exhibit a scope of services for intelligent transportation ... · intelligent transportation...

27
ITB-DOT-16/17-4018JR Florida Department of Transportation District Four EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County

Upload: others

Post on 17-May-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

ITB-DOT-16/17-4018JR

Florida Department of TransportationDistrict Four

EXHIBIT A SCOPE OF SERVICES

for

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County

Page 2: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-1

Exhibit A, Scope of Services

Definitions, Acronyms, and Abbreviations

APL Approved Product List ATMS Advanced Traffic Management System ATC Alternative Technical Concept ATS Automatic Transfer Switch (for transfer of electrical power) ASCII American Standard Computer Information Interface (a text file format) BCTED Broward County Traffic Engineering Division BPS Bits per Second CCTV Closed Circuit Television CLD Camera Lowering Device CODEC Coder/ Decoder COMM An abbreviation for “communication(s)” COTS Commercial Off-The-Shelf D-CCTV Dedicated Closed Circuit Television DMS Dynamic Message Sign FHP Florida Highway Patrol FDOT (D4) Florida Department of Transportation District Four - (Includes Broward,

Palm Beach, Martin, St. Lucie, & Indian River Counties) FDOT (D6) Florida Department of Transportation District Six – (Includes Miami-

Dade, & Monroe Counties) FOC Fiber Optic Cable FTE Florida’s Turnpike Enterprise GPL General Purpose Lanes GTR Florida Turnpike Enterprise’s General Tolling Requirements GUI Graphical User Interface HAR Highway Advisory Radio HDPE High-density polyethylene HVAC Heating-ventilation-air-conditioning IEEE Institute of Electrical and Electronics Engineers IP Internet Protocol ITS Intelligent Transportation System JPEG Joint Photographic Experts Group (an image file format) KBPS Thousand Bits Per Second LAN Local Area Network LAYER 3 SWITCH Ethernet Switch which can also perform routing thereby allowing higher

speeds and multiple VLANs LED Light Emitting Diodes MAC Media Access Control MBPS Million Bits per Second MFES Managed Field Ethernet Switch MOT Maintenance of Traffic MPEG Moving Picture Experts Group MVDS Microwave Vehicle Detection System MUTCD Manual on Uniform Traffic Control Devices NEMA National Electrical Manufacturers Association NITSA National ITS Architecture NTCIP National Transportation Communication for ITS Protocol NTP Notice To Proceed OSPF Open Shortest Path First

Page 3: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-2

Exhibit A, Scope of Services

PDU Power Distribution Unit PLC Programmable Logic Circuit POCT Proof Of Concept Test PTZ Pan, Tilt, Zoom (for CCTV operation) PWS Portable Workzone System QPL Qualified Product List REL Reversible Lane RFP Request For Proposal RS232 Recommended Standard – 232C (a standard serial interface) RTMC Regional Transportation Management Center

(FDOT District Four Center located at the Broward County Traffic Management Center, 2300 W. Commercial Blvd., Ft. Lauderdale, FL)

SIRV Severe Incident Response Vehicle SOG Standard Operation Guidelines SQL Structured Query Language TCP/IP Transmission Control Protocol/Internet Protocol TEA-21 Transportation Equity Act of the 21st Century TEC Florida Turnpike Enterprise’s Toll Equipment Contractor TIM Traffic Incident Management TVSS Transient Voltage Surge Suppressor RSTP Rapid Spanning Tree Protocol UDP User Datagram Protocol UPS Uninterruptible Power Supply VLAN Virtual Local Area Network (A method of partitioning a physical network) VoIP Voice over Internet Protocol

Page 4: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-3

Exhibit A, Scope of Services

Table of Contents

GENERAL ............................................................................................................................ 5

DESCRIPTION OF WORK ................................................................................................... 5VENDOR QUALIFICATIONS ............................................................................................... 7ADDITIONAL GENERAL REQUIREMENTS .......................................................................... 7NTCIP COMPLIANCE ....................................................................................................... 8ENVIRONMENTAL REQUIREMENTS ................................................................................... 8PROJECT SCHEDULE ......................................................................................................... 8MEETINGS AND PROGRESS REPORTING ............................................................................ 8ADJOINING PROJECTS ...................................................................................................... 9PARTIAL DOCUMENTS ...................................................................................................... 9VERIFICATION OF EXISTING CONDITIONS ........................................................................ 9REMOVED ITS DEVICES ................................................................................................... 9

INSTALLATION CRITERIA ............................................................................................ 11

2.1 INSTALLATION AND COORDINATION .............................................................................. 112.2 FIBER OPTIC CABLE ....................................................................................................... 112.3 MATERIAL AND EQUIPMENT LIST .................................................................................. 11

SHOP DRAWINGS............................................................................................................ 112.4 SEQUENCE OF WORK ..................................................................................................... 12

CCTV CAMERAS .............................................................................................................. 13

3.1 NEW CCTV CAMERAS ................................................................................................... 133.2 CAMERA LOWERING DEVICES ....................................................................................... 15

DEVICE CABINETS .......................................................................................................... 16

4.1 INSTALLATION AND DIMENSION REQUIREMENTS ........................................................... 164.2 FUNCTIONAL REQUIREMENTS ........................................................................................ 16

Sunshields ................................................................................................................. 17Interior Lighting........................................................................................................ 17Convenience Outlets ................................................................................................. 17Door Alarms and SPD Alarms .................................................................................. 17

4.3 MANAGED FIELD HARDENED ETHERNET (MFES) ......................................................... 174.4 POWER DISTRIBUTION UNIT (PDU) ............................................................................... 184.5 FIBER OPTIC PATCH PANELS .......................................................................................... 184.6 UNINTERRUPTIBLE POWER SUPPLY (UPS) ..................................................................... 19

