Addendum 3, GHTD RFP #05-013 page 1
GREATER HARTFORD TRANSIT DISTRICT GHTD RFP #05-013
PASSENGER INFORMATION DISPLAY SYSTEM
ADDENDUM #3 Issued April 5, 2013
1. Do you know if any of the carriers are looking for an automated interface? If yes, please
provide contact. RESPONSE: Yes, this is of interest for the future. Please direct any questions regarding automated interface to GHTD (Sandy Fry, [email protected], 860-247-5329 x3090) and we will follow up with the carriers.
2. Do you still plan on releasing some drawings of the Transit Center to assist in our estimating
and design approach? For example, a drawing(s) that identifies the location of the existing Server Room and Electrical Rooms/Panels that will be driving the new hardware would be most helpful. It would also allow the bidders to confirm solid linear foot estimates for calculating costs associated with power and data installation. RESPONSE: With this Addendum we are including 2 drawings from a recent project which show the location of the server room and 2 electrical rooms, Drawings E1.0A and E1.0B. The electrical rooms that may be used are labeled as Electrical 1 and Electrical 3. Prospective proposers and/or their representatives may contact Sandy Fry, [email protected], 860-247-5329 x3090, to arrange a time to visit the station for the purpose of examining the electrical rooms and server room.
3. Could you provide a photograph of the location where the video wall is to go? Is the video wall wall-mounted or self-supportive?
RESPONSE: See revised technical specification attached to this Addendum.
4. Will you specify the size of the video wall?
RESPONSE: See revised technical specification attached to this Addendum. 5. In regards to the response on Question 25 on Addendum 1; it is stated that the LED color of
the Gate displays has changed from Amber to Full Color. What is the minimum amount of colors that the LED Gate displays are to be able to support? Can a “mono” Amber color offering still be made for the Gate Displays as an option? RESPONSE: Upon further consideration the District has decided to revert back to LED color of Amber only for the LED gate displays. See revised technical specification attached to this Addendum.
6. The RFP has changed the LED requirement from Amber to Full Color. We are happy to support the same. However, there will be a price increase of the same. Can we supply the GHTD with options?
Addendum 3, GHTD RFP #05-013 page 2
RESPONSE: Upon further consideration the District has decided to revert back to LED color of Amber only for the LED gate displays. See revised technical specification attached to this Addendum.
7. Is the overall system (software to control these displays as well as the internal displays)
required to support “content” control of the Gate Displays; including making content for these displays as mentioned on the RFP under DISPLAY DATA FORMATS?
RESPONSE: Yes the overall system is required to support content control for the displays.
8. Since the Gate displays are double sided; are they required to have different content control
per face? Do you want the signs to be Single-Sided, facing the entrance/exit doorways, or double-sided?
RESPONSE: The signs are to be double sided with the same information on each side.
9. In regards to the buses per bay; are the same Bus routes and number assigned a specific
bay(s) always; or is it dynamic?
RESPONSE: The gate displays are to display departure information only. The intercity carriers estimate that about 90% of the time departures operate from the same specific gates.
10. The RFP and Addendum 1 have identified a preferred font size of 4" cap height, but it is not
clear what is to be displayed on the LED signs. For example, does Greyhound/Peter Pan want to confirm the Carrier, Bus Number, Destination, Departure Time, or some combination of the same? The answer to this question confirms the required sign format. The format, along with the character size, determines the size of the signs. The size of the signs, along with color and enclosure rating (NEMA 3R or NEMA4X, etc.) determine the cost of the signs. Please note that destinations can be up to 20 characters. It is best practice to have a fixed display, but it is also an option to travel or rotate the content on the display to save space.
RESPONSE: The content for the gate signs is discussed in greater detail in the revised technical specification which is attached to this Addendum.
11. The Current Plan holders list is included on the following page. Any Planholders added since Addendum 2 was published, are listed at the bottom of the Table.
