61
Arizona Department of Transportation RWIS Request for Proposal (February 2001) Document Outline: Introduction Background Solicitation Objectives Scope of Work Definitions Field Components Central Office Components Communications NTCIP Compliance Vendor Responsibility Training Documentation Testing and Calibration Quality of Work Project Acceptance Warranty Operational Support Intellectual Property Rights Vendor’s Employees Cost Proposal Evaluation, Selection, and Award

Arizona Department of Transportation - Aurora Program · A primary component of the Arizona Department of Transportation’s (ADOT) ... will obtain all required environmental

  • Upload
    buithu

  • View
    216

  • Download
    0

Embed Size (px)

Citation preview

Arizona Department of Transportation RWIS Request for Proposal (February 2001)

Document Outline: • Introduction • Background • Solicitation Objectives • Scope of Work • Definitions • Field Components • Central Office Components • Communications • NTCIP Compliance • Vendor Responsibility • Training • Documentation • Testing and Calibration • Quality of Work • Project Acceptance • Warranty • Operational Support • Intellectual Property Rights • Vendor’s Employees • Cost Proposal • Evaluation, Selection, and Award

Cost Information: • Arizona DOT stipulates that milestone payments will be made for ninety percent

(90%) of the amount of each invoice. Ten percent (10%) of each invoice payment will be retained by the Arizona DOT, who will release this retention upon successful completion of the project.

• Arizona DOT stipulates the format for project capital costs.

ARIZONA DEPARTMENT OF TRANSPORTATION

TRANSPORTATION TECHNOLOGY GROUP

REQUEST FOR PROPOSAL

Road Weather Information System (RWIS)

Equipment, Communications and Construction Support Procurement

Prepared By

BRW Inc.

In Association With:

February 15, 2001

ADOT RWIS Equipment & i December 2000 Installation Support Procurement

TABLE OF CONTENTS PAGE #

1. INTRODUCTION ..................................................................................................1

1.1 Vendor Qualifications...................................................................................................1 1.2 Vendor Responsibilities ................................................................................................1 1.3 ADOT Responsibilities.................................................................................................2

2. BACKGROUND....................................................................................................3

3. SOLICITATION OBJECTIVES.............................................................................3

4. SCOPE OF WORK ...............................................................................................3

4.1 Site Design Support.......................................................................................................3 4.2 Equipment Procurement ...............................................................................................4 4.3 Communications............................................................................................................4 4.4 Additional Services & Coordination............................................................................5 4.5 Initial Order ...................................................................................................................6

5. DEFINITIONS .......................................................................................................7

6. FIELD COMPONENTS.......................................................................................10

6.1 General Requirements.................................................................................................10 6.2 Tower ...........................................................................................................................11 6.3 Electrical / Surge Protection.......................................................................................11 6.4 Remote Processing Unit (RPU)..................................................................................12 6.5 Pole Mount Cabinet Option........................................................................................13 6.6 Pad Mount Cabinet Option.........................................................................................14 6.7 RWIS Equipment Shelter Option...............................................................................14 6.8 Road Pavement Surface Sensors ................................................................................15 6.9 Roadway Sub-Surface Sensor ....................................................................................16 6.10 Current Weather Measuring Unit...............................................................................16 6.11 Video Monitoring System ..........................................................................................18 6.12 Traffic Monitoring System.........................................................................................19 6.13 Power Requirements...................................................................................................19 6.14 Spare Parts Package ....................................................................................................20

7. CENTRAL OFFICE COMPONENTS ..................................................................20

7.1 Central Processing Unit (CPU) ..................................................................................20 7.2 RWIS User Interface Software...................................................................................21 7.3 RWIS Integration Requirements ................................................................................24 7.4 Operator Alert Feature ................................................................................................25 7.5 Weather Forecasting Service ......................................................................................25

ADOT RWIS Equipment & ii December 2000 Installation Support Procurement

8. COMMUNICATIONS ..........................................................................................26

8.1 Existing System...........................................................................................................26 8.2 Proposed Plan ..............................................................................................................26 8.3 Communications Between Remote Processing Units and the CPU ........................26 8.4 Between The CPU & Remote Users ..........................................................................27

9. NTCIP COMPLIANCE ........................................................................................29

9.1 NTCIP References ......................................................................................................29 9.2 General Requirements.................................................................................................31 9.3 Application Level........................................................................................................31 9.4 Transport Level ...........................................................................................................31 9.5 Subnet Level................................................................................................................31 9.6 Information Level........................................................................................................32 9.7 Management System Requirements...........................................................................36 9.8 NTCIP Documentation ...............................................................................................36 9.9 NTCIP Acceptance Testing ........................................................................................36 9.10 NTCIP Support ............................................................................................................37 9.11 Interpretation Resolution.............................................................................................37

10. VENDOR RESPONSIBILITY..............................................................................37

10.1 New Materials ............................................................................................................37

11. TRAINING ..........................................................................................................37

11.1 General Requirements ...............................................................................................37 11.2 Operations Training ...................................................................................................38 11.3 Site Maintenance & Calibration Training ................................................................39 11.4 Software Operations & Central Training .................................................................39

12. DOCUMENTATION ............................................................................................40

12.1 General Requirements ...............................................................................................40

13. TESTING & CALIBRATION ...............................................................................41

13.1 General Requirements ...............................................................................................41 13.2 Test Procedures and Test Data Forms ......................................................................42

14. QUALITY OF WORK..........................................................................................42

14.1 Vendor Responsibility ...............................................................................................42

15. PROJECT ACCEPTANCE .................................................................................43

15.1 Vendor Compliance ...................................................................................................43

16. WARRANTY .......................................................................................................44

16.1 Vendor Responsibility ...............................................................................................44 16.1 Vendor Warranty .......................................................................................................44

ADOT RWIS Equipment & iii December 2000 Installation Support Procurement

17. OPERATIONAL SUPPORT ...............................................................................45

18. INTELLECTUAL PROPERTY RIGHTS..............................................................45

19. VENDOR’S EMPLOYEES..................................................................................46

19.1 Requirements..............................................................................................................46

20. COST PROPOSAL.............................................................................................46

20.1 Capital Costs ..............................................................................................................47 20.2 Life Cycle Costs.........................................................................................................48 20.3 Liquidated Damages ..................................................................................................49

21. EVALUATION, SELECTION AND AWARD.......................................................49

21.1 Contract Duration.......................................................................................................49 21.2 Proposal Format .........................................................................................................49

ADOT RWIS Equipment & 1 December 2000 Installation Support Procurement

1. INTRODUCTION

A primary component of the Arizona Department of Transportation’s (ADOT) Intelligent Transportation System (ITS) program is the statewide deployment of a Road Weather Information System (RWIS). ADOT currently has twelve (12) existing RWIS sites, and is soliciting Vendors to provide equipment upgrade options for these sites, and hardware/communication packages for several new sites throughout Arizona.

The new RWIS system will improve the ability of District personnel to manage State and local roadways in response to current conditions, and by so doing increase the level of service along these routes. To do this, the RWIS system shall provide information to support the following activities:

a. Optimize construction and maintenance activities, including snow removal & chemical applications

b. Identify adverse weather conditions and issue traveler advisories c. Identify roadway closures and alternate routes d. Allocate maintenance resources e. Identify unique roadway conditions f. Provide site-specific forecasts for roadway segments g. Communicate data with the National Weather Service

In order to provide uniformity and continuity in the deployment of RWIS technologies, ADOT is seeking an RWIS Vendor to supply the Department with hardware and installation support for a number of sites under a multi-year procurement contract.

1.1 Vendor Qualifications

The RWIS Vendor shall have the following qualifications:

• RWIS equipment manufacturing capability.

• Meteorological expertise as needed to select optimal RWIS components.

• Communication design and installation support capability for wireline, wireless, and leased-line alternatives.

• Computer networking expertise to support procurement, installation and integration of a centralized computer control system for Statewide RWIS sites.

1.2 Vendor Responsibilities

The role of the RWIS Vendor shall be:

• Furnish and Deliver RWIS Hardware.

ADOT RWIS Equipment & 2 December 2000 Installation Support Procurement

• Furnish, deliver, configure and make fully operational computer hardware and software.

• Develop a high-level communications design for the RWIS Network.

• Prepare typical details for site-specific application of the communications design.

• Provide site design support to the Department and its consulting engineers.

• Furnish, deliver, configure and make operational and test all communications hardware associated with the communications network for the contracted RWIS sites.

• Provide site installation and calibration support for both RWIS and communications installation contractors.

• Provide technical support, documentation and training during the life of the contract.

1.3 ADOT Responsibilities

The role of the Department in RWIS procurement and installation will include the following:

• The Department will select the general location for each new RWIS site to be installed, or designate existing sites to be upgraded.

• The Department (or its design consultant) will prepare site designs for all new and upgraded sites to be procured for by the Vendor. This will include preparation of a Plans, Specifications & Estimate package for each location.

• The Department will provide any available record drawings for sites that are to be upgraded under the contract to the Vendor.

• The Department (or its design consultant) will obtain all required environmental and right-of-way clearances at each proposed site.

• The Department will obtain all required utility and railroad clearances.

• The Department will award a construction contract for all new and upgraded sites as necessary. The Department’s construction contractor will be responsible for all physical site work, including conduit runs, foundation work, shelter construction, tower erection, etc., related to both RWIS and communications installation.

• The Department will inspect and approve all Vendor furnished items.

• The Department will inspect and approve all Vendor site work.

• The Department will apply for and pay for all utility service required at proposed sites, as defined in Section 4.3.

• The Department will provide general contract oversight.

ADOT RWIS Equipment & 3 December 2000 Installation Support Procurement

• Others will apply for electrical service.

• Others will apply for CDPD and cellular wireless common carrier services.

2. BACKGROUND

Of the twelve (12) existing ADOT sites throughout the State, some use Coastal Environmental Systems equipment, while others use Surface Systems, Inc. equipment. Communication with these sites is currently via a State-owned microwave system and RF equipment. The Department plans to phase out the use of analog microwave communications for RWIS due to bandwidth limitations.

The Department currently has funding to implement two new RWIS sites. The Department also intends to use the selected vendor for additional RWIS sites, when and/or if funding becomes available during the life of the contract.

When and/or if funding becomes available, the Department may use the selected vendor to upgrade existing RWIS sites, to add additional functionality to existing RWIS sites. Additional functionality that may be desired at selected sites includes cameras for capturing video images, and traffic detection equipment for monitoring highway speeds, occupancy and volumes. Communications reliability improvements may also be considered.

When and/or if funding becomes available, the Department may upgrade the entire existing and new RWIS infrastructure, to provide a single user interface for all RWIS sites.

3. SOLICITATION OBJECTIVES

The objective of this solicitation is to obtain quotations from RWIS Vendors who propose to supply the Department with a hardware package, communications system, central control system and web based data distribution mechanism.

4. SCOPE OF WORK

For existing RWIS sites, ADOT will provide the Vendor with any available record drawings to serve as a guide in upgrading these sites, after selection. For new sites, ADOT will provide site designs and details to the Vendor, after selection.

The scope of work under this contract shall include the following:

4.1 Site Design Support

The Vendor shall provide the Department (and its designated site-design consultant) typical and standard drawings and details for installation of all site hardware provided by the Vendor. These standard drawings shall include sufficient detail to allow the

ADOT RWIS Equipment & 4 December 2000 Installation Support Procurement

Department to develop site-specific installation plans. Both a hard-copy version of the plans and at least (1) one electronic copy of these plans – on CD-ROM, in Microstation format – shall be provided to ADOT.

The Vendor shall be available for consultation with ADOT (or its designated consultants) for clarification or discussion of site design and construction specifics. Such support shall include a site visit to proposed RWIS field locations.

4.2 Equipment Procurement

The Vendor shall provide a full and complete equipment package for each site specified by ADOT. Details of this field equipment are provided in Section 6 of this RFP.

4.3 Communications

Under this RFP, the Vendor shall be responsible for all elements of communication design for all sites, to include both the site-specific and system-wide design for Statewide RWIS locations. Review of all communication designs and plans will be conducted by the Department. The Vendor shall provide ADOT a copy of all computations, assumptions and methodologies utilized in the communications design.

