Loading...
RES 1997-2178 - PO to General Traffic Controls Inc for vehicle detection system RECEIVED Public Works Department „ Omaha/Douglas Civic Center 42 1819 Farnam Street,Suite 601 'c+® �f i! 4 5 Au u s t 5, 19 9 7 97 JUL L R 1 y• Omaha,Nebraska 68183-0601 o�r- ro (402)444-5220 � Telefax(402)444-5248 4rEDFEIOP* OMAHA, t'rEBR A SI;A Don W.Elliott,P.E. City of Omaha Public Works Director Hal Daub,Mayor Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a purchase order to General Traffic Controls, Inc. on the bid for the installation of a wide area vehicle detection system to be used by the Traffic Engineering Division. The following bids were received on July 2, 1997. Contractor Total Bid Brown Traffic Products, Inc. $ 9,995.00 (Alternate Bid) GENERAL TRAFFIC CONTROLS,INC. $25,050.00 (RECOMMENDED BID) • The alternate bid submitted by Brown Traffic Products, Inc. did not meet the bid specifications in many areas. The Traffic Engineering Division reviewed the bid and determined it unacceptable. A copy of the bid documents is on file and available for inspection and review in the City Clerk's office. The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the installation of a wide area vehicle detection system from the Traffic Engineering Capital Organization 1434, Fund 103. The Public Works Department recommends the acceptance of the bid from General Traffic Controls, Inc., in the amount of $25,050.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: 97 Don W. Elliott, P.E. J Date Ma ors Office/Title D to Director oved: rved: 7 a�'Louis A. D'Erco e at Ofier vis, Jr. Date Finance Director ?sow Human elations Director P:\PW 1\6416.SKZ /� O -1 D 0 .j v ° P. N0 voo e CD3 c c) m C z 5. D N n) = N co aD -0 (p m .-I .t1 n o _0 v �- C Z n C) D P. C �tD n CD CD m O = r+ r CD > °' _ -n a) r- = cD = A CD = > 0 n 0 a. a U) Ill =: v CI o N " 00 CI'. U CD CD v 0 cn c' < c m cu rn 4 C 0 a Z O. N: C N. 70 co m O Z. B 0 rn '< — a, rn O < a -I Z . W c IL -D v _ CD = ) -V < o m = z C a a S o o -I § n tn� Iy 0 to CD 3 Z `° 0 M C Zi a, m SD (!) v c Z v v 3 K v " fn r- m 5 rt o o = co 3' CD 0 tom/) DH C" - -•i m r g 3) 6 � -, Z D D rn '• - irRODU c-rje -L K.C. , 8 1 _.) J 1 SG C V. _CT-1 n cz ECouc3\._\�E rn ``11 -0 =''' Z_ -7-1` r=7"---1 C W hm Cc 1•-b-r"12G31,_ M\ 3ESi Q 0 r-8 Lb -0 7 Z Cr,N1sluucra)l NI 0 Z 1,./ -lo r- , m S"P1,11 NCB . B1 _ID • � ziAcP �Z- tN1c, m '� C 1 e��F'\C_c:- k c f,t pi- v i 14 0 a } .._D m i ,,L.\/,, 431 CITY OF OMAHA 6 l REQUEST FOR BID AND BID SHEET ` ON WIDE AREA VEHICLE DETECTION SYSTEM Fi OM: P.M.Burke Published June 16, 1997 City Purchasing Agent 1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1 1819 Farnam Street Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF 5% IF THE TOTAL AMOUNT FOR THE ITEMS OFFERED IS$20,000 OR MORE Bid Closing Date July 02, 1997 11:00 A.M. IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK,LC-1, OMAHA-DOUGLAS CIVIC CENTER,1819 Farnam Street,Omaha,NE 68183-0011 by the 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet, WIDE AREA VEHICLE DETECTION SYSTEM make suggestions covering reduction in costs wherever this is 2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining. the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be removed from our Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check[ ]. unless otherwise indicated by you. Please do not call for this information. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the items(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is requesting qualified vendors to provide and supervise the installation of a Wide Area Vehicle Detection System, per twelve(12)pages of specifications attached. The bid cost will include all equipment, supplier representative for system installation supervision on site,training as required, technical and software support and warranty. ALL OR NONE-LUMP SUM TOTAL $ Note: Item 9.2 must be completed for bid consideration. Two (2) copies of descriptive literature must accompany bid. Questions regarding this bid may be directed to Motasem Al-Turk at(402)444-4561 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. (Please Print Legibly or Type) Payment Terms % Firm Incorporated in Delivery(or completion) Name Signature calendar days following award Title Phone Fax • Address HP-8B (94) Street/P.O. Box City State Zip CITY OF OMAHA REQUEST FOR BIDS ON WIDE AREA VEHICLE DETECTION SYSTEM NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION INSURANCE The successful contractor shall provide a certificate of insurance indicating adequate workmen's compensation, public liability in an amount not less than $300,000 for injuries including accidental death to any person and subject to the same limit for each person in an amount not less