Addendum 3, GHTD RFP #05-013 page 3
RECIPIENTS OF GHTD RFP #05-013
END OF ADDENDUM #3
Firm Name contact Person email address phone number
Alpine Systems, Inc. George A. Cone [email protected] 802‐422‐3008
ARINC Niels Smeehuyzen [email protected] 410‐266‐2085
Avail Technologies Mark Krueger [email protected] 814‐234‐3394 x62
Carousel Industries Darren lebel [email protected] 860‐760‐5204
Clever Devices Tom Smith [email protected] 516‐728‐8925
Com‐Net Software
Jansen Davidson
Tom Kosh
937‐859‐6323 x231
937‐589‐6323 x165
Construction Data Company Dierk McWilliams [email protected] 512‐634‐5981
Daktronics Koreen Bjorklund [email protected] 605‐692‐0200 x81332
Data Display USA
Michael Welsh
Craig Dickinson
631‐218‐2130 x40
631‐218‐2130
e.Republic Ian Walukones [email protected] 916‐932‐1413
Electro‐Matic Products, Inc. Jeffrey L. Bauman JLBauman@electro‐matic.com 248‐722‐4357
ETA Transit Systems, Inc. Nicole Castonguay [email protected] 888‐720‐0121
Four Winds Interactive
Alison Rank
Darcy Siegfried
Nimrod Halfon
720‐389‐3580
720 389 3685
Gray Rock Associates Owen J. Black [email protected] 203‐901‐0346
Hanover Displays Michael A. Gnerre [email protected] 201‐815‐6849
INFAX
Stan Walts
Jim McCloskey
678‐533‐4028
678‐533‐4023
International Display Systems, Inc.
Tricia Senkiw
Robert J. Keelor, Jr.
[email protected] 937‐293‐3118
Los Alamos Technical associates, Inc Albert Ng [email protected] 703‐850‐6747
Mad Systems Inc. Michele Mandala [email protected] 714‐259‐9000
Michael Baker Engineering, Inc. David Tudryn [email protected] 860‐257‐2416
MS Transit Solutions David F. Barrett [email protected] 727‐239‐9809
Nexus Alpha Low Power syustems Limited Julian Coleman [email protected] 01634 321146
Norseman Audio‐Video Systems Christy Patrick [email protected] 413‐527‐5100
Prime Vendor Inc. Jessica Munoz bids20@prime‐vendor.com 800‐746‐9554
Siemens William Conis [email protected] 212‐672‐4024
Sunrise Systems Steve Budak [email protected] 781‐826‐9706 x145
Symon Communications, Inc.
Mike Dimidjian
Joseph Kostrzebski
[email protected] 972‐543‐9725
Transitvue Communication Systems Henessy Fung [email protected] 213‐222‐8831
Transitvue Communication Systems, Inc. Maria Rivera
[email protected] 909‐627‐4100
Trapeze Software Group, Inc. Diane Parselias
[email protected] 480‐627‐8400
Corn Digital Sandy Yang [email protected] 909‐680‐3761 x37
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 1 OF 11
SECTION II - TECHNICAL
1. BACKGROUND AND OVERVIEW
A. PROJECT CONCEPT
The Greater Hartford Transit District is the owner and operator of the Union Station Intermodal Transportation Center located at One Union Place in Hartford, Connecticut. The Ground Transportation Center, constructed in the mid-1980’s, is located under the Amtrak rail line. This building was constructed on grade and is located approximately 5 feet below the elevation of the main level of the historic Union Station and immediately below the trestle structure. This addition was constructed and is maintained by the District. The Ground Transportation Center is a steel framed structure housing Amtrak, Peter Pan Bus Lines Inc., Greyhound Bus and several retail establishments. In addition to Amtrak rail service at historic Union Station, Peter Pan Bus Lines and Greyhound Bus lease fourteen (14) bus berthing areas and an indoor terminal at Union Station Transportation Center. The District is currently embarking upon a project with the City of Hartford to construct a transit nexus center, for CTTRANSIT service, on the east side (Union Place) of the station. This center will have three (3) bus berths. The District wishes to install an enhanced Passenger Information Display System (“PIDS” or “system”) to provide improved information to all station users. The PIDS will have three (3) distinct display components: 1) signage inside the transportation center that directs passengers to the appropriate bus gates and rail departure areas and has the capacity for video paging; 2) signs over bus bays identifying the appropriate boarding location for bus services; and 3) an indoor interactive kiosk that will provide bus and rail information and local information, including weather, local bus routes, events and destinations in the local area. The PIDS will be integrated with an audible public address system. The goal is to increase the ease of passenger flow through the use of digital electronic and/or LED signage and to provide general information that will improve the experience for all visitors to the station.