• The Vendor shall provide documentation defining the general, system-wide communications strategy proposed for communicating with Statewide RWIS locations. This overall plan shall be provided to ADOT for review and approval prior to any site-specific work being accomplished. This shall be a description of the overall communications approach to be utilized by the Vendor, not a site-by-site design document. Site-specific designs shall be completed separately, in accordance with the approved strategy provided here.

• The Vendor shall engineer, furnish, configure, provide installation support for and test a complete, operational communications system between each contracted RWIS site and the central computer system. Installation of the communications cables and conduits at each location will be accomplished by Others.

• If wireless communications are used, the Vendor shall conduct all necessary path analyses and apply for, pay for and obtain all required FCC licenses.

• The Department prefers land-based telephone service or other wire line communications for RWIS site communication. Where this is not feasible, the Vendor shall propose reliable commercially available wireless solutions (including but not limited to spread spectrum radio).

• When no other suitable alternatives can be found, upon written request in advance, the Arizona Department of Public Safety (DPS) may be able to provision 3kHz analog voice channels from Microwave sites at selected mountain peaks. In the event the Vendor wishes to use this Microwave network, extensive coordination will be required with both ADOT and DPS.

ADOT RWIS Equipment & 5 December 2000 Installation Support Procurement

• Vendor-prepared communication Node Plans are required at sites where communication interfaces exist. For example, if a spread spectrum link is used to access a land-line located remotely from the RWIS site, a communication node plan showing the spread spectrum head-end radio, antenna, power source and telephone demarcation details is required.

• The Vendor shall detail line item costs associated with the communications technologies within its cost proposal submittal. Firm fixed prices for initial equipment and end equipment set-up costs shall be included. The Vendor shall be available for consultation with the Department and its site design consultant for the contract location, such that the most cost-effective communications solution at each site may be specified.

• The site designer will specify any services needed at a site, and Others will make application for service from any needed telephone or wireless carriers and pay the costs of ongoing monthly service.

• Utility power sources will be specified and provided by Others, where such are applicable to the sites.

• Upon communications link implementation, the Vendor shall conduct a 24-hour bit error rate test (BERT) at each site and take corrective action if the BERT exceeds 10-6. Results of all these tests shall be submitted to ADOT for verification and final approval.

• The Vendor shall conduct a subsystem test at each site, to test both the on-site equipment and the communication links to the site. The test plan shall be drafted by the Vendor and submitted to ADOT for review and approval at least (30) thirty days prior to the testing date for each site. A Department representative will be present on site during each test.

• The Vendor shall guarantee 95% on-line operation and system availability at the central computer site for each RWIS site and its communication link during the Warranty period (see Section 16 of this RFP for Warranty definition).

4.4 Additional Services & Coordination

The Vendor shall be available for consultation with ADOT during construction of each RWIS field site and system element; to include Vendor consultation with ADOT designated electrical or heavy construction contractors.

While the Vendor retained under this RFP shall not be required to construct the RWIS sites, it shall be required to perform site checkout procedures, configuration, communications testing and calibration of site components to verify that the RWIS elements are operating correctly. In accomplishing the above tasks, site visits may be required at each location, as defined by the Department.

ADOT RWIS Equipment & 6 December 2000 Installation Support Procurement

The Vendor shall conduct a stand-alone test of each site. The Vendor shall submit a test plan for Department approval at least thirty (30) days prior to testing. All testing shall be conducted in the presence of an ADOT representative.

• The Vendor shall furnish, install and make operational an RWIS central computer, complete with printer, peripherals and software, at the ADOT District Office in Flagstaff, Arizona.

• The Vendor shall provide Internet-based information displays from each RWIS site. At a minimum, this shall be provided in both simple ASCII text format and traditional (html) format.

• The Vendor shall provide web-hosting service for the internet information displays, upon request by the Department.

• The Vendor shall provide RWIS operations and maintenance training for all RWIS subsystems and components, including site equipment and central software/CPU elements (See Section 11 RFP).

• The Vendor shall furnish a comprehensive RWIS spare parts package for those sites addressed in the initial RWIS order, as detailed in Section 6.14. This package shall be adequate to address hardware maintenance or failure in any of the initial RWIS contract sites; a separate package shall not be required for each and every site. A priced parts list for future ordering shall also be provided, as detailed in Section 6.14.

• The Vendor shall furnish RWIS operations and maintenance documentation.

• The Vendor shall provide Technical Support and Warranty Services as defined in Sections 16 and 17.

4.5 Initial Order

The initial order under this contract will consist of two (2) new RWIS sites. Details of these initial RWIS sites (what features are to be included) are given in the table below. These sites have already been designed, clearances obtained, and they are ready for procurement and construction to take place. The current design is based on solar power and wireless communications, using the DPS microwave system. The Vendor shall evaluate use of the DPS microwave system and recommend alternatives for enhanced functionality.

Route Milepost Basic

Weather Information

Traffic Information

Included

CCTV Included Type

SR-277 370.2 Yes Yes Yes New

I-40 270 Yes Yes Yes New

ADOT RWIS Equipment & 7 December 2000 Installation Support Procurement

The following is the estimated number of RWIS sites to be procured by the Department each year under this five (5) year contract.

Year Basic Weather

Information Basic Info, Traffic &

CCTV

2001 3 2

2002 3 2

2003 3 2

2004 3 2

2005 3 2

The following is an estimate of the type of options that the various RWIS sites Statewide will be equipped with over the life of the contract.

Option Percent of Sites

AC Power 60%

Solar Power 40%

Land Based Telephone Communications 80%

Vendor-Proposed Wireless Communications 15%

DPS Microwave Communications < 5%

Traffic Monitoring 75%

CCTV 50%

5. DEFINITIONS

AASHTO American Association of State Highway and Transportation Officials

AC Alternating Current

ADOT Arizona Department of Transportation

ANSI American National Standards Institute

ASCII American Standard Code for Information Interchange

ASN Abstract Syntax Notation

ASTM American Society of Testing and Materials

ATIS Advanced Traveler Information Systems

AWS American Welding Society

BERT Bit Error Rate Test

BPS Bits per Second

ADOT RWIS Equipment & 8 December 2000 Installation Support Procurement

CAD Computer Aided Drafting

CDPD Cellular Data Packet Data

Contract Officer Designated individual from ADOT Procurement Group.

CPU Central Processing Unit

DAT Design Approval Test

Day Calendar day unless otherwise stated

Department Arizona Department of Transportation

DOS Disk Operating System

DPS Department of Public Safety

EEPROM Electrically Erasable Programmable Read Only

EIA Electronics Industries Association

Engineer The designated representative of ADOT

EEPROM Electrically Erasable Programmable Read Only Memory

ESS Environmental Sensor System

F Fahrenheit

FAT Factory Acceptance Test

FDT Factory Demonstration Test

FHWA Federal Highway Administration

FMS Freeway Management System

Firmware Software installed in non-changeable media such as EEPROM.

FSK Frequency Shift Key

FSORS Full, Standardized Object Range Support

GFCI Ground Fault Circuit Interrupter

GUI Graphical User Interface

Hg Scientific symbol for Mercury, used as “Inches of Hg” to denote barometric pressure

Hz Hertz (a unit of frequency)

IP Internet Protocol

ISO International Standards Organization

ITS Intelligent Transportation Systems

LF Lineal/Linear Feet (measurement)

MC Master Computer

MIB Management Information Base

ADOT RWIS Equipment & 9 December 2000 Installation Support Procurement

Mb Millibar, used as “# of mb” to denote barometric pressure.

Modem Modulator-demodulator

MTBF Mean Time Between Failures

Multi-Drop A form of communications where multiple devices share a common communications channel.

MUTCD Manual on Uniform Traffic Control Devices

NEMA National Electrical Manufacturer’s Association

NTCIP National Transportation Communications for ITS Protocol NTCIP

Component Field Device or Management System containing NTCIP

PMPP Point-to-Multi-Point Protocol

PPP Point-to-Point Protocol

Project Manager The designated ADOT representative overseeing the overall turnkey implementation

PROM Programmable Read Only Memory

PUC Public Utility Commission

RAM Random Access Memory

RDG Roadway Design Guidelines

ResponseTime The time to prepare a response as measured from receipt of the request closing flag to transmission of the response opening flag

RFI Radio Frequency Interference

RFP Request for Proposal

ROM Read Only Memory

RPU Remote Processing Unit

RWIS Road Weather Information System

SAT System Acceptance Test

SNMP Simple Network Management Protocol

SSI Surface Systems Inc.

State The State of Arizona, including ADOT

TOC Traffic Operations Center

UDP User Datagram Protocol

UI User Interface

UL Underwriters Laboratories

UPS Uninterrupted Power Supply

VAC Volts Alternating Current

ADOT RWIS Equipment & 10 December 2000 Installation Support Procurement

6. FIELD COMPONENTS

The RWIS field components shall provide comprehensive information about roadway status, environmental conditions and traffic patterns to system users. The RWIS field components shall collect current data at each site to support the goals of the deployment identified in Section 1.

6.1 General Requirements

The following general requirements shall apply to all RWIS site components furnished by the Vendor:

• The current-weather-measuring unit is defined as the group of meteorological measuring devices intended primarily to sense atmospheric conditions located at each RWIS site.

• The current-weather measurements shall include temperature, humidity, barometric pressure, wind speed and direction, and visibility.

• The Department prefers an integrated, solid-state current-weather-measuring unit with no moving parts.

• The Department will consider alternatives to solid-state current weather measuring units that meet the specifications of this RFP.

• RWIS Cabinets and major components shall be supplied with a serial number unique to the manufacturer. The number shall be engraved on a metalized Mylar plate that is permanently attached to the inside, upper right-side wall of the cabinet or engraved on the sensor assembly.

• The type of equipment enclosure will be determined by the Department after Vendor selection on a site-specific basis. The following RWIS equipment enclosures shall be available:

• RWIS Equipment Shed

• Pole Mount RWIS NEMA 3R Cabinet

• Traffic Signal Style Pad Mount NEMA 3R Cabinet

• The Traffic Flow Sensor, Road Sensors, Controller, Cameras, Weather Sensors and Remote Processing Unit shall operate during the following environmental conditions.

• Temperature Range: -40° to 150° F

• Humidity: 0% to 100%

• The Department prefers equipment manufactured using a thorough ISO 9001 Quality Assurance Plan.

ADOT RWIS Equipment & 11 December 2000 Installation Support Procurement

6.2 Tower

The following shall apply to equipment mounted on the tower(s) to be located at each RWIS field location:

• The RPU cabinet (unless another enclosure option is selected), solar power system (if applicable), antenna (if applicable), camera(s) (if applicable), traffic detection equipment (if applicable) and atmospheric instrumentation shall be mounted on one or more towers at each site.

• Each tower shall be constructed of aluminum or steel. Towers shall be anodized or painted, such that each is colored to match the surrounding environment in which it is placed; i.e., for mountainous regions, neutral grays, greens and browns should be used. Tower coloration shall be approved by the Department for each site.

• Towers having wind sensors or cameras shall have a finished top elevation of 30 feet.

• All towers shall be able to sustain 90 mph wind loads with a gust ratio of 1.3, as well as 15-foot snow depths.

• Each tower shall be designed for installation on a concrete footing with foundation details provided by the Vendor.

6.3 Electrical / Surge Protection

• The Vendor shall furnish an air terminal (lightening rod) and surge suppressors at each tower and equipment enclosure. All wiring and conduit systems shall also conform to the ADOT Standard Specifications for Road and Bridge Construction.

• The Vendor shall provide information regarding the type and quantity of wire (if any) that is included with the equipment in its proposal. The Vendor shall include the per linear foot cost of extra wire or any special cables required to make the RWIS system complete.

• For AC powered sites, the Vendor shall furnish power-line surge protectors between both line conductors and the equipment ground.

• All conductors entering and leaving the cabinet shall be protected by surge protectors and lightening arrestors. Data lines shall also contain surge protection.

