Loading...
HomeMy WebLinkAboutAPPROVED_34 41 00 Roadway Sig Control Equip - DCR15_COR 34 41 00 - 1 DCR15 SECTION 34 41 00 ROADWAY SIGNALING AND CONTROL EQUIPMENT PART 1 GENERAL 1.01 SUMMARY A. This work consists of furnishing, installing and field testing all materials and equipment necessary to complete in place, fully functioning traffic signal system(s) consisting of controller assembly, signals, fiber optic interconnect, miscellaneous traffic devices, and appurtenances, including modifications to an existing system all in accordance with approved methods, the Contract Drawings, and Specifications at the intersections shown on the Contract Drawings: 1. For Washington State Department of Transportation, City of Renton, City of Kent and City of Auburn, see TSS Section 8-20. B. This Work consists of furnishing and installing poles, luminaire arms, pedestals, posts, mast arms, concrete foundations and back guy assemblies as shown on the applicable jurisdictions’ Standard Plans - Washington State Department of Transportation (Appendix O), City of Renton (Appendix P), City of Kent (Appendix Q), and City of Auburn (Appendix R) - and as specified in this Section. C. In areas where deteriorated conduits are encountered during trenching, the Contractor must promptly notify the Project Representative who will then determine if sleeving of conduits is required to keep backfill from entering the conduit. It is important to preserve conduits whenever economically practical for future use. D. The Contractor must become thoroughly familiar with the electrical environment within the Project Site and with the relevant Work. 1.02 REFERENCES A. For traffic signals that will be owned or maintained by the Washington State Department of Transportation, City of Renton, City of Kent, and City of Auburn, use references that conform to the standards and requirements for the applicable agency, and in the TSS Section 9-29. See Section 01 42 19 - Reference Standards and Appendix O, Appendix P, Appendix Q, and Appendix R. B. Reference Section 26 05 01 Basic Electrical Materials and Methods for Metro RapidRide Stations. 1.03 SUBMITTALS A. Submit the following in conformance with Section 01 33 00 - Submittal Procedures: 1. Product data demonstrating requirements compliance for: a. All traffic signal equipment DEVELOPMENT ENGINEERING msippo 04/09/2026 34 41 00 - 2 DCR15 B. Submit manufacturer's technical information to the Project Representative and the agency having jurisdiction over each Work Site for all wire, fiber optic cable, fiber splice closures, conduit, junction boxes, vaults, fiber patch panels, and all other items (such as service cabinets, signal cabinets, video detection cameras, PTZ cameras, street lights, electronic blanket out sign, GPS and Opticom) to be used on the Project to demonstrate compliance with the Contract Documents. Complete the submittal process in compliance with Section 01 33 00 - Submittal Procedures, before bringing material to the job site. C. Submit a one (1) meter sample cable section for each type of cable to be utilized for the work under this Section to the Project Representative. D. Fiber Optic Cable: Submit the product data, samples, and qualification submittals specified below in one package at the same time. 1. Product Data: a. Catalog sheets, specifications and installation instructions for all products. b. Complete manufacturer's construction details and specifications for the cables. Include for each type of cable: i. Physical and optical characteristics of the optical fibers including cable manufacturer's certified test data (attenuation, bandwidth). ii. Physical characteristics of strength members and jackets. iii. Maximum pulling strain allowed. iv. Crush resistance. v. Overall dimension of cable. 2. Splicing and termination data, including the following: a. List of materials. b. Method of connecting cables. c. Details of cable preparation. d. Method of applying materials, including quantities. e. Written statement from cable manufacturer that splices and terminations submitted are acceptable for use with their cable. f. Written statement from splicing/termination manufacturer that the connectors submitted are suitable for the proposed application. g. Written statement from cable manufacturer indicating recommended pulling compounds. PART 2 PRODUCTS 2.01 MATERIALS A. For traffic signals that will be owned or maintained by the Washington State Department of Transportation, City of Renton, City of Kent, and City of Auburn, use materials that conform to the standards and requirements for the applicable agency, referenced TSS and in the TSS Section 9--29 as well as the following: 34 41 00 - 3 DCR15 2.02 CITY OF RENTON A. Signing Materials And Fabrication: 1. Process Colors a. Back of mast arm mounted signs and associated banding shall match signal mast arm color. b. Pedestrian signs (W11-2 and W501 and associated signs/plaques mounted on the same post) shall be fluorescent yellow-green. 2. Reflective Sheeting a. Overhead signs shall be Type XI OmniCube, Series T-11500 by Avery Dennison, or Type XI Diamond Grade DG3, Series 4000 by 3M. B. Illumination, Signal, Electrical: 1. Conduit, Innerduct, and Outerduct a. Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. b. The conduit polyvinyl chloride (PVC) - non-metallic shall be Schedule 80 extra heavy wall (XW) PVC conforming to ASTM Standards. i. Conduit Sealing c. Cabinet conduit sealing shall be one of the following: i. Duo-fill 400 – self expanding waterproof foam ii. Jackmoon – Triplex Duct Plugs iii. O-Z Gedney – Conduit Sealing Bushings a) Mechanical plugs shall be installed per manufacturer’s recommendations. C. Junction Boxes, Cable Vaults, and Pull Boxes: 1. Standard Duty and Heavy-Duty Junction Boxes a. Standard Duty Junction Boxes i. Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate with non-slip treatment. Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid. Junction boxes placed in the sidewalks shall have non-skid lids. ii. Junction boxes shall be marked for use in accordance with the following schedule: a) Illumination: LT b) Traffic Signal: TS c) Interconnect Only: COMM D. Concrete Junction Boxes: 1. Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is ½ inch wide or less the slip-resistant treatment may be omitted on that portion of the frame. The slip- 34 41 00 - 4 DCR15 resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment (“M1” for Mebac#1; or “S3” for SlipNOT Grade 3- coarse) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a stainless steel weld bead. E. Fiber Optic Cable, Electrical Conductors, and Cable: 1. Fiber Optic Cable a. Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all the conduit, all required fittings, termination and other installation accessories, all in accordance with the Contract Documents. b. The fiber optic cable network shall be single mode, non-zero dispersion shifted, loose tube fiber capable of supporting both SONET transmission speeds and protocols up to 2.4 GE/s, and NTSC quality color video applications. Trace wire will need to be in cable or pulled in conduit with fiber cable. i. Install signal controller mounted patch panels for all fiber terminating applications. ii. Patch panels shall accept SC style connectors for terminations in the lower (main) compartment of the traffic signal cabinet, and patch panels shall accept LC style connectors for termination in the upper (ITS) compartment of the traffic signal cabinet where shown on the Drawings. iii. The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. iv. A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the Project Representative with As-Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. v. The Contractor is responsible for demonstrating the functionality of the installed system through testing. These tests shall be conducted in accordance with an approved test plan that shall cover the key functional requirements of the Work. The Contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. vi. The Contractor shall provide sufficient notice of not less than five (5) days prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. F. Electrical Conductors and Cable: 1. Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the Plans. 2. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the Plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. 34 41 00 - 5 DCR15 3. Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. G. Three-Conductor Shielded Cable: 1. Three conductor shielded cable (3CS) for the detector circuit for optical fire preemption receivers shall be Model 138 Opticom cable. H. Cable for Vehicle Video Detection Cameras: 1. Video detection cable shall be Ethernet type and conform to the video detection manufacturer’s recommendations. I. Light and Signal Standards: 1. Steel light and signal standards. 2. Luminaire/Signal pole cap, luminaire arm, and luminaire fixture cap shall be equipped with 3 prong stainless steel bird spikes, unless otherwise approved by the City. Bird spikes shall be painted to match luminaire pole color. Bird spikes shall meet the following criteria: a. 3-pronged shape formed by 3 spikes, aligned in a signal dimensional plane b. Total of 16 sets of 3-pronged shaped spikes oriented perpendicular on a 2’ long strip of UV protected polycarbonate base, that is either glued, screwed or tied down to any surface c. 5” long spike length d. Bird spikes shall be capable of preventing small to large bird species from landing and nesting on the luminaire pole cap, arm, and fixture cap. J. Decorative Signal Poles Type II and III: 1. The decorative signal poles type II and III shall be per the Plans. a. Poles and arms shall be factory galvanized, primed and finish coated per Section 3.02 of this document. K. Decorative Signal Poles Type I: 1. Decorative Pole a. Decorative signal poles shall be per WSDOT Standard Plan J-21.15 and the Plans. 2. Decorative Base a. The decorative base shall be constructed of cast iron and shall comprise of two (2) parts which are made in two (2) halves, resembling in design the VISCO OCT6 split base assembly. The bottom of the base is designed to be assembled around the pole base plate and has a bottom dimension of 18" point-to-point. The base is octagonal in design, and the top decorative section of the base is designed to be assembled around the pole, and shall have a 6" round I.D. to match the pole, with minimal clearance between base and pole. The overall height of the base shall be 24” tall. This casting has a removable access door that is positioned to match the handhole opening in the pole. The access door is secured to the base with two (2) stainless steel tamper proof machine screws. 34 41 00 - 6 DCR15 Each part’s half must bolt together in such a manner that there remains a minimal vertical seam, and each part is free of voids, porosity, fins and generally have a smooth sand cast finish. b. Pole and its subassemblies color shall be per Section 3.02 of this document. L. Signal Poles Type Pedestrian Pushbutton (PPB): 1. Type PPB signal poles shall be per WSDOT Standard Plan J-20.10 and the Plans. 2. Type PPB signal poles shall be as noted on the approved Plans. 3. Pole and its subassemblies color shall be per Section 3.02 of this document. M. Signal Poles Type Pedestrian Signal (PS): 1. The steel traffic poles shall be WSDOT Standard Plan J-20.16. 2. Poles and arms shall be factory galvanized, primed and finish coated as referenced in Section 3.02 of this document. N. Decorative Pedestrian Luminaire Poles: 1. Downtown decorative pedestrian luminaire poles and subassemblies shall be per City of Renton Standard Plans 117.2, 117.3 and 117.4. 2. Arterial street decorative roadway luminaire poles and subassemblies for all other areas shall be per City of Renton Standard Plans 117.1 and 117.3. 3. Arterial street decorative pedestrian luminaire poles and subassemblies for all other areas shall be per City of Renton Standard Plan 117.2, 117.3, and 117.4. 4. Pole and its subassemblies color shall be per Section 3.02 of this document. O. Decorative Luminaires: 1. Luminaire performance specifications shall be as follows: a. Roadway and pedestrian luminaires shall be LED type, wattages similar to the wattages shown in the luminaire schedules on the Plans. The roadway and pedestrian luminaire housing shall be dome shaped and similar to dimensions as shown on the Plans, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide tool less access to the internal components, upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. b. Lens module shall be clear tempered flat glass assembled on a cast aluminum lens frame, fitted with a silicon gasket compression system to attain an IP 66 rating. Upper housing shall have a 1 ½” hole predrilled at 5 ¾” from top of 4” tubing (upper housing) to accept 1” conduit that is party of the arm assembly. c. LED module shall be mechanically secured on a die cast aluminum heat sink, minimum 70 CRI, correlated color temperature to be 4000 Kelvin, Type III Optics. d. Driver module shall be auto adjustable 120-277VAC Class 1, wired at 240V, ROHS compliant assembled on a tool less removable tray with quick disconnects resisting to 221 Degrees F (105 C), high power factor of 90%. Minimum starting temperature shall be -40 degrees, maximum operating temperature of 130 Degrees F. On board thermal protection device reduces output current to 34 41 00 - 7 DCR15 150mA if internal driver temperature (Tcase) exceeds 185 Degrees F (85 C), provide 3-pole 10KV surge protector per IEEE/ANSI C62.41.2 C High. 3-Wire Terminal Block shall be affixed to the bottom of the driver module tray which is attached to the removable pole top cap, terminal block is pre-wired to driver module, provide UL, pertinent luminaire codification labels affixed to inside of the luminaire housing. e. Roadway and pedestrian luminaires shall be LED type, wattages similar to the wattages shown in the luminaire schedules on the Plans. The Contractor shall be responsible for verifying that the performance of the LED luminaires is adequate to comply with the City illumination standards without modifying illumination and signal pole locations shown on the Plans. AGI32 files shall be provided by the Contractor upon the request of the Project Representative. f. The roadway and pedestrian luminaire housing shall be dome shaped and similar to dimensions as shown on the Plans, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide tool less access to the internal components, upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. g. Optical assembly/reflector shall be made of pre-anodized aluminum, segmented in multiple facets, ventilated perforations and heat sinks to maximize heat dissipation. Reflector shall produce full cut-off Type III optics to meet the design/performance criteria, 4000K CCT. LED driver module rated for 120V- 277V operation, high power factor (90%), with a minimum starting temperature of -40 Degrees Fahrenheit, secured on a tool less access tray with quick disconnects. Individual LED chips or modules shall be removable by means of tool less access in the event they need to be replaced. LED driver not to exceed 750 MA. h. All decorative fixtures shall be of the same manufacturer and external appearance. i. All exposed hardware is stainless steel, textured finish on fixture and arm shall be per Section 3.02 of this document. P. Photoelectric Controls: 1. Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. 2. The photocell shall be a solid state device with stable turn-on values in the temperature range of -55 degrees C to +70 degrees C. The photocell shall be rated as a ten-year (or higher) life expectancy. Q. Control Cabinet Assemblies: 1. Environmental, Performance and Test Standards for Solid-State Traffic Controller a. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Project Representative. Testing and check-out of all timing circuits, phasing and signal operation shall be at the City of Renton Maintenance Signal Shop, 34 41 00 - 8 DCR15 Renton, Washington. The contractor shall give the City of Renton Maintenance Signal Shop at least one week lead time to delivery. The contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the job site, and install. Allow for three weeks for testing. b. The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Project Representative of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. R. Traffic Signal Controller Assembly Testing: 1. The Contractor shall give fourteen (14) days written notice to the Project Representative prior to delivering the signal control equipment to the City of Renton Maintenance Signal Shop. The equipment shall be delivered far enough in advance of actual need to allow for testing by the City of Renton Maintenance Signal Shop. This may involve retesting because of failures or rejections. The City of Renton Maintenance Signal Shop may require thirty-five (35) days for testing the signal control equipment. This time will increase if the equipment does not meet the contract requirements or is incomplete. If more than thirty-five (35) days are required for any individual testing or retesting by the City of Renton Maintenance Signal Shop. 2. Tests in environment chamber will only be run as needed for type changes. 3. Upon successful completion of testing by the City of Renton Maintenance Signal Shop, the signal controller equipment shall be available for pickup. A certificate verifying environmental testing, if required, shall be supplied in the cabinet to the City of Renton Maintenance Signal Shop for each respective control cabinet. 4. The Contractor shall notify the City of Renton Maintenance Signal Shop in writing a minimum of fourteen (14) days before the Contractor is ready to pick up the signal controller cabinet. The Contractor shall not pick up the controller cabinet from City of Renton Maintenance Signal Shop until the electrical service is energized and all site preparation required to install the controller cabinet is complete. 5. The supplier has seven (7) days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. All failed or rejected equipment shall be removed from the City of Renton Maintenance Signal Shop within seven (7) days following notification; otherwise, the failed or rejected equipment will be returned, freight collect, to the Contractor. S. Traffic Signal Controller: 1. Traffic Signal Controller Hardware: a. The NEMA controller shall be a Yunex Blade Edge series Advanced Traffic Controller (ATC) model with removable display unit and shall be approved by Transportation ITS and Maintenance Manager Eric Cutshall. 34 41 00 - 9 DCR15 b. The controller shall also be completely operable with the City of Renton’s TACTICS central management system and the SCOOT adaptive signal control system. The controller shall provide the following: i. With Sepac firmware 5.5.X or Higher as described in Section 9-29.13(4) ii. Experience versatility with a Slim 2U enclosure for shelf mount version iii. Enhanced UX and optimized workflows for ease of use iv. Powerful Quad-Core ARM Co-Processor to compliment PowerPC Engine Board v. Enhanced communication options including 4-port managed switch, Wi-Fi Access Point, LTE/5G modem, and Power-over Ethernet vi. Direct GNSS connection vii. Easily configure, diagnose and remotely update with the browser-based user interface viii. Ready for 48 VDC cabinets ix. High security level with authentication and security updates, secure boot, firewall and VPN support. x. Supports all ATC and NEMA standards xi. 7-inch full color touchscreen display c. Technical Details i. Configurations for NEMA TS1/TS2, ATC and 33X cabinets ii. Engine board with Linux 4.4 with Super Long-term support for running SEPAC iii. Compatible with NEMA, ATC 5201 v06, NTCIP 1202 and NTCIP 1211 standards iv. Wi-Fi / Bluetooth hotspot for smart devices and travel time applications v. GNSS with 2.0 m CEP position accuracy and WAAS corrections support (GPS, Galileo, GLONASS, Beidou) vi. 4 x Ethernet with 4 port Ethernet switch vii. Browser-based WebGUI for remote diagnosis and configuration viii. Optional built in PoE injector. Built in PoE is optional per Agency specification. d. Security i. Compliant with CTIA Cybersecurity Certification ii. Integrated Advanced Security, Safety and Reliability e. CPU / Memory i. Quad core CPU at 1.6 GHz for edge computing ii. 4GB DDR RAM iii. 32GB Flash f. Interfaces i. NEMA TS1 A, B, C, D connectors ii. NEMA TS2 Port 1 connector iii. 4x 10x100/1000BASE-T Ethernet ports iv. 1 x 802.11 b/g/n Wi-Fi & Bluetooth 5.0 BR/EDR/BLE 34 41 00 - 10 DCR15 v. Optional legacy GPS, RS-232, Frequency Shift Keying (FSK). GPS, RS-232, or FSK is optional per Agency specification. vi. 4-port managed 10/100 1000BASE-T switch vii. 1 x internal mPCIe slot for future extension g. Mechanics i. Dimensions: 3.5” H x 17.3” W x 11.5” D ii. Weight: 15 lbs. h. Environmental i. Operating Temperature: -34 to +74°C i. Power i. Input: 110/220 VAC ii. Power consumption: 45 W iii. Advanced feature: redundant power supply T. Traffic Signal Controller Software: 1. Traffic Signal Controller Software: a. The controller shall function with Siemens SEPAC firmware 5.5.6 unless approved by Transportation Maintenance Manager, Eric Cutshall, and shall also be completely operable with City of Renton’s TACTICS central system and SCOOT adaptive control system. Modifications to existing traffic signals running SCOOT programming shall require reconfiguration and programming. Reconfiguration and reprogramming shall be performed by SCOOT vendor. All costs associated with this work shall be the responsibility of the Contractor. Contractor shall provide scope of work and/or submittal to the City of Renton Public Works, Transportation Systems Division, Operations for review and approval prior to implementation of reconfiguration and programming. b. Installation of SCOOT module and additional license is necessary for intersections of Carr/105th and 108th/180th. Provide SCOOT system detectors layout per manufacturer’s recommendations for City of Renton verification. New installation includes intersection set up, configuration, programming in Tactics (signal management system) and SCOOT (adaptive system) by vendor is required. City of Renton does not set up or configure new SCOOT signal. Vendor to coordinate with Transportation Maintenance Manager, Eric Cutshall for installation. SCOOT intersection display map shall be created in City of Renton SCOOT system. SCOOT area map shall be updated to show this new signal on the corridor. The SCOOT intersection node architecture diagram and database design diagram shall be provided to City of Renton Public Works Transportation Operations for review and approval prior to implementation of reconfiguration and programming. The adjacent SCOOT traffic signals next to the new SCOOT traffic signal shall be reconfigured and reprogrammed, performed by SCOOT vendor, to re-optimize the operational performance as the corridor. All costs associated with this work shall be the responsibility of the Contractor. U. Flashing Operations: 1. Police Panel Switch. When the flash-automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash as programmed for emergency flash and apply stop time to the controller. When the 34 41 00 - 11 DCR15 switch is placed on automatic, stop time shall be removed from the controller except when the malfunction management unit (MMU) has commanded flash operation. 2. Controller Cabinet Switches. When the flash-automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall continue to function. When the flash-automatic switch is placed in the automatic position, the controller shall immediately resume normal cyclic operation. Adjacent to the flash-automatic switch shall be a controller on-off switch. If the flash-automatic switch is in the automatic position and the controller on-off switch is placed in the OFF position, the signals shall immediately revert to flash. 3. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays. 4. The following is a supplement: a. Flash unit shall be a two-circuit type, capable of switching loads up to 1000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. V. Emergency Pre-emption: 1. Immediately after a valid call has been received, the preemption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. Termination of the pre-emption sequence shall NOT place a call on all vehicle and pedestrian phases. Pre-emption indicators, if required, shall turn on when the controller reaches the pre-empted phase. 2. Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack wired to accept GTT Opticom discriminator type units. The pre-emption system operation shall be compatible with the 764 GTT company "Opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters and GPS Opticom antenna. 3. The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed "line of sight" path or within range of the antenna if the vehicle is equipped with a global positioning system (GPS) receiver. The system shall cause the traffic signals controller to move into an appropriate fire pre-emption program. This optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following components: a. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy emitter's signal. There shall also be a GPS antenna on the signal pole located closest to the traffic signal controller cabinet and shall receive a GPS signal. b. Discriminators which shall cause the signal controller to go into internal pre- emption which will give the authorized vehicle the right of way in the manner shown on the phase sequence diagram. 34 41 00 - 12 DCR15 W. Optical Detector: 1. Shall be of solid state construction. 2. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. 3. Shall operate over an ambient temperature range of -40F to +180F (-40C to +85C). 4. Shall have internal circuitry encapsulated in a semi-flexible compound and shall be impervious to moisture. 5. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on not less than thirty microseconds. X. GPS Radio Unit Antenna: 1. The Opticom GPS System assists authorized vehicles through signalized intersections by providing temporary right-of-way through the use of common traffic controller functions. The GPS receiver with antenna and a 2.4 GHz spread spectrum transceiver with antenna shall be weather resistant RF energy-emitting Opticom 3100 GPS Radio Unit with installation cable per manufacturer’s recommendations. Y. Discriminator: 1. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. 2. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. 3. Phase selectors shall be able to validate both IR detectors and GPS enabled receivers. Z. Wiring Diagrams: 1. The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. The cabinet shall be furnished with (3) complete sets of cabinet prints. All cabinet wiring, and layout shall come on (1) E1 size sheet, multiple pages shall not be allowed. Upon request (1) USB memory stick with AutoCAD v2008 cabinet drawing for the cabinet wiring can be provided direct to the agency. AA. Radio Interference Suppressors: 1. A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or approved equal shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. 34 41 00 - 13 DCR15 BB. Auxiliary Equipment for NEMA Controllers: 1. For standard signal installations, the following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic-actuated controllers: a. Auxiliary Panel i. The cabinet shall include an auxiliary switch panel mounted to the interior side of the police panel compartment on the cabinet door. The panel shall be secured to the police panel compartment by (2) screws and shall be hinged at the bottom to allow access to the soldered side of the switches with the use of only a Phillips screwdriver. Both sides of the panel shall be silkscreened. Silk-screening on the backside of the switch panel shall be upside down so that when the panel is opened for maintenance the silk-screening will be right side up. All of the switches shall be protected by a hinged see-through Plexiglas cover. ii. At a minimum the following switches shall be included: a) Controller ON/OFF Switch: There shall be a switch that renders the controller and load-switching devices electrically dead while maintaining flashing operations for purpose of changing the controller or load- switching devices. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. b) Signals ON/OFF Switch: There shall be a switch that renders the field signal displays electrically dead while maintaining controller operation for purpose of monitoring controller operations. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. c) Stop Time Switch: There shall be a 3-position switch labeled “Normal” (up), “Off” (center), and “On” (down). With the switch in the “Normal” position, a stop timing command shall be applied to the controller by the police flash switch or the MMU (Malfunction Management Unit). When the switch is in its “Off” position, stop timing commands shall be removed from the controller. The “On” position shall cause the controller to stop time. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. There shall be a red LED indicator light that illuminates when stop time is applied. d) Technician Flash Switch: There shall be a switch that places the field signal displays in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or MMU. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. e) Vehicle Test Switches: All eight vehicle phase inputs shall have a 2 position (on, on) test switch. Switches shall be labeled “On” (up) and “Test” (down). With the switches in the “On” position normal operations of the vehicle detection. When in the “Test” position a constant input shall be applied to the controller. The switches shall directly input a call to the related controller vehicle phase without routing the call through the detector rack(s) when activated. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8. f) Pedestrian Test Switches: All eight pedestrian phase inputs shall have momentary pushbutton test switches with black caps. The switches shall 34 41 00 - 14 DCR15 directly input a call to the related controller pedestrian phase. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8. b. Police Panel i. Behind the police panel door there shall be switches for use by emergency personnel. The wiring for these switches shall be accessible when the auxiliary panel is open. The following switches shall be included; a) Flash Switch: There shall be a switch for the police that puts the cabinet into flashing operations. The switch shall have two positions, “Auto” (up) and “Flash” (down). The “Auto” position shall allow normal signal operation. The “Flash” position shall immediately cause all signal displays to flash as programmed for emergency flash and apply stop time to the controller. When the police flash switch is returned to “Auto”, stop time shall be removed from the controller except when the MMU has commanded flash operation. The effect shall be to disable the police panel switch when the MMU has detected a malfunction and all controller and MMU indications shall be available to the technician regardless of the position of the police flash switch. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. c. Cables i. All wire cable bundles shall be encased in flex or expandable braided sleeving along their entire free length. ii. All synchronous data link control (SDLC) cables shall be terminated on both ends, securely terminated to the SDLC interface panel with screw type connection and professionally routed in the cabinet interior to easily reach the load bay, controller, malfunction management unit and detector racks. All SDLC connectors shall be fully populated with 15 pins each. d. Flashing Operation i. All cabinets shall be wired to flash for all vehicle channels. Flashing operation shall alternate between the used vehicle phases 1, 4, 5, 8, OLA, OLD, OLE & OLG and 2, 3, 6, 7, OLB, OLC, OLF & OLH. Flash programming shall be either red, yellow or no flash simply by changing wires on the front of the load-bay. e. Detector Racks i. At a minimum, the cabinet shall be wired to accommodate (32) channels of detection as follows: a) One detector rack shall be standard size and support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of Opticom™ preemption. This rack shall be capable of using both two channel or four channel detection devices or Opticom™ cards. b) One detector rack shall be half width size and support (16) channels of loop detection and one (1) Buss Interface Unit (BIU). This rack shall be capable of using half width four channel detection devices. c) The loop cabling shall be connected via a 37-pin DB connector using spring clips. The Opticom cable shall be connected via a 24-pin connector using locking latches. The power cable shall be a 6-pin connector. All power wires shall be 18 AWG. The addressing of detector racks shall be accomplished via dipswitches mounted to the printed circuit board (PCB). There shall be the capability to turn off the TS2 status to the BIU for the 34 41 00 - 15 DCR15 uses of TS1 detector equipment via dipswitches mounted to the PCB. There shall be a 34-pin connector using locking latches that breaks the output from the detector to the input of the BIU, there shall also be +24VDC and logic ground on this connector. All racks shall have space at the bottom front for labeling. All racks shall be designed for horizontal stacking. Separate racks for detection and preemption are not allowed. f. Detection Panel i. The detection panel shall support (32) channels of vehicle detection, (4) channels of emergency vehicle preemption detection, (8) channels of auxiliary emergency vehicle preemption detection, (8) channels of pedestrian detection and (8) pedestrian returns on a single panel. The pedestrian call terminal block shall be (2) single row terminals. They shall be connected by removable buss bars. ii. The loop wires shall be a 22AWG twisted pair, color coded as follows; channel one brown, channel two red, channel three orange and channel four yellow. One of the twisted pair wires of all colors shall have a white tracer and land on the second position terminal of each loop. iii. The emergency preempt wires shall be color coded as follows; +24VDC orange, preempt inputs yellow and ground blue. iv. This panel will be mounted on the left side of the cabinet below the bottom shelf. The panel shall also include a (19) position solid aluminum, tin plated neutral and ground buss bars with raised slotted & torque style screws heads. They shall be mounted vertically at the bottom of the panel. v. The Opticom and pedestrian terminal blocks shall be labeled as follows: a) Opticom + orange: 5A1, 5B1, 5C1, 5D1 b) Opticom call yellow: 5A2, 5B2, 5B3, 5B4 c) Opticom – blue: 5A3, 5B3, 5C3, 5D3 d) Pedestrian Calls: 714, 724, 734, 744, 754, 764, 774, 784 e) Pedestrian returns: 715, 725, 735, 745, 755, 765, 775, 785 g. Power Supply Interface Panel i. The power supply interface panel shall include terminations for all the cabinet power supply inputs and outputs. It shall have a protective plastic cover. This panel shall be mounted on the left wall of the cabinet. h. SDLC Panel i. The SDLC panel shall have (12) 15 socket DB connectors mounted to a PCB. The PCB shall be mounted to an “L” bracket for attaching to cabinet “C” channel. All SDLC cables shall attach with screw type retainers. There shall be one position with latching blocks to mate with latching spring blocks. This panel shall be mounted on the left wall of the cabinet between the shelves. i. Video Detection Panel i. The video detection interface panel shall be the single point interface for video power and coax cabling. The panel shall have (6) individual coax surge arrestor EDCO CX06-M and 1 amp circuit breaker so that individual cameras can be replaced in the field without disrupting the entire video detection system. A 10 position terminal block with #8 screws, to provide termination for 120VAC and camera 120AC line. A solid aluminum tin plated neutral and 34 41 00 - 16 DCR15 ground buss bar with raised slotted & torque style screw heads shall also be mounted to this panel. j. Service Surge Suppression i. The cabinet shall be equipped with an CITEL surge protection device (SPD) model DS72US-120S/G-F-ASSM , or approved equal, mounted on the power panel. It shall be installed after the main breaker (CB1). The auxiliary breaker (CB2) shall be wired after the SPD. (1) spare modular cube for the MOV & GSG circuits shall be supplied with each cabinet. CITEL part numbers DSM70U-210 and DSM70UG-600. k. Power Panel i. The power panel shall handle all the power distribution and protection for the cabinet and shall be mounted in the bottom right side of the facility. All equipment shall be mounted on a 12” x 17” or smaller silkscreened aluminum panel and include at a minimum the following equipment: a) A 40-amp main breaker shall be supplied. This breaker shall supply power via CITEL DS72US-120S/G-F-ASSM to the load bay, load switches, auxiliary panel, controller, MMU, power supply, detector racks, quad & quad ITS smart convenience outlet. b) A 20-amp auxiliary breaker shall supply power to the fan, light and ground fault circuit interrupter (GFI). c) A 15-amp auxiliary breaker shall supply power to the ITS compartment power panel. This breaker shall have its own line in from the service cabinet and not pass through the UPS equipment or main cabinet SPD. d) A 50-amp, 125 VAC radio interference line filter. e) A normally open, 50-amp, solid-state relay. The relay shall have a green LED light that is on when energized. f) One see-through Plexiglas cover on stand-offs to protect maintenance personnel from AC line voltages. It shall cover the top and front of the power panel. With cover on access to the neutral and ground busses is possible. It shall also cover the utility power in terminal block. The protective cover shall have a slot to access the field side of said power block with a standard screwdriver. This shall be removable by loosening screws but without removing screws. g) Two (19) position solid aluminum, tin plated neutral buss bar with raised slotted and torque style screw heads. h) One (19) position solid aluminum, tin plated ground buss bar with raised slotted and torque style screw heads. l. Fiber Optic Termination Panel i. The main upper compartment of the cabinet shall come with a 12-port wall mounted fiber optic termination panel with loaded duplex single-mode SC coupler plates and splice tray. The panel shall be a Corning SPH-01P with (1) CCH-CP12-59 coupler plate. ii. Where terminations are shown into the ITS upper compartment of the traffic signal cabinet, the cabinet shall come with a 12-port wall mounted fiber optic termination panel in the ITS upper compartment with loaded duplex single- mode LC coupler plates and splice tray. The panel shall be a Corning 34 41 00 - 17 DCR15 SPH-01P with one (1) CCH connector panel that accommodates 12 LC/UPC single-mode connectors supplied with protective covers. m. Ethernet Switch i. The RUGGEDCOM is a utility-grade, fully managed Ethernet switch, providing six or eight ports of Gigabit Ethernet. Six 10/100/1000BaseTX triple speed copper ports are standard. An additional two Gigabit fiber or copper ports can be added. Provide connections to a cluster of field devices to a Gigabit Ethernet backbone. Provide two fiber optical Gigabit Ethernet ports for creating a fiber optical backbone with high noise immunity and long-haul connectivity. ii. The Ethernet switch shall be a SIEMENS/RuggedCom model RSG910c with (2) 99-25-0100 mini SFP transceivers SM LC 1310nm, 10km distance. The Ethernet switch warrantees shall be in the name of City of Renton. a) The following cables and cords shall be supplied with the Ethernet switch: i) Two single mode patch cords (LC to SC) ii) One 16-gauge 3 conductor power adapter iii) Four Cat6 patch cables n. Malfunction Management Unit (MMU) i. The cabinet shall come with a (MMU) that meets all the requirements of NEMA TS2-2003 while remaining downward compatible with NEMA TS1. It shall have (2) high contrast LCD displays and an internal diagnostic wizard. It shall come with a 10/100 Ethernet port. It shall come with software to run flashing yellow arrow operation. The MMU shall be an Eberle Design, Inc. (EDI) model MMU2-16LEip. o. Load Switch i. The cabinet shall come with (16) load switches. All load switches shall be discreet type and have LED indications for both the input and output side of the load. The load switches shall be PDC model SSS-87 I/O. p. Flasher i. The cabinet shall come with (1) flasher. The flasher shall be discrete type and have LED indications. The flasher shall be PDC model SSF-87. q. Flasher Transfer Relay i. The cabinet shall come with (8) heavy duty flash transfer relays. The relays shall be Detrol Controls model 295. r. Bus Interface Unit (BIU) i. The cabinet shall come with (4) bus interface units (BIU). These shall meet all the requirements of NEMA TS-2 1988 standards. In addition, all BIUs shall provide separate front panel indicator LED’s for DC power status and SDLC Port 1 transmit and receive status. The (BIU)’s shall be Eberle Design, Inc. (EDI) model BIU-700. s. Power Supply (PS) i. The cabinet shall come with a shelf mounted cabinet power supply meeting at minimum TS 2-2003 standards. It shall be a heavy-duty device that provides +12VDC at 5 Amps / +24VDC at 2 Amps / 12VAC at .25 Amp, and line frequency reference at 50 mA. The power supply shall provide a separate front panel indicator LED for each of the four outputs. Front panel banana 34 41 00 - 18 DCR15 jack test points for 24VDC and logic ground shall also be provided. The power supply shall provide 5A of power and be able to cover the load of four (4) complete detector racks. The (PS) shall be Eberle Design, Inc. (EDI) model PS250. t. Detection Processor i. Detection processors shall be provided for each video/radar multi-sensor devices in the intersection. These shall be 2-channel processors that accept (NTSC) or (PAL) signals from an external video source via BNC type connectors located on the front of the processing unit. The sensor input shall also facilitate the data from the radar sensor. An LED indicator shall be provided to indicate the presence of the sensor signal. The LED shall illuminate upon valid sensor synchronization and turn off when the presence of a valid sensor signal is removed. ii. One video output shall be provided. The real time video output shall have the capability to show text and graphical overlays to aid in system setup. The overlays shall display real-time actuation of detection zones upon vehicle detection or presence. Four (4) open collector outputs shall be provided. Additionally, the detection processor shall allow the use of extension modules to provide up to 24 open collector contact closures per camera input. Each open collector output shall be capable of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle detection indicators as well as discrete outputs for alarm conditions. iii. The system shall be capable of automatically detecting a low-visibility condition such as fog and respond by placing all effected detection zones in a constant call mode. A user-selected alarm output shall be active during the low-visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier. The system shall automatically revert to normal detection mode when the low-visibility condition no longer exists. iv. Placement of detection zones shall be done by using only a pointing device, and a graphical interface built into the processor and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required to program the detection zones. v. Up to six video detection zones per sensor input shall have the capability to count the number of vehicles detected. The zone shall also have the capability to calculate and store average speed and lane occupancy at bin intervals. One radar sensor zone shall also count vehicles, calculate, and store the average speed and lane occupancy across the approach. In addition to the count type zone, the processor shall be able to calculate and/or acquire average speed and lane occupancy using both video and radar sensors. vi. The processor shall support bicycle type zones where the zone can differentiate between motorized vehicles and bicycles, producing a call for one but not the other. Bicycle zone types shall only output when a bicycle is detected. Larger motorized vehicles such as cars and trucks that traverse a bicycle zone shall not provide an output. Bicycle zones shall have the ability to have extensions assigned to individual bicycle zones for applications where the traffic controller does not have bicycle specific detection inputs. 34 41 00 - 19 DCR15 The DP shall provide the ability to assign a separate output channel for bicycle zones to allow traffic controllers to implement special bicycle timing for applications where the traffic controller has separate bicycle detection inputs. vii. The detection processors shall be an Iteris model EDGE2-2N-PAK. u. Remote Communication Module i. A rack mount remote communications module shall be provided that allows for remote viewing and management of detection processor programming zone information via Ethernet communications. The module shall use MPEG4 or H.264 compression achieving frames rates up to 30 frames per second. The video input shall be via (4) BNC connectors with a DB15 spider cable. There shall be (4) RJ45 connectors for connection to extension modules, and (1) RJ45 connector with 10/100TX connection for IP communications. ii. The remote communications module shall be an Iteris model EDGECONNECT-PAK. v. Opticom i. The cabinet shall come with (1) 4-channel rack mounted Opticom™ phase selector. This device shall be capable of receiving encoded signals from Opticom series 700 emitters and detectors. The Opticom™ phase selectors shall be Global Traffic Technologies model 764. w. UPS System i. The cabinet shall come with a complete uninterruptible power system (UPS) which shall include at a minimum a UPS invertor module with SNMP adapter, automatic transfer switch assembly, batteries, battery cables and a remote battery management system. All other auxiliary equipment for a complete functioning UPS system shall be included. x. UPS Module i. The cabinet shall come with (1) FXM 1100W uninterruptible power supply invertor that supplies clean reliable power control and management. It shall have Automatic Voltage Regulation (AVR), an Ethernet SNMP interface and a control and power connection panel that is rotatable for viewing in any vertical or horizontal orientation. It shall have nominal dimensions of 5.22” x 15.5” x 8.75” and come with mounting brackets. The UPS module shall be an Alpha model 017-230-23. y. UATS/UGTS Assembly i. The cabinet shall come with (1) universal automatic transfer switch and universal generator transfer switch connected between the UPS module and the batteries. It shall have surge protection, have dimensions of 3.25” x 15.5” x 6.00” and come with mounting brackets. The ATS module shall be an Alpha model 020-168-25. z. UPS Batteries i. The cabinet shall come with (4) high performance silver alloy sealed valve regulated lead acid AlphaCell™ XTV Gel Cell batteries with 112Ah runtime. The UPS batteries shall be Alpha model 240XTV. aa. UPS Battery Harnesses i. The cabinet shall come with (1) battery cable (10) foot long wired for (4) batteries. The battery harness shall be Alpha model 740-628-32. 34 41 00 - 20 DCR15 bb. Battery Management System i. The cabinet shall come with a Remote Battery Monitoring System (RBMS)™ battery charge management system which extends battery operational life. It shall have (4) BS3B01204-EQ sensors for (4) battery systems and shall be an Alpha model 0370260-002. cc. UPS Operation LED i. The cabinet shall have an externally mounted 48V blue LED lamp which will indicate to City of Renton personnel when the intersection is under UPS control. The LED needs to be supplied with the cabinet but will be installed by City of Renton personnel. The LED shall be a Noark model EX9IL2D6. 2. For HAWK signal installations, the following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic-actuated controllers: a. Auxiliary Panel i. The cabinet shall include an auxiliary switch panel mounted to the interior side of the police panel compartment on the cabinet door. The panel shall be secured to the police panel compartment by (2) screws and shall be hinged at the bottom to allow access to the soldered side of the switches with the use of only a Phillips screwdriver. Both sides of the panel shall be silkscreened. Silk-screening on the backside of the switch panel shall be upside down so that when the panel is opened for maintenance the silk-screening will be right side up. All of the switches shall be protected by a hinged see-through Plexiglas cover. ii. At a minimum the following switches shall be included: a) Controller ON/OFF Switch: There shall be a switch that renders the controller and load-switching devices electrically dead while maintaining flashing operations for purpose of changing the controller or load- switching devices. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. b) Signals ON/OFF Switch: There shall be a switch that renders the field signal displays electrically dead while maintaining controller operation for purpose of monitoring controller operations. The switch shall be a general-purpose bat style toggle switch with 0.688-inch long bat. c) Stop Time Switch: There shall be a 3-position switch labeled “Normal” (up), “Off” (center), and “On” (down). With the switch in the “Normal” position, a stop timing command shall be applied to the controller by the police flash switch or the MMU (Malfunction Management Unit). When the switch is in its “Off” position, stop timing commands shall be removed from the controller. The “On” position shall cause the controller to stop time. The switch shall be a general-purpose bat style toggle switch with 0.688-inch long bat. There shall be a red LED indicator light that illuminates when stop time is applied. d) Technician Flash Switch: There shall be a switch that places the field signal displays in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or MMU. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. e) Vehicle Test Switches: All eight vehicle phase inputs shall have a 2 position (on, on) test switch. Switches shall be labeled “On” (up) and 34 41 00 - 21 DCR15 “Test” (down). With the switches in the “On” position normal operations of the vehicle detection. When in the “Test” position a constant input shall be applied to the controller. The switches shall directly input a call to the related controller vehicle phase without routing the call through the detector rack(s) when activated. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8. f) Pedestrian Test Switches: All eight pedestrian phase inputs shall have momentary pushbutton test switches with black caps. The switches shall directly input a call to the related controller pedestrian phase. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8. b. Police Panel i. Behind the police panel door there shall be switches for use by emergency personnel. The wiring for these switches shall be accessible when the auxiliary panel is open. The following switches shall be included: a) Flash Switch: There shall be a switch for the police that puts the cabinet into flashing operations. The switch shall have two positions, “Auto” (up) and “Flash” (down). The “Auto” position shall allow normal signal operation. The “Flash” position shall immediately cause all signal displays to flash as programmed for emergency flash and apply stop time to the controller. When the police flash switch is returned to “Auto”, stop time shall be removed from the controller except when the MMU has commanded flash operation. The effect shall be to disable the police panel switch when the MMU has detected a malfunction and all controller and MMU indications shall be available to the technician regardless of the position of the police flash switch. The switch shall be a general-purpose bat style toggle switch with 0.688-inch long bat. c. Cables i. All wire cable bundles shall be encased in flex or expandable braided sleeving along their entire free length. ii. All SDLC cables shall be terminated on both ends, securely terminated to the SDLC interface panel with screw type connection and professionally routed in the cabinet interior to easily reach the load bay, controller, malfunction management unit and detector racks. All SDLC connectors shall be fully populated with 15 pins each. d. Flashing Operation i. All cabinets shall be wired to flash for all vehicle channels. Flashing operation shall alternate between the used vehicle phases 1, 4, 5, 8, OLA & OLD and 2, 3, 6, 7, OLB & OLC. Flash programming shall be either red, yellow or no flash simply by changing wires on the front of the load-bay. e. Detector Racks i. At a minimum, the cabinet shall be wired to accommodate (32) channels of detection as follows: a) One detector rack shall be standard size and support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of Opticom™ preemption. This rack shall be capable of using both two channel or four channel detection devices or Opticom™ cards. 34 41 00 - 22 DCR15 b) One detector rack shall be half width size and support (16) channels of loop detection and one (1) Buss Interface Unit (BIU). This rack shall be capable of using half width four channel detection devices. c) The loop cabling shall be connected via a 37-pin DB connector using spring clips. The Opticom cable shall be connected via a 24-pin connector using locking latches. The power cable shall be a 6-pin connector. All power wires shall be 18AWG. The addressing of detector racks shall be accomplished via dipswitches mounted to the PCB. There shall be the capability to turn off the TS2 status to the BIU for the uses of TS1 detector equipment via dipswitches mounted to the PCB. There shall be a 34-pin connector using locking latches that breaks the output from the detector to the input of the BIU, there shall also be +24VDC and logic ground on this connector. All racks shall have space at the bottom front for labeling. All racks shall be designed for horizontal stacking. Separate racks for detection and preemption are not allowed. f. Detection Panel i. The detection panel shall support (32) channels of vehicle detection, (4) channels of emergency vehicle preemption detection, (8) channels or pedestrian detection and (8) pedestrian returns on a single panel. The pedestrian call terminal block shall be (2) single row terminals. They shall be connected by removable buss bars. ii. The loop wires shall be a 22AWG twisted pair, color coded as follows; channel one brown, channel two red, channel three orange and channel four yellow. One of the twisted pair wires of all colors shall have a white tracer and land on the second position terminal of each loop. iii. The emergency preempt wires shall be color coded as follows; +24VDC orange, preempt inputs yellow and ground blue. iv. This panel will be mounted on the left side of the cabinet below the bottom shelf. The panel shall also include a (19) position solid aluminum, tin plated neutral and ground buss bars with raised slotted & torque style screws heads. They shall be mounted vertically at the bottom of the panel. v. The Opticom and pedestrian terminal blocks shall be labeled as follows: a) Opticom + orange: 5A1, 5B1, 5C1, 5D1 b) Opticom call yellow: 5A2, 5B2, 5B3, 5B4 c) Opticom – blue: 5A3, 5B3, 5C3, 5D3 d) Pedestrian Calls: 714, 724, 734, 744, 754, 764, 774, 784 e) Pedestrian returns: 715, 725, 735, 745, 755, 765, 775, 785 g. Power Supply Interface Panel i. The power supply interface panel shall include terminations for all the cabinet power supply inputs and outputs. It shall have a protective plastic cover. This panel shall be mounted on the left wall of the cabinet. h. SDLC Panel i. The SDLC panel shall have (12) 15 socket DB connectors mounted to a PCB. The PCB shall be mounted to an “L” bracket for attaching to cabinet “C” channel. All SDLC cables shall attach with screw type retainers. There shall be one position with latching blocks to mate with latching spring blocks. This panel shall be mounted on the left wall of the cabinet between the shelves. 34 41 00 - 23 DCR15 i. Supplemental Load Resistor Panel (For HAWK Configuration) i. There shall be a supplemental load panel with (6) 2.5K-ohm, 10-watt panel mount resistors. One side terminated to a (6) position terminal block tied to AC neutral. The other side terminated to another (6) position terminal block. This block shall be left open for future loading in the cabinet. j. Service Surge Suppression i. The cabinet shall be equipped with an CITEL surge protection device model DS72US-120S/C mounted on the power panel. It shall be installed after the main breaker (CB1). The auxiliary breaker (CB2) shall be wired after the SPD. (1) spare modular cube for the MOV & GSG circuits shall be supplied with each cabinet. CITEL part numbers DSM70U-210 and DSM70UG-600. k. Power Panel i. The power panel shall handle all the power distribution and protection for the cabinet and shall be mounted in the bottom right side of the facility. All equipment shall be mounted on a 12” x 17” or smaller silkscreened aluminum panel and include at a minimum the following equipment: a) A 40-amp main breaker shall be supplied. This breaker shall supply power via CITEL DS72US-120S/G-F-ASSM to the load bay, load switches, auxiliary panel, controller, MMU, power supply, detector racks, quad convenience outlet. b) A 20-amp auxiliary breaker shall supply power to the fan, light and GFI c) A 15-amp auxiliary breaker shall supply power to the ITS compartment power panel. This breaker shall have its own line in from the service cabinet & not pass through the UPS equipment or main cabinet SPD. d) A normally open, 50-amp, solid-state relay. The relay shall have a green LED light that is on when energized. e) Two (19) position solid aluminum, tin plated neutral buss bar with raised slotted & torque style screw heads. f) One (19) position solid aluminum, tin plated ground buss bar with raised slotted & torque style screw heads. l. Fiberoptic Termination Panel i. The cabinet shall come with a 12-port wall mounted fiberoptic termination panel with loaded duplex single-mode LC coupler plates and splice tray. The panel shall be a Corning SPH-01P with (1) CCH-CP24-A9 coupler plate. m. Ethernet Switch i. The RUGGEDCOM is a utility-grade, fully managed Ethernet switch, providing six or eight ports of Gigabit Ethernet. Six 10/100/1000BaseTX triple speed copper ports are standard. An additional two Gigabit fiber or copper ports can be added. Provide connections to a cluster of field devices to a Gigabit Ethernet backbone. Provide two fiber optical Gigabit Ethernet ports for creating a fiber optical backbone with high noise immunity and long-haul connectivity. ii. The Ethernet switch shall be a SIEMENS/RuggedCom model RSG910c with (2) 99-25-0100 mini SFP transceivers SM LC 1310nm, 10km distance. The Ethernet switch warrantees shall be in the name of City of Renton. a) The following cables and cords shall be supplied with the Ethernet switch: i) Two single mode patch cords (LC to SC) 34 41 00 - 24 DCR15 ii) One 16-gauge 3 conductor power adapter iii) Four Cat6 patch cables n. Load Switch i. The cabinet shall come with (16) load switches. All load switches shall be discreet type and have LED indications for both the input and output side of the load. The load switches shall be PDC model SSS-87 I/O. o. Flasher i. The cabinet shall come with (1) flasher. The flasher shall be discrete type and have LED indications. The flasher shall be PDC model SSF-87. p. Flasher Transfer Relay i. The cabinet shall come with (6) heavy duty flash transfer relays. The relays shall be Detrol Controls model 295. q. Bus Interface Unit (BIU) i. The cabinet shall come with (4) bus interface units (BIU). These shall meet all the requirements of NEMA TS-2 1988 standards. In addition, all BIUs shall provide separate front panel indicator LED’s for DC power status and SDLC Port 1 transmit and receive status. The (BIU)’s shall be Eberle Design, Inc. (EDI) model BIU-700. r. Power Supply (PS) i. The cabinet shall come with a shelf mounted cabinet power supply meeting at minimum TS 2-2003 standards. It shall be a heavy-duty device that provides +12VDC at 5 Amps / +24VDC at 2 Amps / 12VAC at .25 Amp, and line frequency reference at 50 mA. The power supply shall provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24VDC and logic ground shall also be provided. The power supply shall provide 5A of power and be able to cover the load of four (4) complete detector racks. The (PS) shall be Eberle Design, Inc. (EDI) model PS250. s. Detection Processor i. Detection processors shall be provided for each video/radar multi-sensor devices in the intersection. These shall be 2-channel processors that accept (NTSC) or (PAL) signals from an external video source via BNC type connectors located on the front of the processing unit. The sensor input shall also facilitate the data from the radar sensor. An LED indicator shall be provided to indicate the presence of the sensor signal. The LED shall illuminate upon valid sensor synchronization and turn off when the presence of a valid sensor signal is removed. ii. One video output shall be provided. The real time video output shall have the capability to show text and graphical overlays to aid in system setup. The overlays shall display real-time actuation of detection zones upon vehicle detection or presence. Four (4) open collector outputs shall be provided. Additionally, the detection processor shall allow the use of extension modules to provide up to 24 open collector contact closures per camera input. Each open collector output shall be capable of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle detection indicators as well as discrete outputs for alarm conditions. 