B. PROJECT SCOPE
The District seeks to identify a Proposer to recommend, install and test a fully functional Passenger Information Display System (PIDS), which meets or exceeds all of the needs/requirements of the District and tenant transportation companies. This system will efficiently address the priorities of the District, and anticipate needs for future upgrades, which may not be specified in this RFP. The goal is to select a Contractor to implement a “turn-key” system, which will include all acts, tasks, equipment, system components, and services required to provide the District with a PIDS that is fully functional and in accordance with the Contract and Specifications (collectively referred to as “Work”), whether or not such Work is specifically identified within this Request for Proposals and Specifications. The scope of work for this project is comprised of the following deliverables:
1. Design and Development: The successful contractor will work together with the
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 2 OF 17
District and the transportation companies that use the Transportation Center to design and develop PIDS details and functions and administrative and user interface.
2. Building and Testing: The contractor will assemble and install the system including complying with all federal, state and local electrical codes; and will test the system, in accordance with an approved Acceptance Test Plan. The contractor will be responsible for all the necessary fees, permits and licensing.
3. Training and Documentation: The contractor will provide training on PIDS functions and display design, maintenance and troubleshooting to District and transportation company staff.
4. Warranty/Maintenance: The equipment supplied by contractor shall be covered by a single warranty against defects in materials and workmanship for five (5) years.
The warranty shall provide for free replacement or repair of parts, including labor, travel time and service hours for the 5 year period. The warranty shall be administered by the same company that supplied the equipment.
The warranty shall be comprehensive. No deductibles shall be allowed for travel, service hours, repair parts cost, etc
Satisfactory warranty documents shall be provided prior to installation.
2. PIDS REQUIREMENTS
A. FUNCTIONAL REQUIREMENTS
The system must provide passenger information displays, schedule management and display creation functionality. The system must be able, at a minimum, to:
Manage separate bus company and train arrival and departure timetables through easy-to access business interface backed by standard database technology;
Drive a broad range of display devices (as described in more detail below) with automatically updated schedule information, though automatic updating may not be available for all carriers when the system is initially deployed;
Configure individual displays for layout at the display devices;
Provide business users the ability to create custom screen layouts, and passengers touch screen interactive information options;
Be able to expand for future display units utilizing existing software;
Provide compatible connection(s) to the existing Peter Pan, Greyhound, Amtrak, and CTTRANSIT data base infrastructure.
Integrate with the audible public address system so that all audio announcements are automatically displayed on the video wall and likewise all video announcements posted to the video wall are automatically made audible over the public address system.
Allow for future implementation of real time arrival and departure information, as this is made available by the carriers.
The system shall be wired by the Contractor, with all necessary permits, fees and licensing. There are ttwo electrical rooms in the Transportation Center which may be used as part of this project, labeled as Electrical Room 1 and Electrical Room 2 on Drawings E1.0A and E1.0B.