• Power line surge protection shall conform to the following requirements:

• Peak surge current occurrences: 20 minimum

• Peak 8 X 20 msec wave shape: 20K amps

• Response: 250 maximum

• Maximum current at 120-VAC, 60Hz: 10 amps

• Series inductance: 200 microhenries

• Temperature: NEMA TS-1

ADOT RWIS Equipment & 12 December 2000 Installation Support Procurement

• The power line surge protector shall be a two-stage device that allows the connection of a radio interference filter (to prevent disruption in the event of a power surge) in the circuit between the stages. Each cabinet shall be equipped with one or more radio interference filters in the power line surge protector. The filter shall provide attenuation of at least 50 dB over a range of 50 kHz to 20 MHz.

• Uninterruptible power supplies (UPS’s) shall be provided for all sites where AC power is utilized. All RWIS components requiring power to operate shall be plugged into the UPS, such that the site can maintain full operation for a minimum of six (6) hours after a loss of AC power. The UPS shall have the following basic characteristics:

• Minimum six (6) hour backup capability for a fully equipped RWIS site, including cameras and traffic monitoring stations.

• Automatic charging, such that the UPS is always ‘topping off’ whenever AC power is available.

• The UPS shall be sized to fit within the NEMA enclosure provided for the RWIS electronics on the pole or pad.

6.4 Remote Processing Unit (RPU)

The Remote Processing Unit is defined as the on-site computer, which connects to and reads data directly from each of the monitoring devices at that location. The RPU is then responsible for transmitting this data to the central computer system.

• A single Remote Processing Unit shall be furnished and installed at each RWIS site. At upgrade locations where the RPU is to be replaced, the old unit shall be removed and salvaged, to be returned to the Department.

• The Remote Processing Unit shall gather data from all connected environmental and traffic sensors, as well as any remote pavement sensors and cameras at the site. The RPU shall then process, store and transmit this data to the CPU.

• Data transmission to the CPU shall occur at a user-configurable sampling interval between 5 minutes and 8 hours, and shall include all information collected since the last transmission.

• Data shall be collected at the RPU in user-configurable bin sizes (i.e., every 20 seconds, every 15 minutes, etc.) where available, and in manufacturer-specified bin sizes where user-configuration is not available.

• Control/configuration and data reporting capabilities for all site components shall be available via a direct connection to the RPU in the field, using a laptop computer and RS-232 serial port connection. At least (1) one copy of the software required to enable such a field connection shall be provided to the Department by the Vendor for each RWIS site procured.

ADOT RWIS Equipment & 13 December 2000 Installation Support Procurement

• Each remote processing unit shall provide the capability to accept data and control inputs, in NTCIP-ESS protocol format where applicable. The following sensor inputs shall also be supported. Detailed specifications for each of the units listed below are given in the following sections.

• Up to eight (8) surface sensors

• Up to eight (8) sub-surface sensors

• Three (3) Air temperature sensors

• One (1) Humidity sensor

• Two (2) Barometric Pressure sensors

• One (1) Visibility sensor

• One (1) Precipitation gauge

• One (1) present weather sensor

• Up to four (4) NTSC color video cameras

• Up to sixteen (16) individual traffic detectors (loops, acoustic, etc.)

• At locations utilizing solar power, the RPU shall be capable of operation using either 120 VAC or solar power

• The RPU and all site communications equipment shall incorporate watchdog circuitry to monitor self-operation and reset the equipment if the equipment enters an indeterminate state

• The RPU shall incorporate remote set-up and calibration functionality

• The RPU electronics shall be modular and of solid-state design

6.5 Pole Mount Cabinet Option

• The cabinet shall be rated NEMA 3R.

• The cabinet shall incorporate a ‘door open’ alarm, which shall provide an alert to the central computer system, capable of being directed to area-specific users of the RWIS system.

• The cabinet shall be sized by the Vendor to accommodate the RPU and associated communications equipment and peripherals.

• The cabinet shall be mounted on the RWIS tower with a base height of (36) thirty-six inches.

• The cabinet shall include all required mounting hardware.

• The cabinet shall be lockable and equipped with a Corbin #2 Lock.

• The cabinet shall be equipped with a watertight document pouch.

• A 120-VAC convenience outlet shall be provided in the equipment cabinet at each AC-powered site. GFCI protection shall not be used for outlets with permanently connected equipment. A separate convenience outlet with integral ground fault

ADOT RWIS Equipment & 14 December 2000 Installation Support Procurement

interrupt shall be protected by a circuit breaker. The receptacles shall be NEMA Type 5-15 R, and shall be positioned so that no electrical hazard shall exist when used by service personnel.

6.6 Pad Mount Cabinet Option

• The cabinet shall be rated NEMA 3R.

• The cabinet shall incorporate a ‘door open’ alarm, which shall provide an alert to the central computer system, capable of being directed to area-specific users of the RWIS system.

• The cabinet shall be sized in accordance with ADOT standard drawing TS.3-14.

• The cabinet shall be equipped with a watertight document pouch.

• The cabinet shall include anchor bolts. The cabinet shall be lockable and equipped with a Corbin #2 Lock.

• A 120-VAC convenience outlet shall be provided in the equipment cabinet at each AC-powered site. GFCI protection shall not be used for outlets with permanently connected equipment. A separate convenience outlet with integral ground fault interrupt shall be protected by a circuit breaker. The receptacles shall be NEMA Type 5-15 R, and shall be positioned so that no electrical hazard shall exist when used by service personnel.

• For AC powered sites, a thermostatically controlled fan, and filtered air intake shall be provided.

6.7 RWIS Equipment Shelter Option

• Equipment shelters shall be prefabricated, climate controlled shelters, equipped with an alarm system for remote monitoring.

• Minimum Shelter size shall be 40 square feet interior floor area.

• Minimum ceiling height shall be 8 feet.

• Minimum door width shall be 36”. Deadbolt locks shall be provided for each door.

• Shelters shall be bullet resistant per UL-752.

• The Shelter design shall conform to all dead and live load requirements of the uniform building code.

• Shelter walls and ceilings shall be finished with easy to clean white paneling.

• An overhead cable tray shall be provided in each shelter.

• At AC powered sites, the Shelter shall be equipped with a 10,000 BTU Heat pump and 5 KW heater.

ADOT RWIS Equipment & 15 December 2000 Installation Support Procurement

• At AC powered sites, the shelter shall have a 120/240 VAC single-phase service panel with circuit breakers for main power, equipment, lights and HVAC.

• At solar powered sites, the solar panels shall be mounted on the roof of the shelter.

• The shelter shall have a copper ground bus.

• The shelter shall have a floor opening for electrical conduits.

• Switched and timer controlled interior and exterior lights shall be provided.

• Alarms for ‘high temperature’, ‘smoke’ and ‘door open’ alerts shall be provided. Alarms shall be sent to the central computer system.

• Shelters shall be equipped with a watertight document pouch.

• Each shelter shall be equipped with a 20 ABC rated fire extinguisher mounted near the entrance door.

6.8 Road Pavement Surface Sensors

• Each travel lane shall be equipped with a road pavement surface sensor in the center of the lane. Alternate sensor positioning may be proposed by the Vendor based on technologies and equipment being used.

• A minimum of two (2) sensors and a maximum of eight (8) sensors are required per site.

• The pavement sensor shall distinguish the following conditions: a. Dry pavement b. Wet pavement c. Moist / Dew Covered pavement d. Wet but not frozen pavement below 32° F e. Snowy or icy pavement at or below 32° F f. Frost covered pavement g. Solution freeze point from -51° F to 32° F h. Chemical concentration of de-icing chemical present on pavement from

0% to 100% i. Percent of ice present on pavement from 0% to 100%” j. Road Temperature –40° F to 130° F

k. Freezing Point –5° F to 32° F

• Sensors shall be designed for placement up to 2,500 feet from the RPU. Sensors shall support both wireline and wireless communication with the RPU at this distance. The Vendor shall also provide standardized mounting recommendations for the sensors on existing bridge decks.

ADOT RWIS Equipment & 16 December 2000 Installation Support Procurement

• Sensors shall have no moving parts.

• Sensors shall be calibrated from the RPU.

6.9 Roadway Sub-Surface Sensor

• Two (2) sub-surface temperature probes shall be placed at each site.

• The Vendor shall recommend the depth of placement for sub-surface temperature probes.

6.10 Current Weather Measuring Unit

The following sections detail the specifications for the atmospheric sensors which, combined, make up the current-weather-measurement unit. This group of devices is to be furnished with the tower at each RWIS site.

• Wind Sensor:

• One (1) wind speed and direction sensor is required at each RWIS site.

• The wind sensor shall measure both average and peak wind-speed.

• A solid-state wind speed measuring system is preferred.

• The wind direction sensor shall incorporate a compass to automatically determine magnetic bearing.

• The wind sensor shall provide the following information:

• the average wind speed for the past 2 minute period • the average wind direction for the past 2 minute period • the peak wind-gust speed for a given 5 second period • the variability in the wind speed and wind direction

• The accuracy of the wind speed measurement shall be (±2) mph.

• Wind direction measurements shall be 0-360 degrees, with an accuracy of (+/- 10) degrees in the 0-50 mph range.

• Temperature Sensor:

• For reliability, there shall be three (3) separate, independent atmospheric temperature sensors, which shall be averaged by the RPU to provide one reading per site.

• Temperature accuracy shall be (+/-1° F) over the range of -45° F to +130° F.

• Humidity Sensor:

• Each site shall have one (1) humidity sensor.

• The humidity sensor shall have an accuracy of (± 5%) relative humidity in the 0%-100% relative humidity range.

ADOT RWIS Equipment & 17 December 2000 Installation Support Procurement

• Barometric Pressure Sensor:

• Each Site shall have two (2) barometric pressure sensors for redundancy.

• Sensors shall measure pressure in the range of 14.75 to 32.45 inches of Hg.

• The pressure sensor shall provide a (±1) mb / (±.03) inches of Hg accuracy in the 14.75 to 32.45 inches of Hg range.

• Visibility Sensor:

• The use of a visibility sensor is optional at some RWIS sites, and shall be priced separately as an option. Only one (1) visibility sensor shall be used at any single RWIS site.

• Visibility measurements shall be in the range of .06 miles to 5 miles, with an accuracy of (±10%) of the measurement.

• The visibility sensor shall be of the forward scattering type.

• Visibility measurements shall be made using an infrared light beam and detector, which estimates visibility by the amount of transmitted infrared light scattered by particles in the air and detected at the receiver.

• A hood shall cover the optics to prevent contamination of the lenses and to reduce the effects from stray scattered light.

• The measurement algorithm shall measure the visibility of a sample volume between the optics hoods for 2 minutes and then report the average visibility over the sampling interval.

• Visibility shall be recorded in the user’s choice of distance units.

• When the sensors are not making measurements the sensors shall be automatically switched off to conserve power.

• Precipitation Sensor

• One (1) precipitation gauge shall be used at each site to measure rain and snow.

• The precipitation gauge shall be a capacitance probe, which provides an output proportional to the collected precipitation. Tip-bucket gauge designs are not acceptable.

• The precipitation gauge shall be equipped with insulated housings and thermostatically controlled heaters to allow operation at temperatures below freezing.

• The precipitation gauge shall melt snow to determine rainfall equivalent.

• The precipitation gauge shall have no moving parts.

ADOT RWIS Equipment & 18 December 2000 Installation Support Procurement

• The precipitation gauge shall be capable of measuring the total precipitation received, to the following levels of accuracy:

• Rainfall Accuracy: 0.04 inches • Instantaneous Range: 0 to 2 inches (automatically resets) • Snowfall: Measured as Rainfall Equivalent

• The precipitation gauge shall be capable of measuring the precipitation rate for both rain and snow to the following levels of accuracy:

• Rain 4% • Snow 10%

6.11 Video Monitoring System

The following specifications shall apply to all video-image devices and cameras deployed at RWIS sites:

• Integrated Video Monitoring.

• Selected RWIS sites shall be equipped with an integrated video monitoring system. All RWIS sites shall support integration of video monitoring systems in the future, if not specified for installation as part of the initial deployment.

• At selected sites, up to four (4) full-color, high quality digital camera images shall be made available. At most locations where cameras are used, it is anticipated that no more than two (2) cameras shall be utilized.

• Where low light conditions may exist, up to two (2) of the cameras may be black and white high-sensitivity night vision cameras.

• Cameras shall be fixed view.

• Cameras shall be equipped with a heater.

