Convention Center Drive, Miami Beach, FL 33139 . Collectively, all of the signatories to this AGREEMENT shall sometimes be referred to as the"parties"and individually as a°Party." 1. The Department operates computerized motorist information systems which monitor traffic conditions on certain portions of the State Transportation System. 2. The Department's computerized motorist information system provides a "live" video image ("video images"). The video images are not recorded. 3. Requestor has asked for remote electronic access to the video images created by the Department's computerized motorist information system operated in the South Florida(Miami) area. 4. Pursuant to Section 119.07(2)(a), Florida Statutes, the Department is authorized to provide access to public records by remote electronic means, provided exempt or confidential information is not disclosed. 5. Pursuant to Section 119.07(2)(c), Florida Statutes, the Department is authorized to charge a fee for remote electronic access including the direct and indirect costs of providing such access. 6. The Department will provide to Requestor the requested video images generated by the Department's Closed- Circuit Television(CCTV)cameras used for monitoring traffic conditions in the South Florida(Miami) area, as available. The video images provided shall be those currently available to the Department control room operators from the images on the traffic surveillance monitors within the control room. This AGREEMENT is non- exclusive and nothing herein shall be deemed to limit the ability of the Department to provide the video images referenced herein to other parties. 7. In order to receive the'signal Requestor shall-provide, operate, and maintain, at its own risk and expense, all equipment, hardware, or software (including, but not limited to, the interface equipment to tie into the Department's video matrix switcher). The Department assumes no responsibility for any equipment or property placed in the Regional Traffic Management Center(s) (RTMC) or another Department approved facility and Requestor hereby expressly relieves and discharges Department from any and all liability for any loss, injury, or damage to persons and property that may be sustained by reason of the use or occupancy of the Department's RTMC(s) or Department approved facility. Requestor agrees to immediately move or relocate, at its sole expense, any or all of the equipment, hardware, or software at the request of the Department. Requestor shall provide a fully trained contact person who is solely responsible for the operation and maintenance of Requestor's equipment and all activities associated with this AGREEMENT. The Department shall have no responsibility to provide any training or supervision of Requestor's contact person associated with this AGREEMENT other than to allow the contact person to attend all briefings and/or training sessions provided by the Department which relate to the equipment, hardware, or software. The contact person shall have access to Requestor's equipment, hardware, and software between 8:00 a.m. and 5:00 p.m., Monday through Friday, excluding State Holidays, for purposes of maintenance, repair, replacement, or upgrading of said property of Requestor. When possible, such access will be arranged in advance. A Department escort may be required during these hours in accordance with security measures at these facilities. 8. Requestor agrees that it will not install or operate any equipment, hardware or software that may interfere with the Department's CCTV traffic surveillance camera systems, any Department communications equipment or other Department electronic systems. In the event any such interference occurs, Requestor shall immediately remedy all problems caused by such interference. Requestor further authorizes the Department to disconnect or deactivate any equipment, hardware or software causing such interference and waives any claim it might otherwise assert as a result of such disconnection or deactivation. 9. The Department requests that the Requestor give appropriate on-screen, on-air, online, and in-print attribution to the Department for use of the video images. 750.040-02 TRAFFIC ENGINEERING &OPERATIONS OGC-03/16 Page 2 of 4 10. The Department requests that the Requestor bear In mind the content of the images when broadcasting. The video feed may contain sensitive images that can be disturbing or offensive to some viewers, potentially including images of persons or vehicles involved in fatal accidents; law enforcement stops or pursuits of vehicles; identifiable images of the general public or license plates of vehicles;or images of catastrophic events. 11. The Department requests that the Requestor provide a disclaimer of any Department endorsement of any advertising located near or in association with the presentation of the video images. 12. The Department does not guarantee the continuity of the video images, nor does it in any way warrant the accuracy or quality of the images provided. 13. The risk of use of the images is the sole responsibility of Requestor and it agrees to be fully and solely responsible for and to the extent allowable and subject to the limitation on the Requestor's liability as set forth in Section 768.28, Florida Statutes, to indemnify, defend, and hold harmless, the Department, its agents, officers, and employees from any and all claims, damages, suits, actions or other proceedings for damages arising out of or in any way associated with the use of the video images by Requestor or in any way arising out of or associated with the placement or removal or failure to remove its equipment. 14. Vendor/Contractor: (1) shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and (2) shall expressly require any subcontractors performing work or providing services pursuant to state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. 15. If Requestor wishes to stop receiving the video images, Requestor shall advise the Department in writing and shall remove all of its equipment, hardware, and software within thirty(30)days. If Requestor fails to remove its equipment, hardware, or software within thirty (30) days the Department may remove and dispose of any equipment, hardware, or software,without any liability to the Requestor. . i 16. Video Images Use Fees and Term,Select one(1)of the following options: a. 0 The Requestor is a Media Partner or Non-Government Agency Partner, and the following provisions apply: i. The video images will be provided to the Requestor on an ongoing basis at no charge. However, to cover the cost of security and logistics coordination during the initial video connection phase, a non-refundable One Thousand dollar ($1,000) fee will be required at each RTMC or approved Department facility, where Requestor installs equipment. Requestor will pay an annual fee of Five Hundred dollars($500)at each RTMC or approved Department facility where Requestor has installed equipment, covering the cost of security and logistics coordination for providing access to Requestor's equipment in order to perform routine equipment maintenance. The Requestor will be invoiced for the routine equipment maintenance access fees annually on the date of the original agreement. The Department may adjust the annual routine equipment maintenance fee for a subsequent year upon providing written notification to Requestor of the change. Any subsequent major equipment upgrades may require an additional One Thousand dollar ($1,000) fee at each RTMC or Department approved facility, where Requestor has installed equipment. In the event the Department determines that Requestor caused damage to Department equipment or facilities, Requestor shall reimburse the Department for all damages it caused within 30 days of notice from the Department. ii. The Term of this AGREEMENT will be for three (3) years with the option to renew for three (3) additional years. At the end of the term, the Requestor must request and sign a new agreement to continue to access the Department's video images. b. 14 The Requestor is a Government Agency Partner and the following provisions apply: i. The Requestor shall not be charged any fees under this AGREEMENT. In the event the Department determines that the Requestor caused damage to Department equipment, facilities, 760-040-02 TRAFFIC ENGINEERING 8 OPERATIONS OGC—03116 Page 3of4 or software the Requester shall reimburse the Department for all damages it caused within 30 days of notice from the Department. ii. The Term of this AGREEMENT will be for three (3) years with the option to renew for three (3) additional years. At the end of the term, the Requestor must request and sign a new agreement to continue to access the Department's video images. c. 0 The Requestor is a Department Contractor and the following provisions apply: i. The Requester shall not be charged any fees under this AGREEMENT. In the event the Department determines that the Requester caused damage to Department equipment, facilities, or software the Requester shall reimburse the Department for all damages it caused within 30 days of notice from the Department, ii. The Term of this AGREEMENT will be for three (3) years with the option to renew for three (3) additional years. At the end of the term, the Requester must request and sign a new agreement to continue to access the Department's video images. The Department may terminate this AGREEMENT in its sole discretion if the Requester's contract(s) with the Department related to the use of video images under this AGREEMENT, (Contract Number(s)) expire or are terminated. 17. The Department may terminate this AGREEMENT at any time and without notice should the Requestor not comply with the terms of this AGREEMENT. 18. This AGREEMENT embodies the whole agreement of the parties with respect to the video images from the Department's CCTV traffic surveillance camera systems in the South Florida(Miami) area. There are no promises, terms, conditions, or obligations other than those contained herein, and this AGREEMENT shall supersede all previous communications, representations, or agreements, either verbal or written, between the parties hereto. The terms and conditions herein, whether general or specific, shall take precedence over and supersede any inconsistent or conflicting provision in any attached terms and conditions. 19. It is understood and agreed by the parties hereto that if any part, term, or provision of this AGREEMENT is by the courts held to be illegal or in conflict with any law of the State of Florida, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the AGREEMENT did not contain the particular part, term, or provision held to be invalid. 20. Any questions or matters arising under this AGREEMENT as to validity, construction, enforcement, performance, or otherwise,shall be determined in accordance with the laws of the State of Florida. 21. In any legal action related to this AGREEMENT, instituted by either Party, the Requestor hereby waives any and all privileges and rights it may have under Chapter 47 and Section 337.19, Florida Statutes, relating to venue, as it now exists or may hereafter be amended, and any and all such privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those grounded on convenience. Any such legal action may be brought in the appropriate Court in the county chosen by the Department and in the event that any such legal action is filed by the Requester, the Requestor hereby consents to the transfer of venue to the county chosen by the Department upon the Department filing a motion requesting the same. 22. The parties hereby agree to bear their own attorney's fees and costs with respect to this AGREEMENT. 23. The parties hereby agree and covenant that this AGREEMENT Is binding on the parties, their heirs-at-law, and their assigns and successors in interest as evidenced by their signatures and lawful executions below. 24. A modification or waiver of any of the provisions of this AGREEMENT shall be effective only if made in writing and executed with the same formality as this AGREEMENT 25. Public Records: The Requestor shall allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the Requester in conjunction with this AGREEMENT.Specifically, if the Requester is acting on behalf of a public agency the Requestor shall: a. Keep and maintain public records that ordinarily and necessarily would be required by the Department In order to perform the services being performed by the Requestor. 750-040-02 TRAFFIC ENGINEERING 8 OPERATIONS OGC—03/16 Page 4 of 4 b. Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. d. Meet all requirements for retaining public records and transfer, at no cost, to the Department all public records in possession of the Requestor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the Department in a format that is compatible with the information technology systems of the Department. Failure by the Requestor to grant such public access shall be grounds for immediate unilateral cancellation of this AGREEMENT by the Department. The Requestor shall promptly provide the Department with a copy of any request to inspect or copy public records in possession of the Requestor and shall promptly provide the Department a copy of the Requestor's response to each such request. 26. The parties agree to comply with s.20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with s.20.055(5), Florida Statutes. 27. By their signature below, the parties hereby acknowledge the receipt, adequacy and sufficiency of consideration provided in this AGREEMENT and forever waive the right to object to or otherwise challenge the same. IN WITNESS WHEREOF,the parties to this AGREEMENT have signed this AGREEMENT as of the date written below: C ll? of KNA\ 5CPCW REQUESTOR(Print Name of Requestor above) STATE of FLORIDA DEPARTMENT of TRANSPORTATION By: By: (NAME PRINTED) (NAME PRINTED) (TITLE) (TITLE) • Date: bate: Leg v' APPROVED AS TO FORM& LANGUAGE & FO EX CUTION City Attorney1\11(--- Date MEMORANDUM OF UNDERSTANDING BETWEEN STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF MIAMI BEACH THIS MEMORANDUM OF UNDERSTANDING, hereinafter referred to as the `Agreement' is made and entered into this day of , 20_, between the State of Florida Department of Transportation, hereinafter referred to as the `DEPARTMENT', and the City of Miami Beach, hereinafter referred to as the`CITY'. RECITALS: WHEREAS, the parties desire to accomplish the collocation of a team of Traffic Operations professionals from the CITY's Transportation Department into the DEPARTMENT's facility named the SUNGUIDE Transportation Management Center, hereinafter referred to as the `TMC', located at 1001 NW 111th Avenue, Miami, Florida 33172 in order to collaborate in assuring the safe and efficient mobility of vehicular and pedestrian traffic on CITY and DEPARTMENT arterial street corridors;and WHEREAS, this Agreement shall serve the purpose of defining the CITY's share of the TMC's annual operations and maintenance costs;and WHEREAS, the parties are authorized to enter into this Agreement pursuant to Section 334.044, Florida Statutes; NOW, THEREFORE, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 1. TMC OPERATIONS AND MAINTENANCE COSTS 1.1 Cost Allocation Formula The allocation of operations and maintenance costs shall be proportionate to the exclusive office floor space occupied in the TMC by the respective agencies. The total office floor space in the TMC is 14,578.00 square feet. The CITY will occupy a portion of room # 232, using 400.00 Sq. Ft. of space for Traffic Operations staff and a portion of room # 112, using 89.60 Sq. Ft. to house CITY computer servers. The combined total office floor space the CITY will occupy is 489.60 Sq. Ft. or 3.36% percent of the office floor space. Any change to CITY office floor space allocation shall result in changes to CITY's share of annual operating and maintenance costs. 1.2 Annual Costs The CITY agrees to pay annually to the DEPARTMENT the TMC operations and maintenance costs, including office space rental costs as listed in the table below. Each fiscal year, CITY administrative staff shall propose in its annual budget request meeting the funding and approval of the expenditures noted herein. No additional costs beyond those listed in this Sub-Section will be required of CITY without prior mutual agreement. 1 Payments are to be made annually and the annual payment rates are fixed for ten (10) years. The following is the"Payment Schedule"for the ten(10)year term of this Agreement: Description of Cost FY 16/17 FY 17/18 FY 18/19 FY 19/20 FY 20/21 FY 21/22 FY 22/23 FY 23/24 FY 24/25 FY 25/26 City of Miami Beach Share of Facility Operations&Maintenance Costs calculated by multiplying the percent of office space occupied by City by the $ 14,369 $ 14,369 $ 14,369 $ 14,369 $ 14,369 $ 14,800 $ 14,800 $ 14,800 $ 14,800 $ 14,800 TMC's projected FY 2016 Operations and Maintenance Costs (3.36%x$427,661/FY 2016) Annual Rent for 489.60 sf.