than$500,000 where more than one person is involved in any one accident; and property damage insurance in an amount not less than$300,000, and the City of Omaha as an additional insured. NOTE: REQUIREMENT FOR BID BOND. The surety company issuing said bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. SIGN ALL COPIES Firm By Title PH-8C (91) CONTINUATION SHEET • CITY OF OMAHA PUBLIC WORKS DEPARTMENT June 4, 1997 SPECIFICATION FOR WIDE-AREA VIDEO VEHICLE DETECTION SYSTEM 1.0 GENERAL This specification sets forth the minimum requirements for a system that monitors vehicles on a roadway via processing of video images and provides detector inputs to the existing traffic controller (Type TS-170) and provides the ability to monitor traffic conditions and unit operation from any remote location via standard telephone lines and with a speed not less than 5 frames per second. The bid is only for the supply of a complete system with four (4) image sensors and supervisor software. Partial bids will not be considered. 1.1 System Hardware The system shall consist of four image sensors, a machine vision processor (MVP), a camera interface panel, and all necessary video and power cables, supervisor cables, arm mast brackets, modem, etc... The City of Omaha will supply the supervisor computer. 1.2 System Software The system shall be able to detect either approaching or receding vehicles in multiple traffic lanes. With a MVP capable of handling four image sensors, there shall be a minimum of 100 detection zones that can be user-defined through interactive graphics by placing lines and/or boxes in an image on a VGA monitor. The user shall be able to redefine previously defined detection zones. The MVP shall calculate traffic parameters in real-time and provide local non-volatile data storage for later downloading and analysis. 1.3 System Usage The system bid shall be currently in production and shall have been in use in the field for a minimum of six (6) months prior to this bid. A4ist of users, complete with agency name, address, telephone number and contact person, shall be submitted with the bid. Failure to do so will be used as grounds to reject the bid. • • CITY OF OMAHA • PUBLIC WORKS DEPARTMENT -- TRAFFIC ENGINEERING DIVISION 2.0 FUNCTIONAL CAPABILITIES 2.1 Real-Time Detection 2.1.1 The MVP shall be capable of simultaneously processing information from up to four(4) CCTV video image sensors. The video sources may be, but are not required to be, synchronized or line locked. The video shall be digitized and analyzed at a rate of 30 times per second. A fifth image sensor input shall be provided on four camera units as a surveillance video input to be switched as one of five live video sources. It should be possible to route any of the five video inputs to the video output providing real-time high quality analog video without requiring digital to analog converters. 2.1.2 A MVP capable of handling four image sensors shall be able to detect the presence of vehicles in a minimum of 100 detection zones within the combined field of view of the image sensors. 2.1.3 Detector types, if selectable via software, shall include count detectors, presence detectors, directional presence detectors, speed detectors, station detectors, input detectors, and detector logical functions. The speed detectors shall report vehicle speed and vehicle classification based on length. Three length categories shall be user-definable in software. 2.1.4 Once the MVP has been properly set up using the supervisor computer, it shall be possible to disconnect the supervisor computer. The MVP shall then detect vehicles as a stand-alone unit, calculate traffic parameters in real-time, and store traffic parameters in its own non-volatile memory. 2.1.5 The MVP shall provide the ability to compensate for minor camera movement. At a minimum, image stabilization detectors shall minimize the effects of image sensor movement. The MVP shall provide the capability to link the analog video image to the digital detector layout as reference information for stabilization. Stabilization shall only be required if there is a motion problem observed by the user. One to five image stabilizers shall be able to be placed in the video image for each detector orientation. 2.2 Local Data Storage 2.2.1 The MVP shall count vehicles in real-time and compute the average of traffic parameters over user-defined time intervals (or time slices), as follows: a. Volume Number of vehicles detected during the time interval. b. Occupancy • CITY OF OMAHA • PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION Lane occupancy measured in percent of time. c. Vehicle Classification Number of automobiles, single unit trucks or tractor trailers, as defined by length. d. Flow Rate Vehicles per hour per lane. e. Headway Average time interval between vehicles. f. Speed Time mean and space mean vehicle speed in M.P.H. or KM/H. g. Level of Service Determined by user defined thresholds for average speed and flow rates. h. Space Occupancy Sum of the vehicle lengths divided by average distance traveled during the time interval measured as percent. i. Density Average flow divided by space mean speed expressed in vehicles/mile or vehicles/kilometer. 