• Camera image processing performed by the RPU shall include:

• Digitizing the images • Multiplexing up to four (4) camera images • Compressing the video images using an open-standard digital video

compression format • Digitally processing the signal

• Video compression rates shall be user selectable in the range of (20:1) to (500:1).

• The single-frame file size shall be in the range of (1.5 to 35 Kbytes) per video frame.

• The framing rate shall be user selectable from 1 frame every 5 seconds to 10 frames per second (based on the data rate and compression rate).

ADOT RWIS Equipment & 19 December 2000 Installation Support Procurement

• Black and White Camera:

The following specifications apply for Black & White high sensitivity cameras:

• Video Signal System: EIA Standard • Image Output: 1 V p-p at 75 ohms • Scanning System: 2:1 Interlace • Resolution: 410 TV Lines • Sensitivity: 0.1 lux at F 1.4 • S/N Ratio: 47 dB • Effective Picture Elements: 512 (H) x 492 (V) • Lens: High Quality fixed focal length selected by

the Vendor based on site conditions

• Color Camera:

The following specifications apply for color cameras:

• Video Signal System: NTSC Standard • Image Output: 1 V p-p at 75 ohms • Scanning System: 2:1 Interlace • Resolution: 350 lines TV Lines • Sensitivity: 1 lux at F 2.0 • S/N Ratio: Greater than 45 dB • Picture Elements: 512 (Horizontal) x 492 (Vertical) • Lens: High Quality fixed focal length

6.12 Traffic Monitoring System

Selected sites shall be equipped to monitor traffic volume, average speed, and vehicle classification on a lane-by-lane basis, in both directions.

• Data from the traffic monitoring subsystem shall be collected and stored by the RPU in 15-minute bins, and transmitted at user-adjustable intervals. This data shall be stored at the central system server and made accessible to Statewide RWIS users for at least thirty (30) days after the date of recording.

• The Vendor shall be responsible for ensuring that adequate storage exists to archive bin traffic data at both the RPU and the central server.

6.13 Power Requirements

• For AC powered sites, each RWIS cabinet shall incorporate a power supply that steps the utility voltage down, regulates voltage as needed and rectifies current in accordance with actual equipment needs.

• The RWIS site shall operate normally when the serving utility power is between 90 VAC and 135 VAC, at 60HZ (+/- 3Hz).

ADOT RWIS Equipment & 20 December 2000 Installation Support Procurement

• For solar powered sites, each RWIS cabinet shall contain voltage regulation, battery charging equipment and storage capacity to maintain operation of the RWIS site during a period of seven (7) consecutive days of heavy cloud cover.

6.14 Spare Parts Package

For the purpose of consistency and support, the Vendor shall be required to provide the following as part of the deliverables under this contract:

• The Vendor shall guarantee that sufficient spare parts shall be available to keep the system operational for at least ten (10) years after ADOT acceptance of the last RWIS site installed under the contract.

• The Vendor shall furnish a current parts list with prices for all sensors, RPU’s, modules and individually replaceable components supplied by the Vendor.

• The quantity of spare parts included in the package shall be the greater of one (1) each or 10% of the estimated number of units supplied under the contract.

• The Vendor shall guarantee that spare parts prices shall remain stable for the duration of the contract.

• A complete parts listing shall be provided to ADOT for all equipment furnished under the contract to allow the Department to order and procure additional spare parts as needed in the future.

7. CENTRAL OFFICE COMPONENTS

The following section defines the characteristics required in the centralized software and hardware systems controlling the individual RWIS Sites Statewide. These requirements do not apply to the RPU’s located at each RWIS site.

7.1 Central Processing Unit (CPU)

A central processing server, complete with hardware, software and communications, shall be provided and installed by the Vendor at the ADOT District Office located in Flagstaff, Arizona. This server shall be dedicated for RWIS operations only. The functions of the server shall include retrieving and processing data from the RPU at each RWIS site. In addition, this server shall act as the broker for remote-client data distribution, Internet broadcasting, and archiving of RWIS data.

• The Vendor shall provide all required hardware and software necessary to make the CPU operational as both a stand-alone user-interface to the RWIS system and as a system server.

• The Vendor shall be responsible for demonstrating that the CPU provides the following functionality:

ADOT RWIS Equipment & 21 December 2000 Installation Support Procurement

a. Operation as a stand-alone PC to access, control and view data from all connected RWIS sites (may be via other State’s networks in the future, for forecasting of approaching storms entering Arizona)

b. Automated data collection from RPU’s at each RWIS site at a user-configurable interval

c. Successful data transfer to multiple remote client users, via the Internet d. Support data and control communication with multiple users, via the

Internet e. Support camera image viewing from each site

• The CPU shall meet the following specifications:

a. Temperature Range: 32° F to 110° F b. Humidity: 0% to 95% non-condensing c. Floor Space Required: Not to exceed 4 ft x 8 ft d. Central Processor: Desktop Personal Computer

– Pentium III 500 MHZ or higher – 128 Mbytes RAM minimum – 10 Gbyte Hard drive or larger – 56 KBPS, FaxModem – 10/100 MB Network Card – Color Monitor 17”, .28 dpi, 1024 x 768

pixels – Laser Printer 6 pages per minute minimum – All other hardware and software to provide

a complete operational system

• In addition to hardware, all software and related licenses required for CPU operation as a stand-alone workstation (i.e., word processing, Internet access, etc.) shall be installed and appropriate documentation provided to ADOT.

7.2 RWIS User Interface Software

In general, the user interface software shall be graphically based, making extensive use of graphs, bars and other imagery to convey reported data.

• The program shall provide GUI’s for both system control/configuration and data reporting/viewing. All field configuration, device control, and data outputs shall be accessible via this user interface.

• The user interface software shall conform to and provide for the following:

• Accessibility:

• Users may access control/configuration properties for all RWIS site components at each RWIS location.

ADOT RWIS Equipment & 22 December 2000 Installation Support Procurement

• The program shall be compatible with all Windows Operating Systems to include Win95 and newer.

• Reported data from all RWIS sites in the State shall be accessible via a password-controlled Internet connection.

• Site Control:

• Users shall be able to select a site for control or data reporting/viewing, via both graphical and textual means.

• Authorized users shall be able to configure all device settings at an RWIS site using the program interface.

• Users shall be able to view video from cameras, via the program interface, at all sites where cameras exist.

• Users shall be able to configure and view status reporting for traffic monitoring devices, as well as view data output from these devices, for all RWIS sites where such equipment is deployed.

• Data Collection:

• The CPU shall poll and retrieve all data stored at the RPU’s at a user-configurable interval between 5 minutes and 8 hours.

• All retrieved field data shall be time/date stamped and archived in a non-proprietary database format for at least one (1) year. All archived data shall be accessible for historical reporting throughout this time period via the program interface.

• A graphical user interface shall be provided to allow the user to create histogram plots for all data over user-selected intervals.

• User selected camera images shall be archived by the program for future retrieval and use.

• Program Display:

• The interface shall include a geographically correct map of the State of Arizona, with both new and existing RWIS site icons shown at their approximate location.

• Map icons for the RWIS sites shall provide the capability to access site control and data viewing directly from the map for sites selected by the user, using the computer mouse.

• A methodology shall also be provided and defined whereby users may edit the map or the dynamic icons on the map and their properties.

• The map shall also display, at a minimum, all State and Federal highways within the State of Arizona.

• The map shall be capable of being updated by the Department to reflect highway or RWIS site changes.

ADOT RWIS Equipment & 23 December 2000 Installation Support Procurement

• Upon user request, data displays on screen shall be printed as they appear on the user’s monitor, including any camera images being displayed.

• Data display units within the program interface shall be user-selectable.

• Users:

• The program shall support at least one hundred (100) concurrent users, regardless of access point (i.e., remote or local).

• The program shall prevent simultaneous control/configuration of a device by multiple users, and if such occurs shall notify both users of the conflict and drop any user-initiated actions currently in process.

• Data Presentation:

• Current and archived data shall be compiled and printed in a tabular or report format, at user request.

• Users shall be able to create and view historical trend graphs of any reported data over a user-defined period of time. This shall include all archived data.

• Users shall be able to save a data file containing time-stamped information from all reporting devices in ASCII format.

• All data shall be available in ASCII format at user request.

• Diagnostics:

• The system shall contain a self-diagnostic algorithm for evaluating RWIS field device status. Users may run this program manually or configure the system to run it automatically. Any errors received shall be reported to the user via the program interface.

• Diagnostic alarms shall be configurable via pager or email input.

• Internet Webpage Data Display:

• The Vendor shall provide all necessary software and programming to make operational a real-time data website, accessible to the public. All reported data from RWIS sites throughout the State shall be available for access via this website, as allowed by ADOT policy.

• An FTP site shall also be created and made available, where users may download raw, binned ASCII data as received from the field. The webpage shall not be functionally restricted in the number of users, which may simultaneously view RWIS data.

• The system shall provide the ability to broadcast real-time reported data – in ASCII format – to external systems, such as an Advanced Traveler Information System (ATIS) or the National Weather Service.

• The Vendor shall include web-hosting services as a separate line-item cost, as an option for the Department to consider.

ADOT RWIS Equipment & 24 December 2000 Installation Support Procurement

• The program shall provide the capability to both upload and download data from the National Weather Service systems and the Department HCRS system.

• Integration of the RWIS system with the NWS and HCRS shall be accomplished over the Internet. This task shall be coordinated through the Department (contact Manny Agah) to ensure that duplicate efforts with other existing TOC systems are not conducted separately.

• Users shall be able to view NWS and HCRS data from the RWIS program interface.

• NWS and HCRS users shall be able to view RWIS data from their native interfaces.

• Reported Data Types:

The program interface shall provide the user the ability to view the following environmental metrics and site information when an RWIS site is selected by the user for viewing:

General Weather Metrics

Pavement Sensor Site Information Precipitation

• Temperature • Dew Point • Site Identification • Amount of Precipitation

• Barometric Pressure

• Pavement Moisture Condition

• Time/Date Stamp • Rate of Precipitation

• Relative Humidity • Frost Point • Diagnostic Information From Site

• Type of Precipitation

• Wind Speed-Average

• Pavement Temperature • Average Vehicle Speeds

• Wind Speed-Peak • Subsurface Temperature • Traffic Volumes

• Wind Direction • Chemical Concentration on Pavement

• Vehicle Classification

• Wind Variability • Freeze Point • On-site Video

(freeze-frame or equivalent)

• Horizontal Visibility • Percent Ice on Pavement

Where multiple data units may exist for a specific data type, authorized users may select (via the user interface) the units (English or metric) to be displayed.

7.3 RWIS Integration Requirements

The concept of the RWIS integration and communications design is that the CPU shall be the central repository and distribution hub for all reported data from all RWIS sites Statewide. Any user wishing to view data or configure/control devices at any RWIS site must do so by communicating with the site via the CPU (unless using a laptop and directly connecting to the RPU in the field).

• The system shall provide authorized users the ability to password-protect any and all data being received from specific RWIS field sites at the CPU. This would then

ADOT RWIS Equipment & 25 December 2000 Installation Support Procurement

require users accessing protected data sets via the CPU to enter a valid password prior to being able to view the data.

• The system shall provide authorized users the ability to password-protect any and all configuration and control capabilities for specific RWIS field sites. This would then require users accessing protected control data via the CPU to enter a valid password prior to being able to modify any settings.

• The Vendor shall be responsible for developing and implementing a method for backing up archived RWIS data and program files to a site at least one (1) mile from the CPU. This backup system shall run automatically on a once-per-day basis, and the Vendor shall demonstrate the successful operation of this system for at least thirty (30) days prior to Department acceptance of the CPU system.

7.4 Operator Alert Feature

The program shall provide users the ability to configure system alarms, which are activated by configurable thresholds of data being reported by specified RWIS sites.

• Alarms shall be configurable in presentation, giving the user an audio, visual, email or hard-copy (paper) notification.

• All alarms shall emanate from the CPU.

• An alarm may be set for any of the data types being reported by RWIS site equipment, and may be activated by a device reporting values above or below a user-defined threshold.

• Alarms may be set to activate in response to device error codes or specific diagnostic reports being received at the CPU.