34 41 00 - 25 DCR15 iii. The system shall be capable of automatically detecting a low-visibility condition such as fog and respond by placing all effected detection zones in a constant call mode. A user-selected alarm output shall be active during the low-visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier. The system shall automatically revert to normal detection mode when the low-visibility condition no longer exists. iv. Placement of detection zones shall be done by using only a pointing device, and a graphical interface built into the processor and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required to program the detection zones. v. Up to six video detection zones per sensor input shall have the capability to count the number of vehicles detected. The zone shall also have the capability to calculate and store average speed and lane occupancy at bin intervals. One radar sensor zone shall also count vehicles, calculate, and store the average speed and lane occupancy across the approach. In addition to the count type zone, the processor shall be able to calculate and/or acquire average speed and lane occupancy using both video and radar sensors. vi. The processor shall support bicycle type zones where the zone can differentiate between motorized vehicles and bicycles, producing a call for one but not the other. Bicycle zone types shall only output when a bicycle is detected. Larger motorized vehicles such as cars and trucks that traverse a bicycle zone shall not provide an output. Bicycle zones shall have the ability to have extensions assigned to individual bicycle zones for applications where the traffic controller does not have bicycle specific detection inputs. The DP shall provide the ability to assign a separate output channel for bicycle zones to allow traffic controllers to implement special bicycle timing for applications where the traffic controller has separate bicycle detection inputs. vii. The detection processors shall be an Iteris model EDGE2-2N-PAK. t. Remote Communication Module i. A rack mount remote communications module shall be provided that allows for remote viewing and management of detection processor programming zone information via Ethernet communications. The module shall use MPEG4 or H.264 compression achieving frames rates up to 30 frames per second. The video input shall be via (4) BNC connectors with a DB15 spider cable. There shall be (4) RJ45 connectors for connection to extension modules, and (1) RJ45 connector with 10/100TX connection for IP communications. ii. The remote communications module shall be an Iteris model EDGECONNECT-PAK. u. Opticom i. The cabinet shall come with (1) 4-channel rack mounted Opticom™ phase selector. This device shall be capable of receiving encoded signals from Opticom series 700 emitters and detectors. The Opticom™ phase selectors shall be Global Traffic Technologies model 764. 34 41 00 - 26 DCR15 v. UPS System i. The cabinet shall come with a complete uninterruptable power system (UPS) which shall include at a minimum a UPS invertor module with SNMP adapter, automatic transfer switch assembly, batteries, battery cables and a remote battery management system. All other auxiliary equipment for a complete functioning UPS system shall be included. w. UPS Module i. The cabinet shall come with (1) FXM 1100W uninterruptible power supply invertor that supplies clean reliable power control and management. It shall have Automatic Voltage Regulation (AVR), an Ethernet SNMP interface and a control and power connection panel that is rotatable for viewing in any vertical or horizontal orientation. It shall have nominal dimensions of 5.22” x 15.5” x 8.75” and come with mounting brackets. The UPS module shall be an Alpha model 017-201-23. x. UATS/UGTS Assembly i. The cabinet shall come with (1) universal automatic transfer switch (UATS) and universal generator transfer switch (UGTS) connected between the UPS module and the batteries. It shall have surge protection, have dimensions of 3.25” x 15.5” x 6.00” and come with mounting brackets. The ATS module shall be an Alpha model 020-168-25. y. UPS Batteries i. The cabinet shall come with (4) high performance silver alloy sealed valve regulated lead acid AlphaCell™ XTV Gel Cell batteries with 56Ah runtime. The UPS batteries shall be Alpha model 100XTV. z. UPS Battery Harnesses i. The cabinet shall come with (1) battery cable (10) foot long wired for (4) batteries. The battery harness shall be Alpha model 740-628-27. aa. Battery Management System i. The cabinet shall come with a Remote Battery Monitoring System (RBMS)™ battery charge management system which extends battery operational life. It shall have (4) BS3B01204-EQ sensors for (4) battery systems and shall be an Alpha model 0370260-002. bb. UPS Operation LED i. The cabinet shall have an externally mounted 24V blue LED lamp which will indicate to City of Renton personnel when the intersection is under UPS control. The LED needs to be supplied with the cabinet but will be installed by City of Renton personnel. The LED shall be a Noark model EX9IL2D6. CC. NEMA Controller Cabinets for standard traffic signals 1. Traffic Signal Controller Cabinet a. The standard traffic signal controller cabinet shall be a NEMA TS2 – Type 1, Western Systems ITSP+2515509990, with all auxiliary equipment installed. 2. Cabinet Minimum Requirements a. The cabinet shall be completely wired and tested to the 2003 NEMA Traffic Controller Assemblies specification with NTCIP Requirements Version 02.06 (as 34 41 00 - 27 DCR15 amended here in). In addition, and at a minimum, the following requirements shall be met: i. City of Renton traffic signal cabinet specification shall supersede any applicable parts of the State of Washington, Department of Transportation Standard Specifications and Standard Plans. This specification shall apply to all controller cabinet types with noted exceptions. ii. All items not covered by these specifications shall conform to State of Washington, Department of Transportation Standard Specifications and Standard Plans. Traffic signal cabinets shall also comply with NEMA specifications where applicable. iii. The controller cabinet shall be furnished and installed by the contractor. The controller cabinet shall be equipped with all auxiliary equipment and plug-ins required to operate 8 vehicle phases, 4 pedestrian phases and 4 overlap phases (NEMA TS-2, Type 1). Solid state switching devices shall conform to the provisions in Section Solid State Switching Devices," of these Special Provisions and the following: a) The cabinet manufacturer shall have pre-approval by the City of Renton, prior to bid letting, on any cabinet that they propose to provide to the City. Said pre-approval shall have been obtained no less than sixty (60) days prior to the closing date of the bid. b) The cabinet shall be designed for 16 channel operation where each load switch socket can be configured for a vehicle phase, pedestrian phase or overlap operation. These load switch sockets shall be configured in this manner without rewiring the back side of the load-bay. BIU load switch drivers 1-16 shall be wired to their appropriate load switch sockets via a terminal block located on the front side of the load bay, to allow voltage inputs to the load switch sockets to be checked without lowering the load bay. c) The cabinet shall be wired for a minimum of (32) channels of detection and (4) channels of Opticom™ preemption. d) The use of PC boards shall not be allowed except in detector racks, SDLC interface panels or BIU cages. e) The use of plug and play modules shall not be allowed, except in detector rack(s). f) The cabinet shall be wired to provide a 55-pin “A” connector. g) All cabinet 120VAC wires shall be 18AWG or greater, including controller “A” and MMU “A & B” cables. h) The complete cabinet assembly with electronics shall undergo complete input/output function testing by the manufacturer before being released to the City of Renton. i) The wired cabinet facility shall use the latest technology applicable and shall be 100% compliant with Section 1605 of the American Recovery and Reinvestment Act of 2009, requiring the use of American iron, steel and manufactured goods. j) The cabinet assembly shall be completely manufactured in the United States of America. 3. Cabinet Enclosure 34 41 00 - 28 DCR15 a. At a minimum the cabinets shall meet the following criteria: i. It shall have nominal dimensions of 70” height x 44” width x 25.5” depth and meet the footprint dimensions as specified in Section 7.3, table 7-1 of NEMA TS2 standards for a Type P cabinet. The cabinet base shall have continuously welded interior mounting reinforcement plates with the same anchor bolt hole pattern as the footprint dimensions. ii. Shall be fabricated from 5052-H32 0.125-inch thick aluminum. iii. The cabinet shall be double-flanged where it meets the cabinet door. iv. The top of the cabinet shall be sloped 1” towards the rear to facilitate water runoff. And shall bend at a 90° angle at the front of the cabinet. Lesser slope angles are not allowed. v. The inside of the cabinet shall have (3) separate compartments: a) The main compartment shall be accessible from the front door and shall house the cabinet load facilities and electronics. b) The UPS compartment shall be accessible from the side door and shall contain the UPS system batteries. The UPS inverter and transfer switch assemblies shall be mounted in the UPS compartment but shall be accessible when the main compartment door is open. c) The ITS compartment shall be accessible from the upper front door and shall house ITS equipment, TSP equipment or third-party equipment that is part of the transportation network but not part of the traffic signal operations. vi. The inside of the cabinet shall utilize C channel rails. (2) channels welded on the back wall on 25” center and (4) channels welded on each side wall on 08” center with a 02” gap between sets. The C channel rails on the back wall shall be 48” in length and start 05” from the bottom of the cabinet interior. The C channel rails on the side walls shall be 48” in length and start 05” from the bottom of the cabinet interior. Adjustable rails are not allowed. vii. The Cabinet shall be supplied with the following finishes; the interior natural mill finish. The exterior natural mill finish. viii. All external fasteners shall be stainless steel. Pop rivets shall not be allowed on any external surface. ix. The front door handle shall be ¾” round stock stainless steel bar. The side door shall use a recessed hexagonal socket in lieu of a door handle. All door handle mechanisms shall be interchangeable and field replaceable. x. The main (front) door shall contain a police door with a conventional police lock. The main door lock shall be a Best™ CX series green core lock with a deadbolt. The police door shall be recessed so that it is flush with the main door. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A stiffener plate shall be welded across the width of the inside of the main door to prevent flexing. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 90º, 125º, and 150º. A louvered air entrance located at the bottom of the main door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal- 34 41 00 - 29 DCR15 on-metal surfaces from rubbing. The lock assembly shall be positioned so handle does not cause interference with key when opening the door. xi. The UPS (side) door shall be one-piece construction without any recessed compartments. The side door lock shall be a Best™ CX series green core lock with a deadbolt. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 80º, 100º, and 120º. A louvered air entrance located at the bottom of the side door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal-on-metal surfaces from rubbing. Lock assembly shall be positioned so handle does not cause interference with key when opening the door. xii. The ITS (upper front) door shall be one-piece construction without any recessed compartments. The ITS lock shall be a Best™ CX series green core lock with a tapered bolt and shall accept the same key as the main door. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 90º, 125º, and 150º Closed-cell, neoprene gaskets shall be bonded to the inside of the cabinet doors. The gaskets shall cover all areas where the doors contact the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. xiii. A key shall be provided for each cabinet lock. xiv. The cabinet shall be equipped with a universal lock brackets capable of accepting Best™ CX style lock or Corbin #2 tumbler series locks. xv. The cabinet shall be supplied with one (1) door switch which controls the cabinet interior lighting circuits. xvi. All exterior seams shall be manufactured with a neatly formed continuously weld construction. The weld for the police door shall be done on the inside of the cabinet door. All welds shall be free from burrs, cracks, blowholes or other irregularities. xvii. The fan baffle panel seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. xviii. The cabinet shall be UL listed. xix. The cabinet shall come with lifting ears affixed to the upper exterior of the cabinet. These ears shall utilize only one bolt for easy reorientation. (The cabinet lifting ears shall not be used when UPS batteries are installed). xx. The cabinet shall come with two (2) dual-ply Dustlock™ Media polyester, disposable air filters; and the filter performance shall conform to listed UL 900 Class 2 and conform to MERV-8 & ASHRAE Standard 52.2-1999. The filter element shall be secured to louvered entrance on the main and UPS doors with a metal filter cover. The filter and metal cover shall be secured to entrance on main and UPS doors by two (2) horizontally-mounted restraints. 34 41 00 - 30 DCR15 xxi. All cabinet doors shall be mounted with a single continuous stainless steel piano hinge that runs the length of the door. The hinge shall be attached via stainless steel tamper resistant bolts. xxii. All steel incorporated in the cabinet shell shall be manufactured in the United States of America. xxiii. The cabinet enclosure shall be an ITSP+ style Western Systems Part # 3017500080. xxiv. The cabinet top level wiring/assembly shall be Western Systems Part # 2515509990. 4. Labels a. A permanent printed thermo vinyl, engraved or silk screened label shall be provided for all terminals and sockets. Labels shall be legible and shall not be obstructed by cabinet wiring, panels or cables. All labels shall conform to the designations on the cabinet wiring prints. 5. Shelves a. Cabinet shall come with two (2) 33.25” double beveled shelves 10” deep that are reinforced welded with V channel, fabricated from 5052-H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted hole shall be inserted every 7” for the purpose of tying off wire bundles. The UPS compartment shall come with (4) shelves designed to hold batteries and capable of supporting 75lbs each. 6. Cabinet Layout a. The shelves shall be populated as follows: b. The controller and power supply shall be placed on the bottom shelf. The two (2) detector racks and malfunction management unit shall be placed on the top shelf. c. The roll out drawer shall be mounted under the bottom shelf just left of center. d. Load bay shall be mounted on the back wall with 5” of clearance to the bottom of the cabinet. e. The detector panel for all field inputs shall be located on the lower left wall. f. The 120VAC video power panel shall be mounted on the left wall above the detector panel. g. The load resistor panel shall be mounted on the lower left wall under the bottom shelf. h. The quad 120VAC convenience outlet shall be mounted on the left wall, near the top shelf. i. The quad 120VAC ITS smart convenience outlet shall be mounted on the right wall, near the top shelf. j. The SDLC and power supply interface panels shall be located on the left wall between the shelves. k. The power panel shall be located on the lower right wall. l. The Ethernet switch din-rail bracket shall be mounted on the right wall, between the shelves on the back “C” channel rail set. 7. Ventilating Fans a. The cabinet shall be provided with two (2) finger safe fan mounted on the right and left sides of the cabinet plenum. The fans shall be thermostatically controlled 34 41 00 - 31 DCR15 separately (adjustable between 4-176° Fahrenheit). Each fan shall have its own circuit consisting of the following components. The safe touch thermostat, fuse holder and power terminal block(s). These items shall be din rail mounted on right and left side of cabinet plenum. Each fan shall be on separate independent circuit and capable of continued independent operation. 8. Computer Shelf a. A slide-out computer shelf 16” length by 12” width by 2” depth shall be installed below the middle shelf underneath the controller. The shelf shall be mounted just right of center so that controller cables will not interfere with the operation of the shelf when equipment is installed. The shelf shall have a hinged cover that opens from the front and shall be powder-coated black. It shall be a General Devices Part # VC4080-99-1168. The door when fully extended shall hold up to 50lbs. 9. Main Panel Configuration (Load-Bay) a. The design of the panel shall conform to NEMA TS2 Section 5, Terminals and Facilities, unless modified herein. This panel shall be the termination point for the controller unit (CU) MSA, (MMU) MSA & B cables, bus interface units 1 & 2 (BIU) and field terminal facilities. The terminal and facilities layout shall be arranged in a manner that allows all equipment in the cabinet and all screw terminals to be readily accessible by maintenance personnel. b. The load-bay shall be fully wired and meet the following requirements: i. The load-bay shall have the following dimensions; constructed from aluminum with a nominal thickness of 0.125”, a maximum height of 24” and maximum width of 28.5”. The field terminals width shall be 31.5” including attached wiring bundles. ii. The entire assembly shall roll down and provide access to all of the back of panel wiring. All solder terminals shall be accessible when the load-bay is rolled down. The assembly shall be able to roll down without requiring other components, cables or switches to be removed. iii. The load-bay shall be designed so that all other cabinet screw terminals are accessible without removing cabinet electronics. iv. All the controller (CU) and malfunction management (MMU) cables shall be routed through the back of the load-bay so that they will not be subject to damage during load-bay roll down. v. The top of the load-bay panel shall attach directly to “C” channel rails and detach without the use of tools or loose hardware for roll down purposes. vi. The load-bay shall be balanced such that it will not roll down when the top of the load bay is detached from the “C” channel, even when fully loaded with BIUs, load switches, flasher and flash transfer relays. vii. The load-bay facility shall be wired for 16 channels. Load switches 1-8 shall be vehicle phases 1-8; load switches 9-16 shall be overlaps A, B, C, D, E, F, G & H. Overlaps A, B, C & D shall be pedestrian phases 2, 4, 6 & 8. Load switches 1-16 shall be routed through a flash transfer relay. a) (16) Load switch sockets in two rows of (8) spaced on 2” center per NEMA TS2 section 5.3.1.2, figure 5-2. b) (8) Flash transfer relay sockets. c) (1) Flasher socket. 34 41 00 - 32 DCR15 d) All load switches and flasher shall be supported by a bracket extending at least ½ the length of the load switch. e) (2) Bus interface unit rack slots for BIU’s 1 and 2. The main panel BIU racks shall be left of the load switches, placed vertically with BIU 1 above BIU 2. Both BIU racks shall have the BIU stop brackets. viii. BIU socket wire connections to the PCB shall be via (2) 34 pin connectors with locking latches. ix. All BIU wiring shall be soldered to backside of a screw terminal. All BIU functions shall be accessible from a screw terminal. x. Wiring for one Type-16 MMU. All MMU wiring shall be soldered to backside of a screw terminal. All MMU functions shall be accessible from a screw terminal. xi. All 24 VDC relays shall have the same base socket, but it shall be different from the 120VAC relays. xii. All 120VAC relays shall have the same base socket, but it shall be different from the 24VDC relays. (not applicable to flash transfer relays) xiii. The cabinet shall have a relay that drops +24VDC to the load switches when the cabinet is in flash. a) load bay shall have terminals to access the flash circuits 1 and 2. b) The load-bay shall be silkscreened on both sides. Silkscreen shall be numbers and functions on the front side, and numbers only on the back side. The back side shall have labels upside down, so when load bay is rolled down labels will be oriented correctly for maintenance or service personnel. c) The field terminals shall be labeled with 300 series numbers for load-bay wiring purposes, and 600 & 700 series numbers for termination of field wiring. xiv. Channel Wiring chart: a) Red: 611, 621, 631, 641, 651, 661, 671, 681, 7E1, 7F1, 7G1, 7H1, 6A1, 6B1, 6C1, 6D1 b) Yellow: 612, 622, 632, 642, 652, 662, 672, 682, 7E2, 7F2, 7G2, 7H2, 6A2. 6B2, 6C2, 6D2 c) Green: 613, 623, 633, 643, 653, 663, 673, 683, 7E3, 7F3, 7G3, 7H3, 6A3, 6B3, 6C3, 6D3 xv. The Don’t Walk, Ped Clearance and Walk indications shall utilize OLE thru OVG field numbers. a) Field wiring terminations shall be per channel across the bottom of the load-bay. Each channel shall have 3 terminations corresponding to the appropriate vehicle phase Red, Yellow and Green. Default wiring shall be left to right vehicle phases 1-8, pedestrian phases 2, 4, 6 & 8 (overlap channels E, F, G & H) and overlap channels A, B, C & D following the order of the load switches. Field terminals shall be #10 screw terminal and be rated for 600V. b) All cable wires shall be terminated. No tie-off of unused terminals will be allowed. c) Shall be 100% manufactured in the United States of America 34 41 00 - 33 DCR15 xvi. All wiring shall conform to NEMA TS2 Section 5.2.5 and table 5-1. Conductors shall conform to military specification MIL-W-16878D, Electrical insulated high heat wire, type B. Conductors #14 or larger shall be permitted to be UL type THHN. Main panel wiring shall conform to the following colors and minimum wire sizes: a) Vehicle green load switch output: 14 gauge brown b) Vehicle yellow load switch output: 14 gauge yellow c) Vehicle red load switch output: 14 gauge red d) Pedestrian Don’t Walk switch: 14 gauge orange e) Pedestrian Walk switch: 14 gauge blue f) Pedestrian Clearance load switch: 14 gauge yellow g) Vehicle green load switch input: 22 gauge brown h) Vehicle yellow load switch input: 22 gauge yellow i) Vehicle red load switch input: 22 gauge red j) Pedestrian Don’t Walk input: 22 gauge orange k) Pedestrian Walk input: 22 gauge blue l) Pedestrian Clearance input: 22 gauge yellow m) Logic Ground: 18 gauge white with red tracer n) +24V DC: 18 gauge red with white tracer o) +12V DC: 18 gauge pink p) AC+ Line: 14 gauge black q) AC- Line: 14 gauge white r) Earth Ground: 16 gauge green s) AC line (load bay): 12/14 gauge black t) AC neutral (load bay): 12/14 gauge white u) Controller A cables 22 gauge blue with the exception of power wires (AC+ Black, AC- White & Earth Ground Green) These wires shall be 18AWG v) MMU A & B cables 22 gauge orange with the exception of power wires (AC+ Black, AC- White & Earth Ground Green Start Delay Relay Common Black, Normally open Black & Normally Closed Black) These wires shall be 18AWG xvii. Four conductors will supply alternating current (AC) power to the load switch sockets. The load switch sockets shall be supplied 1-4, 5-8, 9-12 & 13-16 by each conductor. xviii. The field terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. Four (4) 12-position terminal blocks shall be provided in a single row across the bottom of the main panel. Spade lugs from internal cabinet wiring are not allowed on field terminal screws. There shall be a second row of four (4) 12-position terminal blocks with screw type #10 above the field terminal blocks. These blocks shall operate the flash program. It shall be changeable from the front of the load-bay. xix. The power terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. 34 41 00 - 34 DCR15 One (1) 12-position terminal block and one (1) 6-position terminal block shall be provided vertically on the right side of the load bay. The placement of the power terminal block on any other panel shall not be allowed. xx. All load switches, flasher, and flash transfer relay sockets shall be marked and mounted with screws. Rivets and clip-mounting is unacceptable. xxi. Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the eyelet or terminal block post prior to soldering to ensure circuit integrity. All wires shall have lugs or terminal fittings when not soldered. Lap joint/tack on soldering is not acceptable. All soldered connections shall be made with 60/40 solder and non-corrosive, non-conductive flux. All wiring shall be run neatly and shall use mechanical clamps and conductors shall not be spliced between terminations. Cables shall be sleeved in braided nylon mesh and wires shall not be exposed. xxii. Load-Bay and Panel Wire Termination a) All wires terminated behind the main panel or on the back side of other panels shall be SOLDERED. No pressure or solder-less connectors shall be used. Printed circuit boards shall only be used on the load bay where connecting to the bus interface units (BIU). 10. Cabinet Light Assembly a. The cabinet shall have three (3) LED lighting fixtures. LEDs shall be 4000K CCT with CRI 80 and shall have a luminous output of at least 800 lumens @ 24VDC/750mA. Light pattern shall be rectangular orientation 120 degree flat plane. LED lighting fixture shall be IP61 rated, conformal coated and shall be approximately 7.875” long x 0.39” wide. The LED shall be a Rodeo Electronics TS-LED-24Z. The LED fixture shall be powered by a Mean Well class 2 power supply LPV-35-12 that shall be mounted on the inside top of the cabinet’s main compartment, near the front edge. The cabinet light circuit shall be designed so all three LED fixture can be installed in the cabinet without the need a of a second power supply. The LEDs shall be attached in the cabinets upper compartment, main compartment, near the front edge & under the cabinet drawer so that it remains stationary when drawer is extended. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the lighting fixture(s) power supply. 11. Convenience Outlet a. The cabinet shall be wired with one (1) convenience outlet with a ground fault interrupter (GFI), one (1) quad convenience outlet without ground fault interrupters and one (1) quad ITS smart convenience outlet without ground fault interrupters. The ground fault outlet (GFI) shall be mounted on the right side of the cabinet on or near the power panel. The quad convenience outlet shall be mounted on the left side near the top shelf. The quad ITS smart convenience outlet shall be mounted on the right side near the top shelf. No outlets shall be mounted on the door. The GFI power shall be fed through the auxiliary breaker (CB2). The quad & quad ITS smart convenience outlets shall be fed through the main breaker (CB1). DD. NEMA Controller Cabinets for HAWK signals 1. Traffic Signal Controller Cabinet 34 41 00 - 35 DCR15 a. The HAWK signal controller cabinet shall be a NEMA TS2 – Type 1, Western Systems ITSM+2525510005, with all auxiliary equipment installed. 2. Cabinet Minimum Requirements a. The cabinet shall be completely wired and tested to the 2003 NEMA Traffic Controller Assemblies specification with NTCIP Requirements Version 02.06 (as amended here in). In addition, and at a minimum, the following requirements shall be met: i. City of Renton traffic signal cabinet specification shall supersede any applicable parts of the State of Washington, Department of Transportation Standard Specifications and Standard Plans. This specification shall apply to all controller cabinet types with noted exceptions. ii. All items not covered by these specifications shall conform to State of Washington, Department of Transportation Standard Specifications and Standard Plans. Traffic signal cabinets shall also comply with NEMA specifications where applicable. b. The controller cabinet shall be furnished and installed by the contractor. The controller cabinet shall be equipped with all auxiliary equipment and plug-ins required to operate 8 vehicle phases, 4 pedestrian phases and 4 overlap phases (NEMA TS-2, Type 1). Solid-state switching devices shall conform to the provisions in Section Solid-State Switching Devices," of these Special Provisions and the following: i. The cabinet manufacturer shall have pre-approval by the City of Renton, prior to bid letting, on any cabinet that they propose to provide to the City. Said pre-approval shall have been obtained no less than sixty (60) days prior to the closing date of the bid. ii. The cabinet shall be designed for 16 channel operation. Load switch(s)es 1-8 shall be vehicle phases 1-8; load switch(s)es 9-12 shall be pedestrian phases 2, 4, 6, 8; load switch(s)es 13-16 shall be overlaps A, B, C & D. These load switch sockets shall be configured in this manor without rewiring the back side of the load-bay. BIU load switch drivers 1-16 shall be wired to their appropriate load switch sockets via a terminal block located on the front side of the load bay, to allow voltage inputs to the load switch sockets to be checked without lowering the load bay. iii. The cabinet shall be wired for a minimum of (32) channels of detection and (4) channels of Opticom™ preemption. iv. The use of PC boards shall not be allowed except in detector racks, SDLC interface panels or BIU cages. v. The use of plug and play modules shall not be allowed, except in detector rack(s). vi. The cabinet shall be wired to provide a 55-pin “A” connector. vii. All cabinet 120VAC wires shall be 18AWG or greater, including controller “A” and MMU “A & B” cables. viii. The complete cabinet assembly with electronics shall undergo complete input/output function testing by the manufacturer before being released to the City of Renton. ix. The wired cabinet facility shall use the latest technology applicable and shall be 100% compliant with Section 1605 of the American Recovery and 34 41 00 - 36 DCR15 Reinvestment Act of 2009, requiring the use of American iron, steel and manufactured goods. x. The cabinet assembly shall be completely manufactured in the United States of America. 3. Cabinet Enclosure a. At a minimum the cabinets shall meet the following criteria: i. It shall have nominal dimensions of 60” height x 36” width x 17” depth and meet the footprint dimensions as specified in Section 7.3, table 7-1 of NEMA TS2 standards for a Type M36 cabinet. The cabinet base shall have continuously welded interior mounting reinforcement plates with the same anchor bolt hole pattern as the footprint dimensions. ii. Shall be fabricated from 5052-H32 0.125-inch thick aluminum. iii. The cabinet shall be double-flanged where it meets the cabinet door. iv. The top of the cabinet shall be sloped 1” towards the rear to facilitate water runoff. And shall bend at a 90° angle at the front of the cabinet. Lesser slope angles are not allowed. v. The inside of the cabinet shall have (3) separate compartments: a) The main compartment shall be accessible from the front door and shall house the cabinet load facilities and electronics. b) The UPS compartment shall be accessible from the side door and shall contain the UPS system batteries. The UPS inverter and transfer switch assemblies shall be mounted in the UPS compartment but shall be accessible when the main compartment door is open. c) The ITS compartment shall be accessible from the upper front door and shall house ITS equipment, TSP equipment or third-party equipment that is part of the transportation network but not part of the traffic signal operations. vi. The inside of the cabinet shall utilize C channel rails. (2) channels welded on the back wall on 19” center and (2) channels welded on each side wall on 08” center. The C channel rails on the back wall shall be 52” in length and start 05” from the bottom of the cabinet interior. The C channel rails on the side walls shall be 52” in length and start 05” from the bottom of the cabinet interior. Adjustable rails are not allowed. vii. The Cabinet shall be supplied with natural mill finish for the interior and exterior. viii. All external fasteners shall be stainless steel. Pop rivets shall not be allowed on any external surface. ix. The front door handle shall be ¾” round stock stainless steel bar. The side door shall use a recessed hexagonal socket in lieu of a door handle. All door handle mechanisms shall be interchangeable and field replaceable. x. The main (front) door shall contain a police door with a conventional police lock. The main door lock shall be a Best™ CX series green core lock with a deadbolt. The police door shall be recessed so that it is flush with the main door. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A stiffener plate shall be welded across the width of the inside of the 34 41 00 - 37 DCR15 main door to prevent flexing. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 90º, 125º, and 150º. A louvered air entrance located at the bottom of the main door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal- on-metal surfaces from rubbing. The lock assembly shall be positioned so handle does not cause interference with key when opening the door. xi. The UPS (side) door shall be one-piece construction without any recessed compartments. The side door lock shall be a Best™ CX series green core lock with a deadbolt. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 80º, 100º, and 120º. A louvered air entrance located at the bottom of the side door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal-on-metal surfaces from rubbing. Lock assembly shall be positioned so handle does not cause interference with key when opening the door. xii. The ITS (upper front) door shall be one-piece construction without any recessed compartments. The ITS lock shall be a Best™ CX series green core lock with a tapered bolt and shall accept the same key as the main door. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 90º, 125º, and 150ºClosed-cell, neoprene gaskets shall be bonded to the inside of the cabinet doors. The gaskets shall cover all areas where the doors contact the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. xiii. A key shall be provided for each cabinet lock. xiv. The cabinet shall be equipped with a universal lock brackets capable of accepting Best™ CX style lock or Corbin #2 tumbler series locks. xv. The cabinet shall be supplied with one (1) door switch which controls the cabinet interior lighting circuits. xvi. All exterior seams shall be manufactured with a neatly formed continuously weld construction. The weld for the police door shall be done on the inside of the cabinet door. All welds shall be free from burrs, cracks, blowholes or other irregularities. xvii. The fan baffle panel seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. xviii. The cabinet shall be UL listed. xix. The cabinet shall come with lifting ears affixed to the upper exterior of the cabinet. These ears shall utilize only one bolt for easy reorientation. (The cabinet lifting ears shall not be used when UPS batteries are installed). xx. The cabinet shall come with two (2) dual-ply Dustlock™ Media polyester, disposable air filters; and the filter performance shall conform to listed UL 900 Class 2 and conform to MERV-8 & ASHRAE Standard 52.2-1999. The filter 34 41 00 - 38 DCR15 element shall be secured to louvered entrance on the main and UPS doors with a metal filter cover. The filter and metal cover shall be secured to entrance on main and UPS doors by two (2) horizontally-mounted restraints. xxi. All cabinet doors shall be mounted with a single continuous stainless steel piano hinge that runs the length of the door. The hinge shall be attached via stainless steel tamper resistant bolts. xxii. All steel incorporated in the cabinet shell shall be manufactured in the United States of America. xxiii. The cabinet enclosure shall be an ITSM36+ style Western Systems Part # 2525510005. xxiv. The cabinet top level wiring/assembly shall be Western Systems Part # 2525012085. 4. Labels a. A permanent printed thermo vinyl, engraved or silk screened label shall be provided for all terminals and sockets. Labels shall be legible and shall not be obstructed by cabinet wiring, panels or cables. All labels shall conform to the designations on the cabinet wiring prints. 5. Shelves a. Cabinet shall come with two (2) 33.25” double beveled shelves 10” deep that are reinforced welded with V channel, fabricated from 5052-H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted hole shall be inserted every 7” for the purpose of tying off wire bundles. The UPS compartment shall come with (4) shelves designed to hold batteries and capable of supporting 75 lbs each. 6. Cabinet Layout a. The shelves shall be populated as follows: b. The controller and malfunction management unit shall be placed on the bottom shelf. The two (2) detector racks and power supply shall be placed on the top shelf. c. The roll out drawer shall be mounted under the bottom shelf just left of center. d. Load bay shall be mounted on the back wall with 5” of clearance to the bottom of the cabinet. e. The detector panel for all field inputs shall be mounted on the lower left wall. f. The load resistor panel shall be mounted on the lower right wall. g. The quad 120VAC convenience outlet shall be mounted on the right wall. h. The SDLC and power supply interface panels shall be mounted on the left wall between the shelves. i. The power panel shall be located mounted on the lower right wall, above the load resistor panel. j. The Ethernet switch din-rail bracket shall be mounted on the right wall, above the top shelf on the “C” channel rail. 7. Ventilating Fans a. The cabinet shall be provided with two (2) finger safe fan mounted on the right and left sides of the cabinet plenum. The fans shall be thermostatically controlled separately (adjustable between 4-176° Fahrenheit). Each fan shall have its own 34 41 00 - 39 DCR15 circuit consisting of the following components. The safe touch thermostat, fuse holder and power terminal block(s). These items shall be din rail mounted on right and left side of cabinet plenum. Each fan shall be on separate independent circuit and capable of continued independent operation. 8. Computer Shelf a. A slide-out computer shelf 16” length by 12” width by 2” depth shall be installed below the middle shelf underneath the controller. The shelf shall be mounted just right of center so that controller cables will not interfere with the operation of the shelf when equipment is installed. The shelf shall have a hinged cover that opens from the front and shall be powder-coated black. It shall be a General Devices Part # VC4080-99-1168. The door when fully extended shall hold up to 50lbs. b. Main Panel Configuration (Load-Bay) i. The design of the panel shall conform to NEMA TS2 Section 5, Terminals and Facilities, unless modified herein. This panel shall be the termination point for the controller unit (CU) MSA, (MMU) MSA & B cables, bus interface units 1 & 2 (BIU) and field terminal facilities. The terminal and facilities layout shall be arranged in a manner that allows all equipment in the cabinet and all screw terminals to be readily accessible by maintenance personnel. c. The load-bay shall be fully wired and meet the following requirements: i. The load-bay shall have the following dimensions; constructed from aluminum with a nominal thickness of 0.125”, a maximum height of 25.5” and maximum width of 23”. The field terminals width shall be 24” including attached wiring bundles. ii. The entire assembly shall roll down and provide access to all of the back of panel wiring. All solder terminals shall be accessible when the load-bay is rolled down. The assembly shall be able to roll down without requiring other components, cables or switches to be removed. iii. The load-bay shall be designed so that all other cabinet screw terminals are accessible without removing cabinet electronics. iv. All the controller (CU) and malfunction management (MMU) cables shall be routed through the back of the load-bay so that they will not be subject to damage during load-bay roll down. v. The top of the load-bay panel shall attach directly to “C” channel rails and detach without the use of tools or loose hardware for roll down purposes. vi. The load-bay shall be balanced such that it will not roll down when the top of the load bay is detached from the “C” channel, even when fully loaded with BIUs, load switches, flasher and flash transfer relays. vii. The load-bay facility shall be wired for 16 channels. Load switches 1-8 shall be vehicle phases 1-8; load switches 9-12 shall be pedestrian phases/overlap P/E, P/F, P/G & P/H; load switches 13-16 shall be overlaps A, B, C & D. Load switches 1-8 and 13-16 shall be routed through a flash transfer relay. viii. (16) Load switch sockets in two rows of (8) spaced on 2” center per NEMA TS2 section 5.3.1.2, figure 5-2. ix. (6) Flash transfer relay sockets. x. (1) Flasher socket. 34 41 00 - 40 DCR15 xi. All load switches and flasher shall be supported by a bracket extending at least ½ the length of the load switch. xii. (2) Bus interface unit rack slots for BIU’s 1 and 2. The main panel BIU racks shall be left of the load switches, placed vertically with BIU 1 above BIU 2. Both BIU racks shall have the BIU stop brackets. xiii. BIU socket wire connections to the PCB shall be via (2) 34 pin connectors with locking latches. xiv. All BIU wiring shall be soldered to backside of a screw terminal. All BIU functions shall be accessible from a screw terminal. xv. Wiring for one Type-16 MMU. All MMU wiring shall be soldered to backside of a screw terminal. All MMU functions shall be accessible from a screw terminal. xvi. All 24 VDC relays shall have the same base socket, but it shall be different from the 120VAC relays. xvii. All 120VAC relays shall have the same base socket, but it shall be different from the 24VDC relays. (not applicable to flash transfer relays) xviii. The cabinet shall have a relay that drops +24VDC to the load switches when the cabinet is in flash. xix. The load-bay shall be silkscreened on both sides. Silkscreen shall be numbers and functions on the front side, and numbers only on the back side. The back side shall have labels upside down, so when load bay is rolled down labels will be oriented correctly for maintenance or service personnel. xx. The field terminals shall be labeled with 300 series numbers for load-bay wiring purposes, and 600 & 700 series numbers for termination of field wiring. xxi. Channel Wiring chart: a) Red: 611, 621, 631, 641, 651, 661, 671, 681, 721, 741, 761, 781, 6A1, 6B1, 6C1, 6D1 b) Yellow: 612, 622, 632, 642, 652, 662, 672, 682, 722, 742, 762, 782, 6A2, 6B2, 6C2, 6D2 c) Green: 613, 623, 633, 643, 653, 663, 673, 683, 723, 743, 763, 783, 6A3, 6B3, 6C3, 6D3 xxii. Field wiring terminations shall be per channel across the bottom of the load- bay. Each channel shall have 3 terminations corresponding to the appropriate vehicle phase Red, Yellow and Green. Default wiring shall be left to right Red, Yellow, Green, vehicle phases 1-8, pedestrian phases/overlap channels P/E, P/F, P/G, P/H, and overlap channels A, B, C & D following the order of the load switches. Field terminals shall be #10 screw terminal and be rated for 600V. xxiii. All cable wires shall be terminated. No tie-off of unused terminals will be allowed. xxiv. Shall be 100% manufactured in the United States of America d. All wiring shall conform to NEMA TS2 Section 5.2.5 and table 5-1. Conductors shall conform to military specification MIL-W-16878D, Electrical insulated high heat wire, type B. Conductors #14 or larger shall be permitted to be UL type THHN. Main panel wiring shall conform to the following colors and minimum wire sizes: 34 41 00 - 41 DCR15 i. Vehicle green load switch output: 14 gauge brown ii. Vehicle yellow load switch output: 14 gauge yellow iii. Vehicle red load switch output: 14 gauge red iv. Pedestrian Don’t Walk switch: 14 gauge orange v. Pedestrian Walk switch: 14 gauge blue vi. Pedestrian Clearance load switch: 14 gauge yellow vii. Vehicle green load switch input: 22 gauge brown viii. Vehicle yellow load switch input: 22 gauge yellow ix. Vehicle red load switch input: 22 gauge red x. Pedestrian Don’t Walk input: 22 gauge orange xi. Pedestrian Walk input: 22 gauge blue xii. Pedestrian Clearance input: 22 gauge yellow xiii. Logic Ground: 18 gauge white with red tracer xiv. +24V DC: 18 gauge red with white tracer xv. +12V DC: 18 gauge pink xvi. AC+ Line: 14 gauge black xvii. AC- Line: 14 gauge white xviii. Earth Ground: 16 gauge green xix. AC line (load bay): 12/14 gauge black xx. AC neutral (load bay): 12/14 gauge white xxi. Controller A cables: 22 gauge blue with the exception of power wires (AC+ Black, AC- White & Earth Ground Green) These wires shall be 18AWG xxii. MMU A & B cables: 22 gauge orange with the exception of power wires (AC+ Black, AC- White & Earth Ground Green Start Delay Relay Common Black, Normally open Black & Normally Closed Black) These wires shall be 18AWG e. Four conductors will supply alternating current (AC) power to the load switch sockets. The load switch sockets shall be supplied 1-4, 5-8, 9-12 & 13-16 by each conductor. f. The field terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors; three (3) 12-position terminal blocks shall be provided in a single row across the bottom of the main panel. Spade lugs from internal cabinet wiring are not allowed on field terminal screws. There shall be a second row of three (3) 12-position terminal blocks with screw type #10 above the field terminal blocks. These blocks shall operate the flash program. It shall be changeable from the front of the load- bay. g. The power terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. One (1) 12-position terminal block shall be provided vertically on the right side of the load bay. The placement of the power terminal block on any other panel shall not be allowed. h. The pedestrian terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. One (1) 34 41 00 - 42 DCR15 12-position terminal block shall be provided vertically on the right side of the load bay, below the power terminal block. i. All load switches, flasher, and flash transfer relay sockets shall be marked and mounted with screws. Rivets and clip-mounting is unacceptable. j. Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the eyelet or terminal block post prior to soldering to ensure circuit integrity. All wires shall have lugs or terminal fittings when not soldered. Lap joint/tack on soldering is not acceptable. All soldered connections shall be made with 60/40 solder and non-corrosive, non-conductive flux. All wiring shall be run neatly and shall use mechanical clamps and conductors shall not be spliced between terminations. Cables shall be sleeved in braided nylon mesh and wires shall not be exposed. 9. Load-Bay and Panel Wire Termination a. All wires terminated behind the main panel or on the back side of other panels shall be SOLDERED. No pressure or solder-less connectors shall be used. Printed circuit boards shall only be used on the load bay where connecting to the bus interface units (BIU). 10. Cabinet Light Assembly a. The cabinet shall have three (3) LED lighting fixtures with 15 high power LEDs. LEDs shall use a cool white color emitting 300Im min @ 12VDC/750mA. The LED shall be a Rodeo Electronics TS-LED-05M02. The LED fixture shall be powered by a Mean Well class 2 power supply LPV-35-12 that shall be mounted on the inside top of the cabinet’s main compartment, near the front edge. The cabinet light circuit shall be designed so all three LED fixture can be installed in the cabinet without the need a of a second power supply. The LEDs shall be attached in the cabinets upper compartment, main compartment, near the front edge & under the cabinet drawer so that it remains stationary when drawer is extended. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the lighting fixture(s) power supply. 11. Convenience Outlet a. The cabinet shall be wired with one (1) convenience outlet with a ground fault interrupter (GFI), one (1) quad convenience outlet without ground fault interrupters. The ground fault outlet (GFI) shall be mounted on the right side of the cabinet on or near the power panel. The quad convenience outlet shall be mounted on the right side near the top shelf. No outlets shall be mounted on the door. The GFI power shall be fed through the auxiliary breaker (CB2). The quad convenience outlet shall be fed through the main breaker (CB1). EE. Vehicular Signal Heads, Displays, and Housing: 1. Conventional Traffic Signal Heads a. Vehicular signal heads shall be by McCain, 12 inch lens sizes unless shown otherwise on the signal Plans. b. Each signal head shall have a 1/4 inch drain hole in its base. c. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing including a back plate of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. 34 41 00 - 43 DCR15 2. Optical Units a. GE Light Emitting Diode (LED) light sources are required for all displays. 3. Signal Housing a. Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum and shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as the signal housing. b. Modular Signal Sections: i. Each Section shall be 13.5” wide by 13.5” tall and 7.0” deep with 2.0” hole top and bottom that fits 1.5” NPT fittings. Top and bottom of modular signal sections shall not be curved in shape. ii. Shall include 72-tooth serrated boss and reinforcing ribs, top and bottom iii. Shall include Brass threaded inserts for visor attachment (4) iv. Housings shall have a cast boss for mounting a 5 or 6-position terminal block; one side of terminal block with fast-on terminals, the other side with screw terminals v. The words red, amber, and green shall be cast next to each boss to identify light source lead wires vi. 5 or 6-position terminal block shall be installed in center section (1) (alternate mounting is available) vii. Shall include stainless steel door roll pins and eye bolt/wing nut assemblies viii. Shall include integral lugs on the housing and doors with stainless steel roll pins provide effective door hinges ix. Shall include weathertight E.P.D.M. rubber door gasket x. Shall be capable of supporting visors, back plates, and various mounting hardware 4. Louvered Visors a. Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. 5. Back Plates a. Back plates shall be furnished and attached to the signal heads. Back plates shall be 3-S half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in back. Back plates shall have 1” reflective yellow tape border. 6. Painting Signal Heads 34 41 00 - 44 DCR15 a. Traffic signal heads (vehicle and pedestrian) shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked powder coating comprised of resins and pigments. Aluminum end caps and the back of back plates shall be painted to match the color of the signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats of factory applied flat black enamel. 7. Signal Head Mounting Brackets and Fittings a. Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown on the standard Plans, unless specified otherwise on the Plans. b. Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: i. Aluminum a) Arms and slotted tube fittings for Type N mount (temporary signals only). b) Tube clamp and female clamp assembly for Type N mount. ii. Bronze a) Terminal compartments for Type A, B, C, F, H, and K mounts. b) Collars for Type C, D, and F mounts. c) Ell fittings for Type L and LE mounts. d) Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. e) Balance adjuster for Type Q, R, and S mounts. iii. Galvanized Steel a) Washers for Type A, B, C, D, F, H, and K mounts. b) Fasteners for Type A, B, E, H, and K mounts. iv. Stainless Steel a) All set screws and cotter Keys. b) Bands for Type N mount. c) Bolt, nut and washers for Type L mount. d) Bolts, nuts, washers, and screw buckle swivels. v. Steel a) Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. b) Nipples for Type L, LE, and P mounts. c. All other miscellaneous hardware shall be stainless steel. d. All hardware for mounts shall be painted with two coats of factory applied traffic signal federal yellow baked enamel. e. Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter. f. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. g. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. h. Bus Signal Head 34 41 00 - 45 DCR15 i. One bus signal head shall be purchased and delivered to WSDOT for future replacement needs at the Talbot Road intersection with the I-405 southbound off ramp. Contact Rick Johnson, 206-200-8350 (cell), johnsor@wsdot.wa.gov to arrange delivery. ii. FF. Video Detection System 1. Video detection system shall be approved by Transportation ITS and Maintenance Manager, Eric Cutshall, per City’s standardized options. Video detection system shall be site-specific and completely operable with the City of Renton’s signal systems and maintainable by City of Renton’s Transportation maintenance. Video detection system with camera and radar sensor for advanced detection over 600-ft shall be required for intersections with adaptive signal control, posted speeds of 35 mph or above, or intersections on arterials or network corridors and approved by Transportation Operations. 2. The video detection system shall be the NoTraffic AI Mobility Platform. This specification defines the minimum requirements for a system that detects, classifies, and tracks traffic at signalized intersections using fusion sensors with video and radar to power a variety of trajectory-based applications including object detection, counts, adaptive, signal performance measures, and safety analytics. The system includes a cloud portal for centralized monitoring & management, as well as 24/7 live monitoring & support. 3. Hardware. The system shall comprise three primary hardware components: fusion sensors, cabinet interface units, and sensor power units. a. All hardware and material shall be new. All fasteners exposed to the elements shall be Type 304 or Type 316 passivated stainless steel. Primary hardware components shall have permanent labels that bear the name of the manufacturer, description, part number, date of manufacture, and serial number. b. Primary hardware components shall comply with the environmental and operating requirements of NEMA TS 2 Section 2.1.5 (Temperature & Humidity), Section 2.1.6 (Transients, Power Service), Section 2.1.8 (Nondestructive Transient Immunity), Section 2.1.9 (Vibration), and Section 2.1.10 (Shock) and shall have been tested by an independent third-party laboratory using the procedures defined in Section 2.2.7 (Transients, Temperature, Voltage, and Humidity), Section 2.2.8 (Vibration), and Section 2.2.9 (Shock/Impact). c. To ensure the safety and integrity of hardware in transit, primary hardware components shall be shipped in ISTA 2 certified packaging. d. Fusion Sensors i. Fusion sensors will be installed on traffic signal infrastructure (including mast arms, strain poles, and posts) in locations that provide an unobstructed view of approaching traffic. ii. They shall comprise a video sensor and a radar sensor housed in a single weathertight, environmentally hardened enclosure with an integral 4 in metal saddle bracket for compatibility with industry-standard traffic signal 34 41 00 - 46 DCR15 mounting hardware. They shall operate over a nominal input voltage range of 89 to 264 VAC at 50 or 60 Hz. iii. There shall be two types of fusion sensor. Fusion Sensor Type 1 shall incorporate a 1080p HD video camera, 60 GHz radar, Nvidia processor, Ethernet receptacle rated to IEC 6100-4-5 (surge protection), and Wi-Fi radio. Fusion Sensor Type 2 shall be functionally equivalent to Fusion Sensor Type 1 and shall also incorporate a C-V2X module and two external omnidirectional V2X antennas. Fusion Sensor Type 2 shall comply with FCC regulations for C-V2X roadside units (RSUs). Fusion sensors that employ radar frequencies such as 24 GHz that are susceptible to interference with 5G communications are not compliant with this specification. iv. Fusion sensor enclosures shall be certified to IP67 and MIL-STD-810 salt fog. They shall have a removable weathertight cover that provides access to a three-position terminal block for power conductors and an Ethernet receptacle for communications cable. The cover shall have two weathertight cable glands for power and communications cables. v. The contractor shall supply and install Video Detection Cables to provide power to the Fusion Sensors from the Sensor Power Unit. The Video Detection Cables shall be 3-conductor stranded, 14 AWG, outdoor rated copper cables. The cable runs shall be continuous with no splices, boosters, or repeaters. e. Cabinet Interface Units i. Cabinet interface units (CIUs) shall comprise a ruggedized computing device housed in a field hardened enclosure that can be rack mounted in 1U of vertical space or shelf mounted in horizontal or vertical orientations. ii. CIUs shall incorporate an Nvidia processor, firewall/router with 8 Ethernet receptacles rated to IEC 61000-4-5 (surge protection), Wi-Fi radio, cellular modem, accessory ports, and a front panel menu-driven user interface with a backlit display and navigation buttons. The accessory ports shall support a variety of accessories that facilitate interoperation and integration with transportation field cabinets, including synchronous serial communications ports for NEMA TS 2, ITS, and ATC 5301 cabinets, as well as digital I/O for Model 33x and NEMA TS 1 cabinets. iii. CIUs shall include an external power supply. The DC power connector on the CIU shall be latching. iv. CIUs shall include Wi-Fi, GPS, and cellular antennas housed in a single (all-in-one), environmentally-mentally hardened, low-profile enclosure that mounts to the exterior of transportation field cabinets with gaskets that form a weathertight seal and apply silicone around the opening to seal penetration to ensure environmental protection. f. Sensor Power Units i. Sensor power units (SPUs) shall comprise components that switch, filter, and protect 120 VAC power for up to four fusion sensors, housed in a 34 41 00 - 47 DCR15 field hardened enclosure that can be rack mounted in 1U of vertical space or shelf mounted in horizontal or vertical orientations. 4. Functionality a. Fusion Sensors i. Fusion sensors shall detect, classify, and track vehicles and vulnerable road users (VRUs) located between 40 ft and 720 ft from the sensor. Fusion sensors shall classify vehicles and VRUs as cars, trucks, buses, motorcycles, bicycles, or pedestrians, and track their location and trajectory (direction and speed). To minimize sensor-to-cabinet communications, the detection, classification, and tracking data shall be processed in the fusion sensor, not the CIU. ii. All detection, classification, and tracking for an approach shall be performed by one fusion sensor. Systems that require multiple sensors per approach, including but not limited to systems that use different sensors for stop line and advance detection, systems that require different quantities of sensors for different intersection widths, and systems that use different sensors for major streets and minor streets, are not compliant with this specification. iii. Fusion sensors shall fuse video and radar to provide synthesized detection, classification, and tracking data. Non-fused hybrid sensors that only provide separate detection, classification, and tracking data for video and radar, or otherwise treat video and radar as independent, non-fused sensors, are not compliant with this specification. b. Cabinet Interface Units i. Cabinet interface units shall aggregate intersection-level communications, data, and processing. Communications between CIUs and fusion sensors shall occur over a VPN with AES-256 encryption using Wi-Fi with WPA2- AES security. Communications between CIUs and transportation field cabinets shall use the NEMA TS 2 Port 1 and ITS/ATC 5301 Serial Bus 1 synchronous serial bus protocols. CIUs shall be capable of logging all communications on the synchronous serial bus including frames transmitted by other secondary stations. They shall automatically configure synchronous serial communications for either the TS 2 Port 1 protocol or the ITS/ATC 5301 Serial Bus 1 protocol and shall detect any other I/O interface units (BIUs or SIUs) currently in use to prevent duplicate synchronous serial bus address assignments. ii. CIUs shall provide browser user interfaces to monitor, configure, and control the CIU, fusion sensors, and sensor power units. Access to CIU browser user interfaces shall be restricted via username and password authentication. iii. CIUs shall provide high-definition RTSP video streams, one for each fusion sensor, as well as a quad view of four fusion sensors. Detection zones shall be displayed in video streams with their actuation state represented by different colors. Signal state (channel state) shall be 34 41 00 - 48 DCR15 displayed in video streams using icons labeled with phase or overlap numbers. c. Cloud Portal i. The cloud portal shall provide centralized monitoring, configuration, and control of distributed systems, as well as centralized data storage and reporting. Communications between the cloud portal and distributed systems shall occur over VPNs with AES-256 encryption. The cloud portal shall be hosted on AWS in the US or Canada using a discrete tenant for each infrastructure owner/operator (IOO), thereby ensuring complete isolation of the IOO’s data from that of any other IOO. Cloud portals employing multi-tenant architecture are not compliant with this specification. ii. The cloud portal shall provide a browser user interface. Access to the browser user interface shall be restricted via username and password authentication. d. Object Detection i. The system shall detect traffic (vehicles and VRUs) in user-defined zones located in approach lanes, departure lanes, and crosswalks. Detection zones shall support presence and pulse modes, extension, and delay. ii. The system shall report the occupancy of detection zones via detector outputs. When a detection zone is occupied, it shall be considered actuated and its detector outputs shall be ON; otherwise, its detector outputs shall be OFF. The system shall support user-defined zone-to- output mappings, including zones mapped to multiple outputs and multiple zones mapped to the same output. iii. The system shall support user-defined mappings between detector outputs and inputs of NEMA TS 1, NEMA TS 2, Model 33x, ITS, and ATC 5301 transportation field cabinets. Transportation field cabinet inputs will be mapped in actuated signal controllers to detectors, custom logic, and other input functions. iv. Detection accuracy shall be at least 98% under typical environmental conditions, defined as time with no false actuations (zone actuated but not occupied) or missed actuations (zone occupied but not actuated) versus total time, expressed as a percentage. Detection accuracy shall have been evaluated at a minimum of six traffic control signals on roads open to public travel, where each traffic control signal is owned and operated by a different IOO. Traffic control signals on roads not open to public travel including but not limited to those at test beds/tracks, research laboratories, and signal maintenance facilities do not satisfy this requirement. Upon request, the Manufacturer shall provide engineering reports for the detection accuracy evaluations that include methodologies and results. The reports shall be attested by a licensed Professional Engineer employed by the Manufacturer. 