GROUNDING AND SURGE SUPPRESSION .................................................................. 20

INDUSTRY STANDARDS ................................................................................................ 21

TESTING REQUIREMENTS ............................................................................................ 22

7.1 STANDALONE TESTS ...................................................................................................... 227.2 SUBSYSTEM TESTS ......................................................................................................... 237.3 PARTIAL USE PRIOR TO SYSTEM ACCEPTANCE .............................................................. 247.4 ACCEPTANCE ................................................................................................................. 24

Page 5: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-4

Exhibit A, Scope of Services

WARRANTY ...................................................................................................................... 25

SPARE REPLACEABLE UNITS ...................................................................................... 26

—Remainder of Page Intentionally Left Blank—

Page 6: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-5

Exhibit A, Scope of Services

GENERAL

Description of Work

The purpose and intent of this project is to furnish and install new Closed Circuit Television (CCTV) cameras, CCTV assemblies, cabinets and ancillary ITS equipment within the cabinets that have reached their useful life for I-75 within the project limits. The new CCTV cameras to be installed will be controlled and operated from the District 4 SunGuide RTMC at 2300 West Commercial Blvd, Fort Lauderdale, FL 33309. The field devices that will be furnished and installed include the following:

• Removal of existing CCTV cameras along I-75 in Broward County from Mile Marker 31 to the Broward/Collier County line, and replacement (furnish and install) with new high definition (HD), Pan-Tilt-Zoom, IP, CCTV cameras including new camera lowering devices (CLD). See Table 1 for project sites.

• Furnish and installation of new pole-mounted cabinets.

• Furnish and installation of new ancillary ITS equipment within the CCTV cabinets including but not limited to fiber optic patch panels, managed field hardened Ethernet switches (MFES), uninterruptable power supplies (UPS), power distribution units, and surge protection devices (SPD).

All installation shall be completed as per Attachment A, I-75 CCTV Camera Replacement ITS Plans or as otherwise approved by the Department.

Existing CCTV camera poles and solar panels shall remain in place. All solar equipment within the replaced cabinets shall be removed and re-installed with the new cabinets.

All CCTV’s within the project limits share a cabinet with at least one Microwave Vehicle Detection Sensor (MVDS) and associated MVDS specific equipment. The Vendor is not responsible for replacing the MVDS or MVDS specific equipment with new equipment however shall be responsible for re-installing it and ensuring the devices are operational within the FDOT D4 SunGuide software.

The Vendor shall contact the FDOT D4 TMC before and after all site upgrades to ensure that all existing MVDS mounted at each site are fully functional. Any physical damage to the MVDS caused by the Vendor shall be fixed at no additional cost to the Department. If the existing MVDS is damaged and cannot be repaired to be fully functional, the Vendor shall replace the MVDS at no additional cost to the Department.

Some locations also have other equipment mounted on the pole, including but not limited to Roadway Weather Information Systems (RWIS). In these cases the Vendor shall not be responsible for replacing this equipment however shall be responsible for re-installing it and ensuring the devices are operational. Any physical damage to any ITS equipment not being replaced as part of the project caused by the Vendor shall be fixed at no additional cost to the Department.

Any Voice over Internet Protocol (VoIP) equipment and antennas not utilized in conjunction with any other device at a site can be removed and returned to the D4 ITS Maintenance Project Manager.

The Vendor shall ensure that the downtime for any CCTV camera or MVDS does not exceed seventy-two (72) hours.

Page 7: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-6

Exhibit A, Scope of Services

The Vendor shall be responsible for fulfilling the project’s requirements for the procurement, installation, configuration, integration, and testing of the system.

The Vendor shall provide maintenance of traffic during project execution, project management, scheduling, and coordination with other agencies and entities such as state and local government, utilities and the public.

The Vendor will demonstrate good project management practices while working on this project. These include: communication with FDOT, District 4 SunGuide RTMC and others as necessary, management of time and resources, and documentation.

The location and existing CCTV camera number for the existing locations are described in Table 1 below.

Table 1- CCTV Replacement Project - Existing Locations

Existing SunGuide CCTV# Location

7031 I-75 at MM 31

7032 I-75 at MM 32

7033 I-75 at MM 33

7034 I-75 E of Rest Area

7035 I-75 at Rest Area

7036 I-75 W of Rest Area

7037 I-75 at MM 37

7038 I-75 at MM 38

7039 I-75 at MM 39

7040 I-75 at MM 40

7041 I-75 at MM 41

7042 I-75 at MM 42

7043 I-75 at MM 43

7044 I-75 at MM 44

7045 I-75 at MM 45

Page 8: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-7

Exhibit A, Scope of Services

7046 I-75 at MM 46

7047 I-75 at MM 47

7048 I-75 at MM 48

7049 I-75 at Callbox 48.8

7050 I-75 W of Snake Road

7051 I-75 at Collier County Line

Vendor Qualifications

The Vendor shall hold the licenses and certifications necessary to provide the services described in this contract and be required to submit proof of license and certifications prior to work being performed. The Vendor shall be required to submit proof of the following licenses and certifications along with the price proposal:

• Electrical Contracting License in the State of Florida • A current general liability insurance policy or policies with a company or companies

authorized to do business in the State of Florida, affording public liability insurance with combined bodily injury limits of at least $200,000.00 per person and $300,000.00 each occurrence, and property damage insurance of at least $200,000.00 each occurrence.

Additional General Requirements

Unless otherwise noted herein, the Vendor shall comply with all applicable requirements of FDOT’s Standard Specifications for Road and Bridge Construction and Workbook of Implemented Modifications to the Standard Specifications for Road and Bridge Construction, latest edition (here and after known as FDOT Standard Specifications). The FDOT Standard Specifications can be accessed at: http://www.fdot.gov/programmanagement/Implemented/SpecBooks/default.shtm

The Vendor is responsible for delivering all subsystems/devices/components required in this document while meeting the manufacturers’ functionality of all ITS devices and ancillary components for the Project.