• Users may select the site(s) at which specific alarms shall apply.

• Data based alarms shall be displayed both as brief textual descriptions of the data prompting the alarm, and as numeric codes representing defined scenarios. This shall support both newer, alphanumeric paging and email systems, as well as legacy paging equipment.

• RWIS site security alarms shall be provided for all sites.

• Alphanumeric paging, cell-phone alerts and user emails may be configured to be sent automatically by the system when alarms are activated.

7.5 Weather Forecasting Service

• The Vendor shall offer a localized weather forecasting service option based on data derived from the RWIS sites.

ADOT RWIS Equipment & 26 December 2000 Installation Support Procurement

8. COMMUNICATIONS

8.1 Existing System

The Department has several existing RWIS sites, which may be upgraded as part of this contract. Upgrade of these sites shall include:

• Converting the existing communication links to land based telephone service or high-quality wireless service, where economically feasible.

• Making access to all RWIS data and functionality a Windows-based or web browser based operation, using a common user interface with the new sites.

• Ensuring that all elements and data operations are NTCIP compliant.

Communication between the Microwave site at the DPS Flagstaff office and the ADOT Flagstaff District Maintenance Office (where the SSI Scan-Plus CPU is located) is achieved using a 4-wire leased line connection. The Scan-Plus CPU is equipped with several dial-up modems for remote user access. The Department’s long-term plans include phasing out this dial-up system in favor of Internet-based user-access.

The Department also plans to phase out the 860.9375 MHz and 815.9375 MHz frequencies for RWIS use as the Department of Public Safety expands its trunked radio system.

8.2 Proposed Plan

The following represent the general requirements for the Vendor regarding the communications system used for the RWIS system:

• The Vendor shall design, furnish, install and make operational a complete communications system between the RPU at each RWIS site and the CPU.

• The Department prefers to use a single processor as the RPU at each RWIS site, whether upgraded or new.

• The Department prefers a CPU and communications system that is compatible with multiple RWIS Vendor RPU’s currently available.

8.3 Communications Between Remote Processing Units and the CPU

The following are specifications for communication between the RPU at each RWIS site and the centrally located CPU:

• For the communication medium used at each site, the Vendor shall be responsible for all path analyses, service and license applications and costs associated with bringing these sites on-line with the CPU.

• The Department prefers land based telephone service to communicate with RWIS sites. Where this is not feasible, the Vendor may propose wireless solutions

ADOT RWIS Equipment & 27 December 2000 Installation Support Procurement

including, but not limited to, the use of license-free 900 MHz and 2.4 GHz spread spectrum radio links to existing telephone company points of presence.

• The Department prefers land-based telephone service for RWIS site communication. Where this is not feasible, the Vendor shall propose commercially available wireless solutions.

• The Vendor is responsible for providing a communications solution compatible with each RWIS site.

• The minimum acceptable data rate for new communication links shall be 19,200 bps. The preferred data rate for new communications links is 56 kbps.

• Upon communications link implementation, the Vendor shall conduct a 24-hour bit error rate test at each site and take corrective action if the BER exceeds 10-6. The results of such testing shall be documented and provided to ADOT for validation prior to sites being accepted.

• The Vendor shall test the RWIS site components and the communications link to the site. The results of such testing shall be documented and provided to ADOT for validation prior to sites being accepted. The Vendor is responsible for developing a site-test plan and submitting this to ADOT for review and approval at least thirty (30) days prior to any testing.

• The Vendor shall guarantee 95% availability for each RWIS site and its communications link during the warranty period.

8.4 Between The CPU & Remote Users

The following specifications shall apply to communications between the CPU and individual users accessing the system via the CPU. The requirements in this section deal specifically with the ‘authorized users’ website for ADOT and interagency use. Where specified, functionality shall also be extended to the public access website.

• The Department intends to phase out remote-user dial-up access to the RWIS CPU in favor of a web-based access system. As such, the Vendor shall provide a network server and appropriate software to support both a controlled-access and a public access Internet site.

• The Vendor shall configure and make operational a controlled-access Internet site for display of the RWIS program interface (see Section 7) and data from all RWIS sites (both new and upgraded locations).

• The Vendor shall configure and make operational a public access Internet site for display of selected RWIS data from selected sites, as determined by ADOT personnel.

• Via the controlled-access website, all RWIS data from all RWIS sites shall be accessible to users with a valid password, an ordinary web browser and access to an Internet service provider.

ADOT RWIS Equipment & 28 December 2000 Installation Support Procurement

• The refresh rate of video images on both sites shall be user selectable based on speed of the Internet connection:

• T1/Cable Modem or DSL Refresh Rate: images reload every 45 seconds • ISDN or 128 kbps Refresh Rate: images reload every 90 seconds • Dial Up Modem (56 kbps) Refresh Rate: Images reload every 180 seconds

• The Vendor shall provide links for up to twelve (12) web pages, as specified by the Department.

• The Vendor shall coordinate with the Department such that ADOT may link its existing web pages to the controlled-access and public access RWIS pages.

• The RWIS home page for both the controlled-access and public-access sites shall include the following items:

• A map of the State of the Arizona, showing State and Federal Highways and RWIS site locations (approximate)

• The ADOT Logo • A password protected graphical user interface with the RWIS system

software, including linked map icons enabling users to control, configure, and view specific RWIS sites by using their mouse

• The websites shall be capable of supporting interactive user-sessions with up to one hundred (100) unique, concurrent users without any noticeable degradation in site performance.

• Website construction shall be closely reviewed by ADOT personnel to ensure that site speed and responsiveness are acceptable.

• Specific Data to be available for display on the controlled-access site (to be available as deemed appropriate by ADOT personnel on the public-access site) shall include:

• High-quality snapshot video images of cameras associated with the RWIS Site.

• Bar graphs showing: – Atmospheric temperature in the users choice of °C or °F – Barometric pressure in the users choice of MilliBars or inches of

Mercury – Humidity in percent – Visibility in the users choice of meters or feet – Precipitation since midnight in the users choice of inches or millimeters – Road surface temperature in the users choice of °C or °F – Roadbed temperature in the users choice of °C or °F – Freezing point in the users choice of °C or °F – Chemical saturation in percent

ADOT RWIS Equipment & 29 December 2000 Installation Support Procurement

• Indicators showing:

– Road condition (e.g. dry surface) – Average wind velocity in user choice of miles per hour, knots or km/hr – Wind gust velocity in user choice of miles per hour, knots or km/hr – Wind direction using a compass icon – Date and time of last weather update

• Histograms for all weather conditions monitored by the RWIS site for the current day, each day during the previous week, the current month, and the previous twelve (12) months.

• Only current video images shall be available.

• The Department may wish to make RWIS data available to snow plow operators via wireless web-connectivity. The RWIS Vendor shall develop a simplified web page that allows low-bandwidth web users to select RWIS sites via a text link. Data displayed via the text link shall be presented in ASCII text format without the use of large graphic or video image files.

• Control of RWIS devices and configuration settings shall be available only to authorized users, via the controlled-access website.

9. NTCIP COMPLIANCE

The Department intends to procure an RWIS system whose components, sub-systems and communication system use open, non-proprietary standards. The system shall be based on general-purpose hardware platforms, off the shelf operating systems, and public domain interfaces. It is the Department’s long-term objective to have a central RWIS operating system capable of communicating with RPU’s from multiple Vendors, including both new and existing sites.

This portion of the specification defines the detailed NTCIP requirements for the:

• Environmental Sensor System (ESS) previously referred to as the ‘RWIS site’.

• Environmental Sensor System Management System, previously referred to as the ‘RWIS System’ or ‘RWIS program’.

The Vendor shall include a detailed description of how it plans to conform with NTCIP in its proposal and how the Vendor intends to achieve the Department’s long-term equipment compatibility goals.

9.1 NTCIP References

This specification references several standards through their abbreviated names. Each ESS component shall support the most recent version of these standards, including all Recommended or Approved Amendments. The most recent versions of these

ADOT RWIS Equipment & 30 December 2000 Installation Support Procurement

standards and known Amendments, as of June 2, 2000, are shown below. These specifications reference several standards through their NTCIP-designated names. In many cases, the standard is more widely known by its original NEMA number, which is also identified. The content of the NEMA standard is identical to that of the NTCIP standard.

Under this contract, the Vendor shall ensure that each NTCIP component covered by these project specifications implements the most recent version of the standard at the development stage of “Recommended” or Higher, including any and all Approved or Recommended Amendments to these standards. It is the responsibility of the Vendor to monitor NTCIP activities to discover any recent additional documents. The following is a list of these Standards:

• NTCIP 1101, TS 3.2 – 1996, National Transportation Communications for ITS Protocol (NTCIP) Simple Transportation Management Framework

• NTCIP 1101, TS 3.2 – 1996, Amendment 1 (11/2/98), National Transportation Communications for ITS Protocol (NTCIP) Simple Transportation Management Framework

• NTCIP 2001, TS 3.3 – 1996, National Transportation Communications for ITS Protocol (NTCIP) Class B Profile

• NTCIP 2001, TS 3.3 – 1996, Amendment 1(11/2/98), National Transportation Communications for ITS Protocol (NTCIP) Class B Profile

• NTCIP 1201 TS 3.4 – 1996, National Transportation Communications for ITS Protocol (NTCIP) Global Object Definitions

• NTCIP 1201 TS 3.4 – 1996, Amendment 1, National Transportation Communications for ITS Protocol (NTCIP) Global Object Definitions

• NTCIP 1204, TS 3.7 – 1998, National Transportation Communications for ITS Protocol (NTCIP) Object Definitions for Environmental Sensor Stations (ESS)

• NTCIP 2101, TS 3PMPP/RS232. – 11/5/99 recommended standard, National Transportation Communications for ITS Protocol (NTCIP) Point-to- Multi Point Protocol over RS – 232 Subnetwork Profile

• NTCIP 2103 TS 3.PPP/RS232 – 1998 DRAFT, National Transportation Communications for ITS Protocol (NTCIP) Point-to-Point Protocol over RS – 232 Subnetwork Profile (SP-PPP)

• NTCIP 2201 TS 3.TP-Null – 1998 DRAFT, National Transportation Communications for ITS Protocol (NTCIP) Null Transport Profile

• NTCIP 2202 TS 3.TP-Internet – 7/30/99 recommended standard, National Transportation Communications for ITS Protocol (NTCIP) Internet (TCP/IP and UDP/IP) Transport Profile

ADOT RWIS Equipment & 31 December 2000 Installation Support Procurement

9.2 General Requirements

The NTCIP standards have been designed in a layered fashion to allow for a modular design. The sections below describe requirements at each of four distinct profile levels: application, transport, subnet, and information.

9.3 Application Level

• Each ESS shall comply with NEMA TS 3.2. Each management system and ESS shall support the user’s choice of:

• Compliance Level 1 (Internet compatible, inexpensive) • Compliance Level 2 (Transportation specific, more bandwidth-efficient)

• The Vendor shall choose the appropriate compliance level depending on the type of communications link selected.

• For management systems the compliance level shall be selectable on a port-by-port basis.

• An ESS may support additional Application Profiles at the manufacturer's option.

9.4 Transport Level

• Each ESS shall support the user’s choice of:

• TS 3.TP-Internet, and shall support the following options defined by the standard: • UDP/IP (Internet compatible, inexpensive) • TS 3.TP-Null (Transportation specific, bandwidth-efficient)

• An ESS may support additional Transport Profiles at the manufacturer's option.

• Response datagrams shall use the same Transport Profile used in the request.

• Each ESS component shall support the receipt of datagrams conforming to any of the identified Transport Profiles at any time

• The Vendor shall choose the appropriate compliance level depending on the type of communications link selected.

• For management systems the compliance level shall be selectable on a port-by-port basis.

9.5 Subnet Level

• Each ESS shall support the user’s choice of:

• TS 3.SP-PPP, with data rates of 1200, 2400, 4800, 9600, and 19,200 bits per second.

ADOT RWIS Equipment & 32 December 2000 Installation Support Procurement

• TS 3.SP-PMPP, with a RS-232 physical interface and data rates of 1200, 2400, 4800, 9600, and 19,200 bits per second.

• Additional sub-net profiles required to support compressed video transmissions at data rates up to 56 kbps.