34 41 00 - 49 DCR15 v. Upon any anomaly or malfunction that affects its ability to report the occupancy of detection zones, the system shall actuate the affected detection zones by turning their detector outputs ON and report them as failed via the NEMA TS 2 and ITS/ATC synchronous serial bus protocols by turning their status outputs OFF. vi. The system shall detect vehicles in the dilemma zone (“Dilemma Zone Detection”). Dilemma Zone Detection shall be implemented via Dilemma Detection Zones, where a Dilemma Detection Zone has a user-defined distance upstream of the stop line, speed range, and extension time. Each Dilemma Detection Zone shall be capable of being associated with one or more inputs in the transportation field cabinet. When a vehicle enters a Dilemma Detection Zone and the speed of the vehicle is within the range of speeds for the Dilemma Detection Zone, the system shall actuate the inputs associated with the Dilemma Detection Zone for the associated extension time. By associating the inputs with extension detectors in actuated signal controllers, phases can be extended until vehicles are clear of the dilemma zone. vii. The system shall detect pedestrians in crosswalks using Ped Protection Zones. The outputs of Ped Protection Zones will be mapped to inputs in actuated signal controllers to extend phases and intervals to prevent the release of conflicting vehicle traffic, and to implement custom logic for other responses. e. V2X i. The system shall support connected vehicle applications and connected intersection operation per relevant industry standards and guidelines including CTI 4001, CTI 4501, J2735, J2745, NTCIP 1202, and NTCIP 1218. It shall be capable of generating SDSMs for non-connected road users per SAE J3224-1. f. Traffic Counts i. The system shall count vehicles and VRUs traversing the intersection using trajectories rather than detection zone actuations. Systems that require setup or configuration of detection zones specifically for counts are not compliant with this specification. ii. The system shall provide textual and graphical user interfaces in the cloud portal to view counts for two user-specified periods (for side-by-side comparisons); filter them by maneuver (left, through, right, U-turn, ped x- ing), class, phase, and approach; and export them to CSV in 15 minute, 1 hour, and 24 hour bins. iii. The system shall automatically export counts to the MS2 Traffic Count Database System (TCDS) and provide a user interface in the cloud portal to view and edit MS2 TCDS API con-figuration data including logon credentials and signal IDs. g. Signal Performance Measures. i. The system shall collect signal performance measures (SPMs) including: 34 41 00 - 50 DCR15 • Average vehicle delay • Maximum vehicle delay • Pedestrian delay • Level of service • Arrivals on green/red • Purdue phase termination • Split monitor • Peak hour, peak hour factor, design hour factor, and directional factor ii. The system shall acquire SPM data from trajectories rather than detection zone actuations. Systems that require setup or configuration of detection zones specifically for SPMs and those that derive SPMs from high-resolution data logs of actuations are not compliant with this specification. iii. The system shall provide textual and graphical user interfaces in the cloud portal to view SPMs for two user-specified periods (for side-by-side comparisons); filter them by class; and export them to CSV and PDF. h. Incident Detection i. The system shall detect incidents that disrupt the normal flow of traffic, including but not limited to crashes, road work, and disabled vehicles. It shall provide user interfaces in the cloud portal to view time-stamped incident logs and shall deliver incident notifications via email, text, and phone. i. Video Clip Management i. The system shall store 30 days of video in the fusion sensors. It shall provide user interfaces in the cloud portal to upload clips from user- specified fusion sensors for user-defined dates and times, play uploaded clips, export uploaded clips from the cloud portal to user devices, and delete uploaded clips from the cloud portal. j. Near-Miss Analytics i. The system shall detect near-miss events. It shall provide textual and graphical user inter-faces in the cloud portal to view near-miss events for user-specified periods and intersections, including a heat map of events showing their severity and location superimposed on an overhead view of the intersection. For each near-miss event, the system shall provide post encroachment time (PET), time to collision (TTC), classes, trajectories, and a video clip. k. Optimization i. The system shall provide real-time, trajectory-based, distributed adaptive signal control (“Optimization”). Optimization shall be compatible for all makes and models of actuated signal controllers and transportation field cabinets. Optimization shall use data from object detection rather than detection zone actuations so as not to require setup or configuration of detection zones specifically for Optimization. 34 41 00 - 51 DCR15 ii. Optimization shall support a variety of intersection-level and corridor-level strategies including balanced delay reduction, progression, crossing arterial coordination, queue management during oversaturation, transit prioritization, pedestrian prioritization, maximal throughput, queue management on freeway off ramps, progression of non-through movements, preemption recovery, and tightly spaced intersection management. Multiple strategies shall be capable of being in effect simultaneously. Cycle lengths shall be optimized and implemented on a per-Intersection basis so as not to require a common cycle length along the corridor. iii. The system shall provide textual and graphical user interfaces in the cloud portal to monitor, configure, and control Optimization. l. Red Light Running Analytics i. The system shall identify vehicles entering intersections on yellow and red. It shall provide textual and graphical user interfaces in the cloud portal to view yellow and red light running events for user-specified periods and intersections. For each yellow and red light running event, the system shall provide class, maneuver, lane, approach, signal interval (yellow change, red clearance, or full red), distance from stop line at yellow, speed, time after yellow, and a video clip. m. Remote Controller Access i. The system shall proxy the browser user interfaces of actuated signal controllers connected to CIUs and display them in the cloud portal. The proxied browser user interfaces shall support all functionality of the native browser user interfaces including but not limited to con-troller status monitoring, timing parameter editing, configuration import/export, and front panel emulation. 5. Service & Support a. The system shall include at least ten years of access to the cloud portal for an unlimited number of users. b. The system shall include at least ten years of cellular data. The system will use this cellular connection to exchange data between the field and the cloud portal. c. The system shall include at least ten years of 24/7/365 live monitoring for abnormalities, anomalies, performance, reliability, faults, incidents, alarms, and severe weather events. Monitoring shall be performed by personnel employed by the Manufacturer using an operations center in North America owned and operated by the Manufacturer. Monitoring performed by on-call personnel or those otherwise not solely dedicated to monitoring is not compliant with this specification. d. The system shall include at least ten years of over-the-air software updates for the cloud portal and primary hardware components. e. The Manufacturer shall warrant the system for at least ten years. The warranty shall start when the equipment is received by the IOO and shall 34 41 00 - 52 DCR15 cover material and workmanship defects. During the warranty period, the Manufacturer or their designated representative shall repair or replace defective equipment at no cost to the IOO. The Manufacturer or their designated representative shall maintain an adequate inventory of equipment to support warranty claims. f. The Manufacturer or their designated representative shall provide on-site turn-on assistance, Monday through Friday, with a minimum one-week advance notice. For scheduling, NoTraffic Operation Center (NOC) team is available at 1-202-800-1890, option 2 for schedule turn on support, or via email at pmo@notraffic.tech. g. The Manufacturer shall provide 24/7/365 technical support via email and telephone for ten years or the term specified by the contract documents. NoTraffic Operation Center 24/7/365 Support Line: (202) 800-1890 or via Support Email: support@notraffic.tech. h. The Manufacturer shall provide electronic manuals in PDF or HTML formats that include installation, configuration, operation, troubleshooting, and maintenance information.\ i. The Manufacturer shall provide a maximum of two virtual training sessions of a maximum of three hours per session. The sessions shall include installation, configuration, operation, troubleshooting, and maintenance information. Instructors shall be certified by the Manufacturer. 6. Manufacturer Certifications a. The Manufacturer shall maintain SOC 2 Type II and ISO 27001 (Information Security Management) certifications. GG. Pedestrian Signals: 1. LED Pedestrian Displays a. The pedestrian signal shall be hand/man with a countdown feature. The hand and man and countdown symbols shall have a uniform appearance; individual LEDs shall not be visible. The hand and man symbols shall be on the left side superimposed and the countdown symbol on the right side and shall comply with the latest MUTCD requirements. b. The countdown feature shall allow countdown time to remain stored internally, even when power is removed for extended periods of time, shall automatically adjust to traffic controller interval changes and the symbol shall be minimum 9 inches high. c. The housing shall be 18 inches and the face shall have z-crates. d. Except as noted in the following pre-approved list of this section, samples of each item shall be submitted to the Project Representative for approval. 2. Service Cabinets a. The electrical service cabinet shall be per the City Standard Plan 122.1 and 122.2 the breaker configuration shall be per the panel schedule as shown on the Plans. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from aluminum with mill finish. Door hinges shall be the continuous concealed piano type and no screws, rivets 34 41 00 - 53 DCR15 or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. 3. Electrical Circuit Breakers and Contactors a. The electrical circuit breakers and contactors shall be as indicated on the contract Plans and detail sheets. The following equipment shall be featured within the cabinet. i. Main circuit breaker ii. Branch circuit breakers iii. Utility plug (120 volt-20 Amp rated) G.F.I. Type iv. Light control test switch (120 volt-15 Amp) v. Contactor relay for each circuit vi. Double pole branch breaker(s) for lighting circuits (240 volt) vii. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) viii. Type 3-single phase 120/240 volt grounded neutral service ix. One 120 volt 40 Amp single pole branch breaker (signal service) x. Complete provisions for 16 breaker poles xi. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. xii. Meter base sections are unnecessary HH. Amplifier, Transformer, and Terminal Cabinets: 1. The terminal box shall be weather tight, have a single door with continuous hinge on one side and screw hold-downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. 2. Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. 3. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. II. PTZ Cameras: 1. PTZ cameras shall be Axis Q6075-E PTZ Network Camera with Axis Q6010-E Network Camera, supplied as one unit with an attachment kit, and all associated equipment and mounting hardware per manufacturer’s recommendations. a. Both cameras shall meet the following specifications: b. PTZ camera configuration shall consist of an outer 360 degree camera and a dome PTZ camera located below and centered within the outer 360 degree camera. 34 41 00 - 54 DCR15 2. General a. Casing i. IP66-, IP67-, NEMA 4X- and IK10-rated Metal casing (aluminum), polycarbonate (PC) clear dome, sunshield (PC/ASA) b. Sustainability i. PVC free c. Memory i. 1024 MB RAM, 512 MB Flash d. Power i. Axis High PoE 60 W SFP midspan: 100–240 V AC, max 66.1 W Camera consumption: typical 14 W, max 51W e. Connectors i. RJ45 10BASE-T/100BASE-TX PoE, RJ45 Push-pull Connector (IP66/IP67) included f. Storage i. Support for SD/SDHC/SDXC card ii. Support for SD card encryption iii. Support for recording to network-attached storage (NAS) iv. For SD card and NAS recommendations g. Operating conditions i. With 30 W: -20 °C to 50 °C (-4 °F to 122 °F) ii. With 60 W: -50 °C to 50 °C (-58 °F to 122 °F) iii. Maximum temperature according to NEMA TS 2 (2.2.7): 74 °C (165 °F) iv. Arctic Temperature Control: Start-up as low as -40 °C (-40 °F) v. Humidity 10–100% RH (condensing) h. Storage conditions i. -40 °C to 65 °C (-40 °F to 149 °F) i. Approvals i. EMC a) EN 55032 Class A, EN 55035, EN 61000-3-2, EN 61000-3-3, EN 61000-6-1, EN 61000-6-2, EN 55024, FCC Part 15 Subpart B Class A, CES-003 Class A, VCCI Class A, RCM AS/NZS CISPR 32 Class A, KCC KN32 Class A, KN35 EN 50121-4, IEC 62236-4 j. Safety i. IEC/EN/UL 60950-1, IS 13252 ii. IEC/EN/UL 60950-22, IEC/EN/UL 62368–1 k. Environment i. IEC/EN 60529 IP66/IP67, NEMA TS 2 (2.2.7-2.2.9), ii. IEC 62262 IK10, ISO 4892-2, EN 50121-4, IEC 62236-4, iii. IEC 60068-2-1, IEC 60068-2-2, IEC 60068-2-6, IEC 60068-2-14, iv. IEC 60068-2-27, IEC 60068-2-60, IEC 60068-2-78, v. NEMA 250 Type 4X 34 41 00 - 55 DCR15 l. Network i. NIST SP500-267 ii. Midspan: EN 60950-1, GS, UL, cUL, CE, FCC, VCCI, CB, KCC, UL-AR m. Weight i. 3.75 kg (8.3 lb) n. Dimensions i. Ø232 x 269 mm (Ø9 1/8 x 10.6 in) o. Included accessories i. Axis High PoE 60 W SFP midspan 1-port, RJ45 Push-pull Connector (IP66), Sunshield ii. Installation Guide, Windows decoder 1-user license p. Optional accessories i. Smoked dome cover AXIS T91 Mounting Accessories, AXIS T8415 Wireless Installation Tool, AXIS T90 Illuminators, AXIS T8310 Video Surveillance Control Board, multi-user decoder license pack ii. Video management software iii. AXIS Companion, AXIS Camera Station, Video management software from Axis’ Application Development iv. Partners a) Languages English, German, French, Spanish, Italian, Russian, Simplified Chinese, Japanese, Korean, Portuguese, Traditional Chinese q. Camera i. Image sensor a) 1/2.8” progressive scan CMOS ii. Lens a) 4.25-170 mm, F1.6-4.95 b) Horizontal field of view: 65.1°-2.00° (1080p) c) Vertical field of view: 39.1°-1.18° (1080p) d) Autofocus, auto-iris e) Day and night f) Automatically removable infrared-cut filter iii. Minimum illumination a) Color: 0.1 lux at 30 IRE, F1.6 b) B/W: 0.002 lux at 30 IRE, F1.6 c) Color: 0.15 lux at 50 IRE, F1.6 d) B/W: 0.003 lux at 50 IRE, F1.6 iv. Shutter time a) 1/11000 s to 1/3 s with 50 Hz b) 1/11000 s to 1/3 s with 60 Hz v. Pan/Tilt/Zoom a) Pan: 360° endless, 0.05°–450°/s b) Tilt: 220°, 0.05°–450°/s 34 41 00 - 56 DCR15 c) Zoom: 40x optical, 12x digital, total 480x zoom d) E-flip, 256 preset positions, tour recording (max 10, max duration 16 minutes each), guard tour (max 100), control queue, on-screen directional indicator, orientation aid PTZ, set new pan0°, adjustable zoom speed, focus recall vi. Video a) Video compression b) H.264 (MPEG-4 Part 10/AVC) Baseline, Main and High Profiles c) H.265 (MPEG-H Part 2/HEVC) Main Profile d) Motion JPEG vii. Resolution a) HDTV 1080p 1920x1080 to 320x180 viii. Frame rate a) Up to 50/60 fps (50/60 Hz) in HDTV 1080p ix. Video streaming a) Multiple, individually configurable streams in H.264, H.265 and Motion JPEG Axis Zipstream technology in H.264 and H.265 Controllable frame rate and bandwidth VBR/ABR/MBR H.264/H.265 x. Image settings a) Manual shutter time, compression, color, brightness, sharpness, white balance, exposure control, exposure zones, fine tuning of behavior at low light, rotation: 0°, 180°, text and image overlay, polygon privacy masks, electronic image stabilization (EIS), freeze on PTZ, automatic defog, backlight compensation, scene profiles Wide Dynamic Range (WDR): Up to 120 dB depending on scene, highlight compensation xi. Network Security a) Password protection, IP address filtering, HTTPSa encryption, IEEE 802.1x (EAP-TLS)a network access control, digest authentication, user access log, centralized certificate management, brute force delay protection, signed firmware, secure boot, protection of cryptographic keys with FIPS 140-2 certified TPM 2.0 module xii. Supported protocols a) IPv4, IPv6 USGv6, HTTP, HTTPSa, SSL/TLSa, QoS Layer 3 DiffServ, FTP, SFTP, CIFS/SMB, SMTP, Bonjour, UPnP®, SNMP v1/v2c/v3 b) (MIB-II), DNS, DynDNS, NTP, RTSP, RTP, SRTP, TCP, UDP, IGMP, RTCP, ICMP, DHCP, ARP, SOCKS, SSH, NTCIP, LLDP, MQTT xiii. System integration xiv. Application Programming Interface a) Open API for software integration, including VAPIX® and AXIS Camera Application Platform AXIS Video Hosting System (AVHS) with One-Click Connection ONVIF® Profile G, ONVIF® Profile S and ONVIF® Profile T xv. Analytics Included a) AXIS Video Motion Detection, AXIS Motion Guard, AXIS Fence Guard, AXIS Loitering Guard, autotracking 2, active gatekeeper 34 41 00 - 57 DCR15 b) Basic analytics (not to be compared with third-party analytics): object removed, enter/exit detector, object counter xvi. Supported a) Support for AXIS Camera Application Platform enabling installation of third-party applications xvii. Event conditions a) Device status: above operating temperature, above or below operating temperature, below operating temperature, fan failure, IP address removed, network lost, new IP address, shock detected, storage failure, system ready, within operating temperature b) Edge storage: recording ongoing, storage disruption c) I/O: digital input, manual trigger, virtual input d) PTZ: PTZ malfunctioning, PTZ movement, PTZ preset position reached, PTZ ready e) Scheduled and recurring: scheduled event f) Video: live stream open xviii. Event actions a) Day/night mode, overlay text, video recording to edge storage, pre- and post-alarm video buffering, send b) SNMP trap c) PTZ: PTZ preset, start/stop guard tour d) File upload via FTP, SFTP, HTTP, HTTPS network share and email e) Notification via email, HTTP, HTTPS and TCP f) Data streaming g) Event data h) Built-in installation aids i) Pixel counter, leveling guide j) Axis W6010-E Network Camera k) General xix. Casing a) IP66-, NEMA 4X- and IK10-rated Polycarbonate dome Aluminum casing xx. Sustainability a) PVC free xxi. Memory a) 2048 MB RAM, 512 MB Flash xxii. Power a) Power consumption without PTZ: b) PoE typical 9 W, max 22 W xxiii. Connectors a) RJ45 10BASE-T/100BASE-TX/1000BASE-T PoE b) RJ45 10BASE-T/100BASE-TX/1000BASE-T Q60-E port xxiv. Storage 34 41 00 - 58 DCR15 a) Support for SD/SDHC/SDXC card and encryption b) Recording to network-attached storage (NAS) c) For SD card and NAS recommendations xxv. Operating conditions a) –50 °C to 50 °C (–58 °F to 122 °F) with AXIS Camera Heater Kit b) –40 °C to 50 °C (–40 °F to 122 °F) c) Maximum temperature according to NEMA TS 2 (2.2.7): 74 °C (165 °F) d) Start-up temperature: -40 °C (–40 °F) e) Humidity 10–100% RH (condensing) xxvi. Storage conditions a) -40 °C to 65 °C (-40 °F to 149 °F) b) Humidity 5-95% RH (non-condensing) xxvii. Approvals a) EMC b) EAC, EN 55032 Class A, EN 55035, EN 50121-4, IEC 62236-4, EN 61000-3-2, EN 61000-3-3, EN 61000-6-1, EN 61000-6-2, FCC Part 15 Subpart B Class A, ICES-3(A)/NMB-3(A), VCCI Class A, RCM AS/NZS CISPR 32 Class A, KC KN32 Class A, KN35 xxviii. Safety a) IEC/EN/UL 62368-1, CAN/CSA C22.2 No. 62368-1. b) IEC/EN/UL 60950-22, CAN/CSA-C22.2 No. 60950-22 xxix. Environment a) IEC 60068-2-1, IEC 60068-2-2, IEC 60068-2-6, IEC 60068-2-14, b) IEC 60068-2-27, IEC 60068-2-78, IEC/EN 60529 IP66, c) IEC/EN 62262 IK10, NEMA 250 Type 4X, NEMA TS 2 (2.2.7-2.2.9) xxx. Network a) NIST SP500-267 xxxi. Dimensions a) ø 395 mm (15.6 in) b) Height: 201 mm (7.9 in) c) Weight: 4.5 kg (9.1 lbs) excluding an AXIS Q60-E PTZ Network Camera d) Included accessories: Q60-E adapter, Bayonet screws, Installation guide, Windows® decoder 1-user license e) Optional accessories: i) AXIS Lens M12 6 mm 5P (horizontal field of view: 56 degrees, vertical field of view: 42 degrees) ii) AXIS Lens M12 12 mm 5P (horizontal field of view: 31 degrees, vertical field of view: 23 degrees) iii) AXIS Lens M12 16 mm 5P (horizontal field of view: 20 degrees, vertical field of view: 15 degrees) iv) AXIS T91 Mounting accessories v) AXIS Midspan 60 W 1–port vi) AXIS Camera Heater Kit 34 41 00 - 59 DCR15 xxxii. Video management software a) AXIS Companion, AXIS Camera Station, video management software from Axis Application Development xxxiii. Languages a) English, German, French, Spanish, Italian, Russian, Simplified Chinese, Japanese, Korean, Portuguese, Polish, Traditional Chinese xxxiv. Camera xxxv. Supported products a) AXIS Q60-E PTZ Network Cameras b) Image sensor c) 4 x 5 MP progressive scan RGB CMOS 1/2.5” d) Lens e) Autofocus lenses, Fixed iris, F2.0, Focal length: 2.8 mm f) Horizontal field of view: 360 degrees g) Vertical field of view: 84 degrees h) Day and night i) Automatically removable infrared-cut filter j) Minimum illumination k) Color: 0.4 lux at 50 IRE, F2.0 l) B/W: 0.03 lux at 50 IRE, F2.0 m) Shutter time n) 1/32500 to 1/20 s o) Camera angle adjustment p) Pan, tilt and rotate q) Pan/Tilt/Zoom r) One-click PTZ control xxxvi. Video compression a) H.264 (MPEG-4 Part 10/AVC), Main and High Profiles b) H.265 (MPEG-H Part 2/HEVC), Main Profile xxxvii. Resolution a) 4 x 2592x1944 to 320x240 b) Default: 2592x1944 c) Frame rate d) Up to 20 fps (50/60 Hz) in all resolutions xxxviii. Video streaming a) Multiple, individually configurable streams in H.264 and H.265 b) Axis Zipstream technology in H.264 and H.265 c) Controllable frame rate and bandwidth MBR H.264/H.265 xxxix. Image settings a) Resolution, compression, saturation, brightness, sharpness, contrast, white balance, exposure level, exposure mode, shutter & gain fine tuning 34 41 00 - 60 DCR15 of behavior at normal and low light, polygon privacy masks (maximum 8 per channel), WDR, dynamic text, image overlay xl. Network Security a) Password protection, IP address filtering, HTTPSa encryption, IEEE 802.1x (EAP-TLS)a network access control, digest authentication, user access log, centralized certificate management, brute force delay protection, signed firmware b) Supported protocols c) IPv4, IPv6 USGv6, HTTP, HTTPSa, SSL/TLSa, QoS Layer 3 DiffServ, FTP, SFTP, CIFS/SMB, SMTP, Bonjour, UPnP®, SNMP v1/v2c/v3 d) (MIB-II), DNS, DynDNS, NTP, RTSP, RTP, SRTP, TCP, UDP, IGMP, RTCP, ICMP, DHCP, ARP, SOCKS, SSH, NTCIP, LLDP, MQTT xli. System integration xlii. Application Programming Interface a) Open API for software integration, including VAPIX® and AXIS Camera Application Platform; AXIS Video Hosting System (AVHS) with One-Click Connection ONVIF® Profile G, ONVIF® Profile S, and ONVIF® Profile T b) Analytics Included c) Autopilot, AXIS Video Motion Detection, AXIS Guard Suite including AXIS Motion Guard, AXIS Fence Guard, and AXIS Loitering Guard, active tampering alarm, edge storage events d) Supported e) Support for AXIS Camera Application Platform enabling installation of third-party applications f) Event conditions g) Analytics, edge storage events, virtual inputs through API Device status: above operating temperature, above or below operating temperature, below operating temperature, fan failure, IP address removed, network lost, new IP address, storage failure, h) system ready, within operating temperature Edge storage: recording ongoing, storage disruption I/O: manual trigger, virtual input PTZ: PTZ ready Scheduled and recurring: scheduled event Video: day-night mode, live stream open, tampering xliii. Event actions a) Record video: SD card and network share b) Upload of images or video clips: FTP, SFTP, HTTP, HTTPS, network share and email Pre- and post-alarm video or image buffering for recording or upload c) Notification: email, HTTP, HTTPS, TCP and SNMP trap PTZ: PTZ preset Overlay text, day/night mode, Status LED, WDR mode d) Data streaming e) Event data f) Built-in installation aids g) Installation focus, lens selection, positioning calibration, ptz remote connection. 34 41 00 - 61 DCR15 2.03 CITY OF KENT A. Conduit, Innerduct, and Outerduct: 1. Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 2. The size of conduit used shall be that size shown in the plans. Conduits smaller than 2 inch electrical trade size shall not be used, with the sole exception for grounding conductors at service points which may be contained in ½-inch diameter conduit. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. B. Junction Boxes, Cable Vaults and Pull Boxes: 1. Standard Duty Junction Boxes: a. Box frame and lid shall be hot dip galvanized only. 2. Heavy-Duty Junction Boxes: a. Box frame and lid shall be hot dip galvanized only. C. Splices 1. All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Aerial Splices for illumination circuits, including two way, three way, and four way and aerial splices, underground splices for 120 VAC power circuits to auxiliary signal devices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. D. Fiber Optic Cable, Electrical Conductors, and Cable. 1. Replace TSS 9-29.3(2)A4 Location Wire with “Location wire shall be uninsulated #8 AWG stranded copper”. 2. Twisted Pair Communication Cable: a. Revise TSS 9-29.3(2)I to replace “AWG 22” with “#AWG 19”. i. This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 3. Light and Signal Standards a. Slip Base Hardware i. Unless otherwise specified on the Street Lighting Drawings, street light standards shall not have slip bases. 4. Foundation Hardware 34 41 00 - 62 DCR15 a. Breakaway supports for street light standards shall conform to Precisionform Inc. model PFI 200-1A Breakaway Supports, or approved equal. E. Aluminum Light Standards: 1. Pole shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole shaft cap, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. 2. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B26 or B108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. 3. Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 1/2 inch diameter stainless steel bolts, nuts and washers. A grommeted 1 1/4 inch cable entry (1 inch I.D. rubber grommet) shall be provided in the pole shaft at the arm mounting location. Arms shall have 2 inch N.P.S. slipfitters at least 8 inches in length. F. Luminaires: 1. Conventional Roadway Luminaires a. All luminaires shall come equipped for IES type III, medium cutoff light distribution unless otherwise specified on the Street Lighting Plans and/or Traffic Signal Plans when those signals include street lighting luminaires. 2. The only pre-approved street lighting luminaires for this project are as follows: a. New roadway luminaires on new streetlight poles shall be ATBM Autobahn cobra head LED Roadway Type 3 Distribution, P40 Performance Package, 120-277 VAC, 4,000K CCT with 7 pin Photocontrol Receptacle. b. Pedestrian scale luminaires shall be Lumec Urban Serenade DSC S56-C1 LED fixtures with 35W or 55W, as shown on the Drawings, 4000K CCT, with acrylic globe, Type 3 distribution and 240 VAC. c. Other street lighting luminaires may be submitted for approval, PROVIDED that they possess the same serviceability characteristics as the pre-approved models, and the submittal is accompanied by photometric calculations showing that they are photometrically equivalent to the approved products. G. Electrical Splice Materials: 1. Illumination Circuit Splices a. Aerial splices may employ split bolt connectors. Below grade splices and taps shall use Ilsco/Utilco PED21-1-1/0SSP or Polaris Edge ISPBO2/0, 3-port offset, screw and socket type connectors with De-Ox inhibiter, or approved equivalent. Ilsco/Utilco PED11-1/OSSP or Polaris Edge ISPBS2/0 in-line, 2-port connectors may be used only when two conductors are to be spliced together. A #8 AWG bare stranded copper wire segment shall be used for making ground bonding crimp connections from this connector type to the street light pole and junction box. Solderless crimp connectors, installed using the manufacturer’s 34 41 00 - 63 DCR15 recommended crimping tool, shall be used to make ground bonding connections to the bare copper wire segment. 2. Traffic Signal Splice Material a. Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch™#06147 Electrical Moisture Sealant, or approved equal. Below grade splices and taps for 120 VAC power circuits feeding auxiliary traffic signal devices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. Scotch™ 2200/2210 vinyl mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently applied Scotchkote™ 054007 14853 Electrical Coating. Below grade splices and taps for 120 VAC power circuits feeding auxiliary traffic signal devices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture- blocking insulation. Scotch™ 2200/2210 vinyl mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently applied Scotchkote™ 054007 14853 Electrical Coating. 3. Control Cabinet Assemblies a. Traffic Signal Control Cabinet Assemblies shall meet the requirements of NEMA TS2 Specification. 4. Environmental, Performance, and Test Standards for Solid-State Traffic Controller Assemblies a. NEMA control assemblies shall meet or exceed current NEMA TS 2 Environmental Standards. 5. Traffic Signal Controller Assembly Testing a. Each traffic signal controller assembly shall be tested as follows. The Contractor shall: b. Prior to shipping, arrange controller cabinet testing with City of Kent Transportation. c. If the traffic signal control assembly passes all testing, the Contractor will be notified the cabinet is ready for pick-up. d. If the traffic signal control assembly fails testing, the Contractor has seven (7) days to repair or replace the failed components. Once all repairs are completed, the testing will resume. 6. Traffic Signal Controller a. The traffic-actuated controller for all City traffic signals shall be a Econolite Corp. Cobalt Controller. 7. Traffic-Signal Controller Software a. Controller shall be provided with the most current software release that operates fully with the City’s Central System Software. b. Current version of controller maintenance and operation documentation shall be provided with each controller in an electronic format. 