The Vendor shall ensure that all ITS field devices and ancillary components comply with the FDOT’s Approved Product List (APL), and the existing list of devices and components included within the SunGuide® software unless otherwise approved by the Department. All proposed ITS devices must be 100% compatible with existing District Four field devices, RTMC equipment, software and operations. When installing new equipment, any ancillary components such as (but not limited to), interfaces, connectors, cabling, or device software which may be rendered obsolete or incompatible shall also be replaced to maintain 100% compatibility with the existing system.

All subsystem devices and ancillary components shall be new model products with the latest version of hardware and software (at the time of installation). Neither untried nor prototype units will be approved or accepted by the Department. The Vendor shall not use reconditioned equipment. All subsystem devices and ancillary components shall be new commercial off-the-shelf (COTS) products in current production.

Page 9: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-8

Exhibit A, Scope of Services

The names for the devices in all plans shall follow the standard naming convention already in place within District Four, so that such naming does not cause conflict with an already installed device. A request for the specific naming and labeling convention to be used within the Project shall be made to the Department by the Vendor prior to the start of standalone testing.

The Vendor shall coordinate their schedule with the Department when the Department’s presence is needed or requested.

NTCIP Compliance The Vendor shall implement fully National Transportation Communications for Intelligent Transportation System Protocol (NTCIP) compliant subsystems for the Project. The Vendor shall utilize the latest FDOT Management Information Base (MIB) definitions and objects for this Project.

Environmental Requirements

All subsystem devices and ancillary components shall have complete protection from moisture and airborne contaminants, blowing rain at storm rates, wind, blowing sand, blowing dust, temperature, humidity, roadside pollutants, vermin, vandalism and theft of equipment.

The Vendor’s ITS implementation shall ensure that fatigue, corrosion and fungal growths NOT affect the performance of the ITS components. The Vendor shall provide appropriate enclosures to prevent pests from attacking and damaging the subsystem devices and ancillary components. All ducts and conduits shall be sealed at their openings and cabinets shall be sealed (grouted) at their base.

Project Schedule

The Vendor shall submit a project schedule to establish contract duration within 30 calendar days of NTP. The minimum number of activities shall include:

• Start of Project

• ITS Device Installation

• ITS Standalone Testing and Sub-system Testing by Vendor and the Department’s Acceptance for each level of testing.

• ITS Device Integration with the SunGuide® Software at the District 4 RTMC (sub-system level testing) and acceptance by the Department.

• Final Completion Date for all Work

Meetings and Progress Reporting

The Vendor shall anticipate periodic meetings with FDOT personnel and other agencies as required for resolution of project issues. These meetings may include:

• FDOT technical issue resolution • Local government agency coordination

During installation, the Vendor shall meet with FDOT’s Project Manager on a biweekly basis for the first sixty (60) days and then on a monthly basis for the duration of the installation phase. At each meeting,

Page 10: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-9

Exhibit A, Scope of Services

the Vendor shall provide a one month look ahead for activities to be performed during the upcoming month.

Adjoining Projects

The Vendor shall be responsible for coordinating project activities with other projects that are impacted by or may impact this project. This includes projects under the jurisdiction of local governments, FDOT, or other regional and state agencies. No separate payment will be made for costs associated with the coordination activities required for other projects.

Partial Documents

It is anticipated that submittals will be processed for individual components of the project rather than the entire project design at one (1) time. The Vendor shall prepare and provide a schedule of submittals to include the following:

• Complete list of anticipated documents • Schedule of component submittals • Critical path of submittals and required approval dates

Verification of Existing Conditions

The Vendor shall be responsible for verification of existing conditions, including research of all existing FDOT records and other information of the existing CCTV poles, cabinets, and ancillary ITS equipment.

By execution of the contract, the Vendor specifically acknowledges and agrees that the Vendor is contracted and being compensated for performing a complete and adequate investigation of existing site conditions sufficient to support any information provided by FDOT is being provided to assist the Vendor in completing adequate site investigations. Notwithstanding any other provision in the contract documents to the contrary, no additional compensation will be paid in the event of any inaccuracies in the preliminary information provided by FDOT.

Vendor shall investigate and perform an assessment of the existing infrastructure at each CCTV location including, but not limited to, the adequacy of the electrical power and communications for this replacement project.

Removed ITS Devices

All ITS elements removed from the existing ITS system shall be the property of the Department. Care shall be taken in the removal and dis-assembly of all parts so as to not damage those re-usable components. The Vendor shall conduct the field walk through with FDOT's Project Manager or their representative to determine the field conditions of the equipment and to identify the items to be returned to FDOT. Once the equipment list is approved, the Vendor shall remove and return the reusable ITS components to FDOT District Four ITS Maintenance Manager, at 2300 West Commercial Blvd. The Vendor has forty-eight (48) hours after removal to return the equipment to the FDOT District Four ITS Maintenance Manager and shall not reuse the equipment for this Project. The reusable existing ITS components include, but are not limited to:

• CCTV camera assembly

Page 11: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-10

Exhibit A, Scope of Services

• Uninterrupted Power Supplies (UPS)

• ITS cabinets

• MFES and related equipment

—Remainder of Page Intentionally Left Blank—

Page 12: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-11

Exhibit A, Scope of Services

INSTALLATION CRITERIA

2.1 Installation and Coordination

The Vendor shall furnish and install all equipment procured as part of this project in accordance with Attachment A, I-75 CCTV Camera Replacement ITS Plans. If needed, it is the responsibility of the Vendor to get information from agencies and organizations, such as Florida Power and Light, and coordinate as needed.

The Vendor shall secure all the permits (if needed), make arrangements for all the connections, etc., on relevant issues that will be required for installing and operating the system. The Vendor shall send copies of all the correspondence and minutes of the meetings within FDOT’s internal and external agencies to FDOT’s Project Manager.