@$20/sf. $ 9,792 $ 9,792 $ 9,792 $ 9,792 $ 9,792 $ 9,792 $ 9,792 $ 9,792 $ 9,792 $ 9,792 (Portions of Room#232&Room#112) Total Per Fiscal Year S 24,161 $ 24,161 $ 24,161 $ 24,161 $ 24,161 $ 24,592 $ 24,592 $ 24,592 $ 24,592 $ 24,592 Total Cost for Ten(10)Year Term of Memorandum of Understanding $ 243,770 The CITY's annual cost may be pro-rated in the initial year of the Agreement, if this Agreement is executed after the start of the DEPARTMENT's Fiscal Year 2016/2017. The CITY's annual operations and maintenance costs will increase by 3% on the sixth (6th) year of this Agreement and will remain at this amount until the end of the Agreement. The parties may jointly agree to extend the term of this agreement from time to time. The parties agree to negotiate a new"Payment Schedule"for such extension. 1.3 Method of Payment The CITY will make annual payments to the DEPARTMENT. Recurring annual payments shall be due by November Pt of each DEPARTMENT fiscal year during the term of this agreement. The DEPARTMENT shall transmit annual invoices to CITY for payment to the following address: City of Miami Beach Transportation Department 1700 Convention Center Drive Miami Beach,FL 33139 Attention: Director 2. All notices under this Agreement shall be directed to the following: To DEPARTMENT: Florida Department of Transportation 1001 N.W. 111th Avenue Miami,Florida 33172 Attention: TSM&O Program Engineer To CITY: City of Miami Beach Transportation Department 1700 Convention Center Drive Miami Beach,FL 33139 Attention:Director 3. Unless otherwise specifically stated herein, this Agreement shall be governed by and construed in accordance with the laws of the State of Florida. 4. If any part of this Agreement shall be determined to be invalid or unenforceable by a court of competent jurisdiction or by any other legally constituted body having the jurisdiction to make such 2 determination, the remainder of this Agreement shall remain in full force and effect provided that the part of this Agreement thus invalidated or declared unenforceable is not material to the intended operation of this Agreement. 5. The CITY recognizes and accepts the funding restrictions set forth in Section 339.135(6) (a), and Section 129.07, Florida Statutes, which may affect the DEPARTMENT's obligations. Those provisions are as follows: 339.135(6)(a).The DEPARTMENT during any fiscal year shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract,verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement from the Comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one (1) year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years. Section 339.135(6)(a), Florida Statutes. Accordingly,the State of Florida's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature. 6. The DEPARTMENT recognizes that CITY must comply with its Budget Policy which requires annual CITY Board approval. This Agreement shall not be construed to modify, in any way, CITY's obligations with respect to said policy. To the extent permitted by such policy, CITY shall endeavor to appropriate in its annual budget, for each Fiscal Year, the funds lawfully available to satisfy its obligations under this Agreement. 7. When either party receives a notice of claim for damages that may have been caused by the other party in the performance of services required under this Agreement, that party will immediately forward the claim to the other party. Each party will evaluate the claim and report its fmdings to each other within fourteen(14)working days and will jointly discuss options in defending the claim. 8. Either party may cancel this Agreement with sixty (60) days advance written notice. The written notice must be delivered to the contact as defined in Section 2 of this contract. 9. The CITY reserves the right to inspect any records associated with the cost to maintain the TMC as requested in writing. 10. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. (Intentionally Left Blank) 3 IN WITNESS WHEREOF,the parties hereto have caused these presents to be executed the day and year first above written. CITY OF MIAMI BEACH STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION BY: BY: CITY Mayor District Secretary LEGAL REVIEW: BY: BY: CITY General Counsel District Chief Counsel 4 APPENDIX E: LIST OF REPORTS AND PROJECT PLANS 1.1. Narrative Reporting Subsystem. The DBOM Firm shall prepare monthly and/or daily written reports as described hereunder. All written reports shall be in 8 1/2" X 11" format. The DBOM Firm shall ensure that the City is provided a copy. The City reserves the right to request additional reports to be provided by the DBOM Firm. The Narrative Reporting Subsystem shall include the following reports: a. A Monthly Executive Summary, which provides an overview of the Project's progress, monthly performance measures, current issues and pending decisions, future developments and expected achievements, and any problems or delays, including code violations found by, and delays in obtaining and/or renewing any requisite permits from, any permitting authority. b. A Monthly Cost Narrative describing the current construction cost estimate status of the overall Project and Amendment or potential Claim status (i.e., amount, reason for change, responsibility), which shall be addressed in detail. c. A Monthly Scheduling Narrative summarizing the current status of the overall Project Schedule. This report shall include an analysis of the various Project Schedule components, a description of the critical path, and other analyses as necessary to compare planned performance with actual performance of the Work. The Narrative should include descriptions of any logic or other changes to the updated Project Schedule versus the baseline Project Schedule and previous updates. d. A Monthly Construction Progress Report during the. Construction Phase summarizing the overall progress of the Work of the DBOM Firm and the various Subcontractors. This report shall include information from the weekly Project Site meetings, as applicable, such as general conditions, long lead supplies, current deliveries, safety and labor relations, Project permits, construction problems and recommendations, and plans for the succeeding month. The format for the Monthly Construction Progress Report must be approved and accepted by the City, the Resident Project Representative and DBOM Firm, and will establish the format to be used for each subsequent Monthly Construction Progress Report. DBOM Firm shall index, bind and tabulate the Monthly Construction Progress Report in a manner acceptable to the City. The Monthly Construction Progress Reports shall include photos documenting the progress of the Work. The photos will be 8" x 10" in size, with the date and location noted on the back of each photo. A back-up flash drive or CD of the photos is to accompany the hard copies of the photographs. The Monthly Construction Progress Reports and Project photos are to be made an attachment to the DBOM Firm's monthly Application for Payment. e. A Daily Construction Diary or bound log, maintained in English, during the Construction Phase describing events and conditions on the Project Site. The diary shall be maintained at the Project Site and available to members of the City at any time upon request, and shall set forth, at a minimum, for each day: the weather conditions; how any weather conditions affected progress of the Work; time of commencement of Work for the day; the Work performed; materials, labor, E - 1 personnel, equipment and Subcontractors utilized for the Work; any idle equipment and reasons for idleness; visitors to the Project site; any special or unusual conditions or occurrences encountered; any materials delivered to the Project site; and the time of termination of Work for the day. A bound copy of the complete diary shall be submitted to the City at Substantial Completion of the Project. f. The written reports outlined in the Section above shall be bound with applicable computer reports and submitted monthly during the Pre-Construction Phase based on the then-current available Construction Documents, and monthly during the Construction Phase. Copies shall be transmitted by DBOM Firm to the City and others designated by the Contract Administrator with each monthly Application for Payment. Additional copies of the reports outlined in this Section shall be bound separately and distributed monthly as directed by the Contract Administrator. Certain electronic copies of reports shall be transmitted electronically to the Contract Administrator and others as may be designated by the Contract Administrator. 1.2. Project Manual/Management Plans. Within forty-five (45) days of the Effective Date of the Agreement, the DBOM Firm shall develop a comprehensive Project Management Plan describing the services set forth in the Contract Documents and document such plans in the Project Manual. In addition to the reports listed below, the City reserves the right to request additional reports and documents. The Project Manual shall serve as the Project Management Plan, and shall include at a minimum, the following sections: a. Project Organizational Chart. A summary organizational chart showing the interrelationships between the various representatives of the Project, other supporting organizations, and permitting review agencies. Detailed charts showing organizational elements participating in this Project shall be included for each of the Key Members of the Project. b. Responsibility Performance Chart. A detailed matrix showing the specific responsibilities and interrelationships of the various Project representatives. The Responsibility Performance Chart shall indicate primary and secondary responsibility for each specific task required to deliver this Project. The DBOM Firm shall develop a similar chart for the personnel within its own organization who are assigned to the Project, and for the personnel of the Key Members of the Project from data supplied by each. c. Communications Procedures. The DBOM Firm shall establish written procedures for communications and coordination required between Key Members of the Project throughout the Project. Procedures shall cover such items as correspondence, minutes, reports, inspections, team meetings, technical reviews, design reviews, and other necessary communications and timing of such communications as applicable. The DBOM Firm shall use electronic communication whenever possible. The DBOM Firm shall create a master email list with a matrix of items to be circulated to the appropriate entities and/or personnel, including, without limitation, the Design Consultant, Design E -2 Subconsultants, the RPR, the City, Contractor, Subcontractors, and others. d. Safety Plan. The DBOM Firm shall develop a comprehensive safety program for the Project to meet all applicable Federal, State and Local safety requirements. This will include a comprehensive program for ensuring safety of all persons and property affected by the Work. e. Quality Assurance/Quality Control (QA/QC Plan). The DBOM Firm shall develop and maintain an effective Quality Assurance and Quality Control Plan and procedures as delineated in Appendix "L" hereto, to ensure that materials furnished and quality of Work performed are in accordance with the Construction Documents and other Contract Documents. f. Crisis Management Plan. The DBOM Firm shall develop a Crisis Management Plan, describing a general approach to, and identifying emergency contacts in case of, crisis situations, e.g., hurricane, riot, etc., that permits, to the fullest extent possible, uninterrupted progress or performance of the Work or prompt resumption of the Work. g. Security Plan_ . The DBOM Firm shall develop and maintain a comprehensive Security Plan to protect the Project Site including, without limitation, the Work installed and the equipment and materials stored within, and to protect the materials stored off-site, against theft, vandalism, fire, and accidents, etc., as required by job and location conditions. Mobile equipment and operable equipment at the Project Site, and hazardous parts of new construction subject to mischief, shall be locked or otherwise made inoperable or protected when unattended. h. Maintenance of Traffic and d Project Site Logistics. The DBOM Firm shall prepare a logistics, access staging and maintenance of traffic (MOT) plans for this Project. The plans shall contain specific procedures for minimizing the disruption of surrounding operations and inconvenience to the public accessing the Project Site and residents in the surrounding areas, such as residents and visitors who must traverse the Project Site to access their residences, hotels or other businesses. The Project Site Logistics Plan shall include documents illustrating the scale and relationship of Project components based on the Project's current and future requirements, Project Schedule and construction budget requirements. The DBOM Firm shall ascertain what temporary enclosures, if any, of building areas should be provided for, and may be provided, as a practical matter, in order to assure orderly progress of the Work in periods when extreme weather conditions are likely to be experienced. MOT shall include the planning, furnishing, installing, maintaining, and removing of traffic control and safety devices. The need for lane closures shall be on a case- by-case basis as requested by the DBOM Firm and approved by the City. Any request for a planned lane closure shall be submitted to the City or its designee two (2) weeks in advance of the proposed lane(s) closure. The DBOM Firm will be given a notification list by the City containing all contacts that shall be notified of the lane(s) closure by the DBOM Firm. The DBOM Firm shall coordinate with TMC E -3 Operations on all MOT activity. MOT shall be deployed and function in accordance with Standard Index Series 600 of the FDOT Roadway and Traffic Design Standards, current edition, and other applicable City procedures. The DBOM Firm shall have at least one individual on its staff throughout the term of this Contract certified by the American Traffic Safety Services Association (ATSSA) as a Worksite Traffic Supervisor. i. Risk Management Plan. The DBOM Firm will identify those issues which could impact the successful and timely completion of the Project within the approved Project baseline schedule on a risk register. The DBOM Firm will identify, evaluate, and assess Project risks using a SWOT (strengths, weaknesses, opportunities and threats) analysis sufficient to develop customized Project control strategies that maintain visibility and ensure timely initiation of corrective actions should they be required. Assessed risk levels will determine the control level to be used for each Project element, incorporating planned risk responses to mitigate potential impacts. j. Transition Plan. The DBOM Firm shall provide plan describing the hand back requirements and a detailed plan to transition the device operations and maintenance from the DBOM Firm to the City at the end of the operations and maintenance phase, or at an earlier date as may be identified by the City. The Transition Plan will be submitted by the DBOM Firm to the City no less than ninety (90) days prior to transition. The Transition Plan will be subject to the City's review and approval. 1.3. Administrative Records. The DBOM Firm will maintain, on a current basis, unless agreed to otherwise by the Contract Administrator, all files and records for the Project such as, but not limited to, the following: • Punch Lists Requirements • Cost Proposal Requests • Prevailing Wage Reports • Bid Analysis/Negotiations/Award • Shop Plan Submittal/Approval Logs Information Contracts/Purchase Orders • Contract Documents w/changes • Warranties and Guarantees • Material/Equipment Records • Cost Accounting Records • Delivery Logs • Labor Cost Records • Payment Records • Material Cost Records • Transmittal Records • Equipment Cost Records • Inspection Reports • Payment Record Requests • Project Schedule, Construction Schedule and Updates thereto • Subcontractor Pay Exception Reports • Suspense (Tickler) Files of Outstanding • Meeting Minutes E -4 • Cost Estimates Daily Reports • Bulletin Quotations • RFIs, RFCs and Associated Logs • Lab Test Reports • Monthly Progress Reports • Insurance policies, Insurance • Project Correspondence Files Certificates and Bonds • Project Manual • Technical Standards • Maintenance Logs • Design Handbooks • Repair Logs • "As-Built" Marked Prints • Operational Logs • Operating & Maintenance Instruction • Standard Operating Guidelines Manuals and Lists • Standard Operating Procedures • Daily Progress Reports& Subcontractor The above Records shall be available to the Contract Administrator, Project Coordinator, Resident Project Representative, and other City representatives for reference or review at any time. 1.4. System Availability. The DBOM Firm will be responsible for developing and maintaining a system availability reporting system and associated matrix to document uptime percentage of all field devices and office systems. The performance measures will be reported monthly. This matrix shall be presented in a City approved format. The DBOM Firm will be required to prepare system availability reports/matrices covering various time periods to meet City needs. The DBOM Firm shall be responsible for maintaining system availability information for the duration of this contract. The matrix shall include field devices, system, and subsystems including, but not limited to: • CCTV Cameras • DMS • Travel Time Systems • SPS Devices • Network Communications • Office Systems (Central Computer Systems, Video Monitors, etc.) Downtime associated with any device failures, no matter the cause, shall be calculated in the system availability matrix. Each device, system, or subsystem component having less than 100% functional status shall be considered down. Downtime related to incidents or natural disasters shall be recorded separately from all other system failures. 