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 3 OF 17
B. DESCRIPTION OF DISPLAY DEVICES
The system will have three (3) distinct elements: 1. Schedule Displays and Video Paging System:
a. Furnish and install a video wall display in the Transportation Center. This shall provide, at a minimum, the following displays:
i. Scheduled arrival times at the Transportation Center for all Peter Pan and Greyhound buses and AMTRAK trains in chronological order for the next six hours from the current time, indicating carrier, route or end destination, and scheduled arrival times at the Transportation Center and remarks. The signs will accommodate a minimum of 8 lines of text for bus arrivals and 4 lines of text for train arrivals. See Figure 1 for display information.
ii. Scheduled departure times at the Transportation Center for all Peter Pan and Greyhound buses and AMTRAK trains in chronological order for the next six hours from the current time, indicating carrier, route or end destination, bus bay/or track, and scheduled departure times at the Transportation Center and remarks. The signs will accommodate a minimum of 8 lines of text for bus departures and 4 lines of text for train departures. See Figure 1 for display information.
iii. A map of the downtown area showing local bus stop locations iv. Announcements and video paging v. Allow for advertising
b. Given limited space availability in the Transportation Center, we suggest that the video wall be installed above the existing schedule and information array. The schedule array will be modified by the contractor as required to accommodate the video display. The schedule array will be turned 90 degrees and moved to the open space between the bus and rail counters (see Figure 2 for the dimensions of the schedule array and photos 1 to 5 of the schedule array and the proposed new location. See also drawing A-2.0 for the layout of the Transportation Center. Alternate placements may be suggested by the Proposer.
c. The video wall display and controller will provide the following displays as determined by the owner:
i. A single display over the entire screen ii. Two displays simultaneously, each in one-half of the screen and
scaled appropriately iii. Three displays simultaneously, with one in one-half of the screen, and
the other two in the remaining screen quadrants, each scaled appropriately
iv. Four displays simultaneously, with each one in a screen quadrant and scaled appropriately.
d. The video display wall will conform to the following minimum requirements: i. Each quadrant of the display shall be no larger than: 55 inch screen
size (diagonal), nominally 48 inches by 27 inches. Each screen shall be no wider than 36 inches, to match the width of the schedule array. Respondent should propose the size they recommend to be most appropriate.
ii. LCD technology
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 4 OF 17
iii. 1920 X 1080 resolution (full HD) iv. 15 million colors, minimum v. Direct LED backlight vi. 4000:1 contrast ratio vii. 120 Hz refresh rate
e. The Contractor shall provide all controller hardware and software required to operate the display panels.
f. The Contractor shall provide all power and communication connections to the video wall display and controller. The electrical power required shall provide safe, effective system operation consistent with all federal, state and local electrical codes.
g. The video wall will be 2 – sided, with 2 screens on each side. h. A second video display will be provided in the Great Hall of the station, in the
glassed in space illustrated in Photo 6. This display will consist of one screen and the display will alternate between arrivals and departures.
i. Public Address System i. The video wall is to be integrated with a new public address system
which will be installed as part of this project. The head end of the PA system is located in the Security Booth in the Transportation Center. Four (4) microphones are to be provided (one in the security booth, one at the Amtrak counter, one at the Peter Pan counter, and one at the Peter Pan dispatch office.) Speakers are required for the Transportation center, the intercity bus bay area, and the train platforms.
2. Gate Displays:
a. Display panels shall be installed at each of the bus bays, this includes 14 existing intercity bus bays on the west side of the station and 3 proposed CTTRANSIT bus bays (one display panel only for these three bays) on the east side (Union Place side) of the station. The signs shall provide, at a minimum, the following information. FOR INTERCITY BUS BAYS (See Figure 3) The signs shall alternate between a display of date and time, and the following information:
i. Bus Bay Identification (1 through 14 for intercity) ii. Bus Company Name iii. Route Designation (Bus Route Number and/or Destination City) of the
next bus to arrive at depart from the bay iv. Scheduled departure time with ability to convert to real time
information when that is available automatically. When real time is available, the sign will also show eEstimated number of minutes before bus arrives departs (“XX Min”)
v. Status of bus (Boarding, Departed, On-time Next departure, Delayed, etc.)
vi. For the CTTRANSIT bays, display a configurable number of departures, showing departures for next 30/60/90 minutes (configurable) display, allow for six(6) lines of text, with one line showing the date and time (see Figure 4 for illustration).
vii. Allow for advertising on Intercity bus bay signs and CTTRANSIT display.
b. The display panels shall conform to the following requirements: i. Double sided, with the same information on both sides.