2.2 Fiber Optic Cable

If any fiber optic cable splicing occurs for a CCTV camera site then an OTDR test shall be performed at that site as per FDOT Standard Specifications.

2.3 Material and Equipment List

Prior to the purchase and fabrication of any component or material for this project, and no more than thirty (30) days after Notice to Proceed (NTP), the Vendor shall submit to FDOT for approval, a Material and Equipment List. The material and equipment lists shall identify the quantity, manufacturer, description, catalog number or other identification, and options and special features for each item furnished. A unique identification number shall be indicated for each item on the Material and Equipment lists.

Copies of catalog cuts and manufacturers descriptive literature shall be submitted with each copy of the material and equipment lists for all manufactured items. Descriptive literature shall be adequate to determine if the equipment and material meet the requirements of the Plans and Specifications. The Vendor shall clearly note any deviations, changes, additions or other modifications to the descriptive literature that are appropriate to reflect the exact equipment intended for use.

Approval by FDOT of the materials and equipment list and submittal data shall not relieve the Vendor of any of its responsibility under the contract for the successful completion of the work in conformity with the requirements of the plans and specifications.

Shop Drawings

Before the first shop drawing submittal, the Vendor shall submit a schedule of shop drawings submittal describing the number and content submittals and the anticipated review times. A minimum of twenty-eight (28) calendar days shall be scheduled for shop drawing reviews.

The Vendor shall be responsible for the preparation and approval of all shop drawings. Shop drawings shall be submitted to FDOT and shall bear the stamp and signature of the Vendor’s project manager. FDOT shall review the shop drawing(s) to evaluate compliance with project requirements and provide any findings to the Vendor. FDOT’s procedural review of shop drawings is to assure that the Vendor has accepted and signed the drawing, the drawing has been independently reviewed and is in general

Page 13: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-12

Exhibit A, Scope of Services

conformance with the plans. FDOT’s review is not meant to be a complete and detailed review. Upon review of the shop drawing, FDOT will stamp “Approved” or “Approved as noted” and initialed and dated by the reviewer.

Component submittals must be accompanied by sufficient information for adjoining components or areas of work to allow for proper evaluation of the component submitted for review.

Shop drawings shall meet the requirements of the FDOT Standard Specifications as well as any other requirements specified within this document. Shop drawings shall be required for, but not limited to, the following:

• CCTV camera assemblies

• Communications equipment assemblies and mountings, including schematics of communications equipment wiring.

• Communications Equipment layout and routing.

• Field equipment cabinets showing layout of equipment, schematics of wiring between equipment, surge protection, etc.

• Ancillary cabinet equipment (UPS, PDU, MFES, etc.)

2.4 Sequence of Work

The Vendor shall organize the work in a logical manner and with the following objectives as guides:

• Maintain or improve, to the maximum extent possible, the quality of existing traffic operations, both in terms of flow rate and safety, throughout the duration of the project.

• Maintain reasonable direct access to adjacent properties at all times, with the exception in areas of limited access right-of-way where direct access is not permitted.

• Proper coordination with adjacent projects and maintaining agencies. No additional compensation shall be made to the Vendor for coordination activities. All costs to coordinate with adjacent projects and maintaining agencies shall be included in the bid price of this project.

• The CCTV replacement work shall start from the west end of the project limits, and progress eastward along I-75. Work progress from site to site shall be clearly shown on the schedule.

• No more than 3 CCTV Cameras are to be down (non-operational) at the same time. Planned down time shall be coordinated with Department with a minimum of seventy-two (72) hours advanced warning.

Page 14: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-13

Exhibit A, Scope of Services

CCTV CAMERAS

3.1 New CCTV Cameras

The CCTV camera assembly, pole and lowering device shall be consistent with the FDOT Standard Specifications, and the FDOT Design Standards. The CCTV Camera subsystem includes the District Four RTMC head-end equipment, which receives, decodes, and disseminates streaming images and data from the field and commands the control and display infrastructure at the District Four RTMC. The Vendor shall only propose CCTV cameras that are on the FDOT Approved Product List of Traffic Control Signals and Devices. All CCTV cameras shall meet or exceed the requirements specified in section 682 of the FDOT Standard Specifications, and meet the additional requirements specified herein.

The CCTV cameras shall be domed-type with a watertight environmental housing and dome mounting hardware of the vertical type with no exposed camera control wiring. The dome-type housing enclosure shall be site-coated with a clear, water- repellant product prior to Final Acceptance.

All CCTV cameras shall be High-Definition (HD), Pan-Tilt-Zoom, IP, CCTV Cameras that supports H.264 video compression technology in accordance with the ISO and IEC requirements detailed in the ISO/IEC 14496-10:2009 Standard. The IP CCTV camera shall be capable of delivering full HD resolution of 1080P (1920 x1080) at the frame rate of 30 images per second.

The CCTV cameras shall possess full pan, tilt, and zoom (PTZ) capabilities and shall be protected from the environment. The CCTV camera shall have an electronic image stabilizer. The camera lens shall support a minimum of 30X motorized optical zoom, and a minimum digital zoom of 4X, in 1X increments.

The Vendor shall ensure that the CCTV Cameras can be controlled natively by the SunGuide® Software and is compliant with the protocols listed online at http://sunguide.datasys.swri.edu. It is the responsibility of the Vendor to get an updated list from the SunGuide® project’s web site at http://sunguide.datasys.swri.edu. Controlled natively by SunGuide entails being able to use the PTZ and PTZ preset controls within the SunGuide system, along with able to view video through the SunGuide video player

The software for the CCTV cameras shall include the manufacturer’s software for setup, local and remote programming, and testing the CCTV camera assembly functionality as per the manufacturer’s specifications.

The configuration and application software shall run on a computer equipped with latest version of Windows Operating System. The software shall be run on a stand-alone computer via an Ethernet network interface using TCP/IP protocol. The software shall be supplied with two sets of cables with appropriate length and connectors to connect a laptop computer to the cabinet to view video images and configure the camera assembly.