1.5. Annual Report. The DBOM Firm shall supply an annual report describing in detail all activities relating to the Project at a date as determined by the City. The annual report shall include, but not be limited E -5 to, the following information: • Performance Measures (Output and Outcome) • Activities and Achievements • Benefit-Cost Analysis • Compilation of monthly reports as directed by City 1.6. Disaster and Situation Reporting. The DBOM Firm shall be responsible for providing the City a detailed damage report after the occurrence of a disaster, natural or otherwise. This report shall include an individual site analysis with the following information: • Device Location with GPS coordinates • Photo documentation (digital only) • Date and time of inspection • Damaged parts list: type, model, serial • Date and time of damage and control number • Description of failure or issue • Needed parts list • Site conditions noted (i.e. submerged, • Repair cost breakdown structure down, no power) • General notes • Site needs analysis (if possible) The damage report by the DBOM Firm shall be per Device Site and include all equipment and devices associated with the location. The report shall include an Executive Summary and a Cost Summary including all parts necessary to reestablish the system in working order. The DBOM Firm shall remain responsible for providing preliminary situation reports in the hours immediately following major events, such as hurricanes or other natural disasters. The reports shall capture and relate the extent of damage, power availability, estimated time of repair, estimated damage amounts, and shall be conveyed to the City by telephone, fax, email, or other available means. The reports shall be updated and continue daily as necessary during the recovery period following the disaster. In addition to the damage reporting requirements enumerated above the DBOM Firm shall remain responsible for producing all damage reports and associated documentation necessary for the City to submit a claim for reimbursement to FHWA or FEMA following a qualifying emergency event, such as a hurricane or other natural disaster. E -6 APPENDIX F: DIRECT PURCHASE PROGRAM 1. The City is generally exempt from taxation and may elect to implement a direct purchase program whereby it may purchase materials and equipment included in any bid for a portion of the Work directly from the supplier of such materials or equipment in order to achieve sales tax savings. 2. Any equipment, materials or supplies directly purchased by the City that are included in the DBOM Firm's contract shall be referred to as Owner-Purchased Materials and the responsibilities of both City and DBOM Firm relating to such Owner-Purchased Materials shall be governed by the terms and conditions of these procedures. 3. Material suppliers shall be selected by the DBOM Firm. The DBOM Firm included the price for all construction materials plus applicable taxes in his bid. City purchasing of construction materials, if selected, will be administered on a deductive Change Order basis. The Cost of the Work and Guaranteed Maximum Price amount shall be reduced by the net, undiscounted, amount of the City's purchase order, plus all sales taxes that would have applied. 4. DBOM Firm (including its Subcontractors) shall provide City with a list of all intended suppliers, vendors, and materialmen for consideration as Owner-Purchased Materials. This list shall be submitted at the same time as the preliminary schedule of values and the Project/CPM Schedule. DBOM Firm shall submit a description of the materials to be supplied, estimated quantities and unit prices. 5. Upon request from City, DBOM Firm shall prepare a standard Purchase Order Requisition Form in a form acceptable to the City, to specifically identify the materials which City has, at its sole option, elected to purchase directly. The Purchase Order Requisition Form shall include: a) The name, address, telephone number and contact person for the material supplier; b) Manufacturer or brand, model or specification number of the item; c) Quantity needed as estimated by DBOM Firm or subcontractor; d) The price quoted by the supplier for the materials identified therein; e) Any sales tax associated with such quote; and f) Delivery dates as established by Subcontractor. 6. City to utilize its standard purchase order terms and conditions for Owner- Purchased Materials. DBOM Firm must obtain approval of the City for any proposed deviations from the standard terms and conditions i.e. payment terms, warranties, retainage, etc. Such Purchase Order Requisition Form is to be submitted to City no less than 30 days prior to the date required for ordering such Owner-Purchased Materials, in order to provide sufficient time for City review and approval and to assure that such Owner-Purchased Materials may be directly purchased by City and delivered to the Project site so as to avoid any delay to the Project. F - 1 7. After receipt of the Purchase Order Requisition Form, City shall prepare its Purchase Orders for equipment, materials or supplies. Pursuant to the Purchase Order, the vendor will provide the required quantities of material at the price established in the vendor's quote to the DBOM Firm, less any sales tax associated with such price. Promptly upon receipt of each Purchase Order, DBOM Firm shall verify the terms and conditions of the Purchase Order prior to its issuance to supplier and in a manner to assure proper and timely delivery of items. The Project Coordinator, or his or her designee, shall be the approving authority for the City on Purchase Orders in conjunction with Owner-Purchased materials. The Purchase Order shall require that the supplier provide the required shipping and handling insurance. The Purchase Order shall also require the delivery of the Owner-Purchased Materials on the delivery date(s) provided by the DBOM Firm in the Purchase order Requisition Form and shall indicate F.O.B.job site. The City's Purchase Orders shall contain, or be accompanied by, the City's exemption certificate, a Certificate of Entitlement in accordance with applicable law, and must include the City's name, address, and exemption number with issue and expiration date shown. 8. In conjunction with the execution of the Purchase Orders by the supplier, the DBOM Firm shall execute and deliver to City one or more deductive Change Orders, referencing the full value of all Owner-Purchased Materials plus all sales tax savings associated with such materials in the bid to DBOM Firm or its Subcontractors. 9. All shop drawings and submittals shall be made by the DBOM Firm in accordance with the Contract Documents. 10. DBOM Firm shall be fully responsible for all matters relating to the receipt of materials furnished by City in accordance with these procedures, including but not limited to, verifying correct quantities, verifying documentation or orders in a timely manner, coordinating purchases, providing and obtaining all warranties and guarantees required by the Contract Documents, inspection and acceptance of the goods at the time of delivery, and loss or damage to equipment and materials following acceptance of items by the City due to the negligence of the DBOM Firm or its Subcontractors. The DBOM Firm shall coordinate delivery schedules, sequence of delivery, loading orientation, and other arrangements normally required by the DBOM Firm for the particular materials furnished. The DBOM Firm shall provide all services required for the unloading, handling and storage of materials through installation. The DBOM Firm agrees to indemnify and hold harmless the City from any and all Claims of whatever nature resulting from nonpayment of goods to suppliers arising from the actions or directions of DBOM Firm. 11. As Owner-Purchased Materials are delivered to the Project Site, the DBOM Firm and Project Coordinator and/or the DPW Field Observer shall visually inspect all shipments from the suppliers, and approve the vendor's invoices for materials delivered. The DBOM Firm shall assure that each delivery is accompanied by documentation adequate to identify the Purchase Order against which the purchase is made. This documentation may consist of a delivery ticket and an invoice from the supplier confirming the Purchase Order, together with such additional information as the City or DBOM Firm may require. The DBOM Firm will verify, in writing, the accuracy of the delivery ticket. The DBOM Firm will then forward the invoice to the City. The City will process and pay directly to the vendor in the manner as all other City invoices are processed. The City shall have the right to assign City personnel to verify and audit the accuracy of all Direct Purchase documents. The DBOM Firm shall ensure that Owner-Purchased Materials conform to the Contract Documents and determine prior to incorporation into the Work if such materials are patently defective, and whether such materials are identical to the materials ordered and match the description on the bill of lading. If the DBOM Firm discovers defects or non-conformities in the Owner-Purchased Materials, upon such visual inspection, the DBOM Firm shall not utilize such F -2 non-conforming or defective materials in the Work and instead shall promptly notify the Vendor of the defective or non-conforming condition in order to pursue repair or replacement of those materials without any undue delay or interruption to the Project.Additionally, the DBOM Firm shall notify the City of such occurrence. If the DBOM Firm fails to perform such inspection, and otherwise incorporates Owner-Purchased Materials, the condition of which it either knew about or should have known about by performance of an inspection, DBOM Firm shall promptly take action to remedy the defect or non-conformity so as not to delay the Work. 12. The DBOM Firm shall maintain records of all Owner-Purchased Materials it incorporates into the Work from the stock of Owner-Purchased Materials in its possession. The DBOM Firm shall account monthly to the City for any Owner-Purchased Materials delivered into the DBOM Firm's possession, including portions of all such materials which have been incorporated into the Work. 13. The DBOM Firm shall be responsible for obtaining and managing all warranties and guarantees for all materials and products as required by the Contract Documents All repairs, maintenance or damage repair calls shall be forwarded to the DBOM Firm for resolution with the appropriate supplier or Vendor. 14. Notwithstanding the transfer of Owner-Purchased Materials by the City to the DBOM Firm's possession, the City shall retain title to any and all Owner-Purchased Materials. 15. The transfer of the possession of Owner-Purchased Materials from the Owner to the DBOM Firm shall constitute a bailment for mutual benefit of the City and the DBOM Firm. The City shall be considered the bailor and the DBOM Firm the bailee of the Owner-Purchased Materials. Owner-Purchased Materials shall be considered returned to the City for purposes of its bailment at such time as they are incorporated into the Project or consumed in the process of completing the Project. Bailee shall have the duty to safeguard, store and protect all Owner- Purchased Materials. 16. The Owner shall purchase and maintain insurance pursuant to the requirements set forth in the Contract Documents which shall be sufficient to protect against any loss or damage to Owner-Purchased equipment, materials or supplies. Such insurance shall cover the full value of any Owner-Purchased Materials not yet incorporated into the Project from the time the City first takes title. 17. The City shall in no way be liable for interruption or delay in the Project, for any defects or any other problems with the Project, or for any extra cost resulting from delay in the delivery of, or defects in, Owner-Purchased Materials. 18. On a monthly basis, DBOM Firm shall be required to review invoices submitted by all suppliers of Owner-Purchased Materials delivered to the Project Site during that month and either concur or object to the City 's issuance of payment to the suppliers, based upon DBOM Firm's records of materials delivered to the Project Site and any defects in such materials. 19. In order to arrange for the prompt payment to the supplier, the DBOM Firm shall provide to the City a list indicating the acceptance of the goods or materials in accordance with the established monthly Payment Request Schedule. The list shall include a copy of the applicable Purchase Orders, invoices, and delivery receipts of data provided. Checks will be released, delivered and remitted directly to the suppliers. The DBOM Firm agrees to assist the City to immediately obtain partial or final release of lien waivers as appropriate. F -3 20. At the end of the Project, any salvage materials shall be the property of the City and stored or removed from the Project Site by the DBOM Firm and/or its Subcontractors at the Owner's discretion. F -4 APPENDIX G: PROJECT SCHEDULE G - 1 OWL-Miami contract City of Miami Beach DBOM ITS and Smart Parking System(SPS)Contract Schedule BF01.2 02151 9DD IS-Jan-IS 1166 Ackty05 Maly Nano I Oryb.l Start FMO Tobi 2019 2079 1 Ovation F M A M J Jn A S O N D J FMAIIJAIASONDI City of Miami Beach DBOM iTS and Smart Parking System(SPS)Contract Schedule BF012 021519DD °°e 1519 29-0eo-29 ° Phase 1 and Phase 2 I 994 15-Feb-19 29.0ee-20 0 9 A0.1000.P1P2 Notice b Proceed-Desip1-Phase l and RW.2 0 15-F.P19 0•'I • 111111M.11111 .11111 = 11111111MINIE : I A2.1040.PW..PI P2 Develop Prole.WleWrn llenepewlt PIA and Procedures 120 15-Feb.19 05-Aug-19 51 : . . A21010.TP.P1P2 Develop Test Feb.and Raeeduee 12008-Aq-19 07-FeR20 910 2dniii..1. 42.1040 TRAN.P1P2 Develop Training Documentation and Mruale 120 10-Feb-99 2SJW20 00 1111P60101118110841-'VhiM 1 andMN i4 5 -- _I I : • I 1 I P DW9n Rana-Communkatlon Infrastructure-Phase 1 and Phase 2 17915-Feb-19 11-Aup15 T2 .;.aaewa9tie.. i � A3.1020.D15-Feb-19 ----- WG.C.P1P2 Prepare/Sulam. ...•.... ..-... ...f.. .-. Deeyn PYn W Speoficetipna 80% Communearon Infrastructure 90 2e-Mar i9 0 A3.1030.DWG.C.P 1 P2 Clry of Miami Beach- R-�ae�feesut� ..t emflna mente on Design Pane aro Spaclona-60Y.-Communication Infrastructure ,�1r41ti � 2�9�-M7w�9-s19 11-Apr-19 27 A .si�1. ^► A3.10.DWG.C.P1P2 Prepare/SO.1 Neal Specifications 90% CommunicaOm Infrastructure 2012-Apr-19 09-May-19 19 WU 83.1050.DWG.CP1P2 CM of M9anl Bach Revbws[Comment.On Deeyn Plena and Speak/don•90%-Communtee4n Infrastructure 1412-May-19 23-May-19 28 A3.1060.DWG.CPI P2 PrepnWa011t Dear Pb..arldSpacacatlom-100%-CamurkWO0 infrastructure 2024-May19 21 Jun-19 19 -1 A3.1010.DWG.C.PIP2 Cly of Arlt Beach Reaca/tpnlnnla On Deeyn Pim and Spec/patron-100%•Camnniadon Infrastructure 14 224Mt-19 055-Jua19 85 :] "•••••`: VW A3.1080.DWG.C.PIP2 Prepara9bmti Da*RAstdC8171^878`7717117117'7....17 01.01.4111 r•RFC- 5 0641419' 12JuI19 03 1 A3.1090.TWO.0 P1 P2 CM of Marti Beach iWMa/Apprwae Deayn Plea and SpecScalone-RFC-Cornmuricatbn lnheaouctura 14 13.1440 26-Ju419 68 7 --- Y-------. ------- A3.1100.DWG.C.P1P2 Mbstona:Approval of RFC Pons-Co Tent tl infrastructure 0 26-Jul-19 88 • 1111, =NMI '-► 43.1180.DWG.C.P1P2 PermBYp-CrmunCetion Infrastructure 30 13-JuS19 11-Arg-19 72 0 Der9n Plan-Tanapaldbll ManalewrtDada(TMC)-Phase 1 alyd Fiala2 179 15-Feb-19 11-Ag-19 R 3s�1 . , A9.1020.DWO.T.P1P2 P! alba*Data Plans and Specifications-60%•Transportation Management Center(TMC) 30 15-Feb-19 28-Mar-19 0 NM 43.1090.DWO.T.PI P2 Cly of Miami Beech Realms/Comments on Deelpn Pone and Specl fratbna-60%-Trenepola90n Management Center ITMC) 1/29-Mar-19 11-Apr-19 27 O .. ...,• ... .. .. 'wasp 03.1040.DWG T.0102 Prepare/Submit Design Pore and SpaClScetona-90%-Transportation Management Cam/(TMC) 20 124.19 09-Mar-1919 OP 8312500005101702 CMafM''Beech Reviews/Comments On Design Piens and Specifications-sax-TrWp0rbtl0n ManapernentCmmr(TMC) 14 10-MeY19 23-MeY19 28 :al . Aa1080.DWG.T.P1P2 Pnpara+abni Design Rn Plans end Specifications Transportation Management Cents(TMC) 20 24-May-19 21-Jun-19 19 i t 03.1070.13WG.T.P122 CM of Mita Ouch Revows/Commenl On Deny,Pars and Specrketios-100%-Transportation Management Center!TMC) 14 22-Jun-19 05-Jul-19 86 13 . 