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 5 OF 17
ii. Intercity Bus Bays: Suspended horizontally from the framework adjacent to each bus “gate”, or the respondent may propose an alternate installation.
iii. LED displays iv. LED colors – Amber v. Estimated LED life of 100,000 hours or greater in outdoor operating
conditions vi. 8 mm spacing vii. Character Height – ADA compliant with a minimum of 4 inches. viii. 30 degree viewing angle ix. Programmable brightness (for outdoor illumination) x. Battery back up (at the source, not at individual signs) – 4 hours xi. NEMA 3 4 enclosure equivalent or better, with vandal and tamper
resistance and maintenance access. xii. Length to be determined, to accommodate necessary information.
c. The Contractor shall provide all software required to operate the display panels. The software shall be recommended by the proposer.
d. The Contractor shall furnish and install all power and communication connections to the display panels. The electrical power required shall provide safe, effective system operation consistent with all federal, state and local electrical codes.
3. Touch Screen Kiosk
a. Furnish and install a touch screen kiosk in the Transportation Center. The kiosk will be located adjacent to a support column in the Transportation Center, see Drawing A2.0 for a planview of the Transportation Center. The touch screen kiosk will be configured to provide a number of user interactive services including, at a minimum, those defined below:
i. Time of day ii. Weather iii. CTTRANSIT Trip Planner iv. CTTRANSIT Hartford route and schedule information v. CTTRANSIT New Britain route and schedule information vi. Amtrak route and schedule information vii. Peter Pan route and schedule information viii. Greyhound route and schedule information ix. Train and bus arrivals and departures for Union Station x. www.hartford.com: information on events and attractions in Hartford xi. Central Hartford map of events and attractions. xii. Will allow for advertising
b. The kiosk will allow for smart phone communication, allowing users to download the screen results to their smart phone.
c. The touch screen kiosk will conform to the following minimum requirements: i. All steel construction ii. 19 inch LCD monitor (1280 X 1024 native resolution) iii. Secure bolting to the floor iv. Minimal footprint v. The kiosk shall be usable by people with disabilities meeting all
requirements for clearance and height of touch screen. vi. The kiosk shall provide a means for persons with visual disabilities to
access the kiosk information.
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 6 OF 17
d. The Contractor shall furnish and install all power and communication connections to the kiosk. The electrical power required shall provide safe, effective system operation consistent with all federal, state and local electrical codes.
C. SYSTEM REQUIREMENTS
EXTERNAL DATA
The system must be able to access external data, including the transportation companies’ schedules, and render that information to the required signage, so that ongoing maintenance of the sign system does not require extensive data manipulation. The system must be able to connect with the following data types:
MS Excel
Comma separated values (.csv)
Really simple syndication (newsfeeds, .rss)
Extensible markup language (.xml)
General transit feed specification (gtfs)
Weather
ODBC connections to external data sources
Ability to connect to Microsoft Exchange or any other format calendar.
LOGINS Maintain an unlimited number of user credentials (user name; password) with assignable rights. Rights are specified below:
Administrative rights - ability to add/change/delete schedules and manage other display information.
Company rights - ability to edit existing schedule status (delayed, cancelled, etc.) for schedules associated with the same bus company as the login.
DATA RELATIONSHIPS
The system must be able to maintain/modify the following relationships among data sets in order to simplify data entry and maintenance:
Transportation company to login association
Transportation company to schedule association
OTHER DATA ELEMENTS
Ability to maintain a holiday calendar and specify holiday events by schedule.
Ability to update for daylight savings time.
ADMINISTRATIVE APPLICATION The system must provide an administrative console (web-based) from which to administer the PID system. Following is a list of administrative console functions and features:
Password protected access
Manage/ create multiple users and rights on the screen. Default configuration will require two (2) administrative logins and a minimum of 10 company logins.
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 7 OF 17
Feature access is limited by transportation company association and/or individual rights. For example, the system can allow bus company representatives to login to the admin console and add/edit/delete attributes as specified by the system administrator.