The software and operating system firmware shall be provided so that from either a locally connected laptop or from the RTMC a user can:

Page 15: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-14

Exhibit A, Scope of Services

• Manage access to cameras;

• Test all functions of the camera;

• Set up and program all addresses, communications ports, and camera features;

• Monitor device status; and,

• Pan, tilt, or zoom any camera on the network.

The Vendor shall minimize and coordinate proposed CCTV downtime with FDOT. In order to minimize downtime, the Vendor shall configure the proposed CCTV cameras with the same IP address of the existing CCTV cameras prior to disconnecting the existing equipment. The downtime shall not exceed seventy-two (72) hours.

The Vendor shall submit proposed CCTV attachment hardware. All attachment hardware, fasteners, and small hardware shall be new. No reuse of these items is permitted.

In addition to the requirements above, the following specifications must be met:

• Device must fully integrate with PTZ functionality through the use of the FDOT existing IP Camera Centralized monitoring program through exacqVision and the exacqVision hardware joystick.

• Vendor is responsible for ensuring PTZ function works. Vendor cannot use the exacqVision compatibility list as proof of function, but must test functionality themselves to ensure that it works as design.

• Camera must work within the software PTZ functionality within the SunGuide Application used for incident management. Compatibility must be tested and confirmed by Vendor, and must not be relied upon by any third party or first party confirmation list of PTZ functionality.

• All Cameras must allow for video stream viewing within the SunGuide Application native video viewing player

• All Cameras must natively integrate in District 4’s video wall management system as a compatible video device playable within it system. Please refer to Attachment B for a current compatibility list.

• Camera must work across all systems in order to be considered compatible. All

Page 16: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-15

Exhibit A, Scope of Services

responsibility to confirm compatibility is on the Vendor, and any lack of information thereof provided by FDOT to assist in the Vendor confirming compatibility does not relieve any responsibility of the Vendor for confirming functionality of some and/or all components listed within this section. If the Vendor fails to get a correct answer to a question to clear up any miscommunication, the Vendor will not proceed to guess, or take upon itself assumption of answers FDOT will provide in order to provide a camera that meets the specification. Any assumptions made that turn out to be false or rejected by FDOT will be done so at the risk of the Vendor and will not alleviate their responsibility for providing a camera that meets all specifications listed herein.

3.2 Camera Lowering Devices

Each CCTV camera shall be attached to the CCTV pole via a camera lowering device (CLD), unless otherwise approved by the Department. A camera lowering device is required for all CCTV poles and any existing lowering devices shall be replaced. The CLD shall meet the requirements of the FDOT Standard Specifications as well as the requirements specified herein.

In addition, the camera lowering devices shall include outdoor rated Category 6 (CAT6) network cable assembly and connectors to support the direct Ethernet connection with the IP cameras. The CAT6 cable assembly shall consist of 4 twisted pairs utilizing 23 AWG solid bare annealed copper. The CAT6 cable shall be gel-filled construction to prevent moisture migration in outdoor and wet applications with temperature rating of -45 degree Celsius to 80 degree Celsius. The CAT 6 cable shall comply with industry standards such as ANSI/TIA 568-C.2, ISO 11801 (CAT6), ICEA S-102-700 and Telcordia GR-421-CORE.

The pole mounted cabinet shall not be oriented directly under a CLD. The CLD shall include a suspension contact unit for electrically connecting the camera assembly to the power, data, and video cables; divided support arm; and a pole adapter for the assembly’s attachment to a pole-top tenon, a pole-top junction box, and a camera connection box.

The Vendor shall supply a portable lowering tool with both manual hand crank and a portable electric drill motor with custom clutch adapter.

—Remainder of Page Intentionally Left Blank—

Page 17: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-16

Exhibit A, Scope of Services

DEVICE CABINETS

The Vendor shall ensure that all cable terminations and connecting terminal blocks are contained in a weather-proof aluminum enclosure that shall meet the applicable requirements for a NEMA 3R rated cabinet. The Vendor shall furnish and install ITS field cabinets for housing ITS equipment and network devices including, but not limited to Ethernet switches, wireless radio equipment, fiber optic cable patch panels, PDUs, UPSs, batteries, surge protectors, and equipment racks.

The Vendor shall replace the existing device cabinets as specified within the Project limits with new equipment to meet the requirements specified herein.

All cabinets for this project shall be pole-mounted.

4.1 Installation and Dimension Requirements

The Vendor shall ensure the placement of device cabinets will provide the protection for the maintenance technicians from the roadway traffic. All cabinets shall be installed in accordance with Appendix A.

The minimum dimensions for FDOT ITS field cabinets are listed below.

Table 4-1 – Cabinet Dimensions Required Cabinet Dimensions in Inches

Cabinet Type Height Width Depth336S 46 – 48 24 – 26 22 – 24

4.2 Functional Requirements

The Vendor shall ensure the cabinets are clean, neat and consistently organized. The cabinets with same/similar equipment shall be organized in the same fashion:

• Power cords shall be connected to the same outlets • Devices shall be plugged in the same ports on the switch • IP addresses shall be ordered in the same way (such as the switch IP is always a multiple of 16,

the IP CCTV camera is always one IP higher than that of the switch, the UPS is always 2 higher than that of the switch, etc.). The Vendor shall coordinate with the Department to obtain the IP schema.

• Cyber-locks shall be installed on all ITS cabinets within the project limits (compatible with existing D4 system). Coordination with the Department shall occur to ensure compatibility with the existing system.

Cabinet layout requirements shall be in accordance with Attachment A.

Each cabinet shall, at a minimum, conform to the requirements of the FDOT Standard Specifications as well as specified herein or within contract documents.