63.10110.DWG.T 1P2 PraraSl Design Plane and Spec1 shone•RFC-Tranoportauoi Maes gems Cents;TMC) 5 08-J u419 12.Ju419 43 D brrl • • 40.1090.DWO.T.P1P2 Cay of MarlBeach Re:Mn/Approves Dadan Rem and9pacacaone-RFC-Transportation Management Center T100 14 13-Ju419 25-Ju419 e6 ❑ 43.1100DWO.TPY IP2 MMrn:Approniof RFC PW-Trwpplar.bW GNAW.erl (TMG) 0 26-Jul-19 69 • tr../ AS.I111°DWO.TPIP2 Peer Trrp.Yrl Mana9eenn Cala(TMC) XI 13-Jul-19 11•Aug-10 72 O Orlin Mane.Saul Way Spam•Moe f ma Pllaaa! 179 29-Mar-19 22-Sep-19 30 I giweeii-..........,:-................•. - -- t r► • 43.1020.DWOP.PI P2 Rapanlabml DMyn Pane and 9e.ele sen-90%-Sari Pae nit%earn 90 29-Mr-19 09-Ma-l9 0 • seal A3.1°30.DWOP.PIP2 City of Mari Beech Rw•YsuCanamnh an Data Plane and Spallation.-_ -Smart Prkey Statim IS 1DMeyIS 23-May-19 14 ■ Meal Work • •Aaeabrn — Contract Schedule BF01.2 s Data 0.b15-Cab-19 1 9 ®Rrtwwq Work tP 9amary Start 15-Feb-19 Crake/Remaining Work Ph29-Dec-20 Papal o3 TR -a---^RFa OWL-Mann Contract City of Miami Beach DBOM ITS and Smart Parking System(SPS)Contract Schedule BF01.2 021519DD 18Jan-1911:48 Pc5Nlty ID Acthelly Name Original Start hIsh Total 2019 2020 r -- Duration Fbat F>MI �ALSISI A M J J48O N 0 J 1 FI MI AI MIJ Pull AlSIOi NI D 1 A3.1µ40 Prepare/Submit De PIP2 Prepare/Submet n Plena and Specifications-90%-Smart Parking System 20 24-M9019 21-Jun-19 9 021 ; • A3.1050.DWO.P.PIP2 City of MMM Beach Reviews/Comments On Design Plans and Spec19ca9wx-90%-Smart Parking System 14 22 Jun-19 05-24419 18 i 1 A3.1060.DWG.P PI P2 Prepare&SubmIt Design Plans and 040080809098 100%-Smart Parton System 20 08-24419 02-Aug-19 10 #3.1070.DWG.P PI P2 CM of Memo Beach Reviews/Comment On 04980 Pans and SpecMratbs 100%-Smart Parking System 14 03Aug-19 16-A4-19 30 • ■ A3.1080.DW G.P.P1 P2 Prepare/Subml Design Plan and Spec1baiJone-RFC-Smart Pamkkg System 5 19-Aug 19 23-A4µ19 18 0 A3.1090.DWO-P.PI P2 City of MATO Beach Reviews/Approves Desgn Plans and Specifications-RFC-Smart Perkrg System 14 24-Aug 19 06-Sep-19 48 I A3.1100.DWG.P PI P2 Masten*:Approval of RFC Plats-Smart Parkin Syatwn0 06-5m06-5m-19019 48 • not yg System 30 24-Pup-19 22-Sep-I9 30 A3.1180.UWG.P.P1 P2 Permbi -Smart Perk •.. �• --- -.- f • .•...• .•------------------ -----•.- -y--.--- Dgnana- S Devices and Ph.. --- 16610-May-19 22-Oct-19 0 WRRMaa •.• ITI"I 11111111111111111111111111111111111111111111111111B1 r, A3.1020.DWG I.PI P2 Prepare/Submit Design Nine and Spell/padons-60%-R3 Despair 3010-May-19 21 Jun-19 0 :M., , I A3.1030.DWGI.PI P2 Cay of MemBeach Rvews,Comments on Design Plane and 5paafta081a-00%-RSDwrba 14 22-Jun-19 05-Jul-192 2 , s A3.1040.DWG.I.P1 P2 Prepare/Subme Design Ps and Spec8 49090-90%-ITS Devices 20 08-Jul-19 02-Aug-19 0 t1 #3.1050.DWG.I.P1P2 CM ReviReviews/Commentssg of Miami Beach Reviews/Comments On Den Plans and SpecR,ateN-00%-IrSDaYkaa — -- 14 03-lug-19 16A4-19 2 • 11=1111111111111111111111111111111111111111NE. 411111 "WI A3.1080.GWG.LPIP2 Prepare/Submit Design Bars and 50908009404-100%-RS Devices 20 19-A4-19 17-Se9-19 0 N , A3.1070.DWG.I.P1P2 Ctty of Mlaml Beach Reviews/Comments On Damn Pb,..and Specilcatb (Winsr.-100%-ITS(Wins14 14-Sep-19 01-00419 0 IA fI* A3.1080.OWG.I PIP2 Mem Design Peand Specifica0one-RFC-RS Devices 5 02.0,-19 08-001-19 0 0 1 A3.1090.DWG.I.PIP2 City of Miami Beech Revl1As/Apgmoves Design Plana and Soecebatone•RFC-RS Devices 14 09-063-19 22-001-19 0 ■ f Ml A3.1100.DWG.I.P1P2 estone:Approval of RFC Pis s-ITS Davit0 22-Oct-19 0 r A3.1150.DWG.I.PI P2 I'er—Mfg-ITS'Jevba 14 09-0,-19 22-001-19 0 ■, , ,:.,�C'.ot4 2t.«•1+ 1.nd PM.a 2 ,4z'.04'12 9140111 _Mini8 0 A2.1000.PIP2 Notice to Proceed Corstructbn-Phase 1 and Phaa2 0 23-0,-19 0 • COnabnNbn-Phan 1 and Phar 2 283 230c1-19 31-24420 0 , ......oa„ A �7' , A7.1010.TMC.PIP2 Traffic Management Genet(TMC)Build Outand Equipment Installation 120 23-001-19 19-F4-20 163 MINIM. x^-•.x3aFxmam`.-. K9a. ayuCS'.nAat'aGaSaMYfrtAv1R'-' 1 milramirtMrim 17111 Moat 200918or•Collins Avanue to Dads Boulevard 21 23-Oct-19 21-Nov-19 * WWI A7.1010.1TS.P102.'7 natal ntelgem Transportation Systeme(ITS)-17111 Street Corridor-Coil Avenueb Dade 9oilevard 21 23-Oct-19 21-Nov-19 0 I A7.1010.COM P1 P2.17 Install Communication Infrastructure Systems-17th Street Corridor-Coin Avenue to Dada Boulevard 21 230,-19 21-Nov-19 0 Mb; ; A7.10l0.SP5.P1 P2.17 Install Smart Parking Systems(SPS)•17111 Street Congo(-Cans Avenue to Dade Doubv&d 21 23-0ct-19 21Nov-1912i Mon Road CprtMor-Julia Tuttle cw.away to 1711,4rsM 21 22-Nov-19 03Jam250 "—Ir A7.1010.RS.PIP2.AA1 Install lnte gam Traspon800n Systems(RS)-Alton Road Corridor-Jule Tuttle Causeway 41790 Street 21 22-Nov-19 03Jert200 O)• A7.1010.COM.P102.AR1 install Communbadon InfrastructureSystes-Mon Road Corridor-Jule Tuttle Causeway 417th Street 2122-Nov-19 03-Jun-20 0 A7.1010.SPS.PI P2.AR1 Install Smart Parking Systems(SPS)-Alton Road Corridor Jule Tuttle Causeway 41781 Street 21 22-Nov-19 03-Jan-20 0 I•• ; • iiiDada Soulaxd CoMdor•A1ton Ibad to Db 4nat 21 08JM-20 04-Fab-20 r-- A7.1010.11S.P1 P2.DB Instal InWgeM Trasportadon Systeme(ITS)-Dada Boulevard Corridor-Mon Road to 23rd Steel 21 06-Jan-20 04-4e620 0MI —Actual Work • •MMbro Data Date:15-Feb-19 Contract Schedule BF01.2 //�� //�//J�)F (l•Crate' A.o Work . .Summary T/\ sem!/\I_e Stec 15-Feb-19 CrOcal Remebkq work Page 2 of 3 Fadsh. -� RWL-Miami Contract City of Miami Beach DBOM ITS and Smart Parking System(SPS)Contract Schedule BF01.2 021519DD 18Jan-1911 46 AOWIy1D AcWhy Nur Orgnal Start FFYh Tobi 2019 2020 1 Duration Fbd FIMIAIMIJIJMIAI9IDINID JI FIMIAIMIJIJUIIAISIOINID t A7.1010.COM.P1P2.D0 Install Communication Infrastructure Systems-Dade Boulevard Corridor•Mon Road to 23rd Street 21 06-Jan-20 01-Fe-20 0 Al.1010.SPS.PI P2.00 Install Smart Perking Systema(SPS)-Dade Boulevard Condor-Mon Road to 23rd Street 21 06 Jan-20 04-FM,20 0I. -..-.... Anon Rod Contd.-9111 9t Wontl0 171h Wont OS-Fe404-Mar-20 0 A A7.1010.RS.PI P2.AR2 Install l n.igent Trrel.nsom Systems(RS)-Mon Road Corridor 5th SI to 17th Street 21 06-Feb-20 1144Aar-20 0 a A7.1010.COM.PI P2.AR2 Inste2 Communication lnhastrucNre Systems-Mon Road Corridor-5th St 10 17th Street 21 05-Feb-20 04-Mar-20 0 IMP A7.1010.SPS.P1 P2.AR2 (0.1St Smart Parking Systems(SPS)-Mn Road Condor-50 St to 1701 Street 21 05-F eb-2,0 D-Mar-20 0 Mil Juin Rano Conway Corridor-City LIMO to Aken Rout 21 05-Mr-20 02-Apr-20 0 ^ A7.1010.RSP1 P2.JTC Inatal Intelgem Tr.1uportaOon System(RS)•Jule TUEb Causeway Condor Cl?- bolt to Mon Road 21 05-Mar-20 02-40-20 0 >• A7.1010-CO4LP1P2.JTC Watt Communcalon Infrastructure 94terna-Jule Tuttle Causeway Condor Cry Lint to Mon Road 21 05-Mer-20 02-Apr-20 0 . , A7.1010.SPSPIP0JTC Instal Smart Parking Systems(SPS)-Jule Tuttle Causeway Corridor•Chy Lints to Mon Road 21 05-08r-20 02-Apr-20 0 MseArlhar Causeway Corridor-City Limns to 9th Street 21 03-Apr-20 01-1Aey-20 0 91 { A7.1010.RS.PIP2.MAC Install Intelpem Trnsoortuoon Systems(RS)-Muhthur Causeway Corridor.Cly Link to 5th Street 21 03-Apr-20 01-May-20 0 A7.1010.COM.P1P2.MAC Motel Communication l nhaetructure Systema-MacMbr Causeway 0.000,-COy Lod 0551 Street 21 03-Apr-20 01-May.20 0 J_. A7.1010.SPSPI P2.MAC Into/Smart Parkilg Systeme(SPS)-MacArthur Causeway Corridor-City limbs to Sth Street 21 03-Apr-20 01-May-20 0 MM West Conder•Collins&wow to Ards Tait.Castaway 21 04-May-20 02-Jun-20 0 rlr A7.1010JTSP1P211 Install Intelgem Transportation Systems(RS)•41st Street Condor•Coils Avenue b AM TO.Causeway 21 04-May-20 02-Jun-20 0 all I A7.1010.COM.P1P2.41 Install Communication Infrastructure Systeme-41st Street Corridor Coins Avenue to Jura IS Causeway 21 04-May-20 02-Jun-20 0 MI 07.1010.SPS.P1 P2.41 Install Smart Pnkig Systems(SPS)-4181 Steel Corridor•CAM.Avenue to Jul.T2tle Causeway 21 04-May-20 02-Jun-20 0 Mi 91A1A/911.Strut Cotldr-Alton Rout to Collins Amon 21 03-Jun-20 01-Jul-20 0 1a► A7.1010.IIS.P1P2.AlA Instal)1010gem Trenaporlat.n Systems(ITS).SR Al MOth Street CorrOor-Mon Road to Coin Avenue 21 03-Jun-20 01-Jul-20 0 A7.1010.COM.P1P2.A1 A Instal Communicationlnhutructure Systems-SRA1A5th Street Condor-Asan Road to Coins Avenue 21 03-Jun-20 01-Jul-20 0 .11 67.1010.SPS.PIP2.AlA Install Smart PMig Systems(SPS)-SR Al A5th Street Condor-Mon Rod to Coins Avenue Al 03-Jut-20 01-Jul-200 MI Mahe,Obn Arno Cenlder-901 91nM to Dods Boulevard 21 02-Jul-20 31JuF20 0 ; rP A7.1010.ITS.PIPCWA Install l nbligeml Transportation Systems(ITS)-WUM9ton Avec»Condor•5th Street to Dade Bctvsrd 21 02-Jul-20 31-Jul-20 0 MI A7.1010.COM.P1P2.WA install Communication Infrastructure Systema-Washryron Avenue Corridor-5th Street to Dab Boulevard 21 02-21420 31Jul-20 0 A7.1010,5PSP1P2 WA Instal Smart Parki19 Systems(SPS)-Was Nn9s1 Avenue Cond.-5th Street to Dade 802.2.1E 21 02-Jul-213 31Jul-20 0 MI Testing and Unlpnlbn-Phi 1 and Phan 2 373 23-002-19 29-001-20 0 AB.1010.FAT.P1P2 Factory Acceptance Testing(CertOdalbn) 20 23-Oct-19 11-Nov-19 1 IN : AB.1010.INSPPIP2 Ir.taitlon Inspection. 262 12-Nov-19 30-Jul-20 1 M.1010.SAT.PIP2 Slid Alone Totting 30 014049-20 30-Aip20 0 WI M.1010.SlJB.PIP2 Sub.Mtem Tegi19 30 31-219-20 29-Sap-20 0 IN M,1010.SYS.P1P2 30-Day Operational Test 30 30-5,0-20 29-001-20 0I. Training•Phi l and Phase2 10 30-Oct-2013-.4-20M *; : M.1120.TRMN.P1P2 Tranng 10 30-001-20 13-Nov-20 24 I burn-1n end*Men Aoapta roe-Run 1 ret Mase 2 CI 30-001-20 29-0,0-20 0 ''f,"f M.1010.B11RN.P1P2 80-Day System Burn-In B0 30A1-20 213-Dec-20 0 M.1000.SAPIP2 System Aooeptance TeeOg 7 72-Deo-20 28-De0-20 0 M.1100.SAPIP2 Maestone:Sys...Acceptance Oran. 1.29-Deo-20 29-Dec-20 0 1 1 1 ; I IIIMININISOMBSIMMIIMI . . . 1r M.1010.O314.P1 P2 Notice to Proceed-Operations d Maintenance Period-Pisa 1 and Phase 2 0 29Aec20 0 it Actual Work • •9lOOl0"e Contract Schedule BF01.2 /��) /��)F Data Date:t3-t'5v19 ®Critnl Re/Word T ►Summery T/ \ .S° 9 \/-_ Start 15-Feb-19 Critical RernMeq Work [Rpish:29-Dee-20 Pepe 3d3 APPENDIX H: SCHEDULE OF VALUES H - 1 Capital Costs Payout Summary The TOTAL CAPITAL COST OF FOR PHASES 1 &2 Is$12,468,178.00.This cost will be paid out upon the achievement of individual milestones.The attached table provides both a summary of the capital costs by work item,as well as how those items will be invoiced to the City. Multiple milestones may be invoiced within an invoice.A summary of the payout by category is further explained below: System Services The following milestones were identified for the System Services: • Notice to Proceed $977,375.00 • 60% Design $820,100.00 • 90% Design $410,900.00 • Final, Released for Construction Plans $178,500.00 • As-Built Plans $45,000.00 • Maintenance of Traffic(MOT), FDMS/ADMS Subsystem $494,000.00 • MOT, Camera Subsystem $77,187.00 • MOT, MVDS/TTS $30,875.00 • MOT, Communication $15,438.00 The total payout for the SYSTEM SERVICES IS$3,049,375.00. CCTV Cameras The following milestones were identified for the CCTV Cameras: • Approval of Cut Sheets/Shop Drawings $72,975.00 • Materials Received $72,975.00 • Installation Complete, Per Unit Price $8,300.00 When all 21 cameras are installed the total will be$174,300.00 • Integration Complete, Per Unit Price $3,800.00 When all 21 cameras are installed the total will be$79,800.00 • Subsystem Test Complete $23,900.00 • Training/Documentation Completed $11,000.00 The total payout for the CCTV CAMERAS IS$434,950.00 based on the above milestones. Please note, when totaling the total capital costs identified within the"Negotiated Price"column of the table there is a slight difference in the total identified above. Specifically,the total from the total price column is $437,750 versus the$434,950 identified above, resulting in a difference of$2,800. The $2,800 difference was added to the operational test. Vehicle Detection System The following milestones were identified for the Vehicle Detection System: • Approval of Cut Sheets/Shop Drawings $38,343.00 • Materials Received $38,343.00 • Installation Complete, Per Unit Price $5,350.00 When all 7 units are installed the total will be$37,450.00 • Integration Complete, Per Unit Price $6,700.00 When all 7 units are installed the total will be$46,900.00 • Subsystem Test Complete $17,500.00 • Training/Documentation Completed $15,020.00 The total payout for the VEHICLE DETECTION SYSTEM IS$193,556.00 based on the above milestones. Please note,when totaling the total capital costs identified within the "Negotiated Price" column of the table there is a slight difference in the total identified above. Specifically,the total from the total price column is$193,655 versus the$193,556 identified above, resulting in a difference of$99.The$99 difference was added to the operational test. Freeway Dynamic Message Signs (FDMS) The following milestones were identified for the Freeway Dynamic Message Signs (FDMS): • Approval of Cut Sheets/Shop Drawings $411,950.00 • Materials Received, Per Unit Price $109,412.50 When all 4 units are installed the total will be$437,650.00 • Installation Complete, Per Unit Price $163,550.00 When all 4 units are installed the total will be$654,200.00 • Integration Complete, Per Unit Price $7,000.00 When all 4 units are installed the total will be$28,000.00 • Subsystem Test Complete $9,500.00 • Training/Documentation Completed $11,000.00 The total payout for the FREEWAY DYNAMIC MESSAGE SIGNS (FDMS) IS$1,552,300.00 based on the above milestones. Please note,when totaling the total capital costs identified within the "Negotiated Price" column of the table there is a slight difference in the total identified above. Specifically,the total from the total price column is$1,555,300 versus the$1,552,300 identified above, resulting in a difference of $3,000.The$3,000 difference was added to the operational test. Arterial Dynamic Message Signs (ADMS) The following milestones were identified for the Arterial Dynamic Message Signs (ADMS): • Approval of Cut Sheets/Shop Drawings $1,046,250.00 • Materials Received, Per Unit Price $38,750.00 When all 27 units are installed the total will be$1,046,250.00 • Installation Complete, Per Unit Price $77,800.00 When all 27 units are installed the total will be$2,100,600.00 • Integration Complete, Per Unit Price $5,275.00 When all 27 units are installed the total will be$142,425.00 • Subsystem Test Complete $12,500.00 • Training/Documentation Completed $11,000.00 The total payout for the ARTERIAL DYNAMIC MESSAGE SIGNS (ARMS) IS $4,359,025.00 based on the above milestones. Please note,when totaling the total capital costs identified within the"Negotiated Price"column of the table there is a slight difference in the total identified above. Specifically,the total from the total price column is$4,364,250 versus the$4,359,025 identified above, resulting in a difference of$5,225.The $5,225 difference was added to the operational test. Bluetooth Travel Time System The following milestones were identified for the Bluetooth Travel Time System: • Approval of Cut Sheets/Shop Drawings $56,133.00 • Materials Received $56,133.00 • Installation Complete, Per Unit Price $1,250.00 When all 14 units are installed the total will be$17,500.00 • Integration Complete, Per Unit Price $2,321.00 When all 14 units are installed the total will be$32,494.00 • Subsystem Test Complete $9,000.00 • Training/Documentation Completed $6,000.00 The total payout for the BLUETOOTH TRAVEL TIME SYSTEM IS$177,260.00 based on the above milestones. Please note,when totaling the total capital costs identified within the"Negotiated Price" column of the table there is a slight difference in the total identified above. Specifically,the total from the total price column is$177,265 versus the$177,260 identified above, resulting in a difference of$5.The$5 difference was added to the operational test. Parking Sites The following milestones were identified for the Parking Sites: • Approval of Cut Sheets/Shop Drawings $247,250.00 • Materials Received $247,250.00 • Installation Complete, Per Unit Price 22,222.00 When all 18 units are installed the total will be$399,996.00 • Integration Complete, Per Unit Price $1,944.00 When all 18 units are installed the total will be$34,992.00 • Subsystem Test Complete $12,500.00 • Training/Documentation Completed $7,000.00 The total payout for the PARKING SITES IS$948,988.00 based on the above milestones. Please note, when totaling the total capital costs identified within the"Negotiated Price"column of the table there is a slight difference in the total identified above. Specifically,the total from the total price column is $949,000 versus the$948,988 identified above, resulting in a difference of$12. The$12 difference was added to the operational test. TMC Equipment The following milestones were identified for the TMC Equipment: • Approval of Cut Sheets/Shop Drawings $132,150.00 • Materials Received $132,150.00 • TMC Modifications Completed $66,075.00 • Software and Integration Completed $37,750.00 • Testing Completed $12,500.00 • Training/Documentation Completed $15,750.00 • Software/NTP $120,750.00 • Software Development 60% $103,500.00 • Software Development 90% $51,750.00 • Software Development 100% $34,500.00 • Software Testing $17,250.00 • Software Completion $17,250.00 The total payout for the TMC EQUIPMENT IS$741,375.00. Remote TMC Equipment The following milestones were identified for the Remote TMC Equipment: • Approval of Cut Sheets/Shop Drawings $2,800.00 • Materials Received $3,500.00 • Installation Completed $700.00 • Software and Integration Completed $3,000.00 • Testing Completed $2,500.00 • Training/Documentation Completed $2,075.00 The total payout for the REMOTE TMC EQUIPMENT IS$14,575.00. Communications Equipment The following milestones were identified for the Communications Equipment: • Approval of Cut Sheets/Shop Drawings $454,804.00 • Materials Received $484,804.00 • Installation Completed $45,000.00 • Software and Integration Completed $25,000.00 • Testing Completed $2,500.00 • Training/Documentation Completed $3,525.00 • Operational Test $11,141.00 The total payout for the COMMUNICATIONS EQUIPMENT IS$996,774.00. Please note,when totaling the total capital costs identified within the"Negotiated Price" column of the table there is a slight difference in the total identified above. Specifically,the total from the total price column is$985,633 versus the $996,774 identified above, resulting in a difference of$11,141. As previously mentioned in the items above,the$11,141 difference was added to the operational test included as a part of this item group. P110iFS 1 and 2 NEGOTIATED PRICE Item Description UT Units Unit Price Total Price System Services NTP 60%Design 90%Design Final(100%/RFC) As•Builts Survey LS $44,500.00 $44,500.00 Sixty Percent(60%)Design LS $725,000.00 $725,000.0. Ninety Percent(90%)Design LS $347,500.00 $347,500.0. $97:' -',.00 5820,100.00 5410,900.00 5178,500.00 $45,000.00 Final Design LS 5178.500.00 $178,500.00 Geotechnical Services LS $84,500.00 $84,500.00 Mobilization 0®' "®' " Maintenance of Traffk Persubsyslem Maintenance of Traffic."' 