Enable/disable an individual bus schedule from being displayed
View any display on the system with its current content and status
Enable/disable individual displays
Maintain a record of who accesses the administrative console.
SYSTEM DESIGN/USER INTERFACE The system design/user interface must be simple, intuitive and easy to use. We desire a system that will be easy for end users to learn. The system must include the following:
Deployable from existing computers
Ability to deploy to all 3 display types described above.
Allow any combination of simultaneous data formats on a screen (e.g. HTML plus Flash plus TV feed).
Provide dynamic integration for live data sources
Provide preview of signs, so users can review appearance prior to deployment on signs
Provide fully functional transitions for the interior signs.
Include an advertising sales management tool that can schedule and track advertisement plays by display unit.
Allow for advance scheduling and preview of displays.
Include a template creation tool for the interior displays.
Include built in multi language support
Provide static or scrolling message capability, assignable by display bank.
SERVER AND ARCHITECTURE REQUIREMENTS:
Windows server utilizing Windows 2008 R2 or Windows 2012 Server
Compatible with Windows Server 2008 or higher, including virtualized VMware hosts.
Compatible with SQL Server 2008 or higher
Clustering and failover options available
The location of the GHTD server room is shown on drawing E1.0A.
MANAGEMENT OF SYSTEM DISPLAYS
Manages schedule displays through a simple web interface or update status information with an automated serial or XML feed;
Drives remote LED’s through cellular modem
Ability to be serviced remotely in the event of a troublesome issue.
Easily send operational messages to all displays in a single station or system wide.
DISPLAY DATA FORMATS Both interior and exterior signage shall allow at a minimum the following display data formats at compatible display devices. Interior shall be in full color, exterior in amber color text.
HTML
Streaming Video (MPEG3, MPEG4)
Scrolling banners
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 8 OF 17
Macromedia Flash
Static images
Live TV feeds
FUTURE EXPANSION The Passenger Information Display System (PIDS) must be able to drive the new displays. Any required hardware or software will be specified by the Proposer. The PIDS must be able to support future expansion, including the following display types:
Additional touch screen kiosks
LED displays on the train platforms
Additional video wall units
Ability to tie into AVL (automatic vehicle location) systems used by the transportation companies
ENVIRONMENTAL
All driver hardware must be able to operate efficiently under the ambient air and dust conditions in the Transportation Center Complex. Electrical wiring must be compatible with existing power sources and levels and connect to the conduits available.
D. TRAINING/DOCUMENTATION
The successful proposer shall be responsible to provide training and documentation for the installed system.
TRAINING
The Contractor shall be responsible to train District designated personnel and transportation company personnel and will submit a Training Plan to the District for review and approval.
Staff training shall accommodate the following types of role specific training:
Updating the system database and transit schedules
Advance scheduling of content
Content management
Maintaining the way finding system
Trouble shooting and interpreting error messages
Developing and interpreting system statistics
Log in and password protected update procedures
Emergency information procedures
Trouble shooting
Maintenance
Practical training on equipment shall occupy a significant portion of all training classes.
The training presentations and material shall be in English.
Instruction shall cover equipment familiarization and systems operation. The minimum training is that which is necessary to bring those employees designated to the level of proficiency required for performing their respective duties.
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 9 OF 17
The Proposer shall provide experienced and qualified instructors to conduct all training sessions. The Proposer is responsible for ensuring that the instructors teaching these courses are not only familiar with technical information but are able to utilize proper methods of instruction, training aids, audiovisuals and other materials to provide for effective training.
The Proposer is responsible for providing all training materials, training aids, audiovisual equipment and visual aids needed for conduct of these courses.
Instructional materials consisting of applicable equipment operation and maintenance manuals, and supplemental notebooks consisting of additional drawings, procedures, and descriptive information shall be provided.
Student guides shall include full topic descriptions, illustrations as needed to enhance content presentation, and provide common problems with comprehensive solutions. Student guides shall mirror the instructor guides.
All training materials are to become the property of the District at the conclusion of training.