2.2.2 The duration of the time intervals (or time slices) shall be user-selectable as 1, 5, 10, 15, 30, or 60 minutes. 2.2.3 The time-interval data shall be retained in non-volatile EEPROM flash memory within the MVP for later transfer to the supervisor computer for analysis. The amount of memory shall be 4 MB or more. 2.2.4 Retrieval of data stored in the non-volatile memory of the MVP shall be via a serial communications port. Provision shall be made for transfer of data via a modem and dial-up telephone lines (standard phone line), via private cable or fiber optic network, or via direct connection to another computer by cable. 2.3 Operation With Supervisor On-Line 2.3.1 Once the detector configuration has been downloaded from the supervisor computer into the MVP, it shall be possible to operate the video detection system with the supervisor computer disconnected or on-line. CITY OF OMAHA PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION 2.3.2 When the supervisor computer is on-line, it shall be possible to view vehicle detections in real-time as they occur on the supervisor's color VGA display. 2.3.3 It shall be possible to save the time-interval traffic data on the supervisor computer hard disk. This traffic data shall be that described in Section 2.2.1. It shall also be possible to save on hard disk the complete time data or actuation data for each vehicle detection. The collected traffic and detection data shall be made available in readily-accessible ASCII format. The supervisor computer software shall provide file management routines for efficiently filing, retrieving, and reporting of the collected traffic data. 2.3.4 It shall be possible to display the captured traffic data on the VGA screen of the supervisor computer in numeric format. The data displayed shall be for the last complete interval. Selection of the data to be displayed shall be by pull-down menus and shall be in the form of windows under the Microsoft Windows NT 4.0, Windows 3.1, or newer version graphics operating environment. 2.3.5 The MVP shall include the capability to capture a video image (snapshot) from a selected image sensor input and transmit the image to the supervisor computer for display. The captured video image shall be compressed to minimize the time needed to transmit the image. An option shall be provided to allow continuing or suspending detection while the video image is being compressed and transmitted. 2.3.6 It shall be possible to capture and store as a file the video image currently being displayed at the supervisor computer. 2.3.7 Communications with the supervisor computer shall be via either a point-to-point, multi-drop, or standard telephone line communications architecture. An error- checking and retransmission protocol shall be used for file transfer operations. 2.3.8 It shall be possible to transmit digital video to a remote supervisor computer via standard telephone lines at a speed not less than 5 frames per second. 2.3.9 It is desirable to be able to use the same phone line to communicate with the traffic Controller and the MVP using Distinctive Ring Switch. 3.0 VEHICLE DETECTION 3.1 Detection Zone Placement The video detection system shall provide flexible detection zone placement anywhere and at any orientation within the combined field of view of the image sensors. Preferred presence detector configurations shall be lines placed across lanes of traffic or lines placed in-line with lanes of traffic. A single detector line shall be able to replace one or more conventional detector loops connected in series. ,.r,� CITY OF OMAHA PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION Detection zones shall be able to be overlapped. In addition, detection zones shall have the capability of implementing logical functions including AND, OR, NAND, N of M and delay/extend timing. 3.2 Detection Zone Programming 3.2.1 Placement of detection zones shall be by means of a supervisor computer operating in the Windows NT 4.0 or Microsoft Windows 3.1 (or newer versions) graphics environment and a mouse. The VGA monitor shall show images of the detection zones superimposed on the video image of traffic. 