1 LS_ $617,500.00 $617,500.00 FDMS/ADMS CCTV MVDS/T75 Communication Permitting 1 Ls $29.500.00 529.500.00 Aa-Bairn 1 Ls 1 $45,000.00 $45,000.00 $494.000.00 577,187.00 $30,875.00 515,438.00 Intelligent Transportation System(ITS) Approval of Cut Installation Subsystem _ ` d , . Materials Integration Training/ ' • CCTV Cameras Sheets/Shop Completed/ Test Drawings Received Unit Completed/Unit Completed Documentation Operational Test Camera 21 EA $2,950.00 $61,950.00 Poles 0 EA $0.00 $0.00 Lowering System 0 EN $0.00 $0.00 Initial Spare Parts 0 LS $0.00 $0.00 Year t.PMs and Maintenance 0 LS _ $0.00 $0.00 BTU SS(Level IP67.NEMA 6 Cabins 21 EA $4,000.00 $84,000.00 Cabinets/UPS l Communications 21 EA $0.00 $0.00 $72'875.00 572,975.00 $8,300.00 $3,800.00 523,900.00 $11,000.00 52,800.00 Installation 1 LS $174,375.00 $174,375.00 integration 1 LS $81,500.00 $81,500.00 Testing 1 LS $24,925.00 $24,925.00 Total for21 Total for 21 Units Training 1 LS $7,500.00 $7,500.00 Units Documentation 1 LS $3,500.00 $3.500.00 $174,300.00 $79,800.00 PHASES 1 and 2 NEGOTIATED PRICE Item Description QTY Units Unit Price Total Price Approval of Cut Installation subsystem $Delta Rolled Materials Integration Training/ Into vch,,:lc Del,'c,•„tiy,ttrn Sheets/Shop Test Received Completed/ Completed/Unit Documentation Operational Drawings Unit Completed Test Radar Una 7 EA $6,955.00 $48,685.00 Initial Spare Pans 0 LS $0.00 $0.00 Year 1-PMs and Maintenance 0 LS 50.00 $0.00 1 Poles 0 EA $7,500.00 $0.00 BTU SSI Harden CamneUUPSISwltohl 7 EA $4,000.00 $28,000.00 Electrical 0 EA $11,275.00 $0.00 538,343.00 $38,343.00 $5,350.00 $6,700.00 $17,500.00 $15,020.00 ^.(t0 Installation I _ LS $37,500.00 $37.500.00 Integration I LS $46,950.00 _$46.950.00 , Testing _ 1 LS $17,500.00 $17,500.00 TotdT '1 Total for 7 Units Training 1 LS $9,720.00 $9,720.00 Units = Documentation 1 LS $5,300.00 $5,300.00 $37,450.00 $46,900.00 . 437650 654200 28000 t'to Rolled Approval of CutInstallation Sub-System Freeway Dynamic Message Signs FDMS) Sheets/Shop Materials completed/ Integration Test Training/ Into Drawings Received/Unit Unit Completed/Unit Completed Documentation Operational FDMS 4 EA $109,200.00 $436,800.00 1.. Initial Spare Parts 0 LS $0.00 $0.00 FDMS Structure 4 EA $72,500.00 $290,000.00 Tear 1-PMs and Maintenance 0 LS $0.00 $0.00 Cabinetwith UPS 4 EA $5,000.00 $20,000.00 Electrical 4 EA $64,250.00 $257,000.00 $411,950.00 $109,412.50 $163,550.00 $7,000.00 $9,500.00 $11,000.00 1)4.00 Communications 0 EA $4,50000 $0.00 Installation 1 LS $500.000.00 $500,000.00 Integration 1 LS $28,000.00 $28,000.00 Testing 1 LS $12,500.00 $12,500.00 Total for 4 Total for 4 Total for Units Training 1 LS $7,500.00 $7,500.00 Units Units Documentation 1 LS $3,500.00 $3,500.00 I $437,650.00 5654,200.00 $28,000.00 • PHASES 1 and 2 NEGOTIATED PRICE Item Description QTYUnit- Unit Price Total Price Approval of Cut Installation Sub-System $Delta Rolled Materials Integration Training/ Into Arterial Dynamic Message Signs(ADM!) Sheets/Shop Completed/ Test Drawings Received/Unit Unit Completed/Unit Completed Documentation Operational Test ARMS 0/011-Hi Res) - EA 517 000.00 $459,000.00 Iniad Spare Parts 0 LS $0.00 $0.00 ADMS Structure 27 EA 539,500.00 $1,066,500.00 Year 1-PM5 and Maintenance 0 LS $0.00 $0.00 Cabinets with UPS 27 EA $5,000.00 $135,000.00 Electrical 27 EA $27,500.00 $742,500.00 Communications 27 FA $4,500.00 $121.500 DO $1,046,250.00 538,750.00 $77,800.00 35.2''-. n 00 $12,5oQoo $11,000.00 $5,225.i1 Installation 1 LS 51,668.750.00 01.66875000 Integration 1 LS $142,500.00 $142.500.00 Testing 1 LS 517.500.00 017,500.00 Tr Total for 27 Training 1 LS $7,500.00 $7,500.00 Units Units Total for 27 Units Documentation 1 LS $3,500.00 $3,500.00 51,046,750.00 52,100.600.00 5142,425.00 Approval of Cut Installation Sub-System $Delta Rolled Materials Integration Training/ Into Bluetooth Travel Time System Sheets/Shop Completed/ Test Drawings Received Unit Completed/Unit Completed Documentation Operational Test TTS Unit with COMA 14 EA $5,260.00 $73,640.00 Initial Spare Pans 0 LS $0.00 $0.00 Year 1-PMs and Maintenance 0 LS $0.00 $0.00 Bwetooth Server 1 EA $36,625.00 $38,625.00 Aluminum Break Away Poles 0 EA $0.00 $0.00 Electrical 0 EA $0.00 $0.00 $56,133.00 $56,133.00 $1,250.00 52,321.00 $9,000.00 56,0(10,00 $5.00 Installation 1 LS $17,500.00 $17,500.00 Integration 1 LS $32,500.00 $32,500.00 Testing 1 LS $9,000.00 $9,000.00 "T 'for 14 -min- Training 1 LS $2,500.00 $2,500.00 Units Total for 14 Units Documentation 1 LS $3,500.00 $3,500.00 • $17,500.00 $32,494.00 'Tr PHASES 1 and 2 NEGOTIATED PRICE Item Description jQTSf Unit- Unit Price Total Price Smart Parking System(SPS) , Approval of Cut Installation Sob-System De(ta Rolled Parking Sites(10 Garage 8 8 Surface Lots) Sheets/Shop Materials Completed/ Integration Test Training/ Into Drawings Received Unit Completed/Unit Completed Documentation Operational Test Ingress Sensors 39 EA $950.00 537.050.00 Egress Sensors 41 EA $950.00 $38,950.00 Web Setup 19 EA $4,500.00 $85,500.00 Repeaters 45 EA $3,000.00 $135,000.00 VMS/Monument Post Signs 8 Post 18 EA 58,500,00 $153,000.00 Electrical 1 LS $45,000 00 145,000.00 $247,250.00 5247,290.00 522,221.00 51,944.00 512,500.00 57,000.00 512.00 Installation 1 LS $400.000.00 5400,000.00 Integration 1 LS $35,000.00 $35,000.00 Testing 1 LS $12,500.00 $12,500.00 Total for 18 Training 1 LS $3,500.00 $3,500.00 Units Total for 18 Units Documentation 1 LS $3,500.00 $3,500.00 $399,996.00 $34,992.00 PHASES 1 and 2 NEGOTIATED PRICE Item Description IOTYIUnit- Unit Price Total Price Traffic Management Center Approval of Cut Materials TMC Software and Training/ TMC Equipment Sheets/Shop Modifications Integration Testing Drawings Received Completed Completed Documentation ITS Central Software-Dec.0 Guide 1 LS $345,000.00 $345,000.00 Video Wall 1 LS $75,000.00 $75,000.00 Servers 2 EA 513,875.00 $27,750.00 Field Servers 2 EA $12,500 00 $25,000.00 Workstation Computers I Monitors 2 EA $7,000.00 $14,000.00 Workstation Furniture by position) 2 EA $8,750.00 $17,500.00 Racks vnth Cable Management 2 EA $6,750.00 $13,500.00 L3 Ethernet Switch 1 EA $34,750.00 $34,750.00 Firewall/VPN with all licensing 1 EA $15,500.00 $15,500.00 Initial Spare Parts 0 LS $0.00 $0.00 $132,150.00 $132,150.00 $66,075.00 $37,750,00 $12,500.00 $15,750.00 Year I-PMs and Maintenance 0 LS $0.00 $0.00 Single Mode Fiber Optic Cattle 1 LF $13,500.00 $13.500.00 Fiber Optic Splice Management 1 AS $5,500.00 $5,500.00 Fiber Optic Patch Panel 1 EA $2,500.00 $2,500.00 Cath Cable 1 LS $10,500.00 $10,500.00 Cat 6 Patch Panel 1 EA $1,500.00 $1,500.00 Electrical EA $9,000.00 $9,000.00 Misc.Operations Equipment 1 LS $8,375.00 $6,375.00 Software Software Software Software Software TMC Room Modifications 1 LS $58,500.00 $58,500.00 Software/NTP Development Development Developmnet Testing Completion 60% 90% 100% Integration 1 LS $37,750.00 $37,750.00 Testing r LS $12.500.00 512,500.00 5120,750,00 $103,500.00 551,750.00 $34,500.00 $17,250.00 $17,250.00 Trainmg 1 LS $10,250.00 $10,250.00 Documentation 1 LS $5,500.00 $5,500.00 5 PHASES 1 and 2 NEGOTIATED PRICE Item Description IQTYIUnit= Unit Price Total Price Traffic Management Center-SOBE TMC Approval of Cut Software and Materials Installation Training/ Remote TMC Equipment Sheets/Shop Integration Testing Drawings Received Completed Completed Documentation Video Wall 0 EA $0.00 $000 workstation Computers 0 EA $0.00 $0.00 Workstation Furniture(by position) 0 EA $0.00 $0.00 Racks with Cable Management 0 LS $0.00 $0.00 L3 Ethernet Switch 1 EA $4,000.00 $4.000.00 Single Mode Fiber Optic Cable 0 LF $0.00 $0.00 . Fiber Optic Splice Management 0 1 AS $0.00 $0.00 Fiber Optic Patch Panel 0 EA $0.00 $0.00 Cat Cable I LS $2.500.00 52.500.00 $2,800.00 $3,500.00 $700.00 53,000.00 52,500.00 52,075.00 Cat 6 Patch Panel I LS $500.00 $500.00 Electrical 0 EA $0.00 $0.00 Misc.Operations Equipment 0 LS $0.00 $0.00 TMC Room Modifications 0 LS $0.00 $0.00 Integration 1 LS $3,000.00 $3,000.00 Testing 1 LS $2,500.00 $2,500.00 Training 1 LS $575.00 $575.00 Documentation 1 LS 51,500 00 57.500.00 NEGOTIATED PRICE Item Description IQTYIUni-- Unit Price Total Price Communications Network Approval of Cut Materials Installation Integration Subsystem Training/ 'operational Conrrnunicarinns Sheets/Shop Received Completed Completed Testing Documentation Test Drawings Hardened 1.2 Ethernet Switch 1 LS $60,000.00 $60,000.00 ITS Ethernet Integration 1 LS $50,000.00 $50,000.00 Transceivers/COMA 24 FA $5.302.00 5127.248.00 Cath Cable 1 LS $120,000.00 $120,000.00 Communication Cable 1-.,LS $65,000.00 $65,000.00 MHz PC 300.300 Mbit radio with 21 14_EA _$9,240.00 $129,360.00 51100 MHz 2z2 MIMO Radio/230BI and 95 EA $3,500.00 $332,500.00 Initial Spare Parts 0 LS $0.00 $0.00 $454,804.00 $454,804.00 545,000.00 525,000.00 52,500.80 53,525.00 $11,141.00 Year 1-PMs and Maintenance 0 LS $0.00 $0.00 Electrical 1 LS $25,500.00 $25,500.00 Installation 1 LS $45,000.00 $45,000.00 Integration 1 LS $25,000.00 $25,000.00 Testing 1 LS $2,500.00 $2,500.00 Training 1 LS $1,250.00 $1250.00 Documentation 1 LS $2,275.00 $2,275.00 •- -¢I Negotiated Price Phases 1&2: $12,466,179.00 Arterial DMS Aesthetics(Optional): $688,500.00 6 PHASES 1 and 2 OPERATIONS It MAINTENANCE(Based on DBOM Agreement) Base Negotiated Scenario Cost Operations&Maintenance Yearly Cost-Phases 1&2 51,850,000.00 Total Operations&Maintenance Yearly Cost-Full Deployment 52,090,000.00 IMIE 16 Hours/Day 365 Days) Scenario for Reduced Services (o.i Cost Per Year-Under Reduced Scenario Phases 1&2) $1550,000.00 Cost Per Year-Under Reduced Scenario(Phases 1 thru 6) $1,750,000.00 NOTES. 1)3%Annual O&M Increase on Effective Date of DBOM Agreement 2)Performance Measures Per Appendix 4—Operations&Maintenance Performance Measures Requirements&Goals,Updated February 2019 3)Routine Hours of Operations:16 hours/day x 7 days/week 4)City can adjust operating hours lower(for Reduced Services)with maximum reduction of 1,004 hours/calendar-year @$325/hour 5)Additional compensation when City requests certain 24 x 7 O&M @$75/labor-hour(with 3%annual increase per note#1) 6)Routine Preventative Maintenance twice per year and spare parts inventory managed to meet performance measures 7)Subsystem renewal not included 8)Based on quarterly invoicing of O&M at beginning of quarter(reconciling any deductions in next quarter's invoice) 9)Compensation if City requests add'l maintenance-related services(not included in 3.7.a,DBOM Agreement)at$75/labor-hour(w/note#1) 1 APPENDIX I: FORM OF FINAL CERTIFICATE OF PAYMENT FORM OF FINAL CERTIFICATE OF PAYMENT PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at and (time) (date) City of Miami Beach, Florida By Contract Administrator Date I - 1 APPENDIX J: THE DBOM FIRM'S INSURANCE AND BONDING REQUIREMENTS I. BONDING REQUIREMENTS 1. The DBOM Firm shall submit all supporting documentation and detailed invoices with respect to insurance and bond premiums required for the Project. City's reimbursement of insurance and bond premiums shall be for the portion of insurance and bond premiums directly attributable to this Agreement. Premiums shall be net of trade discounts, volume discounts, dividends and other adjustments. 2. The Performance Bond and the Payment Bond must each be executed by a surety company in good standing with the Florida Office of Insurance Regulation and an adequate rating from A.M. Best indicated in these Contract Documents which surety is authorized to do business in the State of Florida as a surety, having a resident agent in the State of Florida and having been in business with a record of successful, continuous operation for at least five (5) years. 3. The surety company that is bound by the Performance Bond and Payment Bond, respectively, shall be responsible for the DBOM Firm's acceptable performance of the Work under the Agreement and other Contract Documents and/or for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 4. The surety company shall hold a current Certificate of Authority as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Performance Bond and Payment Bond exceeds the underwriting limitation set forth in the Circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other acceptable methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 CFR Section 223.10, Section 223.11.) Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 5. The City will accept a surety bond from a company in accordance with the requirements set forth below; provided however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial Holder's Size Amount of Bond Ratings Category $500,001 to $1,000,000 A- Class $1,000,001 to $2,000,000 A- Class II $2,000,001 to $5,000,000 A Class III $5,000,000 to $10,000,000 A Class IV $10,000,001 to $25,000,000 A Class V 25,000,001 to $50,000,000 A Class VI $50,000,001 or more A Class VII J - 1 INSURANCE REQUIREMENTS DESIGN & CONSTRUCTION PHASE The DBOM Firm shall provide, pay for and maintain in force at all times until substantial completion of the Design & Build phase of the project (unless otherwise provided), the following insurance policies: 1. Commercial General Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability, with a minimum aggregate limit of Two Million Dollars ($2,000,000). Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: a. Premises and/or Operations coverage; b. Independent Contractor or Contractor Owners Protection Liability which includes liability coverage for operations performed for the name of the insured by independent and/or subcontractors that are hired, and acts or omissions of the named insured in connection with his/her general supervision of such operations; c. Products and/or Completed Operations coverage (the DBOM Firm shall maintain in force for 2 years after completion of all work required coverage for Products/Completed Operations, including Broad Form Property Damage); d. Explosion/Collapse and Underground Hazard coverage; e. Broad Form Property Damage. f. Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement contained in the Contract Documents. g. City must be included as an Additional Insured on this policy as set forth in Section 11.4 below. 2. Workers' Compensation Insurance to apply for all employees in compliance with the "Workers Compensation Law" of the State of Florida and all applicable Federal laws. The DBOM Firm shall ensure that all subcontractor(s) at all tiers have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. In addition, the policy (ies) must include: Employers' Liability with minimum limits of Five Hundred Thousand Dollars ($500,000) each accident. 3. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by J -2 the Insurance Services Office, and must include: (i) Owned Vehicles; and (ii) hired and Non- Owned Vehicles. 4. Design Professional Liability or equivalent Errors & Omissions Liability shall be maintained with the limits of liability provided by such policy to be no less than Two Million Dollars ($2,000,000) for each claim, subject to a maximum self-insured retention acceptable to the City and not-to-exceed $150,000. The DBOM Firm shall maintain the claims made form coverage with a minimum of three (3) years extended reporting following Final Completion and shall annually provide City with evidence of renewal coverage. The DBOM Firm is responsible for all self-insured retention amounts in the event of a claim. The DBOM Firm shall indicate the self-insured retention for this coverage on its Certificate of Insurance. The DBOM Firm shall notify City in writing within thirty (30) days of any claims filed or made against the Design Professional Liability Insurance Policy. Design Consultant and Design Subconsultants shall each maintain the same Errors & Omissions Liability coverages required herein. 