The Proposer shall submit the training curricula, presentations, and materials for review and approval by the District. No training shall commence until these items have been approved by the District.
SYSTEMS DOCUMENTATION
The Contractor shall provide the following documentation in hard copy (3 copies in 3-ring binders) and in electronic format:
Standard vendor operations and maintenance documentation for all hardware provided
System Users Manual, including operating instructions (e.g. each PIDS function and how it is used, programming each system function, making updates to the system database and schedules, reports and system statistics, trouble shooting the system and interpreting error messages.)
Final System design and Documentation to show the final system design, configuration, and as-built conditions.
Electrical and electronic drawings shall be supplied to show engineering changes made to any component or module up to the end of the warranty period of the system supplied.
The manuals shall be complete, accurate, up-to-date, and shall contain only information pertaining to the system installed.
E. TESTING/WARRANTY/MAINTENANCE
TESTING
The Contractor will submit an Acceptance Test Plan to the District for review and approval. The test plan shall document the procedures for testing and verifying the components, sub-systems, and the integrated PIDS. The test plan will establish a test case and verification technique for each system requirement and for each design element (with each test mapped to a specific requirement via a traceability matrix.) Each test case will include step-by-step procedures for conducting the test and the expected
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 10 OF 17
outcomes. Additionally, the test plan will provide general guidance for all testing and verification activities, including a schedule of the verification activities, and the identification of any required test equipment and simulation software. The test plan shall include a test of susbsytem integration to confirm that integrated devices communicate, exchange data and function as intended. The test plan will include the following:
System Acceptance Test (SAT) – the SAT is to be conducted upon completion of the PIDS, with all hardware, software, and integration work complete. Should any problems or errors be discovered during the SAT, the contractor will resolve the issue, and the complete SAT shall be conducted again until all test cases have been successfully verified.
30-Day Test Period – Following successful completion of the SAT, the District will have thirty (30) calendar days to observe and identify any hardware, software, or interface errors and deficiencies that materially impact the operation of the PIDS. Errors reported by the District and/or proactively identified by the Contractor during this period shall be corrected by the Contractor at no cost to the District. At the District’s sole discretion, depending on the frequency and the level of severity of the error or deficiency, the thirty (30) Day Test Period may be suspended pending a resolution of the issue. The Test Period will remain in suspension until the issue that prompted a suspension has been resolved. Upon successful resolution of such issue, the system will be monitored for a period of 48 hours to verify the system is stable and is performing as defined herein and in approved design documentation. After demonstrating that the PIDS is operating properly, the thirty (30) Day Test Period will resume.
Following completion of the 30-Day Test Period, the PID system will be accepted and the Warranty/Operations and Maintenance Support period shall commence.
WARRANTY AND OPERATIONS AND MAINTENANCE SUPPORT The awarded contractor shall provide on-site warranty maintenance, repair, technical and support services to the District for five (5) years after the acceptance of the PID system. The maintenance, repair, and technical support services shall cover every component of the PIDS, including software and hardware. The contractor shall respond to and remedy any service or maintenance issues, including software “bugs”, as requested by the District, to ensure proper operations of the PIDS. The contractor shall respond to all service requests within hours of receipt of the request, and shall remedy or otherwise resolve the issue within 1 business day of the request. The Contractor shall provide replacement parts, components or sub-assemblies for all items of equipment provided under this Contract in sufficient quantities to meet the estimated need for warranty and maintenance purposes.
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 11 OF 17
Proposers shall include information on Maintenance and service plans that include on-going technical support that covers options such as updating the user interface content and style. Respondents shall include information on the assumed need and rate of replacement parts for the PIDS over a five year period.
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 12 OF 17
FIGURE 1: ARRIVAL AND DEPARTURE SCREEN MOCKUP
ARRIVING FROM Carrier Route
Scheduled
Arrival time Remarks DEPARTING TO Carrier Route Gate
Sched
Departure
time Remarks
Boston Peter Pan 185 10:05 AM In gate Boston Peter Pan 185 2 10:05 AM Boarding
New York Port Authority Greyhound 63 10:15 AM on time New York Port Authority Greyhound 63 1 10:15 AM cancelled
Springfield Peter Pan 45 10:30 AM NOW 10:45 AM Srpingfield Peter Pan 45 5 10:30 AM on time
etc.
etc.
etc.
etc. etc.
etc.