3.2.2 The detection zones shall be created by using the mouse to draw detection lines on the supervisor computer's VGA monitor. The detection zones shall be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. It shall be possible to save the detector configurations on disk, to download detector configurations to the MVP, and to retrieve the detector configuration that is currently running in the MVP. 3.2.3 It shall be possible to use the supervisor computer's mouse to edit previously defined detector configurations so as to fine-tune the detection zone placement size and shape. Once a detection configuration has been created, the supervisor computer system shall provide a graphic display of the new configuration on its own VGA screen. 3.2.4 When a vehicle is within a detection zone, the detection zone shall change in color or intensity on the VGA monitor thereby verifying proper operation of the detection system. Color or intensity changes shall also be used to indicate detection delay and extension timing. 3.3 Optimal Detection The video detection system shall reliably detect vehicle presence when the image sensor is mounted 30 feet (9.20 m) or higher above the roadway, when the image sensor is adjacent to the desired coverage area, and when the length of the detection area or field of view (FOV) is not greater than ten (10) times the mounting height of the image sensor. The image sensor shall not be required to be mounted directly over the roadway. The image sensor shall be able to view both approaching or departing traffic. A single image sensor, placed at a mounting height greater than 30 feet (10 m) and equipped with the proper lens, shall be able to minimizes vehicle image occlusion and monitor up to eight (8) traffic lanes simultaneously. 3.4 Detection Performance Overall performance of the video detection system shall be comparable to inductive loops. Using standard image sensing optics and in the absence of occlusion, the 5nfl� • CITY OF OMAHA PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION system shall be able to detect vehicle presence with 98% accuracy under normal conditions (day and night), and 96% accuracy under adverse conditions (fog, rain, snow). In the absence of occlusion, the system shall be able to count vehicles with less than four(4) percent error under normal conditions (day and night) and less than seven (7) percent error under artifact conditions (such as caused by shadows, fog, rain, snow). The volume count error shall be for the entire roadway and shall be compiled over time intervals which contain a minimum of 100 vehicles to ensure statistical significance. 4.0 MVP HARDWARE 4.1 MVP Mounting The MVP shall be shelf or rack mountable. 4.2 MVP Environmental The MVP shall be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. It shall meet the environmental requirements set forth by the NEMA (National Electrical Manufacturers Association) TS 1 and TS2 standards as well as the environmental requirements for Type 170 and Type 179 controllers. Operating temperature shall be from -35 to +74 degrees C at 0% to 95% relative humidity, non-condensing. 4.3 MVP Electrical 4.3.1 The MVP shall be modular in design and provide processing capability equivalent to the Intel 486SX microprocessor. The bus connections used to interconnect the modules of the MVP shall be gold-plated DIN connectors. 4.3.2 The MVP shall be powered by 89 - 135 VAC, 60 Hz, single phase, and draw a maximum of 0.25 amps, or by 190-270 VAC, 50 Hz, single phase and draw 0.12 amps. The power supply shall automatically adapt to the input power level. The MVP shall include transient protection sufficient enough to meet the requirements set forth in the NEMA TS1 and TS2 standards. Power to the MVP shall be from the transient protected side of the AC power distribution system in the traffic control cabinet in which the MVP is installed. 4.3.3 Serial communications to the supervisor shall be through an RS-232/RS- 422 serial port. This port shall be able to download traffic data stored in non-volatile memory as well as the real-time detection information needed to show detector actuations. A 9-pin-"D" subminiature connector on the front of the MVP shall be used for serial communications. e,-' CITY OF'OMAHA , • , - PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION 4.3.4 The MVP shall be equipped with a NEMA TS1 detector interface with 32 detector outputs. Output level shall be compatible with the NEMA TS 1, NEMA TS2 Type 2, Type 170 and Type 179 standards. A 37-pin "D" subminiature connector on the front of the MVP shall be used for interfacing to these outputs. 4.3.5 The MVP shall be available with a NEMA TS2 Type 1 detector interface, where detector information is transmitted serially via an RS-485 data path. A 15-pin "D" subminiature connector meeting the requirements of the standard shall be used for the serial detector output. 