Page 18: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-17

Exhibit A, Scope of Services

Sunshields

The ITS field cabinet shall be equipped with sunshields outside to deflect solar heat away from the cabinet, the sunshields must be offset a minimum of one inch from the exterior cabinet walls. Ensure that the sunshields are fabricated from 5052-H32 aluminum sheet that is 0.125 inch thick, and that sunshield corners are rounded and smoothed for safety. Mount the sunshields on standoffs at the top and each side of the cabinet.

Interior Lighting

The Vendor shall provide each field cabinet with two 20-watt fluorescent lamps and clear shatter-proof shield assemblies which are mounted on the inside front and rear top of the cabinet. Ensure that these lamps are unobstructed and able to cast light on the equipment. Equip the field cabinet with door-actuated switches so that the lamps automatically turn on when either cabinet door is opened and go off when the doors are closed.

Convenience Outlets

All cabinets shall have a minimum of two switched interior mounted NEMA 5-15R type, 120-volt outdoor rated Ground Fault Circuit Interrupter (GFCI) electrical receptacles to supply power for devices and/or maintenance equipment (including Shop-Vac and laptops) while in the field.

Door Alarms and SPD Alarms

The cabinets shall be equipped with a normally closed interlock switch. The UPS in the cabinet shall have the capability to monitor a minimum of 2 zones via the use of dry contacts using the normally closed interlock switches. Surge Protection Devices require dry contacts to indicate their status - Normal or Failed. The UPS shall have the ability to email the contact status (door status) and SPD status to a configurable email address each time the state of the contacts change. See the UPS requirements in Section 4.7.

4.3 Managed Field Hardened Ethernet (MFES)

The Vendor shall furnish and install field-hardened switches that shall be full temperature industrial-grade Ethernet switches to provide connectivity from the remote ITS device installations to the communication hub sites. The Vendor shall replace all existing MFES within the Project limits for the specified devices in this document with the new ones.

This Layer 2+ requirement shall provide architecture standardization, open connectivity (interoperability), bandwidth management, rate limiting, security filtering, and general integration management of an advanced Ethernet switching architecture.

Each MFES must be compatible with utilizing all versions of Spanning Tree without the need of having VLAN 1 enabled on the MFES.

Each MFES shall be fully compatible and interoperable with the distribution and core switches used in the D4 ITS fiber optic cable backbone network.

The Vendor shall install a switched Ethernet connection for each remote ITS field device, no media converters shall be used unless otherwise approved by the Department.

Page 19: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-18

Exhibit A, Scope of Services

Each MFES shall be rack mountable in a device control cabinet without the need for special environmental requirements. The MFES shall be field-hardened at the component level, fully managed Layer 2+ Ethernet switches. The MFES shall be capable of MAC address filtering and enabled when installed. Each MFES shall provide a minimum of sixteen (16) 10/100 BaseT full-duplex local ports for all Ethernet devices. The MFES shall provide a minimum of two (2) LC type connector monitored optical 1 Gigabit Ethernet full-duplex uplink ports for communications with the adjacent switches and for redundant fiber connections. Each optic port shall be able to transmit and receive a minimum of nine (9) miles. Each optic port shall consist of a pair of fibers, one fiber for transmitting (TX) and one fiber for receiving (RX) data.

4.4 Power Distribution Unit (PDU)

The Vendor shall furnish and install a rack-mountable PDU within each device cabinet with the exception of the solar-powered sites. For the PDU at these sites, the Vendor shall deliver them to the FDOT D4 Maintenance Manager prior to Final Acceptance. The PDUs shall give the ITS maintenance technicians the capability to instantly reboot, start or stop equipment in remote locations.

The PDUs shall provide remote access from the D4 SMART SunGuide® RTMC via an Ethernet connection and via an external RJ-45 serial port. It shall have the capability to reboot a switch or controller automatically during LAN/WAN outages. The PDU shall have a minimum of 8 separate circuits and 16 outlets. The Vendor shall coordinate with the Department to obtain the IP schema.

The PDU shall be Digital Loggers, model Ethernet Power Controller 5, or FDOT approved equivalent.

4.5 Fiber Optic Patch Panels

Fiber optic distribution panels shall be furnish and installed in each cabinet specified for the termination and optical continuation of the fiber optic cables as required. The distribution panels shall act as an interface between the fiber optic drop cable and the fiber optic patch cables located within the cabinet. In addition, the distribution panel shall facilitate the reassignment of the fibers within and testing of the optical fiber cable plant. The distribution panel shall be capable of mounting in the standard 19” rack assembly of the cabinet. The distribution panel shall have sufficient room for slack fiber and shall have multiple entrances. All connections to active optical transmission equipment within the cabinet shall be via this panel. All fiber optic patch panels shall meet or exceed requirements specified in the FDOT Standard Specifications as well as the requirements specified herein.

The cabinets shall be equipped with fiber optic patch cables to provide internal distribution to all opto-electronic equipment. The patch cables shall be factory terminated with ST type connectors on one end and LC type connectors on the other end. The optical characteristics shall be compatible with the fiber optic drop cable specified under the FDOT Standard Specification. Each patch cable shall conform to industry published connector and cable specifications. The Vendor shall submit a record of test performance from the factory for each individual cable assembly installed.

Page 20: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-19

Exhibit A, Scope of Services

4.6 Uninterruptible Power Supply (UPS)

The Vendor shall furnish and install a UPS at each ITS device cabinet with the exception of the solar-powered sites. For the UPS at these sites, the Vendor shall deliver them to the FDOT D4 ITS Maintenance Manager prior to Final Acceptance.

Each UPS shall supply all electronic components housed in and associated with its device cabinet with uninterrupted power for a minimum of two hours in the event of power loss.

Each UPS shall be sized according to the maximum expected load for all operational equipment in that cabinet to meet the power requirements of the combined group of electrical components for the required run time.