• If the ESS has a serial port that supports multiple Subnet Profiles, the ESS shall be configurable to allow the field technician to activate the desired Subnet Profile and shall provide a visual indication of the currently selected Subnet Profile.

• An ESS may support additional Subnet Profiles at the manufacturer's option.

• At any one time, only one Subnet Profile shall be active on a given serial port of the ESS or Management System

• The Vendor shall choose the appropriate compliance level depending on the type of communications link selected.

• For management systems the compliance level shall be selectable on a port-by-port basis.

9.6 Information Level

• Conformance groups are used to specify what functionality the ESS supports. Conformance Groups are groups of inter-related NTCIP objects, with an object being a single component of a conformance group that provides the formal definition of data. By properly requiring their support, the indicated functionality will be required as well.

• Each ESS shall support the full, standardized object range of all objects required by these procurement specifications, unless otherwise indicated below or approved by the Engineer.

• For each supported object, the ESS shall fully support the functionality indicated in the DESCRIPTION clause of the OBJECT-TYPE macro for each value supported.

• The ESS maximum response time for any object shall be 200 milliseconds unless otherwise indicated below or approved by the Engineer.

• The required conformance groups are described below.

Configuration - This Global Object conformance group provides basic information that all NTCIP-compliant devices should support. This includes the type of device as well as the manufacturer name, model, and version of the device.

Time Management - The Time Management Conformance Group allows the ESS to store the time of day, including a daylight saving feature (which shall be disabled for Arizona).

ADOT RWIS Equipment & 33 December 2000 Installation Support Procurement

ESS Configuration - The ESS Configuration enables the user to identify the type of station (e.g., portable, permanent, mobile, etc.), provide a textual description of the site, and describe how the data is collected.

ESS Location - This conformance group identifies the geographic location of the station.

• Each ESS shall support all mandatory objects of all mandatory conformance groups as defined in TS 3.4 and TS 3.7.

Report, as defined in TS 3.4. The Report Conformance Group shall allow a user to define certain events which the ESS will then begin logging with a time-stamp. This information can then be retrieved by subsequent messages. This feature can be useful to record a variety of events (e.g., wind gusts above a set threshold, presence of precipitation, etc.). The following list indicates the modified object requirement:

Object Standardized Object Range Project Requirements

Max Event Log Configurations 0-65535 8

Event Configuration Mode 1,2,3,4,5 2,3,4,5

Max Event Log Size 0-65535 64

Max Event Classes 0-255 8

The values for event configuration mode have the following meanings:

1. Other

2. A log entry will be entered when the reference value changes

3. A log entry will be entered when the object value becomes greater than the reference value

4. A log entry will be entered when the object value becomes less than the reference value

5. A log entry will be entered based on a hysteresis algorithm

STMF, as defined in TS 3.4 shall be required when compliance level of 2 of the Application Profile, is implemented.

PMPP, as defined in TS 3.4. The following list indicates the modified object requirements for this conformance group.

Object Standardized Object Range Project Requirements

Max Group Addresses 0-255 0 –255

Pressure, as defined in TS 3.7. The Pressure Conformance Group shall allow any central system to obtain the pressure reading and the height of the pressure sensor from the ESS.

ADOT RWIS Equipment & 34 December 2000 Installation Support Procurement

Wind Data, as defined in TS 3.7. The Wind Data Conformance Group shall allow a central system to obtain data pertaining to wind (e.g., average wind speed, average wind direction, maximum wind gust speed, etc.).

Enhanced Temperature Data, as defined in TS 3.7. The Enhanced Temperature Data Conformance Group shall allow the user to obtain the data identified by the Basic Temperature Conformance Group and adds the capability of obtaining data regarding the relative humidity, wet bulb temperature, and the dew point temperature. The following list indicates the modified object requirements for this conformance group.

Object Standardized Object Range Project Requirements

Ess Num Temperature Sensors 0-255 0 – 4

Emerging Precipitation Data, as defined in TS 3.7. The Emerging Precipitation Data shall provide the user with the ability to obtain the data identified within the Enhanced Precipitation Conformance Group as well as the water depth, roadway snow depth, ice thickness, snowfall rate and others. This group identifies objects that are used with the newest cutting edge technologies for environmental data collection.

Solar Radiation Data, as defined in TS 3.7. The Solar Radiation Group shall enable the user to receive data regarding the amount of sun and solar radiation that has been recorded by the sensor over a twenty-four (24) hour period.

Visibility Data, as defined in TS 3.7. This conformance group shall allow the user to monitor the horizontal visibility distance.

Standard Pavement Sensor Data, as defined in TS 3.7. This conformance group identifies the objects that are typical for pavement sensor implementations. This group includes objects regarding pavement sensor location, pavement sensor type (i.e., infrared, vibrating, microwave), elevation, surface temperature, and status (i.e., dry, moist, etc.). The following list indicates the modified object requirements for this conformance group.

Object Standardized Object Range Project Requirements

Ess Num Pavement Sensors 0-255 0 – 8

Enhanced Pavement Sensor Data, as defined in TS 3.7. This conformance group shall include objects identified within the Standard Pavement Sensor Data Conformance group and includes objects for pavement temperature, surface water depth, freeze point, and a black ice indicator. The objects identified in this conformance group require modern and emerging technologies enabling this type of data to be obtained.

Object Standardized Object Range Project Requirements

Ess Num Pavement Sensors 0-255 0 - 8

ADOT RWIS Equipment & 35 December 2000 Installation Support Procurement

Standard Sub-Surface Sensor Data, as defined in TS 3.7. This conformance group shall indicate sub-surface information and parameters (e.g., sub-surface sensor type, depth, temperature, etc.). This may be useful to detect and predict when the pavement will start freezing.

Object Standardized Object Range Project Requirements

Num Ess Sub Surface Sensors 0-255 0 - 4

• Software shall also implement the optional objects of the following optional conformance groups.

Pavement Temperature within the Enhanced Pavement Sensor Data Conformance Group, as defined in 3.7 - indicates the current pavement temperature 2 - 10 centimeters below the pavement surface in tenths of degrees Celsius.

Surface Water Depth within the Enhanced Pavement Sensor Data Conformance Group, as defined in 3.7 - indicates the current depth of water on the surface of the roadway in millimeters.

Surface Freeze Point within the Enhanced Pavement Sensor Data Conformance Group, as defined in 3.7 - indicates the temperature in tenths of degrees Celsius at which the existing solution on the roadway will freeze.

Surface Black Ice Signal within the Enhanced Pavement Sensor Data Conformance Group, as defined in 3.7 - a value indicating if Black Ice is detected by the sensor.

• Software shall also implement the following optional objects.

Ess Surface Salinity, as defined in 3.7 - indicates the pavement salinity in parts per one hundred thousand.

Ess Surface Conductivity, as defined in 3.7 - indicates the conductance of the ice/liquid mixture on the pavement as detected by the sensor, measured in mhos, the inverse of ohms.

• The Vendor shall provide ADOT multiple copies of the software as well as multiple copies of full software documentation. One of the purposes of maintaining this information within the agency is to be able to identify what the Vendor has provided and how it has been provided.

• The Vendor may add Vendor specific objects that are not identified by the NTCIP, to enable special functions such as video surveillance. These objects shall be identified so that the Vendor specific objects may be understood by the agency personnel for data processing and for potential future systems integration projects.

ADOT RWIS Equipment & 36 December 2000 Installation Support Procurement

9.7 Management System Requirements

• The ESS Management System shall support all of the requirements for ESS’s as identified above. In addition, the Management System shall support the requirements identified in this section.

• The ESS Management System shall support up to 255 ESS’s that are compliant with the above requirements.

• The Management System shall be able to support thirty-two communication channels of the defined subnet profiles. The developer of the management system software shall provide a timing analysis of the communications network to demonstrate that sufficient bandwidth is available.

9.8 NTCIP Documentation

• The Vendor shall supply the NTCIP software with full documentation, including 3.5" floppy disk(s) and/or CD-ROM(s) containing ASCII versions of the following Management Information Base (MIB) files in Abstract Syntax Notation 1 (ASN.1) format, as listed below.

• The relevant version of each official standard MIB Module referenced by the device functionality

• If the device does not support the full range of any given object within a Standard MIB Module, a manufacturer-specific version of the official Standard MIB Module with the supported range, indicated in ASN.1 format in the SYNTAX and/or DESCRIPTION fields of the associated OBJECT TYPE macro. The name of this file shall be identical to the standard MIB Module, except that it will have the extension "man."

• An MIB Module in ASN.1 format containing any and all manufacturer-specific objects supported by the device with accurate and meaningful DESCRIPTION fields and supported ranges indicated in the SYNTAX field of the OBJECT-TYPE macros

• An MIB containing any other objects supported by the device (these are to include any proprietary manufacturer-specific objects)

• The manufacturer shall allow the use of any and all of this documentation by any party authorized by the Arizona Department of Transportation for systems integration purposes at any time, initially or in the future, regardless of what parties are involved in the systems integration effort.

9.9 NTCIP Acceptance Testing

The following requirements for NTCIP acceptance testing shall be applicable to all equipment procured under this contract.

ADOT RWIS Equipment & 37 December 2000 Installation Support Procurement

• All of the equipment procured under this contract shall be subject to NTCIP acceptance testing.

• The acceptance testing shall utilize the latest version of the NTCIP Exerciser (Build 3.2, as of August 1, 2000) or an equivalent ADOT approved testing tool, and shall follow the established guidelines and testing procedures established by the NTCIP standards working group. These testing procedures will be expanded to test complete functionality and compatibility of the RWIS equipment.

• Documentation which certifies compliance of the system with NTCIP standards shall be provided to ADOT prior to acceptance of any portion of the RWIS system.

9.10 NTCIP Support

• The Vendor shall provide NTCIP software upgrades at no cost to the Department through the life of the contract, for both central-software and field units.

• All modified software shall be provided with a full description of modifications.

• Implementation of this software shall be at the discretion of the department.

9.11 Interpretation Resolution

If the Engineer or Vendor discovers a statement that cannot be implemented or is ambiguous in the standards referenced by this RFP, the issue shall be submitted to the appropriate NTCIP working group for resolution. If the Working Group fails to respond within ninety (90) days, the Engineer shall provide an interpretation of the specification for use on the project.

10. VENDOR RESPONSIBILITY

10.1 New Materials

The Vendor shall be responsible for supplying all new materials. All items supplied shall be new, unused, current production models installed and operational in a user (paying customer) environment, and be an item currently in distribution.

11. TRAINING

The continued full utility of an RWIS system demands proper operation and maintenance. The Vendor shall be responsible for training as detailed below.

11.1 General Requirements

The following are general training specifications that are required of the Vendor as part of this contract:

ADOT RWIS Equipment & 38 December 2000 Installation Support Procurement

• The Vendor shall include outlines of the proposed training program in its proposal.

• The proposed course materials for the Vendor training program shall be approved by the Department at least thirty (30) days prior to the start of any training course.

• Training courses will be scheduled at ADOT facilities, and may be held at locations throughout the State of Arizona.

• Instructors shall have previous classroom experience, and shall be proficient and knowledgeable in the subject being taught.

• Each student shall receive a handout of lecture notes and a copy of each manual discussed in the training.

• The Vendor shall post any training materials used in the courses on its website in a location accessible to ADOT trainees.

• The Vendor shall videotape the training sessions and provide ADOT with ten (10) VHS tape copies of each course. The Vendor shall provide all recording equipment required to produce the training tapes.

• The training courses shall be paid by the Department on a per-session basis. ADOT may elect to purchase training courses with the initial RWIS site order, with subsequent site orders, annually, as needed, or not at all. Training payments shall include the cost of labor, training materials, travel, audio-visual equipment and incidentals utilized by the Vendor. Training for any updates or enhancements generated at the request of the Vendor shall be performed at no cost to ADOT.