4.3.6 NEMA red/green inputs for up to 16 phases shall be available as inputs to provide controller state information for detection and Extend/Delay timing functions. A 37- pin "D" subminiature connector on the front of the MVP shall be used for these inputs. 4.3.7 The MVP shall be equipped with up to four RS-170 (B&W)/NTSC (color) composite video inputs, so that signals from up to four image sensors or other synchronous or nonsynchronous video sources can be processed in real-time. A fifth video input shall be provided to allow connection of a local surveillance camera or other non-detection video source. The video from this auxiliary video input shall not be processed for detection. BNC connectors on the front of the MVP shall be used for all video inputs. 4.3.8 The MVP shall be equipped with a single RS-170/NTSC composite video output. This output shall be capable of being switched to correspond to any of the video inputs, as selected remotely via the supervisor computer or front panel switch. Multiple video outputs requiring external cable connections to create a combined single video output shall not be acceptable. A BNC connector on the front of the MVP shall be used for video output. 4.3.9 As an alternative to RS-170/NTSC video format, the MVP shall be available with video inputs and outputs in the CCIR (B&W)/PAL (color) format. 4.3.10 The MVP software shall be stored in flash memory within the MVP. This software shall be capable of being updated without the removal of modules or memory devices. 4.3.11 The MVP software and/or the supervisor shall include diagnostic software to allow testing the MVP functions. This shall include the capability to set and clear individual detector outputs and display the status of inputs to enable setup and troubleshooting in the field. • CITY OF OMAHA PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION 5.0 IMAGE SENSOR 5.1 The video detection system shall use medium resolution, monochrome or color, image sensors as the video source for real-time vehicle detection. As a minimum, each image sensor shall provide the following capabilities: a. Images shall be produced with a CCD sensing element with horizontal resolution of at least 383. Images shall be output: (1) As a video signal conforming to RS170, RS 170A specifications for installations in North America, or as an option specified at time of order. (2) As a video signal conforming to CCIR or PAL specifications for installations outside North America. b. Useable video and resolvable features in the video image shall be produced when those features have luminance levels as low as 0.1 lux at night. c. Useable video and resolvable features in the video image shall be produced when those features have luminance levels as high as 10,000 lux during the day. d. Useable video and resolvable features in the video image shall be produced when the ratio of the luminances of the resolved features in any single video frame is 300:1. e. Automatic gain, automatic iris, and absolute black reference controls shall be furnished: (1) Automatic iris shall operate in a damped manner with a time constant of 0.25 seconds or longer. • (2) Automatic gain shall operate in a damped manner with a time constant of one second, and automatic gain shall not be applied to the video signal until the lens aperture is fully opened by the automatic iris control. (3) Automatic gain, automatic iris, and sensitivity shall be factory adjusted and/or modified as required for proper performance with the video detection system. (4) The black level shall be adjusted to 0 IRE units. (5) The iris video level shall be adjusted so that a no-contrast image has 50 IRE units of video. (6) The lens ALC shall be adjusted to average. Q nF 1'? CITY OF OMAHA • PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION f. An optical filter and appropriate electronic circuitry shall be included in the image sensor to suppress "blooming" effects at night. g. It is preferred that the image sensor video signal be crystal synchronized. Line lock synchronization, however, is acceptable. h. Gamma for the image sensor shall be preset at the factory to a value of 1.0. 5.2 The image sensor shall be equipped with an auto-iris lens with fixed focal length to suite the site. The maximum aperture of the lens shall not be smaller than f1.8 and the minimum aperture shall not be larger than f300. The image sensor lens shall be prefocused at infinity at the factory. 