34 41 00 - 64 DCR15 8. Flashing Operations a. When the cabinet is commanded to Flashing mode, the DC supply voltage shall be removed from all load switches. The flash transfer relays shall be de- energized during flashing operations. b. When the flash-automatic switch is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as it existed before the flash mode was enabled. c. Wiring Diagrams i. The cabinet wiring drawing shall also be provided in AutoCAD v2008 file. All cabinet wiring, and layout shall fit on E1 size sheets, up to three pages shall be allowed. Component cut sheets and equipment operating manuals shall be provided for devices used within the controller cabinet. 9. Auxiliary Equipment for NEMA Controllers a. Type P-1 controller cabinets shall include a fully-wired 16-position back panel / load bay. Printed circuit-type load bay design is not acceptable. The load bay shall be of the tilt down style requiring no tools to swing it down; giving access to the back of the load switches and all wiring behind the load bay. The cabinet shall include the following additional components: twelve solid-state load switches that conform to NEMA TS-2 specifications, sixteen 4 channel half width detectors (Eberle Design, Inc Model LMD624H or Reno A+ETM Model Y/2-200- ss or approved equal), one TS2 Cabinet Power Supply rated at 5Amps (Eberle Design, Inc Model PS250 or approved equal), six TS2 half width Bus Interface Units (Eberlie Design, Inc Model BIU700H or approved equal), One Opticom phase selector (Global Traffic Technologies Model 764 or approved equal) with one Model 768 Auxiliary Interface Panel installed, twelve red output jumpers to short pin 1 to pin 3 on the loadswitch sockets, one 8-inch depth aluminum cabinet extender tray with stainless steel bolts, washers and nuts, and auxiliary accessories to provide a complete and functional traffic signal control system. b. A minimum of twenty AC neutral termination points shall be available for field wire termination in the lower portion of the cabinet. c. A minimum of ten earth ground unused termination points shall be available for field wire termination in the lower portion of the cabinet. d. A police panel located behind the police panel door shall be equipped with a flash-automatic switch. e. An auxiliary control panel located inside the controller cabinet with a Flash- Automatic switch, a Controller On-Off switch, and a Stop Time switch. The Flash- Automatic switch shall put the signal on Flash without applying Stop Time. The Stop Time switch shall provide for application of stop time or disabling ALL other stop time inputs. A ground fault interrupter-protected double outlet shall also be provided on the panel. The panel shall be side or bottom-hinged. f. The conflict monitor shall be a Eberle Design Inc. EDI MMU2-16LE(ip), or approved equal. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to Flash if the conflict monitor is removed from service and the cabinet door is closed. Supplemental resistor loads, not to exceed 10 watts per monitored circuit, shall be provided to prevent monitor actuation caused by dimming or lamp burnout. Supplemental loads shall be installed on the control side of the field terminals, for the odd numbered phases and overlaps. 34 41 00 - 65 DCR15 g. No more than one wire shall be permitted per crimped terminal lug. All terminals shall be identified in conformance to the cabinet wiring diagram. All equipment input and output functions shall be terminated on terminal blocks for easy access. The cabinet shall contain a spare door indicator switch (normally closed contacts) which will be wired to a terminal block for future use. 10. NEMA Controller Cabinets a. The controller cabinet shall be a 44-inch wide Type P-1 and shall be constructed of aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel. The outside of the aluminum cabinet shall be unfinished. b. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. The cabinet shall be provided with two (2) shelves that are reinforced with a welded V channel, fabricated from 5052-H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted or round holes shall be provided on front and back flanges for the purpose of tying off wire bundles. One detector rack shall support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of Opticom™. This rack shall be capable of using half width 4-channel loop amplifiers, half width Buss Interface Unit (BIU) and both two channel or four channel Opticom™ cards. The other three detector racks shall support (16) channels of loop detection using half width 4-channel loop amplifiers and one (1) half width Buss Interface Unit (BIU). The cabinet shall be furnished with an 8-inch depth aluminum extender tray and stainless fastening hardware. 11. Vehicular Signal Heads, Displays, and Housing a. Optical Units i. Light emitting diode (LED) light sources are required for all signal displays. b. Wattage (maximum): 35 watts. c. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. d. Temperature: Temperature range shall be –35 C to +70 C. e. LED Types: Red balls shall be DialiteTM, part number 433-1210-003XL15, or approved equal; red arrows shall be DialiteTM, part number 432-1314- 001XOD15, or approved equal; green balls shall be DialiteTM, part number 433- 2220-001XL15, or approved equal; green arrows shall be DialiteTM, part number 432-2324-001XOD15, or approved equal; yellow balls shall be DialiteTM, part number 433-3230-901XL15, or approved equal; yellow arrows shall be DialiteTM, part number 431-3334-901XOD15 or approved equal. f. Enclosure: The enclosure for the LEDs and associated circuitry shall be dust and water-resistant. g. Lens: The lens shall be a polycarbonate lens. The lens shall be free from bubbles, flaws, and other imperfections and shall not be diffused. h. Warranty: A fifteen-year written manufacturer’s warranty from date of installation on parts and materials will be provided. i. Label: A label shall be provided on the LED housing. The Contractor shall mark the label with a permanent marker to note the installation date. 12. Signal Housing 34 41 00 - 66 DCR15 a. Visors shall be flat black in color inside and shall be dark green on the outside. b. Polycarbonate traffic signal heads shall not be used. c. Pedestrian Push Buttons i. Where noted in the contract, pedestrian push buttons of substantially tamper- proof construction shall be furnished and installed. They shall consist of a 2-inch nominal diameter actuator and be ADA compliant. All pedestrian push button assemblies shall possess the form and features necessary to be classified as an Accessible/Audible Pedestrian Signal (“APS”). APS units for pedestrian crossing at traffic signals shall be Black or FS-595A dark green in color with a white actuator. APS units for pedestrian crossings with RRFB systems shall be substantially federal yellow in color with a black actuator. All APS units shall include 9 Inch by 12 Inch sign backplate and reflective R10- 3e sign for traffic signals and HAWK signals, R10-25 for RRFBs. APS unit types for pedestrian crossings at traffic signals shall be the Campbell Company, GuardianTM, the Polara iNS2s, using either the ICCU-S2 cabinet interface or the iPHCU3S pedestrian head interface, or approved equivalent. APS units for pedestrian crossings with RRFB systems shall be the Campbell Company, GuardianTM, the Polara iNX, or approved equivalent. Audio features and programming are location specific and shall be pre-programmed by the factory for the location and installation position. All APS units shall be capable of accepting user created audio files by use of computer software utilities, and shall be programmable using both USB cable connection and Bluetooth serial communications. ii. The pedestrian push button assembly shall be installed utilizing the appropriate factory supplied mounting extension brackets, 90-degree adapters and multi-conductor cables as shown in the plans. The assembly shall be constructed and installed so that it will be impossible to receive an electrical shock under any weather conditions. d. Pedestrian Signals i. Pedestrian signals shall be (filled in) Hand/Man with Countdown Display, containing LED type optics only. Countdown pedestrian signals shall be (Gelcore part number PS7-CFF1-01A-18 or approved equal). e. Flashing Beacon i. Delete the words “12 inch yellow displays shall be dimmed 50% after dark”. 13. Service Cabinets a. All service enclosures shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or B209 aluminum. The exterior of the aluminum service panel shall be unfinished. b. Electrical Circuit Breakers and Contactors i. Mercury contactors shall not be permitted. ii. Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted on the Street Lighting and/or Traffic Signal Plans, and include a meter base to allow installation of a power meter. Service conductors shall be stranded copper wires. The smallest service wire shall be #2 AWG USE from the Puget Sound Energy (PSE) connection to the service cabinet. iii. The electrical service cabinet and service point shall be installed by the Contractor where shown on the Street Lighting and/or Traffic Signal Plans. 34 41 00 - 67 DCR15 The service panel shall consist of a 2 pole, 240 VAC, 100 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 30 amp branch breaker for a traffic signal, four 2 pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1 pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent Standard Plan 6-96 for service cabinet information. The service panel shall include a switch to bypass the photocell for street light testing. iv. The electrical service cabinet shall be weather tight. The cabinet shall be equipped with a blue core BestTM lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. 14. Traffic Signal Battery Backup Power Unit a. Features: i. Current pre-approved model is ALPHA Technologies, Ltd Model SE48-1616 enclosure, with FXM HP1100 UPS, ATS/Surge/RTA accessory shelf unit, and Generator Transfer Switch accessory shelf unit, four AlphaCell VRLA batteries, battery heater pads, RBMS Kit, and all associated wiring harnesses. 15. Ethernet Switch a. The Ethernet switch shall be a Cisco IE4000 gigabit switch with single mode fiber ports, din rail mounted with XP power Model DNR240PS48-1 (or equal) power supply. The Ethernet switch warrantees shall be in the name of City of Kent. All switches shall be turned over the City of Kent for configuration and testing prior to installation. 16. Fiber Optic Termination Panels a. Fiber optic termination panels shall be either rack mounted or wall mounted panels as indicated in the Contract Drawings. i. All rack mounted fiber termination panels shall be Corning CCH 1RU supplied with CCH connector panel that accommodated 12 LC/UPC singlemode connectors supplied with protective covers. ii. All wall mounted fiber termination panels shall be Corning SPH-01P panels with one (1) CCH connector panel that accommodates 12 LC/UPC singlemode connectors supplied with protective covers. 17. Fiber Optic Splice Enclosures a. Fiber optic splice enclosures shall be dome splice enclosure with base plate housing a gel block cable sealing system and shall be suitable for both vault and aerial applications. The enclosure will meet the following requirements: i. Be made of one single-ended thermoplastic closure: a) In locations where the total fiber count entering the splice case is 144 strands or less, the case shall be 24-inches in length and 9.8-inches in diameter, and have capacity to store up to six splice trays. Each splice tray will be able to store 12 splices securely. b) In locations where the total fiber count entering the splice case is greater than 144 strands of fiber, the case shall be 30-inches in length and 11.5-inches in diameter, and have the capacity to store up to eight splice trays. Each splice tray will be able to store 72 splices securely. 34 41 00 - 68 DCR15 ii. Each splice case shall have one dome and base with clamp and O-ring system with six round cable ports, gel sealing block with compression trigger, plugs for unused cable ports, tray tower to hold splice trays, splice trays, and cable retention hardware. iii. The splice enclosure shall be suitable for outdoor applications with a temperature range of -10°C to 60°C. iv. The splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. v. The enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. vi. The enclosure shall be waterproof, re-enterable and shall have a gel sealing system to prevent water from entering. vii. The enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers. viii. The enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. ix. Each splice shall be individually mounted and mechanically protected on the splice tray for storing single fusion splices. Heat-shrinkable fusion splice protection sleeves comprised of clear hot melt adhesive, stainless steel rod and heat shrinkable tube shall be used for protecting all splices. Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. x. Splice trays shall be manufactured by the same company as the splice enclosure. 18. Fiber Optic Patch Cords: a. Fiber optic patch cords shall be singlemode LC/UPC patch cords one (1) meter in length with duplex connectors on each end. b. All fiber optic patch cords shall meet the following connector requirements: i. Insertion Loss: 0.2dB ii. Return Loss: >= 50dB iii. Repeatability: < 0.1dB iv. Durability (times: >1000) v. Compliant with IEC874 Standard vi. Yellow jacketing vii. Maximum attenuation of 1.0/0.75 dB/km 19. RRFB Foundations and Poles: i. Foundation and pole components for Rectangular Rapid Flashing Beacon (RRFB) assemblies shall be furnished and installed as described below. Foundation shall conform to WSDOT Standard Plan J-21.10 slip base round concrete foundation except the Pelco anchor bolt assembly and other Pelco required components shall be utilized, with model numbers as specified below. All parts shall be installed per the manufacture’s recommendation and shall be finished with process no color. a) Pole Cap: Pole & Arm Cap, Alum b) Pole: PB-5102 – 14’ height, Pedestal Pole, 4”-8 NPT Sch 80, Spun Alum c) Collar: PB-5325 - Pole & Base Collar Assembly, Alum 34 41 00 - 69 DCR15 d) Base: PB-5336-NL-3S-GL-PNC- Square Base Assembly, Alum -15K Capacity Heat Treated w/ Alum Door *Anchor Bolt Cage AP-1095-GLV - Anchor Bolt Cage, Galv 3/4”-10NC x 18” w/ 36” Rebar 13” Bolt Circle *The factory pre-assembled anchor bolt cage AP-1095-GLV may be substituted for a field fabricated rebar cage with anchor bolts meeting the same physical and mechanical requirements as the factory assembly. 2.04 CITY OF AUBURN A. Conduit, Innerduct, Outerduct 1. Traffic Signal, ITS, and Street light conduit shall be Schedule 80 PVC-ASTM D1785 and as shown on the Plans. B. Junction Boxes, Cable Vaults, and Pull Boxes 1. Slip-Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes 2. Where slip-resistant junction boxes, cable vaults, or pull boxes are required, each box or vault shall have slip-resistant surfacing material applied to the steel lid and frame of the box or vault. Where the exposed portion of the frame is ½ inch wide or less, slip-resistant surfacing material may be omitted from that portion of the frame. 3. Slip-resistant surfacing material shall be identified with a permanent marking on the underside of each box or vault lid where it is applied. The permanent marking shall be formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The marking shall include a two-character identification code for the type of material used and the year of manufacture or application. The following materials are approved for application as slip-resistant material, and shall use the associated identification codes: a. Harsco Industrial IKG, Mebac #1 - Steel: M1 b. W. S. Molnar Co., SlipNOT Grade 3 – Coarse: S3 c. Thermion, SafTrax TH604 Grade #1 – Coarse: T1 C. Fiber Optic Cable, Electrical Conductors, and Cable 1. Illumination a. Wire conductors for underground feeder runs and for circuitry from the in-line fuse in the poles to the junction box shall be 600 volts (minimum rated at 75 degree C) #8 AWG single conductor stranded-copper, U.S.E. insulated, in accordance with the Insulated Power Cable Engineer's Association Specifications. SPEC 2150. b. Wire conductors inside the pole from the ballast to the in-line fuse, shall be 600 volt, pole and bracket cable, 2 conductor, stranded-copper No. 10, Type HMW grade or better. Conductor insulation shall consist of a 45-mil polyvinyl chloride with a 95 mil polyethylene jacket. c. Single conductors for street lighting shall be stranded copper with insulation conforming to USE 600 volt minimum rated at 75 degree C and shall be color- coded in a consistent manner throughout the project. 34 41 00 - 70 DCR15 d. A three-wire electrical service shall be used at 120/240 volts. The contractor shall have the service inspected by the Department of Labor and Industry and coordinated with the Power Company to have the service installed. e. Overhead electrical service, when allowed, shall be brought to the load center through a conduit riser with a weather head on the service pole. 2. Traffic Signals a. Loop Lead-In Cable shall be #14 AWG and Pedestrian Push Button cable shall be, #14 AWG, two conductor stranded copper, twisted approximately two turns per foot. The conductors shall be covered with a foil shield and protected with an outer jacket. The cable shall conform to IMSA Spec. No. 50-2. b. Detector Loop Wire (sawcut) shall be No. 14 AWG class B stranded copper wire with cross-linked polyethylene type USE insulation and conform to IMSA Spec. 51- 3. c. The detector lead-in cable for Emergency Vehicle Preemption (EVP) shall be 3M OPTICOM Model 138 shielded detector cable or approved equivalent. No splicing will be allowed between the detector and the controller cabinet. d. Signal Interconnect Cable shall be fiber. For fiber optic cable, the cable shall be single mode all dielectric gel free loose tube single mode fiber optic with a minimum count as shown on the Drawings. e. Traffic Video Detection Camera Cable shall be a parallel construction of one PVC-jacketed RG 59/U (Coaxial) and one PVC-jacketed five conductor (Power) 18 AWG cable under an oval black flame retardant polyvinyl chloride jacket meeting the requirements of the video detection system manufacturer’s recommendations. 3. Video camera cable shall meet the following requirements, or approved equivalent meeting the requirements of the video detection system manufacturer’s recommendations: a. RG 59/U (Coaxial) i. Conductor: 20 AWG solid bare copper 0.032". ii. Dielectric: 0.054" wall of gas injected foamed polyethelene to 0.140" nom. iii. Braid: 36 AWG bare copper with 95% coverage. Pull in aluminum/polyester tape under braid. iv. Jacket: 0.035" wall black 75 degrees C polyvinyl chloride to 0.232" nom. b. 18 AWG Cable (Power) i. Conductor: 5-18 AWG bare copper 0.048". ii. Insulation: 0.012" wall polyvinyl chloride per the color code to 0.072" nom. iii. Cabling: Five 18 AWG conductors cabled together in a 3-1/4" left hand lay to a nom. diameter of 0.194". iv. Jacket: 0.025" wall black 75 degrees C polyvinyl chloride to 0.244" nom. v. Color Code: White, Red, Black, Brown, Blue. Rating: Multi-conductor leg is rated at 600V. D. Singlemode Fiber Optic Cable 1. All fiber optic cable shall be ALTOS All-Dielectric Gel Free Cables by Corning, or approved equivalent, per the following schedule: 34 41 00 - 71 DCR15 Fiber Count Nominal Cable Weight (Ib/1000ft) Minimum Installed Bend Radius (in) 12 49 4.1 48 49 4.1 288 131 7.2 2. All optical fibers shall be identifiable by standard color codes as defined in ANSI/TIA/EIA- 598. 3. Splice cases shall be Corning, Tyco or approved equivalent. E. Lighting & Signal Standards & Davit Arms 1. Lighting Standards a. Lighting standards shall be aluminum, davit-style units in accordance with these special provisions. b. Mounting heights for light fixtures shall be as noted on the Plans. c. Lighting standards shall have 2 through-bolts where the davit arm intersects the pole in accordance with the applicable City of Auburn Standard Details. All poles to be furnished shall maintain a minimum safety factor of 4.28 on yield strength of weight load and 2.33 for basic wind pressure. All materials shall be natural polished aluminum color. d. A grounding nut or provision in the handhole frame for accommodating a threaded bolt for the purpose of attaching a grounding connector shall be provided on the inside of the shaft. After fabrication, the handhole shall have the mechanical strength of not less than the temper of the material utilized for the manufacturer of the pole. e. All bolts (not including Anchor Bolts), nuts, screws, and washers, shall be stainless steel, unless designated otherwise. 2. VMS Support Structure a. VMS Support structure shall meet the above stated criteria for traffic signal standards and the dimensions and details included in the plans. b. The following loads shall be used for design of the VMS sign pole and mast arm structure: dead loads shall consist of the weight of the sign times a safety factor of two; wind loads shall be taken as 30 PSF for the sign and 24 PSF for the supporting structure and, (including the effect of gust and shape factors), on the greatest area of signs and structure in any elevation view; live load may be omitted. 3. Signal Standard a. A signal standard shall consist of the following components: a round tapered steel vertical pole shaft, a round tapered horizontal mast arm, a davit style luminaire arm attachment, anchor bolts with nuts, washers and all associated hardware. b. The pole shaft and signal mast arm shall not vary in roundness more than 1/16 inch in straight sections. c. Longitudinal seam welds shall have full penetration for not less than 60% of their full length. Butt welds in the shafts shall have back-up rings and full penetration for 100% of the circumference. All welds shall be deburred. 34 41 00 - 72 DCR15 d. Materials, construction and assembly techniques shall be as specified on the Standard Plans and as shown in the Plans. All materials shall be hot-dipped galvanized after fabrication in accordance with ASTM A-123. e. Design shall be in accordance with the requirements of the 2011 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and the values on the Detail Sheet as shown in the Plans. Sizes on the Detail Sheet as shown in the Plans shall govern in differences between the Standard Plan and the Detail Sheet as shown in the Plans. f. The following loads shall be used: dead loads shall consist of the weight of the signals and signs times a safety factor of two; wind loads shall be taken as 30 PSF for the signals and signs and 24 PSF for the supporting structure, (including the effect of gust and shape factors), on the greatest area of signals, signs and structure in any elevation view; live load may be omitted. g. Complete calculations for structural design shall be submitted with the shop drawings for approval before fabrication or ordering material. These calculations shall include the stresses in the pole and cantilever arms, the attachment of the signals and signs to the structure, the connection between the cantilever arms and vertical pole, pole section at handhole, base plate, anchor bolts and foundations. 4. Pole Shaft a. The round tapered pole shaft shall be made of one-ply, hot-rolled basic open- hearth steel. Structural steel having a minimum yield point of 33,000 psi or more shall be used for all structural parts and shall be galvanized after fabrication in accordance with ASTM A-123. b. A flange plate shall be attached to the vertical pole shaft for the purpose of mounting the mast arm. The flange plate shall be supported by side plates tangent to the shaft and gusset plates on top and bottom. A 3-inch wire way hole shall be provided (matching the wire way hole in the mast arm flange plate). Four holes for mounting the mast arm shall be drilled and tapped for high tensile bolts. c. A 7” x 21” Internal Terminal Cabinet shall be constructed integral to the pole with a stainless steel hinged door and a best slam lock. It shall be no lower than 4 ft 6” from the ground. A 4- inch x 6½ inch reinforced hand hole frame and rain-tight cover with tamper resistant screws shall be provided. The frame shall be welded into the shaft 18 inch above the base plate on the opposite side of the mast arm attachment. A grounding nut or provision for accommodating a threaded bolt or stud shall be provided in the frame. d. A second hand hole shall be provided and welded into the shaft directly opposite the mast arm mounting plate. A J-hook wire support shall be provided inside the pole shaft between the frame and mast arm mounting plate. 5. Vehicle Signal Mast Arm a. The vehicle signal mast arm shall be sized as shown on the Plans. b. End caps shall be supplied and be weather tight and all unused tenons or holes shall be plugged and sealed. c. A mast arm flange plate matching the pole shaft flange plate shall be welded to the mast arm base segment. The flange plate shall have a hole cut in the center equal to the outside diameter of the mast arm base. 34 41 00 - 73 DCR15 d. The flange plate shall be welded to the mast arm by two continuous arc welds, one on the outside and the other on the inside. The outside weld shall be on top face of the flange plate. The inside weld shall be in the gap between the bottom face of the mast arm and the inside face of the flange hole. e. Four holes for high tensile bolts shall be drilled in the flange plate matching the four tapped holes in the pole shaft mast arm mounting flange plate. f. For the purpose of mounting the traffic signal displays, 2 inch couplings shall be welded to the mast arm extension segment at the locations specified on the Detail Sheet as shown in the Plans. A ½ inch diameter hole shall be drilled in each coupling to allow for the thru-bolt. 6. Signal Pole Anchor Base a. Four holes sized to receive the anchor bolts shall be drilled in the base. Slotted holes ¼ inch larger than the anchor bolt shall be permitted. Minimum bolt circle pattern shall be as specified in the Plans. b. Four high-strength anchor bolts A307 shall be furnished with each pole. Each anchor bolt shall have an “L” bend at the bottom end or multiple anchor plates per the manufacturers recommendation, and shall have 7-inch minimum thread on top. Anchor bolt dimensions shall be per Detail Sheet as shown in the Plans or per Manufacturer's recommendations whichever is larger. All anchor bolts shall be furnished with 2 heavy hex nuts, two standard washers, bolt covers and provisions for mounting with stainless steel screws. Threaded ends of bolts, nuts and washers shall be hot dipped galvanized in accordance with ASTM A-123. The anchor bolts shall be capable of resisting at yield strength stress the bending moment of this shaft at its yield strength stress. 7. Luminaire Attachment a. Unless otherwise indicated in the Plans all traffic signal poles shall be equipped with davit style luminaire arms as shown in the Plans. The davit style arm shall be secured to the top of the pole shaft using a cone reducer providing a flush, smooth transition. From the cone reducer the luminaire shaft shall be continuously tapered at the same rate as the pole shaft while incorporating a 5-foot, 9-inch radius bend at the end. A pipe tenon of the diameter and length specified for the luminaire shall be provided in the end of the davit arm. The tenon shall be two degrees above level. Luminaires shall be adjusted to be parallel to the roadway and shall follow the slope of the roadway on inclines/hills. F. Wrapping 1. The aluminum pole shaft and bracket arm assembly shall be entirely wrapped with a heavy, water-resistant paper for protection during shipment. Any marks or stain resulting from wrapping materials shall be cause for rejection. Scratching, marking, denting, or other damage to poles and fittings at the point of delivery shall also be cause for rejection. G. Anchor Bases 1. A one-piece anchor base of adequate strength, shape, and size shall be secured to the lower end of the shaft so that the base shall be capable of resisting the bending movement of the shaft at its yield-strength stress. The base shall be provided with 4 slotted or round holes to receive the anchor bolts. Bolt covers shall be provided 34 41 00 - 74 DCR15 with each pole. Base plates for Type II signal poles shall not exceed 18 ½ inches square. H. Welding 1. All welds shall be deburred. I. Foundation Hardware 1. Four high-strength steel anchor bolts shall be furnished with the poles. Threaded ends and all nuts and washers shall be hot-dipped galvanized. The anchor bolts shall be capable of resisting at yield-strength stress the bending movement of the shaft at its yield-strength stress. J. Luminaire Fusing & Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases 1. Fuses shall be Bussmann Slow Blow or approved equivalent. 2. Fuse connector kits shall be SEC Model 1791-SF (2 each) or approved equivalent. 3. Connector kits to connect luminaires to the system in the junction box shall be SEC Model 1791-DP, or approved equivalent. K. Ballast, Transformers 1. The luminaire shall contain an integral high-power factor-regulator ballast suitable for 240- volt operation with a 10% voltage variation. The ballast shall be prewired to the lamp socket and terminal board, requiring only connection of the power supply leads to the terminal board. L. Luminaires 1. The LED Street Light Shall meet the following specifications: Housing a. Luminaire housing shall be die cast aluminum with integral cooling fins universal four-bolt slip fitter for mounting to 11/4 ” to 2” (15/8” to 23/8” O.D.) diameter mast arm. Housing must be similar shape to traditional cobra head. Housing meets ANSI C136.31-2001 and CalTrans 611 vibration standards. Conductors from power supply to terminal block and LED board must be spliced with quick style electrical disconnects. Photocontrol receptacle is standard for ANSI C136.41- 2013, 7-pin, photocell. Fixture must be capable of using a 7-pin photocell with field adjustable drive current. Photocontrol shall be rotatable without tools. Housing shall have a leveling bubble for adjusting the head. 2. Light Emitting Diodes a. Hi-flux/Hi-power white LEDs shall produce a minimum of 90% of initial intensity at 100,000 hours of life at 700mA, TM-21 Calculator required. LEDs shall be tested in accordance with IESNA LM-80 testing procedures. They shall have a mean correlated color temperature of 4000K (standard) ± 300K and a minimum CRI >70. 3. Optical Systems a. Micro-lens optical systems shall produce IESNA Type 2, and 3 distributions. Fixture shall not use acrylic or plastic secondary exterior lens over the LEDs. 34 41 00 - 75 DCR15 Emitters shall be of single LED per die design. Luminaire shall be classified as “full-cutoff” and produce 0% total lumens above 90⁰ with a BUG rating of U-0. 4. Electrical a. The Driver shall be dimmable. The power supply shall have a minimum power factor of .90 and <20% Total Harmonic Distortion (THD). Power supply drive current shall be field adjustable without tools. 5. Finish a. Housing shall receive a fade and abrasion resistant, epoxy polyester powder coat light gray finish standard. 