ARRIVING FROM Service Number Arrival time Remarks DEPARTING TO Service Number Track
Sched
Departure
time Remarks
New York/Penn Station Vermonter 158 10:00 AM at platform New York/Penn Station vermonter 158 1 10:00 AM NOW 10:20 am
New Haven commuter 221 10:45 AM on time New Haven commuter 221 1 10:45 AM on time
Springfield commuter 155 10:55 AM NOW 11:12 AM Springfield commuter 155 1 10:55 AM cancelled
Montreal Vermonter 230 11.30 AM on time New York/Penn station NEC 230 1 11.30 AM on time
BUS DEPARTURESBUS ARRIVALS
TRAIN DEPARTURESTRAIN ARRIVALS
Monday February 23, 2013 9:45 AM
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 13 OF 17
FIGURE 2: SCHEDULE ARRAY
25 ½ “ to ceiling
72”
36”
24”
12”
37”
ceiling
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 14 OF 17
PHOTO 1: EXISTING SCHEDULE ARRAY
PHOTO 2: EXISTING SCHEDULE ARRAY, LOOKING TOWARD GREAT HALL
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 15 OF 17
PHOTO 3: SCHEDULE ARRAY
PHOTO 4: NEW LOCATION FOR SCHEDULE ARRAY, LOOKING TOWARD AMTRAK COUNTER
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 16 OF 17
PHOTO 5: NEW LOCATION FOR SCHEDULE ARRAY, LOOKING TOWARD PETER PAN/GREYHOUND COUNTER
PHOTO 6: LOCATION OF SECOND ARRIVAL/DEPARTURE SCREEN
RFP #05-013 REVISED TECHNICAL SPECIFICATION 4/5/2013 PAGE 17 OF 17
FIGURE 3: INTERCITY BUS BAY DISPLAY MOCKUP The display will alternate between the departure information and the date and time.
FIGURE 4: UNION PLACE TRANSIT CENTER DISPLAY MOCKUP
1 GREYHOUND 55 SCHED 10:20 AM
TO BOSTON DEPARTED
TODAY IS
4/4/2013 10:10 AM
30 BRADLEY FLYER 8:03 AM
82 TOLLAND ST/BUCKLAND 8:05 AM
83 SILVER LANE 8:10 AM
88 BURNSIDE AVE 8:10 AM
84 TOLLAND ST/ROCKVILLE 8:35 AM
4/1/2013 8:01 AM
THIS REMARKS SECTION WILL INCLUDE EITHER “DEPARTED” “ONTIME” “BOARDING” OR “CHANGED XX:XX AM”
REVISED:
These drawings and specifications are instruments of professional servicesand shall remain the property of the architect.These documents cannot be used in whole or in part for any other partiesother than as properly authorized by contract without the specific writtenauthorization of Gregg Wies & Gardner Architects LLC
É 2009 Gregg Wies & Gardner Architects LLC
DATE OF ORIGINAL:
CHECKED BY:
DRAWN BY:
JOB NUMBER:
SCALE:
PHASE:
SHEET OF
Boston, MA 02110
(617) 542-0810Fax 542-8451
77 Summer StreetTIHCRA ARTCE U L
REVISED:
These drawings and specifications are instruments of professional servicesand shall remain the property of the architect.These documents cannot be used in whole or in part for any other partiesother than as properly authorized by contract without the specific writtenauthorization of Gregg Wies & Gardner Architects LLC
É 2009 Gregg Wies & Gardner Architects LLC
DATE OF ORIGINAL:
CHECKED BY:
DRAWN BY:
JOB NUMBER:
SCALE:
PHASE:
SHEET OF
Boston, MA 02110
(617) 542-0810Fax 542-8451
77 Summer StreetTIHCRA ARTCE U L