The UPS shall be online at all times to provide filtered power to the loads. The Vendor shall ensure that the UPS is generator compatible (where applicable) to ensure clean, uninterrupted power to protected equipment when generator power is used. The UPS shall provide power pass through in the event of a failure of the UPS. The UPS shall be environmentally rated for the environment that the UPS is installed in. The recharging of all of the UPS batteries, which may be drained, shall be included within the power design calculations.

The Vendor shall supply a SNMP network management interface to determine operational status of the UPS, the internal UPS temperature and the external temperature as recorded by a remote sensor mounted elsewhere in the cabinet, and state of the cabinet door switch(es) (open or closed) and Surge Protection Device (SPD) failures (open or closed SPD alarm contacts). All UPSs shall be listed on the Approved Products List (APL) and designed and integrated to email events over the ITS Ethernet network, such as power loss, battery levels and alarms.

Any software required to monitor the UPSs shall be furnished, configured and integrated into the RTMC monitoring computer.

The Vendor shall replace the UPS in the existing ITS device cabinet. The new replaced UPS shall meet all functional requirements herein.

—Remainder of Page Intentionally Left Blank—

Page 21: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-20

Exhibit A, Scope of Services

GROUNDING AND SURGE SUPPRESSION

All project systems shall be protected from damage caused by lightning strikes, transient voltage surges, and induced current. The Vendor shall ensure all grounding, lightning protection, and transient voltage surge suppression subsystems meet or exceed Underwriters Lab (UL) 96A specifications and National Fire Protection Association 780 – Standard for the Installation of Lightning Protection Systems. Use only equipment and components that are listed on the FDOT Approved Product List (APL).

The Vendor shall furnish and install surge protectors for all cables and conductors (power, video, and data). All project subsystems, devices and ancillary components with electrical interconnects shall be protected from voltage surges caused by lightning, transient voltage surges, induced current and external electromagnetic fields at the time of installation of each device, as specified in the FDOT Standard Specifications. The Vendor shall provide a grounding system that meets the grounding requirements of the National Electric Code (latest edition), and the FDOT Standard Specifications. The grounding system, along with a ground rod, shall also be provided at each electrical pull box with power wire splicing.

The Vendor shall install surge protective devices (SPD) both ahead of and behind (i.e., on the supply side and the load side) of all ITS device electronics unless otherwise approved by the Department. The SPD for the ITS device’s power source (supply side) shall be rated at a minimum rating of 80 kiloamps (kA) per phase, or greater and shall be placed on the load side of the disconnect. The SPD for the ITS device’s point of use (load side) shall be rated at minimum of 20 kiloamps (kA) per phase. The SPD on both sides shall have the operating nominal single phase voltage(s) and maximum continuous operating single phase voltage(s) with additional 25% more capacity.

The Vendor shall ensure that the required lightning protection equipment including air terminals for each device location is securely attached on the pole/structure at an elevation higher than the highest ITS device and the pole/structure or as otherwise specified in this document (e.g. CCTV camera, MVDS sensor). The lightning grounding conductor on any pole/structure must be a minimum of one-half inch (½”) schedule 80 PVC.

The Vendor shall ensure that the lightning protection system achieves a resistance to ground measurement of 5.0 ohms or less between the grounding electrode and the soil by using multiple electrodes, and soil preparation such as a Grounding Augmentation Fill (GAF), etc. If all the necessary measurements (up to four 20’ long electrodes and GAF) have been implemented, yet the grounding resistance of 5 ohms or less cannot be achieved, the Vendor shall prepare a grounding report, listing all the details that have been completed/recorded such as the number of electrodes, locations/spacing of electrodes, length of each electrode, diameter and depth of GAF, etc. The report shall be reviewed and approved on a case by case basis by the Department.

The Vendor shall provide all ITS field installation sites with both primary and secondary surge protection on the AC power. The Vendor shall connect the primary surge protection at the service entrance or main disconnect. The Vendor shall connect the secondary surge protection on the power distribution to the equipment.

Page 22: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-21

Exhibit A, Scope of Services

INDUSTRY STANDARDS

The materials used by and workmanship completed by the Vendor shall be in accordance with reasonable most stringent industry standards. All materials, equipment, supplies, installations and testing shall comply with the Project requirements, the latest editions of all applicable standards and requirements. If multiple requirements or standards are specified for any single item or component of the Project, the more stringent requirement or standard shall govern.

—Remainder of Page Intentionally Left Blank—

Page 23: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-22

Exhibit A, Scope of Services

TESTING REQUIREMENTS

The Vendor shall perform standalone and sub-system tests as described herein. All testing documents are listed in Attachment C.

The Vendor shall furnish and maintain all required test equipment along with their services. All test equipment utilized shall have up to date calibration certification in accordance with the manufacturer’s recommendations. The test equipment shall be made ready for the Department’s use at the time it is needed.

The Vendor shall notify the Department of the time, date and place of each test at least 21 calendar days prior to the date the test is planned.

The tests shall be conducted in the presence of the Department or a designated representative, unless otherwise approved in writing by the Department. The Department can waive the right to witness certain tests.

If the ITS device or ancillary component fails any part of any test, the entire test shall be repeated at the discretion of the Department.

Neither witnessing of the tests by the Department, nor the waiving of the right to do so, shall relieve the Vendor of the responsibility to comply with the Project requirements, manufacturer specifications, applicable standards, and these contract documents.

The Vendor shall submit in writing any and all test results performed by any manufacturer, the Vendor, and/or the Department, whether witnessed or not witnessed by the Department, within 14 calendar days of the documented respective test date for review and approval by the Department.

Failure of any ITS device or ancillary component to comply with the Project requirements, manufacturer specifications, applicable standards, and these contract documents for any test shall be counted as a defect, and the ITS device or ancillary component under test shall be subject to failure of the test as judged by the Department.

7.1 Standalone Tests

Following the field installation, but prior to connection with the rest of a subsystem, the Vendor shall conduct the Department’s witnessed and/or reviewed Standalone Test.