5. Installation Floater Insurance for the installation of machinery and/or equipment into an existing structure. The coverage shall be "All Risk" coverage including installation and transit for one hundred percent (100%) of the "installed replacement cost value" covering the City as joint loss payee, with a deductible of not more than One Hundred Thousand dollars ( $100,000.00) each claim. 6. Excess umbrella liability insurance with a limit of not less than Three Million Dollars ($3,000,000) per occurrence and in the aggregate in excess of the above mentioned insurance. DBOM firm may cause the insurance listed in this subsection to be provided through an overall "wrap up" policy, in lieu of individual policies provided by Contractors. This policy must name the City of Miami Beach, Florida, as additional insured. II. ADDITIONAL TERMS AND CONDITIONS 1. Notice to City. If the initial insurance expires prior to the completion of the Work, renewal copies of insurance policies shall be furnished to the City to the date of their expiration. The DBOM firm or its insurer shall provide the City with at least thirty (30) days' notice of cancellation and/or restriction. 2. Certificates of Insurance. The DBOM Firm shall furnish to the City Certificates of Insurance or endorsements evidencing the insurance coverage specified herein within fifteen (15) days after notification of award of the Agreement. The required Certificates of Insurance shall specify the types of policies and limits provided, and identify this Agreement. The Certificates of Insurance shall be in form acceptable to, and subject to, approval by City. The failure to provide the Certificates of Insurance within fifteen (15) days shall be the basis for the rescission of the awarding Agreement. The official title of the certificate holder is City of Miami Beach, Florida. This official title shall be used in all insurance documentation. 3. Additional Insured. City and Design Criteria Professional shall be expressly included as an Additional Insured on Commercial General and Auto Liability policies, and with a blanket endorsement that is acceptable to the City. 4. Notice of Cancellation and/or Restriction. DBOM firm or its insurer shall provide the City with at least thirty (30) days' notice of cancellation and/or restriction. J -3 5. Duty of Care. The DBOM Firm's furnishing insurance coverage shall in no way relieve or limit, or be construed to limit or relieve or limit, the DBOM Firm or any of its Subcontractors of any responsibility, liability, or obligation imposed by the Contract Documents, or by Applicable Laws, including, without limitation, any indemnification obligations which the DBOM Firm or any of its Design Consultant, Design Subconsultants, Contractors, and Subcontractors have to City thereunder. 6. The DBOM Firm's Failure to Procure. The DBOM Firm's failure to procure or maintain the insurance required by this Appendix "E" during the entire term of the Work shall constitute a material breach and automatic Default of the Agreement. In the event of such a breach, the City may exercise all available rights and remedies hereunder, including the right to immediately suspend or terminate the Agreement without any further notice to or opportunity to use for DBOM Firm or, at its discretion, procure or renew such insurance to protect the City's interests and pay any and all premiums in connection therewith, and withhold or recover all monies so paid by the City from the DBOM Firm. 7. Waiver of Subrogation. Where permitted by law, and with the exception of professional liability claims, the DBOM Firm hereby waives all rights of recovery by subrogation or otherwise (including, without limitation, claims related to deductible or self-insured retention clauses, inadequacy of limits of any insurance policy, insolvency of any insurer, limitations or exclusions of coverage), against City, and its respective officers, agents, or employees. Certificates of insurance shall evidence the waiver of subrogation in favor of the City. Commercial General Liability and Auto Liability coverage shall be primary and noncontributory. Each evidenced policy with the exception of professional liability and excess liability shall include a Cross Liability or Severability of Interests provision. There shall be no requirement of premium payment by the City. J -4 INSURANCE REQUIREMENTS OPERATION & MAINTENANCE PHASE The DBOM Firm shall provide, pay for and maintain in force at all times upon substantial completion of the Design & Build phase and for the life of this agreement (unless otherwise provided) and any extensions thereof, the following insurance policies: 8. Commercial General Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability, with a minimum aggregate limit of Two Million Dollars ($2,000,000). Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: a. Premises and/or Operations coverage; b. Independent Contractor or Contractor Owners Protection Liability which includes liability coverage for operations performed for the name of the insured by independent and/or subcontractors that are hired, and acts or omissions of the named insured in connection with his/her general supervision of such operations; c. Products and/or Completed Operations coverage (the DBOM Firm shall maintain in force for 2 years after completion of all work required coverage for Products/Completed Operations, including Broad Form Property Damage); d. Explosion/Collapse and Underground Hazard coverage; e. Broad Form Property Damage. f. Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement contained in the Contract Documents. g. City must be included as an Additional Insured on this policy as set forth in Section 11.4 below. 9. Workers' Compensation Insurance to apply for all employees in compliance with the "Workers Compensation Law" of the State of Florida and all applicable Federal laws. The DBOM Firm shall ensure that all subcontractor(s) at all tiers have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. In addition, the policy (ies) must include: Employers' Liability with minimum limits of Five Hundred Thousand Dollars ($500,000) each accident. 10. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (i) Owned Vehicles; and (ii) hired and Non- Owned Vehicles. J -5 11. Professional Liability or equivalent Errors & Omissions Liability shall be maintained with the limits of liability provided by such policy to be no less than Two Million Dollars ($2,000,000) for each claim, subject to a maximum self-insured retention acceptable to the City and not-to-exceed $150,000. The DBOM Firm shall maintain the claims made form coverage with a minimum of three (3) years extended reporting following Final Completion and shall annually provide City with evidence of renewal coverage. The DBOM Firm is responsible for all self-insured retention amounts in the event of a claim. The DBOM Firm shall indicate the self- insured retention for this coverage on its Certificate of Insurance. The DBOM Firm shall notify City in writing within thirty (30) days of any claims filed or made against the Design Professional Liability Insurance Policy. Design Consultant and Design Subconsultants shall each maintain the same Errors & Omissions Liability coverages required herein. 12. Cyber Liability Insurance, with limits not less than One Million Dollars ($1,000,000) per occurrence and a Two Million Dollar ($2,000,000) aggregate limit. Coverage shall be sufficiently broad to respond to the duties and obligations as is undertaken by DBOM firm in this agreement and shall include, but not be limited to, claims involving infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of private information, alteration of electronic information, extortion and network security. 13. Excess umbrella liability insurance with a limit of not less than Three Million Dollars ($3,000,000) per occurrence and in the aggregate in excess of the above mentioned insurance. DBOM firm may cause the insurance listed in this subsection to be provided through an overall "wrap up" policy, in lieu of individual policies provided by Contractors. This policy must name the City of Miami Beach, Florida, as additional insured. II. ADDITIONAL TERMS AND CONDITIONS 1. Notice to City. If the initial insurance expires prior to the completion of the Work, renewal copies of insurance policies shall be furnished to the City prior to the date of their expiration. The-DBOM firm or its insurer shall provide the City with at least thirty (30) days' notice of cancellation and/or restriction. 2. Certificates of Insurance. The DBOM Firm shall furnish to the City Certificates of Insurance or endorsements evidencing the insurance coverage specified herein within fifteen (15) days after notification of award of the Agreement. The required Certificates of Insurance shall specify the types of policies and limits provided, and identify this Agreement. The Certificates of Insurance shall be in form acceptable to, and subject to, approval by City. The failure to provide the Certificates of Insurance within fifteen (15) days shall be the basis for the rescission of the awarding Agreement. The official title of the certificate holder is City of Miami Beach, Florida. This official title shall be used in all insurance documentation. 3. Additional Insured. City and Design Criteria Professional shall be expressly included as an Additional Insured on Commercial General and Auto Liability policies, and with a blanket endorsement that is acceptable to the City. 4. Notice of Cancellation and/or Restriction. DBOM firm or its insurer shall provide the City with at least thirty (30) days' notice of cancellation and/or restriction. 5. Duty of Care. The DBOM Firm's furnishing insurance coverage shall in no way relieve or limit, or be construed to limit or relieve or limit, the DBOM Firm or any of its J -6 Subcontractors of any responsibility, liability, or obligation imposed by the Contract Documents, or by Applicable Laws, including, without limitation, any indemnification obligations which the DBOM Firm or any of its Design Consultant, Design Subconsultants, Contractors, and Subcontractors have to City thereunder. 6. The DBOM Firm's Failure to Procure. The DBOM Firm's failure to procure or maintain the insurance required by this Appendix "E" during the entire term of the Work shall constitute a material breach and automatic Default of the Agreement. In the event of such a breach, the City may exercise all available rights and remedies hereunder, including the right to immediately suspend or terminate the Agreement without any further notice to or opportunity to use for DBOM Firm or, at its discretion, procure or renew such insurance to protect the City's interests and pay any and all premiums in connection therewith, and withhold or recover all monies so paid by the City from the DBOM Firm. 7. Waiver of Subrogation. Where permitted by law, and with the exception of professional liability claims, the DBOM Firm hereby waives all rights of recovery by subrogation or otherwise (including, without limitation, claims related to deductible or self-insured retention clauses, inadequacy of limits of any insurance policy, insolvency of any insurer, limitations or exclusions of coverage), against City, and its respective officers, agents, or employees. Certificates of insurance shall evidence the waiver of subrogation in favor of the City. Commercial General Liability and Auto Liability coverage shall be primary and noncontributory each evidenced policy with the exception of professional liability and excess liability shall include a Cross Liability or Severability of Interests provision. There shall be no requirement of premium payment by the City. J -7 APPENDIX K: FORMS FORM OF PERFORMANCE BOND [Form of Performance Bond subject to amendment by City at its discretion prior to award of contract] By this Bond, We as Principal, whose principal business address is as the DBOM Firm under the agreement dated , 20 , between Principal and the City of Miami Beach, Florida (hereinafter referred to as"City")for the design, construction, operation, and maintenance of the ® RFP No. ® (which agreement and the other Contract Documents referenced therein are hereinafter referred to as "Contract"), the terms of which Contract are incorporated by reference in its entirety into this Bond, and , a corporation, whose principal business address is as Surety, are bound to City, as obligee, in the sum of U.S. dollars ($ ), for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs all the work under the Contract, including but not limited to guarantees, warranties and the curing of latent defects, said Contract being made a part of this Bond by reference, and at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, damages, expenses, costs and attorney's fees, including appellate proceedings, that City sustains as a result of default by Principal under the Contract, including but not limited to a failure to honor all guarantees and warranties or to cure latent defects in the Work or materials within the time period provided in Section 95.11(2)(b), Florida Statutes; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, including all warranties and curing all latent defects within the time period provided in Section 95.11(2)(b), Florida Statutes; then this bond is void; otherwise it remains in full force. Surety specifically assumes liability for any and all damages, including but not limited to liquidated damages set forth in the Contract, arising from Principal's default of the Contract, as well as all latent defects uncovered in the work of the Principal after final acceptance of the work by the City. If no specific periods of warranty are stated in the Contract for any particular item or work, material or equipment, the warranty shall be deemed to be a period of one (1) year from the date of final acceptance by the City; provided, however, that this limitation does not apply to suits seeking damages for latent defects in materials or workmanship, such actions being subject to the limitations found in Section 95.11(2)(b), Florida Statutes. K- 1 Whenever the Principal shall be, and is declared by City to be, in default under the Contract, City having performed City's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: (1) Complete the Contract in accordance with its terms and conditions; or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and City, and make available as work progresses (even though there should be a default or a succession of.defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price"as used in this paragraph, shall mean the total amount payable by City to Principal under the Contract and any amendments thereto, less the amount properly paid by City to Principal. The Surety hereby waives notice of and agrees that any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. Any action under this Bond must be instituted in accordance with the notice and time limitations provisions prescribed in Section 255.05(2), Florida Statutes. Signature page to follow K-2 Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) day of , 20 Countersigned by Resident INSURANCE COMPANY: Florida Agent of Surety By: Attorney-in-Fact Address: (Street) [attach copy of Agent's ID card Issued by Fla. Ins. Commissioner] (City/State/Zip Code) [Atty in fact power of atty must be attached] Telephone No.: K-3 FORM OF PAYMENT BOND [Form of Payment Bond subject to amendment by City at its discretion prior to award of contract] By this Bond, We as Principal, whose principal business address is , and whose telephone number is , as the DBOM Firm under the agreement dated 20 , between Principal and the City of Miami Beach, Florida (hereinafter referred to as "City") for the design, construction, operations, and maintenance of the - RFP Noll.