11.2 Operations Training

This training shall be geared towards individuals who utilize RWIS to schedule roadway maintenance crews. For training purposes, an overview of the system shall include discussion of the following elements:

Use of RWIS for Winter Maintenance

a. Detection of dust storms with RWIS

b. RWIS system overview c. The RWIS user interface, including the web based interface:

– The central site computer display

– The web browser interface – Responding to Alarms, – Viewing images and archives. – Viewing meteorological conditions – Calling up archived meteorological data

d. Performing routine testing of the system

ADOT RWIS Equipment & 39 December 2000 Installation Support Procurement

e. Basic meteorology f. Anatomy of weather events with emphasis on Winter Maintenance in

Northern Arizona and emphasis on Dust Storms in Southern Arizona g. Decision Making Process h. Case Studies i. Basic Troubleshooting

11.2.1 Estimated attendance is ten (10) students per session.

11.2.2 Course length shall be eight (8) hours per session.

11.2.3 The Department may elect to procure multiple sessions, so that training may be conducted in multiple District office locations or multiple times as refresher courses over the life of the contract.

11.3 Site Maintenance & Calibration Training

This training shall be geared towards individuals who are skilled in electronics and have responsibility for maintenance of the RWIS field sites and communications infrastructure. For training purposes, an overview of the system shall include discussion of the following elements:

a. Theory of Operation b. Isolation of faults to board level c. Hands-on troubleshooting d. Calibration and use of calibration equipment e. Programming and configuration techniques f. Communications Troubleshooting g. Performing routine testing of the system h. Analysis of logs and failure alarms

11.3.1 Estimated attendance is eight (8) students per session, including ADOT electronic technicians, construction inspectors and third party maintenance contractor staff (to be acquired after selection of the Vendor).

11.3.2 Course length shall be three (3) days (24 hours total training time) per session.

11.3.3 ADOT estimates that one (1) session will be required in the Flagstaff area.

11.4 Software Operations & Central Training

This training shall be geared towards individuals who are skilled in computer networking and programming and have responsibility for maintenance of the RWIS central system and communications infrastructure. For training purposes, an overview of the system shall include discussion of the following elements:

ADOT RWIS Equipment & 40 December 2000 Installation Support Procurement

a. Theory of Operation b. Data Management (retrieval, dissemination, etc.) c. Isolation of software and hardware faults d. Hands-on troubleshooting e. Software setup and installation techniques f. Programming and configuration techniques g. Communications Troubleshooting h. Performing routine testing of the system i. Analysis of logs and failure alarms

11.4.1 Estimated attendance is eight (8) students per session, ADOT computer technicians, programmers, project managers, and third party maintenance contractor staff (to be acquired after selection of the Vendor).

11.4.2 Course length shall be eight (8) hours per session.

11.4.3 ADOT estimates that one (1) session will be required in the Phoenix area.

12. DOCUMENTATION

12.1 General Requirements

In addition to the requirements of the Standard Specifications, documentation for the RWIS Equipment shall include complete and comprehensive information on all equipment components and accessories.

• The Vendor shall provide block diagrams, schematics, line drawings and descriptive text sufficient to allow an electronics technician to diagnose, repair, and maintain the equipment and its components.

• Software documentation shall include explanations of how operations are related to remote and local commands, all program source-codes in both printed and machine-readable form, detailed memory maps, and detailed communications protocol documentation.

• Computer-generated text shall be printed in 12-point Arial font or larger, using laser-printed quality unless otherwise approved by ADOT in advance.

• ADOT shall have the right to reproduce any material for ADOT educational and maintenance purposes only.

• At least five (5) complete copies of all documentation shall be delivered to the ADOT TOC upon delivery of the first RWIS field unit.

ADOT RWIS Equipment & 41 December 2000 Installation Support Procurement

• The Vendor shall furnish two (2) complete copies of all documentation to each district office for each RWIS site deployed within that district. This shall be in addition to the five (5) copies delivered to the ADOT TOC as well as any documentation furnished during training courses.

• All documentation, as well as future software upgrades, patches, additional documents, etc. shall be available via the Vendor’s website.

13. TESTING & CALIBRATION

The Vendor shall fully test and perform the initial calibration for each RWIS location, as well as the full system and its components, to ensure that the system meets all operational requirements and that the system functions properly. The purpose of the test is to demonstrate that the equipment and the systems furnished and installed under this contract are in full compliance with the requirements of the contract documents.

13.1 General Requirements

• All test results and test reports (whether satisfactory or otherwise) shall be made available to the Department within 24 hours of testing.

• Satisfactory test results shall be accompanied by a written statement from an Officer of the Vendor stating that the system is performing in accordance with the contract requirements and has been properly calibrated. This testing is separate from any acceptance testing conducted by the Department.

• All testing shall be conducted in the presence of the Engineer, and shall be conducted in the State of Arizona.

• The Vendor shall develop all of the required test procedures and data forms and shall submit them for the Engineer’s approval at least twenty-one (21) days prior to performing the associated tests.

• All testing shall be conducted Monday through Friday between 8:00 a.m. and 5:00 p.m. unless otherwise approved by the Engineer.

• A Vendor's representative shall conduct all tests.

• If the equipment or systems fail any part of the test, the entire test shall be repeated at the option of the Engineer.

• The Vendor shall furnish all test equipment and services.

• The Vendor shall notify the Engineer of the time, date and place of each test at least fourteen (14) days prior to the date on which the test is planned.

ADOT RWIS Equipment & 42 December 2000 Installation Support Procurement

• Neither witnessing of the tests by ADOT nor the waiving of the right to do so shall relieve the Vendor of the responsibility to furnish and install the work in accordance with the contract documents.

• Actions by the Engineer, including approval of calibration test results, shall not be deemed as acceptance of the equipment or systems tested until the successful completion of the System Acceptance Test.

• The contract period shall not be extended for time loss or delays related to testing.

• The cost for testing shall be considered as part of the unit cost for the item tested and no direct payment shall be made.

13.2 Test Procedures and Test Data Forms

• The test procedures and data forms shall include the following:

• A step-by-step outline of the test sequence to be followed, showing a test of every function of the equipment or system to be tested.

a. A description of the expected operation output and test results b. An estimate of the test duration and a proposed test schedule c. A data form to be used to record all data and quantitative results obtained

during the test d. A description of any special equipment, setup, manpower, or conditions

required for the test

• Proposals shall provide a detailed description of the proposed calibration and test methods for the system.

• The Vendor shall list any specialized hardware required for calibration in its proposal and shall propose to furnish two (2) complete sets of the specialized test hardware complete with instruction manuals, accessories, probes, carry cases and batteries.

14. QUALITY OF WORK

14.1 Vendor Responsibility

The following details the responsibility of the Vendor to, in general, comply with the requirements of this RFP and to produce high-quality work.

• In the Vendor’s response to this RFP, the Vendor shall provide detailed specifications and descriptions of the equipment and work it intends to furnish.

ADOT RWIS Equipment & 43 December 2000 Installation Support Procurement

• The Department shall inspect any or all work for compliance with the applicable contract documents and specifications.

• Should the system or any component thereof, as supplied or installed, fail to meet any specification or requirement, the Vendor shall take corrective action at no cost to the Department.

15. PROJECT ACCEPTANCE

15.1 Vendor Compliance

The Department will follow a phased program of system acceptance in assessing Vendor compliance with the specifications detailed herein.

• Acceptance testing shall be carried out at each RWIS site, as well as for the ESS Management System.

• Before any RWIS Site or the Management System shall be accepted, the Vendor shall demonstrate thirty (30) days of continuous, trouble-free operation. For RWIS sites located at or above 4500 feet elevation, the test period shall begin during the months of November, December, January or February.

• The Vendor shall complete the calibration and functional checkout and give the Department forty-eight (48) hours written notice before beginning the system acceptance test.

• The Department will determine if, in its sole opinion, continuous thirty (30) day trouble-free operation has occurred. Official acceptance will be in the form of written notice from the Department to the Vendor, acknowledging the successful completion of the test period.

• During the thirty (30) day test period, no modifications, adjustments or maintenance to the system shall be performed.

• Any component, unit or device failing three or more times during any test period shall be deemed unsuitable. The unsuitable device shall be permanently marked as unsuitable, removed from the project and replaced with a new unit.

• During all test periods, if a system or part thereof fails solely due to an act of God, vandalism, or service disruption by a public utility company, regulated common carrier, or electrical utility, the Vendor shall remedy the failure at Vendor expense and resume the test period.

ADOT RWIS Equipment & 44 December 2000 Installation Support Procurement

16. WARRANTY

16.1 Vendor Responsibility

The following details the responsibilities of the Vendor with regard to Warranty and technical support for RWIS system components.

• The RWIS system, consisting of all units and devices within the system and all of its peripherals, shall be warranted against all defects in materials and workmanship for a minimum of one (1) year from the date of acceptance recorded by ADOT. The warranty shall be a full warranty and shall include warranties of merchantability and fitness for particular purpose.

• The warranty shall provide that in the event of a malfunction during the warranty period, the defective component or auxiliary device shall be replaced with a working component within five (5) working days, to allow use of the system while the warranted component is being repaired.

• Any component which, in the opinion of the Engineer, fails three (3) or more times prior to the expiration of the warranty period, shall be judged as unsuitable and shall be replaced by the Vendor with a new component of the same type at no cost to ADOT. The unsuitable component shall be permanently removed from the project.

• A qualified, authorized representative of the Vendor, who has been adequately trained, shall perform all diagnoses and repairs during the warranty period.

• There shall be no third party maintenance during the warranty period. The Vendor agrees to provide all the required labor, materials and incidentals, at no cost to the Department, for the duration of this period. The Vendor agrees to remove, repair or replace, and reinstall any such defective workmanship and/or materials which become or are found to be defective during the term of this warranty.

• The Vendor agrees to remedy all communication and product design defects.

16.1 Vendor Warranty

The Vendor shall warrant the following:

• That all services performed conform to the requirements of this contract and have been performed by qualified personnel in accordance with the highest professional standards.

• That all items furnished conform to the requirements of this contract and are new and free from defects in design, materials, and workmanship.

ADOT RWIS Equipment & 45 December 2000 Installation Support Procurement

• That it has ownership and/or rights to all items, including intellectual property, provided pursuant to this contract.

• That the supplied equipment is in compliance with all applicable regulations.

17. OPERATIONAL SUPPORT

It is the intent of the Department to perform routine preventative maintenance, troubleshooting, and unscheduled repair of the RWIS equipment, following the expiration of the warranty period. The Department may engage a third party contractor with local facilities in Arizona and skilled personnel in ITS Operations and Maintenance to perform this work or the work may be performed by ADOT staff. The Vendor shall provide spare parts and technical support to ADOT and the support contractor on terms and conditions that are identical to the terms and conditions offered to the Department.

At minimum the Vendor’s operational support program shall include the following:

• Maintaining a toll free telephone support hotline available five days per week during normal working hours.

• Providing a skilled technical support specialist to answer the hotline during normal business hours.

• Providing access to the Vendor’s Engineer within four hours to address any issues which the technical support specialist cannot resolve.

• Providing a 24-hour answering service and technical support call back service within 60 minutes of a support request.

• Maintaining a complete inventory of spare parts at the manufacturer site.

• Providing overnight shipping of spare parts upon Department request.

• Maintaining a repair depot that is equipped to make bench repairs to equipment within 72 hours of receipt.

Stability of the Vendor and any past experience, which demonstrates that the Vendor will be able to support the equipment throughout the life of the contract and beyond, will be considered during proposal evaluation.

18. INTELLECTUAL PROPERTY RIGHTS

The Department would prefer to have complete ownership and control of the RWIS software; algorithms and intellectual property supplied under this contract and will consider the Vendor’s proposed intellectual property terms and conditions in its evaluation.

ADOT RWIS Equipment & 46 December 2000 Installation Support Procurement

• The Department shall own all hardware procured under this contract.

• The Department shall own all data produced by systems being procured under this contract.

• At a minimum, the Vendor shall grant the Department a license to use its software for any purpose within the State of Arizona, and to modify software source code developed by the Vendor. Such a grant shall not require lease fees or yearly license renewal.

• The Vendor shall procure and transfer to the Department the licenses for all commercial off the shelf software needed to make the system operational.

19. VENDOR’S EMPLOYEES

19.1 Requirements

The following personnel requirements shall be applicable to all members of the Vendor team, including the Vendor and any subcontractors.