The Vendor shall perform all Standalone Tests.

The test shall exercise all standalone (non-network) functional operations of the ITS device and ancillary components installed and demonstrate conformance with the Project requirements, FDOT Specifications, manufacturer specifications, and applicable standards.

If any ITS device or ancillary component fails to pass its Standalone Test more than twice, it shall be replaced by the Vendor with a new ITS device or ancillary component of same make and model, and the entire Standalone Test shall be repeated until proven successful.

The Standalone Tests shall be performed on each and every ITS device and ancillary component, including, but not limited to the following:

Page 24: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-23

Exhibit A, Scope of Services

• CCTV Cameras • UPS (including alarms)/PDU • Managed Field Ethernet Switch (Layer 2 switch)

The Vendor shall not be granted time extensions to perform the Standalone Tests due to any failures as described herein. The Vendor shall correct any and all failures during the Standalone Tests at no additional cost to the Department.

7.2 Subsystem Tests

The Vendor shall perform Subsystem Tests for all ITS devices under this Project, including but not limited to:

• CCTV Camera subsystem

Each Subsystem Test shall:

• Verify that all Project functional requirements and design specifications have been met for each subsystem. Each Subsystem Test shall be performed utilizing the installed ITS devices and ancillary components in conjunction with the communications subsystem utilizing manufacturer’s proprietary software.

• Demonstrate full control of the upgraded ITS devices under this Project from the District Four SMART SunGuide® RTMC utilizing SunGuide® software via the FDOT District Four SMART SunGuide® RTMC communications channels as well as the functionalities of local/remote trouble shooting/diagnostic specified in the specific subsystem functional requirements. The DB Form shall be responsible for providing all required information for device integration with the SunGuide® software.

The Subsystem Tests shall be performed based on the Department approved testing schedule. The Vendor shall notify the Department in writing of the scheduled date of any Subsystem Test 14 calendar days prior to the commencement of said Subsystem Test.

Prior to the Department’s approval of commencement for any Subsystem Test, the Vendor shall identify, document, and submit to the Department the name, model number, serial number, technical support and warranty telephone numbers of all subsystem devices and ancillary components, categorized and uniquely numbered by site, and any other pertinent information required to facilitate Project maintenance.

All Subsystem Tests shall be coordinated with and witnessed by the Department or the representative.

During the Subsystem Tests, the Vendor shall provide qualified personnel to support the diagnosis and repair of subsystem ITS devices and ancillary components. The personnel shall be available for support within 24 hours of notification of their required services.

The Vendor shall not be granted time extensions to perform the Subsystem Tests due to any failures as described herein. The Vendor shall correct any and all failures during the Subsystem Tests at no additional cost to the Department.

Page 25: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-24

Exhibit A, Scope of Services

7.3 Partial Use Prior to System Acceptance

FDOT, based on justification of public interest, may order any completed or partially completed portion of the project placed in service. Such action shall not be deemed an acceptance of the project in whole or in part, nor shall such action be construed as a waiver by FDOT of any provision of the Contract for this project. The Vendor shall have no right to additional compensation or extension of time for completion of the work or any other concession because of the use of the project or any part thereof prior to system acceptance of the completed project.

7.4 Acceptance

In addition to the terms of Final Acceptance per Article 5-11 of Division I of the FDOT Standard Specifications, the Vendor shall successfully complete the Sub-system Tests and all the required submittals, testing, documentation, and warranty items shall have been successfully submitted to and approved by the Department as specified in this document and the requirements of the FDOT’s Standard Specifications and all applicable standards.

—Remainder of Page Intentionally Left Blank—

Page 26: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-25

Exhibit A, Scope of Services

WARRANTY

All equipment shall be warranted and guaranteed against defects and/or failure in design, materials and workmanship. A failure shall be defined as a subsystem, ITS device or ancillary component becoming unable to comply with the Project requirements and all applicable standards. The Vendor warranty shall conform to the requirements in the FDOT Standard Specifications.

The Vendor shall be responsible for all labor and equipment costs for installing the new ITS device or ancillary component.

For the new, replacement and upgraded ITS devices and infrastructures, the warranty period shall not begin until the date that the Department issues written notice of the final acceptance of new ITS devices and infrastructures regardless of the manufacturer warranty period which usually begins at the time of receipt or install.

The acceptance of the tests, components or any repair defects or repair methods does not in any way alleviate the responsibility of the Vendor from the warranty obligations set forth elsewhere in the contract.

—Remainder of Page Intentionally Left Blank—

Page 27: EXHIBIT A SCOPE OF SERVICES for Intelligent Transportation ... · Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR Page A-5

Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County ITB-DOT-16/17-4018JR

Page A-26

Exhibit A, Scope of Services

SPARE REPLACEABLE UNITS

The Vendor shall provide, deliver, and unload to the Department’s designated location, at a minimum, the number of spare replaceable units for all ITS devices and ancillary components supplied as part of the Project as shown in the Table 9-1 below. The DB shall unload all equipment at the Department’s designated location as directed by the Department.

Table 9-1 – Project Spare Replaceable Units ITS Component # of Spares

CCTV Cameras 1

Camera Lowering Devices 1

100-Foot Lowering Cranks w/ Electric Drill 1

PDU 4

MFES 1

UPS 4

All spare parts above shall be the same make and model as parts furnished and installed for this project.

The cost for each spare replaceable unit shall be included in the cost of the Project and no separate payment shall be allowed.

The Vendor shall submit a list of all spare replaceable units to the Department for review and approval and the Department shall have twenty-one (21) calendar days to inspect all spare replaceable units before the written date of Final Acceptance.

The Vendor shall transfer ownership of all spare parts to the Department and deliver to a Department designated and/or approved area within five (5) calendar days before the written date of Final Acceptance.

—Remainder of Page Intentionally Left Blank—