(which agreement and the other Contract Documents referenced therein are hereinafter referred to as"Contract"), the terms of which Contract are incorporated by reference in its entirety into this Bond, and , a corporation, whose principal business address is as Surety, are bound to City, as obligee, in the sum of U.S. dollars ($ ), for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if the Principal: 1. Promptly makes payments to all claimants, as defined by Florida Statute 255.05(1), providing Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, and in the times and in the manner prescribed in the Contract; and 2. Pays City all losses, damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of a failure by Principal to make any payments required under the Contract; then this bond is void; otherwise it remains in full force. A claimant shall have a right of action against the Principal and the Surety for the amount due it. Such action shall not involve the City in any expense. A claimant, except a laborer, who is not in privity with Principal and who has not received payment for its labor, materials, or supplies shall, within forty-five (45)days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Principal a notice that he intends to look to the bond for protection. A claimant who is not in privity with Principal and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Principal and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. No action for the labor, materials, or supplies may be instituted against Principal or the Surety unless both of the above-referenced notices have been given. Any action under this Bond must be instituted in accordance with the notice and time limitations prescribed in Section 255.05(2), Florida Statutes. K-4 The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signature page to follow K-5 Signed and sealed this day of , 20 Principal ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 . Countersigned by Resident INSURANCE COMPANY: Florida Agent of Surety By: Attorney-in-Fact Address: [attach copy of Agent's ID card (Street) Issued by Fla. Ins. Commissioner] (City/State/Zip Code) [Atty in fact power of atty must be attached] Telephone No.: K-6 FORM OF CERTIFICATE OF SUBSTANTIAL COMPLETION PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. Consultant BY DATE K - 7 In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: K-8 FORM OF FINAL RECEIPT [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of , 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 [If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20 . K-9 FORM OF CHANGE ORDER CHANGE ORDER FORM Date: :r<nere to enter a date. To: DBOM Reason: Choose an item. 1. CHANGE IDENTIFICATION: The following changes are hereby made to the above-referenced Contract: 2. ADJUSTMENT TO CONTRACT AMOUNT: As consideration for the change(s) identified in Section 1,the Contract is increased I(decreased)by: DOLLARS $ Original Contract Amount: $ Net Previous Executed Change Orders: $ Amended Contract Amount(prior to this Change Order): $ The Amount of this Change Order: $ Revised Contract Amount: $ • IF NO ADJUSTMENT IS MADE, THE CONTRACT AMOUNT REMAINS UNCHANGED. 3. ADJUSTMENT TO TIME FOR PERFORMANCE: In connection with the change(s)noted in Section 1, THE DBOM FIRM'S TIME FOR PERFORMANCE REMAINS UNCHANGED unless specifically noted herein: Adjustment in Time 0 Days This Change Order is an amendment to the Agreement between the DBOM Firm and City.The amount and time change designated herein are the maximum agreed to by both the City and the DBOM Firm for this Change Order. The DBOM Firm attests that the Contract adjustment provided herein is reasonable, and constitutes compensation in full for all costs, claims, markup, and expenses, direct or indirect, attributable to this or any other prior Change Orders, induding but not limited to compensation in full for any delays, acceleration, or loss of efficiency encountered by the DBOM Firm in the performance of the Work through the date of this Change Order, and for the performance of this and any prior Change Orders by or before the date of Substantial Completion. In consideration of the compensation and time, if any, in this Change Order, the DBOM Firm hereby releases the City from all Claims, demands, or causes of action arising out of the transactions, events and occurrences giving rise to this Change Order. This written Change Order is the entire agreement between the City and the DBOM Firm with respect to this Change Order. No other agreements or modifications shall apply to this contract amendment unless expressly provided herein EXCEPT AS EXPRESSLY MODIFIED HEREIN, THE TERMS AND CONDITIONS OF THE CONTRACT DOCUMENTS REMAIN UNCHANGED. City: DBOM Firm: By: By: K- 10 APPENDIX L: QUALITY CONTROL/QUALITY ASSURANCE The DBOM Firm shall submit, subject to the approval of the City, a comprehensive Quality Control/Quality Assurance Plan as provided in the Contract Documents that includes the components required herein and in other provisions of the Contract Documents. The City shall monitor and review the performance of the Quality Control Plan by the DBOM Firm, including observation of inspections and testing activities, as provided in the Contract Documents. All Submittals required pursuant to the DBOM Firm's Quality Control Plan, or in other provisions of the Contract Documents, shall be delivered to the City, unless otherwise expressly provided in the Contract Agreement. The City shall have the right to reject Work which does not conform to the Contract Documents. If the City determines that a defect or nonperformance exists, the DBOM Firm shall cause the defective or nonconforming condition to be corrected or replaced with a conforming installation, product or result, subject to the approved Quality Control Plan, provisions of the Contract Documents and approval of City. City's failure to identify and/or reject any defective or non- conforming Work shall not operate to waive City's right to subsequently demand that the DBOM Firm remedy any defective or non-conforming Work in accordance with the Contract Documents. 1. Quality Control (QC) Plan. The DBOM Firm shall submit for the City's approval a Quality Control Program Plan for the execution of the Work and the DBOM Firm shall organize and conduct all activities to be performed under the Contract Documents with strict attention and adherence to the approved Quality Control Plan. The scope of the Quality Program Plan shall include the quality assurance and quality control elements necessary for the design, procurement, manufacturing, installation, construction, start-up, integrated Systems testing, and execution of the Work by the DBOM Firm and Subcontractors, and shall comply with the requirements of the Contract Documents. The Quality Control Plan shall include the preparation of documented quality control procedures and instructions in accordance with the requirements defined in this Section, as well as those specified in the Contract Documents, specifically the Construction Documents. The QC Plan shall also include how the DBOM Firm will adhere to the operations and maintenance requirements and achieve the Performance Measures required by the contract. The DBOM Firm shall be responsible for controlling the quality of all Work, including the Work of Subcontractors. The DBOM Firm shall include in its Subcontracts those provisions which it considers necessary to assure that the quality of subcontracted Work will be consistent with that required of the DBOM Firm. The City may audit and inspect the DBOM Firm's and Subcontractors' Quality Control Programs at any time. Such audits may be conducted on a random or routine basis and may include an audit of the DBOM Firm's inspection records and data. Additionally, the City shall have the right to witness any quality control tests or inspections and shall have access to all test data, including test procedures, test specifications and test results. Further, the City shall have the right to conduct independent tests or inspections (at the City's expense) of any material or equipment to be used in the Work. Such audits, inspections or tests conducted shall be performed to verify that all Work is performed in compliance with applicable provisions of the Contract Documents, but shall not relieve the DBOM Firm of any of its obligations under the Contract. L- 1 2. Quality Assurance Management. The DBOM Firm shall prepare a management structure and organizational chart which shall reflect a commitment for an effective quality assurance policy, and which shall define and document its Quality Program Plan approach and objectives for, and commitment to, quality. The DBOM Firm shall ensure that the Quality Program Plan is understood, implemented, and maintained at all levels of the DBOM Firm's organization. Management personnel responsible for performing quality control and assurance functions shall report directly to the DBOM Firm's Project Executive and Contract Administrator. The management structure shall also address the operations and maintenance phases of the contract. a. Quality Assurance Personnel. In its Quality Program Plan, the DBOM Firm shall identify the qualifications and experience of personnel responsible for implementation of quality assurance elements of the Quality Program Plan, and a description of the duties of the assigned personnel by job description. Personnel responsible for quality assurance shall be qualified by virtue of skill, education and experience on projects of similar type and complexity. The City reserves the right to approve the DBOM Firm's QA/QC manager. b. Quality Assurance Verifications. The DBOM Firm shall identify internal verification requirements, provide adequate resources, and assign trained personnel for verification activities. Verification activities shall be performed by personnel independent of those having the responsibility for the Work being performed. Verification activities shall include verifying the adequacy and enforcement of quality control procedures as they relate to inspections, tests, monitoring of the design, procurement, construction, installation and start-up of the equipment, materials, Systems and completed Work. c. Procurement Quality Assurance. The DBOM Firm shall establish and employ procedures for the selection and control of Subcontractors, including suppliers, which will assure the use of qualified procurement sources and which will provide methods of monitoring the quality levels of the products and services to ensure that they conform to Contract requirements. The DBOM Firm shall select Subcontractors, in part, on the basis of their ability to meet the Quality Control Plan requirements. 3. Design Quality. The DBOM Firm shall be responsible for the quality of all design documentation under the Contract. The DBOM Firm shall establish and utilize procedures and instructions to ensure that all design documents, including those prepared by Subcontractors, are prepared in accordance with the standard of care required pursuant to these subsections and shall meet all other requirements of the Contract Documents. Design and verification activities shall be planned and assigned to qualified staff equipped with adequate resources. Organizational and technical interfaces between different groups within the DBOM Firm's or Subcontractor's organizations which provide input into the design process shall be identified and carefully monitored by the DBOM Firm to insure an accurate, complete, adequate and fully coordinated design. Such interface monitoring shall be documented and regularly reviewed. Incomplete, unsatisfactory or ambiguous integrated designs shall be identified and promptly resolved by the DBOM Firm. L -2 a. Design Quality Control Procedures. Quality control with respect to the design of the Work, and all design-related documentation shall include: i. Measures to ensure that appropriate quality standards are included in the design documents and used in the selection and review for suitability of materials, equipment, systems and assemblies. ii. Drawings, specifications, reports and other documents shall be stamped and signed by the responsible architect or engineer in accordance with Applicable Laws. iii. Coordination of Work performed by different persons in the same area, or in adjacent areas or in related tasks to ensure that conflicts, omissions or misalignments do not occur between or among drawings, or between the drawings and the specifications, and to coordinate the review, approval, release, distribution and revision of design documents prepared by such persons. iv. Elements of Work requiring special quality control attention or emphasis, including the applicable standards of quality or practice to be met and the level of completeness and extent of detailing required. v. Development of a list, by discipline, of the names, qualifications, duties, responsibilities and authorities for all persons proposed to be responsible for quality control of design documents. vi. Any requirements for external technical experts necessary to ensure the quality of design of the Work, including the name, qualifications, duties, responsibilities and authorities, the anticipated timing of the expected availability of, and any coordination required with respect to, any such experts. vii. Preparation of composites in coordination with the DBOM Firm's Designer and equipment suppliers to the extent necessary to identify and resolve conflicts in the location of architectural features, structural members, installations and other elements of the Work. b. DBOM Firm Design Quality Review. Prior to the submittal of the design construction documents, the DBOM Firm shall provide a quality assurance and control review with architects and engineers experienced in the appropriate disciplines. The criteria to be used in such reviews shall include, but not be limited to: i. Conformity of the DBOM Firm Contract Documents and the DBOM Firm Drawings with the Contract Documents. ii. Assurance that all materials, equipment, and other elements of the Work have been designed to perform satisfactorily in service and in accordance with the Contract Documents. iii. The appearance, organization, and technical and grammatical accuracy of such documents. iv. Verification that such design construction documents have been checked and signed by each drafter, architect or engineer, checker and reviewer. v. Where required by the Contract Documents or applicable laws, verification L- 3 that such design construction documents have been stamped and signed by the responsible engineer or architect. vi. Assurance that such design construction documents have been prepared to assure compatibility with all adjacent or dependent materials, equipment or other elements of the Work. 4. Quality Control of Construction, Manufacturing and Installation. The DBOM Firm and each Subcontractor shall be responsible for the establishment and implementation of quality control procedures and instructions for the inspection and testing of manufactured and installed materials, equipment, and assemblies. a. Inspection and Testing. The DBOM Firm shall conduct a complete review of the Contract requirements and shall identify all inspections and tests required for procurement, and the installation and construction of the project Facilities. The DBOM Firm shall establish and employ written receiving inspection procedures to ensure that materials, assemblies, and equipment or other elements of the Work are not incorporated into the Work until each item has been inspected or otherwise verified to conform to applicable requirements of the Contract Documents. Verification shall be in accordance with the Quality Program Plan and other documented procedures of the DBOM Firm. The Quality Control Plan and written procedures for first article inspection, final inspection and testing shall provide procedures to ensure that upon completion of all required inspections and tests (including those to be conducted either on receipt of material or equipment or while the material, equipment or other elements of the Work are in process) the results are satisfactory and in compliance with all applicable requirements, and that the results are documented in test reports. No material, equipment or other element of the Work shall be accepted until all the activities specified in the Quality Control Plan and other documented procedures have been satisfactorily completed and the inspection and testing results and documentation are available and approved by the DBOM Firm. The DBOM Firm shall establish and maintain records which document the fact that each item of material, equipment or other element of the Work has satisfied all applicable inspection and test criteria and other requirements. b. Field Samples and Mock-ups. Field samples and mock-ups shall be prepared at the Project Site or other location by the DBOM Firm as specified in the Contract Documents. Affected finish Work shall not be started until the DBOM Firm's Authorized Representative has accepted as satisfactory field samples or mock- ups in writing. The City shall be notified in advance and afforded an opportunity to review field samples and mock-ups before affected finish Work is started. c. DBOM Firm's Control Inspection and Testing. The DBOM Firm shall be responsible for control inspection and testing of all materials, equipment and other elements of the Work prior to their delivery from a manufacturer, or during construction (e.g., electrical equipment load tests, soil compaction tests, concrete tests, piping system leakage tests), to ensure compliance with the Contract Documents. Such inspection and testing shall be performed by a qualified L-4 independent testing and inspection firm, to be engaged by the DBOM Firm at its expense, and approved by the City. The DBOM Firm shall submit to the City the name, address, and qualifications, together with the scope of services, of