• The Vendor shall provide a list of all key personnel by name, as well as those of subcontractors who will be involved with this contract, and a resume for each of the responsible individuals. This list should describe the functions and responsibilities of each person. The following resumes shall be included at minimum:

• Project Manager

• Communications Engineer

• Support Engineer

• If the proposed Project Manager is removed, replaced, or no longer is an employee of the successful Vendor after contract award, the new Project Manager shall be an individual who has qualifications equal to or exceeding the person being replaced, and will require the approval of the Department.

• The Vendor agrees to utilize only experienced, responsible, and capable people in the performance of work under this contract. The Department may require that the Vendor remove from this project those employees who endanger person or property, or whose continued employment under this contract is inconsistent with the interests of the Department.

20. COST PROPOSAL

Milestone payments will be made for ninety percent (90%) of the amount of each invoice. Ten percent (10%) of each invoice payment will be retained by the Department. The Department will release this retention upon successful completion of the project.

ADOT RWIS Equipment & 47 December 2000 Installation Support Procurement

20.1 Capital Costs

The Vendor shall prepare a cost proposal in the following format for project capital costs.

Description Unit Unit Price

Communications Master Plan & High Level Communication System Design

Lump Sum

RWIS Power Option (Select One per Site)

Solar Power Option Each

Utility Power Option Each

RWIS Enclosure Option (Select One per Site)

Existing/or owner furnished Each $0.00

Equipment Shelter Each

Pad Mount Cabinet Each

Pole Mount Cabinet Each

RWIS Communication Option (Select One per Site)

Reuse Existing Each 0.00

Communications Equipment Package for Land Based Telephone Service

Each

Communications Equipment Package for Spread Spectrum Radio

Each

Communications Equipment Package for Vendor Selected Technology #1 Describe: ___________

Each

Communications Equipment Package for Vendor Selected Technology #2 Describe: ___________

Each

Communications Equipment Package for Vendor Selected Technology #3 Describe: ___________

Each

RWIS Tower Option (one option required per site)

Reuse Existing Tower Each $0.00

Small Tower Each

Large Tower Each

RWIS Site Upgrade Package (required at each site that is to be upgraded) to include: site design support, RPU Upgrade, wiring and cabling, atmospheric sensor upgrade as needed, installation & calibration support, and all other services required to upgrade an existing site in accordance with the Vendor’s proposal.

Each

New RWIS Site Package (required at each site that is to be upgraded) to include: site design support, RPU, atmospheric sensor package, wiring and cabling, and appurtenances, installation & calibration support, and all other equipment and services required at a new RWIS site.

Each

ADOT RWIS Equipment & 48 December 2000 Installation Support Procurement

Description Unit Unit Price

Sensor Equipment Options (selected by the Department on a site specific basis after award)

Visibility Sensor (optional at each site) Each

Sub-Surface Sensor Each

Cable for Sub-Surface Sensor Linear Foot

Surface Sensor Each

Cable for Sub-Surface Sensor Each

Color Camera Each

Black & White Camera Each

Traffic Flow Monitoring Sensor System Each

NTCIP Compliant ESS Management System (to include all hardware, software, services and incidentals for a fully functional system including web based information display and access)

Lump Sum

Documentation Lump Sum

20.2 Life Cycle Costs

Life cycle costs will be considered in this procurement. The Vendor shall prepare a cost proposal in the following format for project life cycle costs.

Description Unit Unit Price

Spare Parts Package Provide Unit prices for each individually replaceable component of the RWIS equipment you propose to supply) Estimate the quantity of spare parts needed by assuming that the Department will deploy twenty-seven new RWIS sites in the next five years per Section 1.5. Spare parts quantities shall be based on the greater of one or ten percent of total components on the project. Compute the lump sum price of the spare parts package by multiplying estimated quantity times unit price. Attach a schedule of spare parts to your proposal.

Lump Sum

Factory Equipment Repair Service (service costs for equipment not covered by warranty)

Per Hour

Web Hosting Service The Department may elect this option for all or none of the contract field sites.

Per Month

Site Specific Weather Forecasting Service Option The Department may elect to purchase this option for some, all or none of the contract sites.

Per Site Per Month

TRAINING SERVICES

Operations Training Per Session

Site Maintenance & Calibration Training Per Session

Software Operations & Central Training Per Session

ADOT RWIS Equipment & 49 December 2000 Installation Support Procurement

20.3 Liquidated Damages

Liquidated damages for delay in the vendor’s performance shall be $500 per day per site.

21. EVALUATION, SELECTION AND AWARD

The Arizona Department of Transportation is soliciting proposals for supply of RWIS hardware and communications at new and upgraded sites throughout the State.

All expenses incurred in responding to this RFP shall be the sole responsibility of the proposer.

21.1 Contract Duration

The duration of this contract shall be five (5) years from date of award. The Department may make multiples awards, one award, or no awards at all as a result of this solicitation. Purchases under this contract are subject to a fund appropriation contingency.

21.2 Proposal Format

Proposals shall be presented in the following format:

• All pages shall be (8.5x11), printed on one side only. Foldout pages are not allowed.

• The Technical Proposal shall be limited to fifty (50) pages.

• If dividers are used, and contain information relative to the project, they will be counted as pages.

• Any submissions, which exceed page limitations or fail to follow the section format instructions, as outlined here will be rejected. The proposer will be notified in writing of the reason for the rejection.

• All text in the Proposal must be 12 point or larger.

• Proposals are to be submitted in a sealed package, with the project number marked on the outer wrapping of the package. Cost proposals may be submitted in a separate package, but will be opened and reviewed by the review committee as part of the proposal at the same time as the technical proposals.

• The proposal shall contain the following sections:

Part A – Introductory Letter

The introductory letter shall address the following:

ADOT RWIS Equipment & 50 December 2000 Installation Support Procurement

a. An expression of the firm’s interest in being selected for the project b. A statement confirming the commitment of the key personnel identified in

the submittal to the extent necessary to meet ADOT’s quality and schedule expectations

c. A statement describing the legal entity responsible for submitting the proposal and any proposed sub-contract or joint venture agreements

d. A statement that the firm will comply with ADOT’s policy on DBE requirements for this contract and the Department’s non-discrimination policy

e. A statement that the firm will comply with ADOT’s procurement policy, terms and conditions, as contained in this RFP

f. A summary of key points regarding the firm’s qualifications

Part B – Evaluation Criteria

The following information must be included in the discussion of qualifications:

Proposed Equipment & Project Approach:

a. Describe the RWIS equipment you propose to furnish & install b. Describe how the equipment complies with or exceeds RFP

specifications c. Provide a high level description of how you plan to implement a reliable

communications network for the RWIS d. Describe your proposed upgrade plan for the existing RWIS locations in

the State e. Describe how your proposed ESS Management System will function f. Describe how you propose to implement NTCIP g. Describe how you plan to make RWIS information available over the

Internet h. Describe your proposed software-licensing plan i. Describe your approach to communications design j. Discuss your understanding of the technical issues related to this project,

major issues which you foresee in the deployment of the system, and how you plan to deal with these

k. Discuss generally the tasks involved in this project. Outline your overall approach for dealing with the tasks and provide a generalized schedule. A graphical depiction may be included

l. Identify special issues or problems that are likely to be encountered. Demonstrate clearly and concisely your understanding of the technical and institutional elements which must be addressed

m. Detail areas of opportunity for innovation in this project n. Discuss ease of maintenance and the proposed spare parts package

ADOT RWIS Equipment & 51 December 2000 Installation Support Procurement

RWIS Project Team

This criteria relates to the primary firm, the project manager, key staff, and general members of the project team, including all subcontractors. The essence of this section should be to address how well the qualifications and experience of the firm and the project team relate to the project. Elements to consider include:

a. An organizational chart for the project team b. Demonstration of successfully completed similar projects in the past c. Demonstration of expertise in the technical arena incorporating RWIS and

the extent of involvement by principal team members d. A listing of qualifications and relevant personal experience e. Time commitments by the team members f. A list of qualifications from any subcontractors involved

• Identify the legal structure of the firm and/or consortium submitting the proposal. Describe the business experience of these firms in relation to completing this project.

• Complete the Work History Form (See attached). The Vendor shall provide a complete list of all agencies in the U.S. that have installed, operated, and maintained the Vendor’s equipment within the last (3) years. An owner’s reference and contact information shall be included for each project listed. Reference checks will be used to assess:

a. What level of satisfaction is seen in previous owners using this system?

b. How responsive is the proposer to these past users? c. Did the proposer stay within budget and on schedule in past

projects? d. How reliable has the proposer’s equipment been in other

locations? e. What level of periodic maintenance has been used by other

agencies in supporting the proposer’s equipment?

• Identify the primary firm, the project manager, key staff and other members of the team, along with their qualifications and experience. Address in detail the role each member will play within the project. Provide resumes for the following individuals.

a. Project Manager. This should be the person responsible for ensuring that adequate resources are applied to the project, who will handle contractual matters, and who will be ultimately responsible for the quality and schedule of the project. Provide a history of previous, related projects managed by this individual

ADOT RWIS Equipment & 52 December 2000 Installation Support Procurement

b. Communications Engineer. This should be the person responsible for the design of the communications system

c. Support Engineer. This is the person responsible for providing technical support

Firm’s Capabilities

These criteria relate to the Vendor’s capabilities to successfully complete this project. Elements to consider include demonstration of professional capability in the area of RWIS and technical design, management and organizational capabilities, a demonstration of financial strength, and a description of resources available to accomplish the work.

• List any projects, which have resulted in time extensions and/or the assessment of liquidated damages against any member of the project team during the last (5) years.

• Furnish examples of projects in which any member of the project team has completed tasks ahead of schedule or under budget, and a description of how this was accomplished.

• For similar projects which the firm has had experience with, describe total project costs and the total value of change orders and claims.

• Indicate the resources that will be made available, and from what source, to complete this project. Demonstrate that the resources being applied are appropriate.

• Discuss how this project will impact the current and projected workload of the firm during the course of the project. If additional staffing will be necessary, describe the areas in which it will be required and how it will be accomplished.

• Describe any equipment or additional resources the firm has available to commit to this project.

• Describe any notable expertise that may exist within the firm or project team, which you feel is important to the project.

• Describe the methods the firm has in place or proposes to use to address claims, contract modifications, and schedule recovery to maintain the completion date.

• Describe the procedures to be used in developing, monitoring and maintaining the project schedule.

• Quality

• These criteria relate to the quality management capabilities of the Vendor for this project. Elements to consider include description of any established quality control and assurance procedures and a description of proactive approaches to be used on this project.

ADOT RWIS Equipment & 53 December 2000 Installation Support Procurement

• Identify the procedures to be used in quality control assurance and cost control.

• Describe the internal quality management procedures for the firm(s) involved in the project. Include a copy of any ISO quality certifications your firm may possess.

• Describe how the firm’s quality assurance and cost control programs will benefit the project.

Part C – Supportive Information

This section may include organizational charts, capacity/resource charts, graphs, photographs, maps, resumes, references, etc. that the firm feels is relative to their proposal. Contents are essentially to be at the discretion of the proposer, provided that a (10) page limit is maintained.

ADOT RWIS Equipment & 54 December 2000 Installation Support Procurement

Part D – Work History Form

The proposer shall complete the work history form shown below, by listing projects completed by members of the proposing team, which best illustrate qualifications relevant to this project.

Project Name & Location Nature of Firm’s Responsibility

Project Owner’s Contact Information

Completion Date (actual or

estimated)

Estimated Cost of

Entire Project

Estimated Cost of The Firm’s Work

1)

2)

3)

4)

5)

6)

7)

8)

9)

10)

ADOT RWIS Equipment & 55 December 2000 Installation Support Procurement

Part E – Descriptive Information

All proposals shall include copies of complete manufacturer’s descriptive literature regarding the equipment the Vendor proposes to furnish. The literature shall be sufficient in detail in order to allow full and fair evaluation of the proposed equipment. Any variations between the ADOT requirements and the proposed equipment specifications shown in the descriptive literature shall be noted by the Vendor on the submittals and explained therein. Failure to include this information may result in the proposal being rejected. Detailed submittal data is required. If reprinted literature, such as cut-sheets or descriptive literature is used to satisfy some or all of the submittal data requirements, any statements in the literature which conflict with the ADOT requirements shall be explained and justified.