5.3 The image sensor and lens assembly shall be housed in an environmental enclosure that provides the following capabilities: a. The enclosure shall be waterproof and dust-tight to NEMA-4 specifications. b. The enclosure shall allow the image sensor to operate satisfactorily over an ambient temperature range from -34° C to +60° C while exposed to precipitation as well as direct sunlight. c. The enclosure shall allow the image sensor horizon to be rotated in the field during installation. d. The enclosure shall include a provision at it's rear for connection of power and video signal cables fabricated at the factory. Input power to the environmental enclosure shall be 115 VAC 60 Hertz, with 240 VAC 50 Hertz as an option. e. A heater shall be at the front of the enclosure to prevent the formation of ice and condensation in cold weather, as well as to assure proper operation of the lens iris mechanism. The heater shall not interfere with the operation of the image sensor electronics, and it shall not cause interference with the video signal. f. The enclosure shall be light-colored and shall include a sun shield to minimize solar heating. The front edge of the sunshield shall protrude beyond the front edge of the environmental enclosure and shall include provision to divert water flow to the sides of the sunshield. The amount of overhang of the sunshield shall be adjustable to prevent direct sunlight from entering the lens. g. The total weight of the image sensor in the environmental enclosure with sunshield shall be less than 3.0 kg. nof12 - • CITY OF OMAHA PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION h. When operating in the environmental enclosure with power and video signal cables connected, the image sensor shall meet FCC class B requirements for electromagnetic interference emissions. 5.4 The video output of the image sensor shall be isolated from earth ground. All video connections from the image sensor to the video interface panel shall also be isolated from earth ground. 5.5 Video lightning protection shall be provided for individual image sensors. 5.6 Connections for both video and power shall be made to the image sensor using a single 18-pin circular metal shell connector (Bendix PTO7C-14-18P or equivalent). The mating cable shall use a right angle shell and shall be available in lengths of 1.5, 3, 10, and 20 meters to accommodate various installations. 5.7 A brushed aluminum junction box shall be available as an option with each image sensor for installation on the structure used for image sensor mounting. The junction box shall contain a terminal block for terminating power to the image sensor and connection points for coaxial cables from the image sensor and from the MVP. 5.8 A video interface panel shall be available for installation inside of the traffic controller cabinet. The amplifier shall provide coaxial cable connection points and an Edco CX06-BNCY or approved equal transient suppresser shall be included for each image sensor. The shield side of the coaxial cable connection at the transient suppresser shall be connected to earth ground via the transient suppresser. A video isolation amplifier shall be available as an option to be installed in place of the video interface panel. The isolation amplifier shall buffer the video signal and provide transient suppression. The isolation amplifier shall have a minimum common mode rejection ratio at 60 Hz of 100 dB. 5.9 The image sensor shall be connected to the MVP such that the video signal originating from the image sensor is not attenuated more than three (3) dB when measured at the MVP. When the connection between the image sensor and the MVP is coaxial cable, the coaxial cable used shall be a low loss 75 ohm precision video cable suited for outdoor installation, such as Belden 8281, West Penn P806, or approved equal. The coaxial cable shall not be spliced between the video interface panel /video isolation amplifier located in the traffic control cabinet and the junction boxes on the top of the street lighting poles. 6.0 SUPERVISOR COMPUTER AND SOFTWARE SYSTEM 6.1 Supervisor software shall use Windows 3.1, Windows NT 4.0, or Windows 95 and shall be provided as part of the bid. 1A F 11 CITY OF OMAHA PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION 6.2 The minimum supervisor computer system, as needed for detector setup and viewing of vehicle detections, shall consist of a notebook/laptop computer with an LCD display supporting 256 color operation, and a Windows- based interface software. 6.3 If a video digitizer board is required for detector programming or to allow the display of real time video, then the bidder shall provide three digitizer boards as part of his bid price. 6.4 The supervisor computers will be provided by the City of Omaha. Two desktop computers in the Downtown Office and one desktop computer in the Traffic Maintenance Shop in addition to two notebook computers will be used for this purpose. The supervisor computer can be any 486/50 or higher desktop or laptop computer with 8MB RAM, 200MB or more hard drive, and has Windows NT 4.0, Windows 95, or Windows 3.1 or higher. 