the proposed testing and inspection firm at least sixty (60) Days prior to scheduled commencement of any Work involving such inspection or testing. Should the DBOM Firm desire to use more than one firm for control inspection and testing, the required information shall be submitted for each such proposed firm. All laboratory testing shall be performed by an independent, qualified testing laboratory, employing equipment and qualified testing personnel approved by the City. d. Control of Nonconforming Material, Equipment, or Elements of Work. The DBOM Firm shall establish and maintain a nonconformance system and procedures for uniform reporting, controlling and disposition of Nonconformance Items (NCI's). Procedures shall be established to prevent the inadvertent use or installation of nonconforming material, equipment or other elements of the Work. Control procedures shall provide for identification, evaluation, segregation and, when practical, disposition of nonconforming material, equipment or other elements of the Work and for notification to the DBOM Firm, the City and all personnel involved in the affected Work. The responsibility for review and authority for the disposition of nonconforming material, equipment or other Work shall be as established by the DBOM Firm in the approved Quality Control Plan. e. Corrective Action. The DBOM Firm shall establish and maintain written procedures for: i. Investigating the cause of nonconforming material, equipment or other elements of the Work and the corrective action needed to prevent recurrence; ii. Analyzing all processes, work operations, concessions, quality records, service reports, and complaints of the City to detect and eliminate potential causes of nonconforming material, equipment, or other elements of the Work; iii. Initiating preventive actions to deal with problems at a level corresponding to risks encountered; iv. Applying controls to ensure that effective corrective actions are taken; and v. Implementing and recording changes in procedures resulting from corrective action. f. Handling, Storage, Packaging and Delivery. The DBOM Firm shall establish and maintain written procedures for handling, storage, packaging and delivery of materials, equipment and other elements of the Work, including coordination with those materials included in the City's Direct Purchase Program. The DBOM Firm shall provide methods and means of handling and provide secure storage areas or stock rooms that prevent damage or deterioration of materials, equipment and other elements of the Work pending delivery, use, or incorporation into the Work. Appropriate methods for authorizing receipt and the release to and from such L- 5 areas shall be stipulated. The condition of materials, equipment and other elements of the Work in storage shall be assessed at regular and appropriate intervals. g. Quality Record. The DBOM Firm and Subcontractors shall establish and maintain procedures for identification, collection, indexing, storage, maintenance and disposition of records concerning the quality of the Work. Such records shall be maintained at the Project Site and at manufacturing facilities and shall document achievement of the requirements of this Section, and the effective operation of the Quality Program Plan. All quality records shall be legible and identifiable as to the material, equipment or other element of the Work involved. When methods of inspection and testing are changed, the DBOM Firm shall obtain review and acceptance of written procedures from the Owner before implementation of any change. h. Quality records shall be stored and maintained in such a manner that they are readily retrievable in facilities that provide a suitable environment to minimize deterioration or damage to prevent loss. Retention times of quality records shall be established and recorded. Quality records should be made available, at all times, for evaluation and review by the City. 5. Conformity with Contract Requirements. a. Verification. All Work shall be performed and furnished by the DBOM Firm pursuant to, and in full conformity with, the Contract Documents. Throughout the duration of the Contract, the DBOM Firm will be required to so establish such conformance to the City. In addition, the City may inspect and audit the Work, at all stages of its manufacture, fabrication, factory testing, construction, installation, on-site testing, completion and acceptance procedures, at any time. Review, verification and acceptance of the Work will be accomplished through the design review, construction inspection, testing, and operations and maintenance process. All design documents shall be checked and verified by the DBOM Firm for compliance with all applicable Contract Documents and with Applicable Laws. b. No Implied Duties. No right to act granted to the City under this Section, nor any decision made by the City in good faith either to exercise or not to exercise such right, shall give rise to any implied duty or responsibility of the City, respectively, to the DBOM Firm, any Subcontractor, any of their agents or employees, or any other person performing any of the Work, or relieve the DBOM Firm from its sole responsibility for performing its obligations hereunder. Review of Submittals and any action taken by the City with respect to Submittals shall not relieve the DBOM Firm from its sole responsibility for accuracy, completeness, coordination, errors or omissions in the DBOM Firm Drawings, the DBOM Firm Contract Documents and Submittals and associated calculations, or for deviations from the Contract Documents or compatibility of the item with contiguous or dependent items of the Work. 6. No Interference. The City shall not supervise the DBOM Firm's forces or Subcontractors or perform other duties for the DBOM Firm, nor interfere with the management of the Work by the L -6 DBOM Firm. Any advice, instruction, direction or other order which the City may give the DBOM Firm shall not be construed as releasing the DBOM Firm from fulfilling all of the terms of the Agreement or other Contract Documents. 7. Rejection and Removal of Nonconforming or Defective Work. As more fully delineated in Article 13, all Work which does not conform to the DBOM Firm's warranties or to any other requirements of the Contract Documents will be considered unacceptable, unless otherwise determined to be acceptable as provided in the last paragraph of this Section. Any defective condition, whether the result of poor workmanship, use of materials containing defects, damage through carelessness or any other cause, found by, or disclosed to, the City shall be removed and replaced by Work and materials which conform to the Contract Documents or shall be remedied to the satisfaction of the City. Upon failure on the part of the DBOM Firm to comply promptly with any order of the City to remedy, remove or replace Work which is nonconforming or contains Defects, the Owner may cause such nonconforming Work or Defect to be remedied or removed and replaced by separate Contractors employed by the Owner at the DBOM Firm's expense. In such event, the costs of such removal, remediation and replacement shall be deducted from any monies due or to become due the DBOM Firm under the Agreement. In the event the City finds, as a result of monitoring of the DBOM Firm's quality assurance and quality control activities, that any materials, equipment or the finished product in which materials, equipment or finished product are used are not in conformity with the requirements of the Contract Documents, but that acceptable Work has, nonetheless, been produced, the Owner shall then determine whether the Work shall nevertheless be accepted. If the Owner determines that the Work should be accepted, the Owner will document the basis of acceptance by a Change Order for Diminished Value, which will provide for an appropriate adjustment in the Contract Sum. Any such acceptance shall not, however, ever result in an increase of the Contract Sum or the Contract Price. 8. DBOM Firm's Continuing Obligation. Neither the issuance of the Certificate of Final Contract Completion, nor the making of Final Progress Payment by the Owner will constitute acceptance of any portion of the Work which is not in compliance with the requirements of the Contract Documents or constitute a release or diminution of the DBOM Firm's continuing obligations with respect to the Work pursuant to applicable provisions of the Agreement or other Contract Documents. L-7 APPENDIX M: EMERGENCY AND EVENT MANAGEMENT 1.1. General. Emergency Management is classified into two classifications: "Governor Declared Emergencies" and "Other Emergencies". For Governor Declared Emergences, the DBOM Firm will perform pre-event preparation and provide response assistance post-event to protect the traveling public from grievous hazards created by the event. For Other emergencies related to Intelligent Transportation System (ITS) and Smart Parking System (SPS) infrastructure or facilities installed within the right-of-way, the DBOM Firm will perform all aspects of responding to the incident/event cleanup and repair. Due to the fact that infrastructure or facilities installed within the right-of-way is owned by the City, it should be noted that that damage to this equipment is eligible for reimbursement under any applicable federal reimbursement program (FEMA, FHWA, etc.) in the case of a qualifying event. Complete DBOM Firm prepared claims and associated documentation for damage to ITS and SPS infrastructure and devices within the Department's right-of-way eligible for FHWA reimbursement will be processed by the City through the appropriate channels. These claims and documentation shall be submitted by the Contractor within the required time frames. Damage to infrastructure or facilities deployed outside the right-of-way shall in all cases remain the responsibility of the DBOM Firm. When an incident or event causes damage to any of the City's infrastructure or facilities deployed or maintained as part of this project within the City's right-of-way, the City authorizes the DBOM Firm to pursue claims against any responsible party for reimbursement of expenses incurred. Any advance preparation for natural disaster, catastrophic, or emergency response event will be considered part of the overall contract responsibilities and the DBOM Firm will not be eligible to receive any additional compensation. The DBOM Firm will notify the City's designated contact person immediately upon occurrence of all major incidents/events and immediately upon road closure for all roadway closures exceeding one (1) hour. The DBOM Firm will notify the City again upon roadway reopening. For both classifications of Emergency Management, the DBOM Firm will perform the following three (3) activities before every foreseeable Emergency Management incident/event: a. Develop a complete up-to-date list of equipment resources and of all stockpiled materials. b. In case of possible area evacuations, coordinate with other agencies in the use of ITS and SPS devices for implementation of contraflow. c. In preparation for high winds, rains, and other impending elements, secure all existing ITS and SPS worksites associated with this contract. 1.2. Emergency Management Plan. The DBOM Firm shall know the applicable City Comprehensive Emergency Management Plan as well as the FHWA and FEMA guidelines for federal reimbursement. The DBOM Firm shall also ensure compliance with all State and Federal Emergency Management Requirements and administer all applicable response and recovery efforts in accordance with these documents. In addition, the DBOM Firm shall develop an Emergency Management Plan after award of the contract that sufficiently replicates the intent of the City's Comprehensive Emergency Management Plan. The Plan will contain details including, but not limited to: M - 1 a. procedures for incident/event management b. agency and public notifications c. assurance of motorist safety d. handling of hazardous waste e. coordination with Law Enforcement and other appropriate agencies f. traffic control g. coordination with the City and other agencies to establish detour routes h. making emergency repairs i. evacuation/contraflow response j. submission of incident/event reports k. plan for compliance with the Open Roads Policy I. detailed organizational structure with the functions, qualifications, experience level, and contact information of staff assigned to respond to incidents/events The DBOM Firm will update the Emergency Management Plan annually by engaging in an iterative process of discussion between the City and the DBOM Firm whereby lessons learned from past experience can be implemented for future use. 1.3. Specific Contractor Responsibilities for Governor Declared Emergencies. Governor Declared Emergencies are incidents/events that prompt the Governor of Florida to declare a State of Emergency in response to the incident/event. Governor Declared Emergencies will most commonly be major hurricanes and other natural disasters. but can include smaller natural disasters/events/storms (Acts of God), marine collisions with bridges and/or bridge fender systems, and incidents/events resulting from human interactions. For all Governor Declared Emergency Management activities, the City reserves the right to take control of the incident and/or perform recovery work with its own or other contracted forces when the City determines it is in the City's best interest to do so. At the discretion of the City and through the issuance of a separate contract, the DBOM Firm will be required to participate in the repairs up to and including total repairs necessitated by an incident. The DBOM Firm will perform the following two (2) Post-Event activities. The Department will not provide additional compensation to the Contractor for the performance of these two (2) Post-Event activities: a. Assist in immediately responding to perform traffic control utilizing ITS and SPS devices for improvised detour routes in order to protect the traveling public from grievous hazards created by the incident/event. b. Assist the Department in performing damage assessment reviews as requested. 1.4. Specific Contractor Responsibilities for Other Emergencies. Other Emergencies are incidents/events that do not prompt the Governor of Florida to declare M -2 a State of Emergency in response to the incident/event. Other Emergencies will most commonly be traffic crashes, roadway shoulder wash-outs, and downed poles, but can include natural disasters/events/storms (Acts of God), marine collisions with bridges and/or bridge fender systems, and incidents/events resulting from human interactions. When an incident or event causes damage to any of the City's infrastructure or facilities deployed or maintained as part of this project within the City's right-of-way, the City authorizes the Contractor to pursue claims against any responsible party for reimbursement of expenses incurred. The DBOM Firm will manage all aspects of traffic control related to an incident/event including coordination with Governmental agencies when incidents/events spill over onto roadways not covered by this contract. The DBOM Firm will assist in immediately responding to perform traffic control utilizing the ITS and SPS devices for improvised detour routes in order to protect the traveling public from grievous hazards created by the incident/event. The DBOM Firm will assist the maintaining agency in the deployment of resources according to the goals established in the Open Roads Policy. The sequence of reimbursement sources available to the DBOM Firm for damages due to incidents or events will be as follows: a. Pursue claims against the individual or entity responsible for causing damages, or their insurers. b. If eligible, compensation from FEMA or FHWA for qualifying reimbursements. c. Use Contractor insurance coverage. Although the DBOM Firm is responsible for repairing damage resulting from an act that is officially declared by the State of Florida as an "act of terrorism, the City will compensate the Contractor via a Change Order for "act of terrorism" damage repair costs. 1.5. Repair Time. After the emergency condition has been lifted and the work environment is deemed safe for DBOM Firm Maintenance staff access, the DBOM Firm will assess the coverage area within two (2) days. Based on this assessment a Repair Plan will be submitted by the DBOM Firm to the City for review and comment within one (1) day of the assessment. If devices are found to be in working order, they shall be in full operation within twenty-four (24) hours of the assessment with Performance Measures for those devices in effect. The Repair Plan shall identify devices that cannot be returned to full operational status within the twenty-four (24) hours and identify a plan to bring the non-operational devices to full operational status subject to service availability (i.e. power service). The City will review and approve the Repair Plan and identify the time in which the Performance Measures will resume. M - 3