6.5 The supervisor computer software shall include a Windows-based program to interface with the MVP. This software shall provide an easy to use graphical user interface and support all models/versions of the supplied MVP. The software shall support both still image and real-time viewing of video images within a window. 6.6 The supervisor computer software shall have passwords and multiple security levels of operation. 7.0 INSTALLATION AND TRAINING 7.1 The supplier of the video detection system shall supervise the installation and testing of the video detection system and computer software. A factory certified representative from the supplier shall be on-site during installation. 7.3 Enough training shall be provided to personnel of the City of Omaha in the operation, setup and maintenance of the video detection system. Instruction and materials shall be provided for a maximum of 6 persons and shall be conducted at a location selected by the City. This training shall be provided at no extra cost to the City. 7.4 The MVP and its support hardware/software is a sophisticated leading-edge of technology system. Proper instruction from certified instructors is required to ensure that the end-user has complete competency in system operation. The User's Guide is not an adequate substitute for practical classroom training and formal certification by an approved agency. 1 1 n f I') CITY OF OMAHA PUBLIC WORKS DEPARTMENT _ t _ • t, TRAFFIC ENGINEERING DIVISION 8.0 WARRANTY, MAINTENANCE, AND SUPPORT 8.1 The video detection system shall be warranted by its supplier for a minimum of two (2) years from date of acceptance by the City of Omaha. Acceptance will be the date shipment is approved for payment. 8.2 Ongoing software support by the supplier shall include updates of the MVP and supervisor software. These updates shall be provided free of charge during the warranty period. 8.3 The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. This program shall be made available to the City of Omaha in the foiill of a separate agreement for continuing support. 9.0 COST BREAKDOWN 9.1 A breakdown of the bid price shall be provided as shown in 9.2. This breakdown will not be used to evaluate the bid and no splitting of the bid will be made as a result of it. This breakdown will be used for purposes of budget and inventory only. 9.2 The breakdown of the bid price shall be as follows: Description Unit Price Machine Vision Processor $ each (MVP) W/Supervisor Cable Image Sensor, 8mm lens $ each Camera Interface Panel $ each Camera Cable Assembly-60 ft. $ each Camera Mounting Bracket for $ each Luminaire-Arm Mounting Dial Up Modem W/Cables $ each 10.0 DELIVERY AND PAYMENT 10.1 Delivery shall be made to the Traffic Maintenance Facility, 4303 South 50th Street, Omaha, Nebraska 68117. The bid price shall include all applicable shipping charges. 10.2 Payment shall be a lump sum total, approximately 45 days after invoice and all specifications herein are met. 12 of 12 7> 725A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr August 5, 19 9 7 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on July 2, 1997 for the installation ofa wide area vehicle detection system to be utilized by the Traffic Engineering Division ; and, WHEREAS,General Traffic Controls,Inc. submitted a bid of$25,050.00,being the lowest and best bid received within the bid specifications for the installation of a wide area vehicle detection system. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT;the bid of$25,050.00 from General Traffic Controls,Inc. for the installation of a wide area vehicle detections system to be utilized by the Traffic Engineering Division,a copy of the bid documents is attached and by this reference made a part hereof,being the lowest and best bid received within the bid specifications,be accepted and the purchase order be issued.. BE IT FURTHER RESOLVED: THAT, the Purchasing Agent be authorized to issue a purchase order to General Traffic Controls,Inc.for the installation of a wide area vehicle detection system. BE IT ALSO FURTHER RESOLVED: THAT,the Finance Department is authorized to pay the cost of the installation of a wide area vehicle detection system from the Traffic Engineering Capital Organization 1434,Fund 103. APPROVED AS TO FORM: ASSIS T CITY ATTORNEY DATE P:\PW1\6417.SKZ By _., Counc� ifFember Adopted Aug 5 g$7 7 - ' y Clerk Approved.... ........... �/�� r r � • V 1 `.. rn CA COD p CD O O O' a. N n c9"(IQ • • O . ' o b ,-. 1-i S..' Q \\c 6 ~' , ~ = '• N '4 • a a cD ( O Q; O • ,41, i ,_, . . o 0 d1! N..1 (-) ' '"...,:,..\\. NI 4, • ..... — O a co ar x p n '"- • �1 1,. _.