6. Accessories a. Optional flush mounted house side and cul-de-sac shield shall be available. The house side shield cuts off light at ½ mounting height behind the luminaire and the cul-de-sac shield cuts light off ½ mounting height behind and 1 ½ mounting height on either side of the pole. Both shields must be factory or field installable without the use of tools. 7. Listings/Ratings/Warranties a. Luminaires shall be UL listed for use in wet locations in the United States and Canada. Optical systems shall maintain an IP66 rating. Ten-year limited warranty is required for all components. All units are listed by Design Lights Consortium (DLC). 8. Photometry a. All luminaires shall be photometrically tested by certified independent testing laboratories in accordance with IESNA LM-79 testing procedures. 9. Warranty a. All luminaires shall have a Ten-year manufacturer’s product warranty to be free of defects in workmanship and/or material. This warranty includes all electrical and mechanical components including finish and gaskets. Failure of over 10% of the LEDs in the luminaire during the warranty period will constitute a luminaire “failure”. Manufacturer will repair or replace any units found to be defective or that fail within this period. M. Photoelectric Controls 1. For locations where the luminaires are fed from new electrical service cabinets, the photoelectric control shall be per City of Auburn Standard Detail T-21.5. 2. For locations where new luminaires are added to an existing streetlight circuit(s) fed from an existing service cabinet, each luminaire shall be equipped with its own Tork 5237-UL photocontrol, or approved equal, meeting the following requirements: a. Twist-lock, three prong UL listed infrared photocontrol for LED lighting b. Polycarbonate housing and window c. Rated for 120-277 VAC and a minimum of 6,000 operations N. Illumination Circuit Splices 1. Approved copper splice “C” crimp connectors shall be used to connect bonding wires. 34 41 00 - 76 DCR15 O. Traffic Signal Splice Material 1. Loop lead-in wires shall be spliced at the junction box; with a waterproof splice leaving 10 feet each of loop wire and loop lead-in cable for future work. The connection shall be made using compression sleeves sealed with black 50-mm wide, ethylene propylene rubber mastic tape. P. Sealants 1. Loop detector sealant specifically manufactured for loop wire shall be used to imbed the loop wire into the pavement and fill the sawcut to within 1/16 inch of the top of the pavement. Sealant shall completely cover the foam backer rod. a. Loop Sealant shall be: i. Crafco Loop Detector Sealant 271; ii. Max Cutter Seal No. 3; iii. 3M Black 5000; or iv. Project Representative approved equivalent. 2. Installation shall conform to the manufacturer recommendations. Q. Traffic Signal Controller Assembly Testing 1. The entire controller cabinet, complete with all auxiliary equipment, shall be delivered to the City of Auburn Maintenance & Operation facility, located at 1305 C Street SW, for testing in the Traffic Signal Shop. The period of testing shall be for a minimum of 2 weeks in duration and is intended to demonstrate the operation of all equipment. Any deficiencies or equipment failures discovered shall be corrected by the Contractor, at his expense. 2. In the event that it is not possible for the City and the Contractor to agree on the cause of a malfunction, the City's decision shall be binding. 3. The successful completion of the performance test will constitute acceptance of the equipment by the City. R. Traffic Signal Controller 1. General a. The traffic signal controller shall be the Cobalt model by Econolite. S. Emergency Preemption 1. Emergency Preemption System equipment shall be compatible with the operational requirements of the existing Opticom brand (3M Company) emitters, detectors, and phase selectors owned by the City. T. NEMA and Type 2070 Controllers and Cabinets U. Traffic Signal Controller Cabinet Unit 1. Controller cabinet furnished and installed by the Contractor shall be one of the following types, as specified in the Plans: V. Western Systems Modified P-Plus Cabinet Requirements 34 41 00 - 77 DCR15 1. Western Systems controller cabinets shall be NEMA TS-2 Type 1 P style cabinet per the City of Auburn approved Western Systems Part # 3012500000 with Alpha BBS. The cabinet shall be fully loaded with BIU’s, MMU Smart Monitor, 16 detector cards, load switches, and a GTT 3M 764 Opticom. W. Fiber Optic Termination Panels 1. Fiber optic termination panels a pre-terminated Corning SPH-01P panels with a 12 CT pigtail and Corning buffer tube fanout kit and Unicam SC connectors. X. Fiber Optic Splice Enclosures 1. Fiber optic splice enclosures shall be dome splice enclosure with base plate housing a gel block cable sealing system and shall be suitable for both vault and aerial applications. The enclosure will meet the following requirements: a. Be made of one single-ended thermoplastic closure: i. In locations where the total fiber count entering the splice case is 144 strands or less, the case shall be 24-inches in length and 9.8-inches in diameter, and have capacity to store up to six splice trays. Each splice tray will be able to store 12 splices securely. ii. In locations where the total fiber count entering the splice case is greater than 144 strands of fiber, the case shall be 30-inches in length and 11.5-inches in diameter, and have the capacity to store up to eight splice trays. Each splice tray will be able to store 72 splices securely. b. Each splice case shall have one dome and base with clamp and O-ring system with six round cable ports, gel sealing block with compression trigger, plugs for unused cable ports, tray tower to hold splice trays, splice trays, and cable retention hardware. c. The splice enclosure shall be suitable for outdoor applications with a temperature range of -10°C to 60°C. d. The splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. e. The enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. f. The enclosure shall be waterproof, re-enterable and shall have a gel sealing system to prevent water from entering. g. The enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers. h. The enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. i. Each splice shall be individually mounted and mechanically protected on the splice tray for storing single fusion splices. Heat-shrinkable fusion splice protection sleeves comprised of clear hot melt adhesive, stainless steel rod and heat shrinkable tube shall be used for protecting all splices. Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. j. Splice trays shall be manufactured by the same company as the splice enclosure. Y. Fiber Optic Patch Cords: 34 41 00 - 78 DCR15 1. Fiber optic patch cords shall be singlemode SC/UPC patch cords one (1) meter in length with duplex connectors on each end. 2. All fiber optic patch cords shall meet the following connector requirements: a. Insertion Loss: 0.2dB b. Return Loss: >= 50dB c. Repeatability: < 0.1dB d. Durability (times: >1000) e. Compliant with IEC874 Standard f. Yellow jacketing g. Maximum attenuation of 1.0/0.75 dB/km Z. Vehicular Signal Heads, Displays, and Housing 1. Backplates shall be constructed of 5-inch-wide, .050-inch-thick corrosion-resistant flat black finish, louvered aluminum, attached with stainless steel hardware. AA. Conventional Traffic Signal Heads 1. Vehicle signal head housings shall be rigid mount type M. BB. Optical Units 1. The LED’s shall have a 15 year manufacturer’s warranty. The LED shall be Dialight Light Emitting Diode (LED). Part numbers for Dialight LEDs are as follows: Size Description Part Number 12 inch RED Ball 433-1210-003XL15 12 inch AMBER Ball 433-3230-901XL15 12 inch GREEN Ball 433-2220-001XL15 12 inch RED Arrow 432-1314-001XOD15 12 inch AMBER Arrow 431-3334-901XOD15 12 inch GREEN Arrow 432-2374-001XOD15 12 inch GREEN/AMBER Arrow 430-6370-001 12 inch AMBER/AMBER Flashing Arrow) 430-6370-805 CC. Painting Signal Heads 1. Traffic signal heads shall be finished with two coats of dark green (SAE AMS Standard 595) oven baked powder coating comprised of resins and pigments. DD. Vehicle Detector 1. Vehicle detectors shall be 2 channel rack mount style and compliant with NEMA TS1 and TS2 standards. They shall be capable of auto tuning and be able to withstand temperatures ranging from minus 40 degrees to plus 80 degrees C. They shall have a minimum of 15 sensitivity levels, 4 frequencies plus sequential scanning to avoid crosstalk, and have pulse and short and long presence modes. They shall have separate detect and fault LED’s on the front face. 34 41 00 - 79 DCR15 EE. Pedestrian Push Buttons 1. The Pedestrian Push Button Assembly shall be an Guardian APS manufactured by H.D. Campbell Company, 1486 NW 70th Street, Seattle, WA 98117 and shall be black in color with a white button. 2. Specifics of voice programming shall be provided as part of the submittal review and subject to the Project Representative’s approval prior to submittal acceptance. 3. APS push button stations shall include a control module that the Contractor shall install in corresponding pedestrian signal head and manufacturer-supplied multi- conductor interconnect cable that the Contractor shall install per the manufacturer’s recommendations between the control module and push button station. FF. Pedestrian Signals 1. Pedestrian signals shall be a LED, filled hand/walking person countdown display. 2. The maximum overall dimensions of the signal shall be 19 inch wide by 18¾ inch high by 8¾ inch deep, including the egg crate Z type visor and hinges. The signal shall be furnished complete and ready to operate. In order to facilitate installation and maintenance, the signal shall be designed so that all components are readily accessible from the front by opening the door. 3. Each signal shall be provided with an egg crate visor constructed of polycarbonate material. The egg crate or “Z” crate type sun shield, if used, shall be held in place by the use of stainless steel screws. The complete egg crate or “Z” crate assembly shall be 1½ inch deep. 4. The case shall be one-piece corrosion resistant aluminum alloy die-casting. Integrally cast hinge lug pairs, two at the top and two at the bottom of each case, shall be provided for operation of a swing door down. The unit shall be mounted with Type E mountings unless indicated otherwise on the attached Plans. All terminal compartments shall be either ferrous metal or bronze. 5. Pedestrian signal heads shall be Dialight ITE compliant Light Emitting Diode (LED) or approved equivalents. GG. Video Detection Cameras 1. The Video Detection System shall be Econolite Vision or Trafficon by Kar-Gor and the presence detector boards shall be Trafficon VIP3D.2, which monitors only two cameras. Both systems shall include built in ethernet communication for our ITS system. 2. The cameras shall be located as indicated on the Plans. Cameras shall be mounted on signal mast arms as shown in the Plans utilizing Pelco Extended Tilt & Pan pole mount, for installation on the signal arm with cable mount and 72-inch tube or approved equivalent. The cable mount shall be suitable for the mast arm diameter at each camera installation location. 3. The camera housings and internal cameras shall be the latest approved models. HH. Service Cabinets 1. Service cabinet shall be a metered aluminum Skyline Electric Series 47700-A1-R1, with Underwriters Laboratory label on the panel boards as in accordance with the 34 41 00 - 80 DCR15 applicable City of Auburn Standard Details. The service cabinet shall comply with all requirements of Puget Sound Energy and Washington State Labor and Industries. It shall be the Contractor’s responsibility to obtain these requirements and ensure that the cabinet complies with the requirements. The service cabinet shall be equipped with a stainless steel handle, a three- point locking system, and a Best six-tumbler mortise cabinet lock with dead bolt. 2. Two copper ground rods shall be installed per WSDOT and the NEC. The cabinet shall contain the following branch breakers as applicable: 20 AMP 2 pole Lighting Circuit A 20 AMP 2 pole Lighting Circuit B 15 AMP 1 pole Control Circuit 20 AMP 1 pole Ground Fault Receptacle 30 AMP 1 pole Traffic Signal 100 AMP 2 pole Main II. Traffic Signal Battery Backup System 1. All battery backup power units shall utilize the newest Alpha Inverter/Charger unit, complete with associated remote control display panel. 2. Batteries shall be connected utilizing approved quick-connect modular battery connectors. Battery cable sizing shall be appropriate for the type and quantity of batteries supplied. 3. Batteries shall be 12 Volts DC, 110 amp hour minimum, absorbed glass mat type, group 27. Batteries shall meet or exceed specification MIL B-8565J (Sec 4.6.22). There shall be 4 batteries supplied by the Contractor. 4. All battery backup power units shall possess an AC voltage bypass/disconnect switch or relay. The bypass/disconnect method shall couple the normal AC power source directly to the signal controller cabinet, while completely isolating the inverter/charger unit from the circuit. JJ. 9-29.27 CCTV System 1. CCTV cameras shall be an Axis M5525-E 2 MP Mini PTZ Dome with a Axis Ethernet 15 Watt POE injector. 2. The ethernet switches shall be shelf mount Ruggedcom RS900G gigabit ethernet switches with SM fiber ports and necessary 120 volt power cords and ethernet cords and jumpers. 3. Camera mounting equipment shall be use a custom 1-1/2” threaded pipe Painted Signal black, T94A01D Pendant mounting kit and Pelco AstroBrac 90 degree pole mount and other equipment and hardware as shown in the plans and as required for a complete and operational CCTV camera system. The signal pole mount may have to be modified as shown in the plans. PART 3 EXECUTION 3.01 CONSTRUCTION REQUIREMENTS 34 41 00 - 81 DCR15 A. For traffic signals that will be owned or maintained by the Washington State Department of Transportation, City of Renton, City of Kent and City of Auburn, perform work in accordance with the applicable jurisdictions’ Standard Plans (Washington State Department of Transportation, City of Renton, City of Kent and City of Auburn), Specifications, and in the TSS as well as the following: 3.02 CITY OF RENTON A. WSDOT Standard Specifications: 1. Painting a. Description i. This work shall consist of painting systems and colors for metal elements as shown on the Plans. B. Materials: 1. The Contractor shall submit (3) samples of each custom color, textures, and gloss for approval. Metal coupon samples shall be three (3) inches by five (5) inches. Paint colors and paint systems shall be as shown in the following table for the following items: Paint Color/Paint System Table Item Paint Color Paint System Decorative Signal Poles Type II and III and associated sub-assemblies and terminal cabinets RAL 9005TX “Jet Black” Refer to specification below Decorative Luminaire Poles and Bases RAL 9005TX “Jet Black” Refer to specification below Decorative Signal Poles Type PPB and associated sub-assemblies RAL 9005TX “Jet Black” Refer to specification below Decorative Luminaires RAL 9005TX “Jet Black” Refer to specification below Video Detection System RAL 9005TX “Jet Black” Refer to specification below Telis Bar Sign Post (Streetscape Locations) RAL 9005TX “Jet Black” Refer to specification below Back of Sign (Streetscape Locations) RAL 9005TX “Jet Black” Refer to specification below 2. All signal equipment to be installed on signal poles and mast arms shall be painted RAL 9005TX “Jet Black,” unless not available. All banding shall be in black color. The back of street signs shall be in black color. 3. Decorative Signal and Luminaire Poles and Sub-Assemblies Paint Specifications a. Steel poles and sub-assemblies shall be factory galvanized, primed and painted with polyester Powder coating. The Contractor is to purchase a one gallon sample from the pole manufacturer for use as a color match for the Project Representative’s approval prior to factory finish coating. 34 41 00 - 82 DCR15 4. Decorative Luminaires, Terminal Cabinets, and Video Detection Systems Paint Specifications a. All decorative luminaire housings, signal pole terminal cabinets shall be factory primed and painted with polyester powder coating to meet ASTM-B-117/D-2247 requirements to salt spray and humidity resistance. The video detection system mounting hardware shall be painted by manufacturer’s recommendations. The Contractor shall provide a sample to the Project Representative for approval prior to factory finish coating. Contractor shall provide one gallon of touch-up paint to the City. 5. Galvanizing a. All fabricated steel components and materials to be galvanized per ASTM 123. b. All steel hardware components and materials to be galvanized per ASTM 153. c. Aluminum materials surface shall be prepared per ASTM D1730 – 09 and factory powder coated. 6. Powder Coating Paint System a. The powder coating paint system shall be composed of exterior grade pure polyester TGIC, dry powder including resins and pigments in accordance with requirements of AAMA 605.2, and shall have the following characteristics: Characteristic Glossy Surface Semi-Gloss Surface Mat Surface Thickness 2.5–3.5 mils/60–90 2.5–3.5 mils/60–90 2.5–3.5 mils/60–90 Gloss (1) 80–90 55–70 15–25 Cross Hatch Adhesion (2) Pass 100% Pass 100% Pass 100% Mandrel Bending (3) 1/8/3 mm 5/32/4 mm 3/16/5 mm Erichsen Cupping ISO 1520 5/16/8 mm 1/4/7 mm 3/16/5 mm Impression Hardness (4) 95 95 95 Impact Test (5) Up to 160/lb. Up to 160/lb. Up to 160/lb. Pencil Hardness (6) 2H (min.) 2H (min.) 2H (min.) Dry Mill Test OK OK OK Salt Spray Test (7) 1500 h test, max. undercut 1/16/1 mm 1500 h test, max. undercut 1/16/1 mm 1500 h test, max. undercut 1/16/1 mm Humidity Resistance (8) 1500 h test, min. blisters 1/16/1 mm 1500 h test, min. blisters 1/16/1 mm 1500 h test, min. blisters 1/16/1 mm Key: (1) Gloss According to Gardner 60 degrees, ASTM D523. (2) Cross Hatch Adhesion, ASTM D3359, Method B. (3) Mandrel Bending Test, ASTM D522. (4) Impression hardness, ASTM B3363. (5) Impact Test, ASTM D2794; (0.1) inch distortion. (6) Pencil Hardness, ASTM B3363. (7) Salt spray Resistance Test, ASTM B117. (8) Humidity Resistance Test, ASTM D2247. 34 41 00 - 83 DCR15 C. Construction Requirements: 1. Apply entire finish system in the shop. Hold back finish system at all welded areas. Bolted connections should be primed with a zinc-based primer compatible with the approved paint system. 2. Field touch-up painting shall consist of matching specified priming and painting for all damaged and field repaired areas. Field welds and abrasions should be touched up after installation. Touch up surface preparation with a zinc-based primer compatible with the approved paint system, 2.5 to 3.5 mils DFT. 3. Preparation, cleaning, priming, shop painting, and field touch-up for all fabricated decorative exterior metal work will be incidental to the associated bid items. 4. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. 5. The Contractor shall submit three (3) samples of each custom color, textures, and gloss for Project Representative’s approval. Metal coupon samples shall be three (3) inches by five (5) inches. D. Painting or Powder Coating of Galvanized Surfaces: 1. Painting Of Galvanized Surfaces a. Clean surfaces to be powder coated in accordance with manufacturer’s written instructions for surface preparation. b. Install powder coatings in accordance with applicable codes and regulations and manufacturer’s written instructions. c. Applications of powder coating materials shall be performed in shop conditions, except for touch-ups approved in advance by the Project Representative. d. Finished surfaces shall be fully and uniformly coated without pinholes, bubbles, sag, runs, lumps, marks, or discoloration. e. Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. f. After powder coating has been in place for at least fifteen (15) days, and within thirty (30) days of Substantial Completion, check all powder-coated surfaces for damage, missed areas, and discoloration. g. Prepare surfaces, and touch up damaged, missed, and discolored areas to bring coating system to full dry film thickness in color and gloss matching that of adjacent coated areas. 3.03 CITY OF RENTON ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL A. Description: 1. The existing lighting circuits shall remain in operation until the new foundation, conduit work, and wiring for the new system is in place and ready for transfer. Transfer shall be conducted in the shortest time possible, not to exceed one 8-hour workday. The exact work plan and schedule must be pre-approved by the Project Representative. Work shall include all other items as shown in the Plans or in these Special Provisions. 34 41 00 - 84 DCR15 2. Existing lighting levels shall be maintained at all times unless specified otherwise by the City Transportation Operations Manager. 3. All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, Amendments, City Standards, Puget Sound Energy Standards, King County Standards included herein and the following Special Provisions. 4. The Work shall include the supply, testing and installation of all traffic signal hardware, including the communication cable and interface system, and replacement of an existing system. 5. The Work shall also include removing existing traffic signal and illumination equipment, pull boxes, poles, loop detectors, controller cabinets, service cabinets, and bases, and all necessary associated equipment where applicable to complete the Work. 6. The Work will also include providing a complete, functional illumination system. B. Regulations and Code: 1. All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2023 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction and Amendments (herein referred to as Standard Specifications), to all current amendments to the Standard Specifications, to the latest edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction (herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the City of Renton Standards and Details, to the latest edition of the National Electric Code (NEC), and to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington. a. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA), whichever is applicable, and to other codes listed herein. b. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. C. Industry Codes and Standards: 1. National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331, 445 Hoes Lane, Piscataway, NJ 08855-1331. D. Permitting and Inspections: 1. The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. 34 41 00 - 85 DCR15 2. The City of Renton Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the Electrical Inspector to coordinate a schedule of electrical inspections (call the request line at 425-430-7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. 3. Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of the electrical control permit and inspection sticker inside cabinets. E. Restrictions on the Schedule of Work: 1. Mast Arm Erection a. Mast arms shall not be erected more than fourteen (14) days prior to the signal system being turned on. 2. Fiber Installation Impacts a. The Contractor shall prepare and submit joint use applications for fiber attachments to PSE wood poles on behalf of the City of Renton. Joint use applications shall be submitted and approved by PSE prior to completing any fiber and/or riser installations on PSE poles. b. The Contractor shall include all fiber cutovers and anticipated down time in their construction schedule. Any change in schedule for impacts to fiber shall be provided a minimum of two weeks in advance. The Contractor shall meet with City staff to discuss all cutovers to work out a plan to minimize down time. 3. Traffic Control during Construction a. The Contractor shall include in the submitted traffic control plan, detailed plan during roadway trenching, erection of mast arms, installation of vehicle detection, and other activities requiring lane closures or detours. 4. Permits a. The Contractor will be responsible for coordinating, obtaining, and paying for all permits necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. b. The Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the City of Renton Electrical Inspector to coordinate a schedule of electrical inspection (call the request line at 425-430-7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. c. Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of the electrical control permit and inspection sticker inside cabinets. 5. Errors and Omissions a. The Contractor shall immediately notify the Project Representative upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the 34 41 00 - 86 DCR15 Contract Documents and the physical conditions of the locality. If deemed necessary, the Project Representative shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery without authorization by the Project Representative will be done at the Contractor’s risk. 6. Materials a. The Project Representative reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Project Representative at the job site before installation. 7. Equipment List and Drawings a. The Contractor shall submit to the Project Representative a completed “Request for Approval of Material” that describes the material proposed for use to fulfill the Plans and Specifications. Request for Approval of Materials shall submitted with all traffic signal, communication, and illumination materials in one complete package. F. Construction Requirements: 1. Signal Installation Coordination with the City a. The Contractor shall coordinate with City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425-430-7423) for all required signal installation work and testing. 2. Power Source Coordination a. The Contractor shall coordinate all of the installation details for the electrical service cabinet(s) with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the Contractor shall meet with a PSE Representative (call 1-888-321- 7779) in the field to verify the location of power source as shown in the Plans and shall notify the Project Representative immediately if any conflicts exist. Except for the service connection, the PSE portion of the installation shall be completed prior to installation of the service cabinet by the Contractor. 3. Illumination Requirements During Construction a. Existing or higher illumination levels shall be maintained by using existing or temporary illumination until the new system is operational. The Contractor is responsible for maintaining ten (10) feet clearance zone around existing aerial primary power lines during the construction. Coordinate work with the power company. 4. Signalization Requirements During Construction a. Signal system shall remain fully operational during construction. Contractor shall follow the Construction Sequencing and Pedestrian Detour Plans to the extent allowed by site conditions. Modifications to the existing signals must be approved by the Project Representative in the field prior to re-channelization for construction staging. Modifications shall be provided at the Contractor’s expense. The costs for any changes to the signal systems required for compliance with maintenance of traffic during construction shall be incidental to the lump sum price of Signal Systems. 34 41 00 - 87 DCR15 b. The Contractor shall submit a construction sequence and schedule of work for each location of traffic signal work to the Transportation ITS and Maintenance Manager Eric Cutshall. This shall include temporary and permanent signal work. This shall comply with Section 01 14 00 - Work Restrictions. c. The contractor is responsible for designing and constructing temporary traffic signal systems. The contractor shall submit a request for approval for temporary traffic signal phasing and intersection layout(s) that includes phasing, channelization, and detection layout to Transportation ITS and Maintenance Manager for review and approval. d. Procurement (signal poles, video detection, cabinets) lead times shall be identified before construction and suspensions planned accordingly. The contractor shall submit a request for material approval for traffic signal equipment and/or traffic system that meets the City’s standards for review and approval prior to procurement. The contractor shall submit a request for material approval with a sample for paint for streetlight, traffic signal poles/arms, push button posts to Transportation ITS and Maintenance Manager for review and approval. e. The Contractor shall coordinate installation and maintenance of temporary and permanent vehicle detection with Transportation ITS and Maintenance Manager. The contractor shall submit a request for material approval for temporary vehicle detection that is compatible with existing traffic signal equipment to Transportation ITS and Maintenance Manager for review and approval. f. Within each of the following two areas, only one intersection may have signal construction occurring at a time, unless temporary traffic signals are installed. If the contractor installs a temporary traffic signal at an intersection such that construction of new signal equipment will not impede traffic, that intersection may have signal construction occur at the same time as any other intersection. i. Area 1: S Grady Way and Talbot Road S north of I-405 ii. Area 2: SE Carr Road and 108th Ave SE g. Traffic signals shall be maintained operational at all times. Pedestrian signals and push buttons shall be maintained operational and shall be accessible and ADA-compliant at all times. Temporary pedestrian heads must be placed in line with temporary marked crosswalks h. Temporary traffic signals shall meet MUTCD and PROWAG. i. Vehicle detection at each signal for each movement shall be maintained operational at all times. If temporary detection is required, it shall be video detection and it shall be installed and operational prior to removing or disabling of existing detection. 5. Backfilling a. Underground utilities of record will be shown on the Plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. i. The location of existing underground utilities, when shown on the Plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. 34 41 00 - 88 DCR15 b. The Contractor shall be responsible for potholing for conflicts with underground utility locations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Project Representative for resolution. c. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. d. If a conflict is identified, the Contractor shall contact the Project Representative. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Project Representative prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. e. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: f. Contact the Project Representative and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. g. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Project Representative. h. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. i. The Contractor shall get approval from the Project Representative prior to installation. j. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. k. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. G. Removing and Replacing Improvements: 1. Salvaged Equipment a. All existing equipment that is to be removed shall not be stockpiled within the job site without the Project Representative's approval. The following signal equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately and delivered to the Contracting Agency unless otherwise directed by Transportation Maintenance Manager i. Luminaire Standards and Mast Arms ii. Luminaires iii. Traffic Signal Controllers and Cabinets iv. Electrical Service Cabinets v. Emergency Vehicle Detectors vi. Vehicle and Pedestrian Displays and Mounting Hardware vii. Pedestrian Pushbuttons viii. Terminal Cabinets 34 41 00 - 89 DCR15 ix. Visors x. Back Plates xi. Video and/or radar detection units and mounting hardware xii. The City reserves the right to refuse equipment and direct the Contractor to discard equipment as necessary. b. The Contractor shall give the Project Representative fourteen (14) days advance written notice prior to delivery of removed materials to the City of Renton Signal Shop. c. Controller cabinets shall not be removed until all associated electronic equipment is removed by Contracting Agency traffic signals personnel. All other equipment shall be removed by the Contractor and delivered within 24 hours following removal to the Contracting Agency. d. All removed equipment which remains the property of Renton shall be delivered to Renton Corporate Yard between the hours of 8:30am and 2:30pm: City of Renton Signal Shop 3555 NE 2nd Street BLDG B Renton, WA 98056 Phone: 425-430-7423 2. Non-Salvaged Electrical Equipment a. The Contractor shall: i. Remove all wires for discontinued circuits from the conduit system. ii. Remove elbow sections of abandoned conduit entering junction boxes. iii. Remove abandoned conduit that is less than 24 inches finished grade, unless otherwise indicated in the Plans. b. Pole Shaft and Mast Arm Identification i. All removed mast arms and pole shafts shall be identified by paper identification tags recording pole number, intersection location (such as SR XXX, leg XXX), and mast arm length. Four (4) inch by 6 inch (minimum) tags shall be taped to corresponding pole shafts and mast arms. Information on the mast arm tag shall match the information on the corresponding pole shaft tag. Each tag shall be entirely covered with clear acetate tap. The tape shall be wrapped one full circle around the shaft or arm with a 1/2-inch minimum overlap at the ends and sides. The Contractor shall bundle the complete signal bridge, poles standard assembly together. The assembly consists of pole shaft, mast arm, and connecting bolts. Connecting bolts shall be attached to the original mast arm base plate. c. Dismantled equipment shall be clearly marked and all hardware saved in a heavy duty burlap bag attached to the corresponding signal standard or mast arm. The Contractor shall be responsible for loading, delivering and unloading the salvaged signal equipment. The Project Representative shall determine the condition of the signal equipment. Material parts will only be accepted by the Contracting Agency if in identical condition to that prior to removal. d. If the Contractor's operation causes damage to a removed equipment, it shall be repaired or replaced by the Contractor to the Project Representative's satisfaction at no additional cost to the Contracting Agency. The Contractor shall 34 41 00 - 90 DCR15 remove and dispose properly all debris and signal equipment not identified for return to the Contracting Agency. H. Foundations: 1. The anchor bolts shall match that of the device to be installed thereon. 2. All concrete foundations shall be Class 4000P concrete. 3. Sono tubes shall not be allowed. 4. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to ninety-five (95) percent of the material's maximum density. Before placing the concrete the Contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. 5. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. After the specified curing period, the Contractor may install the applicable device thereon. 6. All concrete foundations shall be constructed in the manner specified below: a. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the Project Representative. b. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the luminaire foundation shall be made flush with the bottom of the sidewalk or island, or the top of the signal foundation shall be made flush with the top of the sidewalk or island. 7. All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall be staked by the Contractor and locations shall be field verified and approved by the Project Representative in the field prior to excavation. 8. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required, including a spare 2-inch conduit to be used to connect the pole or controller cabinet ground wire to the ground rod in the nearest J-box. 9. Location of all concrete foundations shall be approved by the Project Representative prior to excavation. I. Construction Sequence: 1. All excavation for a single pile cap foundation in which the drilled shafts are to be constructed shall be completed before shaft construction begins. After shaft construction is completed, all loose or displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive the footing concrete. 2. Shaft Excavation a. Shafts shall be excavated to the required depth as shown in the Plans or as required by the Project Representative. The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. The concrete shall be placed within two hours after the completion of shaft excavation and cleanout without any undue delay. 34 41 00 - 91 DCR15 b. If the shaft excavation is stopped with the approval of the Project Representative, the shaft shall be secured by the installation of a safety cover. It shall be the Contractor's responsibility to ensure the safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary casing should be used if necessary to ensure such safety and stability. c. Where caving conditions are encountered, due to soft soils or water intrusion, no further excavation will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may elect to place a temporary casing or use other methods approved by the Project Representative. d. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom of the excavation such that a minimum of 50 percent of the base of each shaft will have less than 1 inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 2 inches. e. If unexpected obstructions, which require specialized equipment and/or labor are encountered, the Contractor shall notify the Project Representative promptly. Excavation shall be continued as approved by the Project Representative. 3. Excavation Inspection a. The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Project Representative. b. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. c. Shaft cleanliness will be determined by the Project Representative, by visual inspection. d. The excavated shaft shall be approved by the Project Representative prior to placing any steel or concrete into the shaft. 4. Reinforcing Steel Cage Construction and Placement a. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted prior to concrete placement. The reinforcing cage shall be rigidly braced to retain its configuration during handling and when lowered into the shaft, during placement of concrete and extraction of the casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall include bracing and any extra reinforcing steel required to fabricate the cage in the shop drawings. b. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length. Tie bars shall be continued for the extra depth, spaced on 1 feet centers, and the stiffener bars shall be extended to the final depth. These bars may be lap spliced, or un-spliced bars of the proper length may be used. Welding to the planned reinforcing steel will not be permitted unless specifically shown in either the Plans or Special Provisions. 34 41 00 - 92 DCR15 c. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in this specification. Concrete spacers or other approved non-corrosive spacing devices shall be used at sufficient intervals (near the bottom and at intervals not exceeding 5 feet up the shaft) to insure concentric spacing for the entire cage length. Spacers shall be constructed of approved material equal in quality and durability to the concrete specified for the shaft. d. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the rebar cage is not maintained within the specified tolerances, corrections shall be made by the Contractor as required by the Project Representative. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Project Representative. 5. Concrete Placement a. Concrete placement shall commence within two (2) hours after completion of the excavation and shall be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed through a hopper at the top of the tube so that the concrete is deposited through the center of the reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the reinforcement cage. The Contractor's proposed method for depositing concrete shall have approval of the Project Representative prior to concrete placement. The concrete on the top 5 feet of the shaft shall be vibrated. 6. Casing and Forming Removal a. During casing removal, a minimum 5 foot head of concrete must be maintained to balance the soil and water pressure at the bottom of the casing. This casing shall be well coated with form oil prior to concrete placement. b. All other forming materials shall be removed and adjacent area restored. 7. Construction Tolerances a. The centerline of the drilled shaft shall be within 3 inches of the Plan position in the horizontal plane, at the Plan elevation for the top of the shaft. b. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more than 1/4 inch per foot of depth. c. After all the concrete is placed, the top of the reinforcing steel cage shall be no more than 1/2 inch above and no more than 1/2 inch below the Plan position. d. The minimum diameter of the drilled shaft shall be 1 inch less than the specified shaft diameter. e. The top elevation of the shaft shall have a tolerance of ±1/2 inch from the Plan top of shaft elevation. f. Excavation equipment and methods shall be designed so that the completed shaft excavation will have a flat bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of± 3/8 inch per 12 inches of diameter. g. Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed within the required tolerances are unacceptable. When approved, corrections may be made to an unacceptable drilled shaft excavation by any approved combination of the following methods: 34 41 00 - 93 DCR15 i. Overdrill the shaft excavation to a larger diameter to permit accurate placement of the reinforcing steel cage with the required minimum concrete cover. ii. Increase the number and/or size of the steel reinforcement bars. h. The approval of the correction procedures is dependent on analysis of the effect of the degree of misalignment and improper positioning. Correction methods may be approved as design analysis indicate. Redesign drawings and computations prepared by the Contractor's Engineer shall be signed by a Professional Engineer licensed in the State of Washington. Materials and work necessary, including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no cost to the Contracting Agency. 8. Submittals a. Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Project Representative for the reinforcing cage. b. Work shall not proceed until the appropriate submittals have been approved in writing by the Project Representative. J. Conduit: 1. General a. Pull strings shall be provided and installed by the Contractor. i. When copper or fiber optic interconnect cable is part of a project, the conduit sweeps bringing the interconnect cable into and out of the junction boxes shall be offset as directed by the Project Representative to accommodate the cable’s tendency to curl. The conduit sweep shall have a minimum bend radius of 24-inches. b. Conduits entering through the cabinet foundation shall be arranged toward the front of the cabinet for maximum accessibility or as directed by the Project Representative. c. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. Spare conduits shall be capped and labeled as City of Renton conduits and shall include polyester detectable pull tape that meets or exceeds a breaking strength of 900 lbs. Detectable pull tape shall also be added to conduits occupied with non-electrical cables. d. Where sidewalk panels need to be removed for the installation of conduit or junction boxes, the Contractor is responsible for restoring the area near the back of sidewalk as needed to repair damage from sidewalk panel formwork. e. Where intercepting and splicing to an existing conduit is called out on the Plans, the Contractor shall verify the conduit size and schedule before ordering the new conduit sections. The size provided on the Plans is an estimation. 2. Conduit Type a. Rigid metal conduit shall only be placed where indicated and shown on the Contract Plans. b. All conduit shall be rigid non-metallic unless noted otherwise in the Contract Plans or Special Provisions. 34 41 00 - 94 DCR15 c. All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. d. The Contractor shall provide all conduit and necessary fittings as needed. Conduit size shall be as indicated on the wiring and conduit schedule shown on the Plans. e. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. f. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). g. Spare conduits shall be capped and labeled "City of Renton" conduits. 3. Open Trenching a. The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the signal, illumination and ITS conduit. Trenching shall conform to the following: 4. Uniform Construction a. Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with a width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. 5. Trench Inspection a. No work shall be covered until it has been examined by the Project Representative or Inspector. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be considered a necessary part of and incidental to the excavation in accordance with the Standard Specifications. Hauling and disposal of un-used excavation material shall be incidental to the cost of trenching or excavating. The compaction requirements for the roadway backfill shall apply. 6. Saw Cut for Trench a. Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches deep and shall be parallel. Thoroughly clean saw cuts where necessary by the use of high pressure water (1,400 psi or greater). 7. Pavement Removal a. Pavement shall be removed in a manner approved by the Project Representative. The Contractor shall take care in removing existing paving not to damage the pavement outside of the saw cut lines. 8. Trench Depth a. Trench depth shall provide 24 inches minimum of cover over all conduits unless agreed to otherwise by the Project Representative. Trench depth shall provide a minimum cover of 36 inches for all conduits designated for fiber optic cabling. 9. Trench Width 34 41 00 - 95 DCR15 a. The trench width shall be a minimum of 12 inches 10. Trenching in Landscaped Areas a. Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any damage due to the Contractor’s operation shall be repaired or replaced by the Contractor at his own expense and to the satisfaction of the Project Representative. 11. Trenching Through Concrete Sidewalk Areas a. Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching. K. Damaged or Blocked Conduits: 1. Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air towards the service or controller cabinet. If the blockage doesn’t break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Once the blockage location is identified, the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape passes through the conduit past the identified blockage point easily, the Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract Plans. 2. If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall excavate down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval from the Project Representative prior to removing existing cabling or beginning excavation. All cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the Contractor shall restore the disturbed area. The removal of cable, excavation, conduit repair, and surface restoration will be paid for by change order or Minor Change as determined by the Project Representative. The cost for other work needed to identify and remedy blocked conduits as described in this Section shall be incidental. L. Junction Boxes, Cable Vaults, and Pull Boxes: 1. All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4" thick Class "B" cement concrete pad enclosing the junction box as per the Plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. 2. If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre-molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant lids. 3. Junction boxes shall have galvanized steel locking lids and frames. 34 41 00 - 96 DCR15 4. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to or installed in their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment. 5. The Contractor shall not damage any existing conduits when replacing or excavating existing junction boxes. The Contractor is to maintain the integrity of all junction boxes during reconfiguration of the conduits, installation of new conduits or when excavating. 6. Small Cable Vaults a. Small cable vaults shall be installed in accordance with the following: i. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the small cable vault manufacturers. b. Backfilling around the work shall not be allowed until the concrete or mortar has set. c. Upon acceptance of work, small cable vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. d. Small cable vaults shall be adjusted to final grade using risers or rings manufactured by the small cable vault and pull box manufacturer. Small cable vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. e. Small cable vaults shall be installed at the approximate location shown on the Drawings. f. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2-inches within the vault walls. At the 2-inch mark, the excess conduit on the existing structure will need to be removed and all cables exposed. g. Once the conduits are located, excavate a hole large enough to install the small cable vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6-inches of crushed surfacing top course. If a small cable vault is installed outside a paved area, an asphalt pad shall be constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4-inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cables to be routed into the new vault. h. All mounting equipment shall be included with the small cable vault. 7. Cable Racking in Small cable vaults a. Cables shall be racked and secured with nylon ties. Nylon ties shall not be over- tightened. Identification or warning tags shall be securely attached to the cables in at least two locations in each small cable vault. b. All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the small cable vault. 8. Wiring 34 41 00 - 97 DCR15 a. Contractor shall furnish and install new SC connectors to fiber optic cable, termination panel, and provide patch cables for connection inside the traffic signal controller cabinet. b. All illumination circuits shall be labeled with a PVC marking sleeve bearing the circuit number at each junction box whether splices are present or not. Terminal strips in cabinets, or when used as a connection device between conductors, shall bear the circuit numbers. c. SEC fuse holders complete with pole and bracket cable shall be installed in any signal standard or luminaire standard supporting a luminaire. Illumination wiring shall conform to COR Standard Plans and these Special Provisions. d. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted.. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. 9. Service in a. 501 = line in, AC+ b. 502 = neutral in, AC- c. 503 = ground in, GND d. Vehicle Heads: i. Red: 611, 621, 631, 641, 651, 661, 671, 681 ii. Yellow: 612, 622, 632, 642, 652, 662, 672, 682 iii. Green: 613, 623, 633, 643, 653, 663, 673, 683 e. Pedestrian Heads: i. Red: 7E1, 7F1, 7G1, 7H1 ii. Yellow: 7E2, 7F2, 7G2, 7H2 iii. Green: 7E3, 7F3, 7G3, 7H3 f. Overlap Heads: i. Red: 6A1, 6B1, 6C1, 6D1 ii. Yellow: 6A2. 6B2, 6C2, 6D2 iii. Green: 6A3, 6B3, 6C3, 6D3 g. Pedestrian Detection: i. Ped Call: 714, 724, 734, 744, 754, 764, 774, 784 ii. Ped Returns: 715, 725, 735, 745, 755, 765, 775, 785 h. Preemption Detection: i. +24VDC: 5AB1 = channels A & B, 5CD1 = channels C & D ii. Ground: 5AB3 = channels A & B, 5CD3 = channels C & D iii. Channel inputs: 5A2, 5B2, 5C2, 5D2 i. Auxiliary Preemption Detection: i. 865 = A1 34 41 00 - 98 DCR15 ii. 866 = A2 iii. 867 = B1 iv. 868 = B2 v. 869 = C1 vi. 870 = C2 vii. 871 = D1 viii. 872 = D2 * Overlap phase designator: A, B, C, D, P/E, P/F, P/G, P/H j. For installing new cables in existing occupied or empty conduit, the Contractor shall be responsible for the following steps: i. Install a new pull rope using a rod/fish tape in the conduit for pulling in the new cabling if a pull rope does not already exist. ii. If the Contractor cannot get the rod/fish tape to pass through the conduit, the Contractor shall blow air through the conduit to remove any debris blocking the rod/fish tape path. The Contractor shall be careful not to blow air into controller or service cabinets. iii. If the rod/fish tape still does not pass through the conduit after blowing air, the Contractor shall disconnect a single existing wire as agreed to by the Project Representative (if the conduit is occupied) and use that wire to pull the new wiring plus a new cable to replace the existing cable that is being used for pulling. iv. If no existing wire can be used to pull in the new wire, the Contractor shall try another conduit run if one exists, or pull out all existing wiring from the conduit and use to pull in the new wiring plus all new cabling to replace existing cabling. Rodding, fish taping, blowing air, and disconnecting/ reconnecting cable shall be the Contractor’s cost responsibility. In an event that none of these steps led to successful wire installation, the Contractor shall install new conduit as directed by the Project Representative. 10. Bonding, Grounding a. All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the Plans, specifications and applicable codes. b. Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items in the proposal. c. Polyester detectable pull tape shall not be connected to the equipment-grounding system. d. The Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction box and any modified existing junction boxes. For the purposes of this section, a box shall be considered “modified” if new current-carrying 34 41 00 - 99 DCR15 conductors are installed, including low-voltage conductors, or if the box is adjusted to grade, or if the box lid is modified. M. Service, Transformer, and Intelligent Transportation System (ITS) Cabinets: 1. Electrical service cabinet shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded neutral service). 2. The service point shall be as noted on the Plans and shall be verified by the electrical servicing utility (the Contractor to coordinate a power service point availability, with a power company). 3. The Contractor shall install conduit from the new electrical service cabinet to PSE power source as shown on the Plans (coordinate work with Puget Sound Energy prior to cabinet base installation). In addition, the Contractor shall provide service conductors from the electrical service to the power source with at least 20 feet of service wire coiled and coordinate the connection with Puget Sound Energy representative. All connections and interfacing with Puget Sound Energy shall conform to Puget Sound Energy requirements. 4. The Contractor shall have all services inspected by the City Electrical Inspector and shall be solely responsible for coordination with the power company to have the service energized. The Contractor shall notify the City Inspector when the service is ready for connection and shall coordinate with Puget Sound Energy. The Contractor shall pay all connection fees. 5. All service cabinets shall be shipped and delivered to the job site in a protective covering with suitable dunnage to prevent damage to the exterior surface. 6. Testing a. All work shall be completed in a manner that provides the Inspector and Project Representative with full knowledge of the construction. The work shall proceed in accordance with the approved construction schedule previously supplied to and approved by the City. The Inspector and Project Representative may, at their option, require work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction. b. Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the Electrical Control Permit in the service cabinet. 7. Signal Turn-On a. A minimum of seven (7) days written notice will be required for signal turn-on. The Contractor shall not pick up the controller cabinet from the Contracting Agency until power is present at the site and all site preparation required to install the controller cabinet is complete. All discrepancies and deficiencies must be corrected by the Contractor and re-inspected prior to requesting signal turn-on date. All functional tests required by the Contract Specifications shall be completed to the satisfaction of the Project Representative 48 hours prior to the turn-on date. b. Signal turn-on shall not be allowed on Mondays, Fridays, weekends, holidays, and the weekday immediately before and after a holiday. Signal turn-on shall be completed between the hours of 9 a.m. and 2 p.m. on the day of the turn-on. No turn-on will be allowed until the CITY OF RENTON TRANSPORTATION MAINTENANCE MANAGER gives approval. 34 41 00 - 100 DCR15 c. The signal turn-on shall be by the City's Transportation MAINTENANCE MANAGER or his representative. The Transportation MAINTENANCE MANAGER or his representative shall enter all signal timing parameters as supplied by the OPERATIONS representative and shall certify the intersection is operating and functioning in accordance with the contract documents. The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies in operation. d. The traffic signal controller manufacturer's representative shall fully explain the operation of all control equipment to the Operations representative prior to the turn-on procedure. The Operations representative may contact the manufacturer to schedule the explanation of the control equipment and the training session shall be provided if deemed necessary by manufacturer's representative. e. Requests for traffic signal turn on will not be considered until a pre-turn on inspection of signal system has taken place. f. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. g. Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the Transportation Maintenance Manager or representative. City forces shall provide, post and maintain proper signing warning of new signal ahead. 8. Illumination Systems a. Existing illumination shall not be removed until the temporary or new illumination system is completed and operational. Temporary illumination shall not be removed until the new permanent illumination system is completed and operational. If an existing street light is in conflict with construction sequencing, a temporary lighting system shall be installed prior to removal of the existing street light. b. The illumination system shall be energized from a single photoelectric cell mounted in the service cabinet in accordance with City of Renton Standard Detail 122.1. All luminaire fixtures in the system shall incorporate a block out (shorting cap). N. Light Standards: 1. Lighting standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans and outlined in the TSS. 2. Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with the TSS. a. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). b. The grout pad shall not extend above the elevation of the bottom of the base. The hand hole shall be located at 90 degrees to the davit arm on the side away from traffic. 34 41 00 - 101 DCR15 c. A grounding lug or nut shall be provided in the handhole frame or inside the handhole frame or inside the pole shaft to attach a ground bonding strap. d. All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 MPH with gust factor of 1.3. e. All poles shall maintain a minimum safety factor of 4.38 PSI on yield strength of weight load and 2.33 PSI for basic wind pressure. 3. Miscellaneous Hardware: a. All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. 4. I.D. (Identification for poles): a. The Contractor shall provide a combination of digits and letters on each pole (per luminaire schedules on illumination plans), whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either: i. 3 inch square with gothic gold or white reflectorized 2 inch legend on a black background, or ii. 3 inch square with black 2 inch legend on a white reflectorized background. b. The I.D. number will be assigned to each pole at the end of the contract or project by the Transportation Maintenance Manager. Cost for the decals shall be considered incidental to the contract bid. c. Light standards shall be 6063-T4 aluminum and shall meet the pole detail requirements indicated below and the detail sheets in the Plans. d. The pole shaft shall be provided with a 3" x 5" flush handhole near the base and a matching metal cover secured with stainless steel screws or bolts. e. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and troweled to a smooth finish conforming to the contour of the pole base plate. f. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half-inch drain hole shall be left in the bottom of the grout pad as shown on WSDOT Standard Detail J-28.40-02. i. ID tag ii. Install ID tag on pole and in foundation per City Of Renton Standard plan 139. O. Signal Systems: 1. Signal Heads 34 41 00 - 102 DCR15 a. All vehicle and pedestrian signal heads shall be securely covered with opaque (non-translucent) light colored material between installation and signal turn-on. Signal heads shall also be completely covered after testing and prior to signal turn-on. Visqueen duct tape shall not be allowed to secure the covers to the signal heads. b. Vehicle heads that are to remain covered for a period AFTER turn-on of the signal, shall be covered with a heavy, waterproof, opaque canvas, white, yellow, or khaki in color, securable by braided nylon rope labeled “OUT OF SERVICE”. c. The Contractor shall provide and install all new vehicular signal head mounting hardware. Mounting hardware will provide for a rigid connection between the signal head and mast arm or pole. d. Position of the signal heads shall be as specified on the Pole Specifications Plan. All signal heads mounted on Type M mounts shall have the plumbizer between the top and second display. The bottom housing of a signal face shall conform to the requirements as stated in the current approved edition of the MUTCD. e. The highest intensity of the red lens in the signal head shall be aimed at a point 4 times the posted speed limit from the stop bar (measured in linear feet). Final orientation of signal heads shall be approved by the City Traffic Engineer in the field. 2. Signal Standards a. Traffic signal standards shall be fabricated in conformance with the methods and materials specified on the pre-approved plans. All Type II and III signal standards shall have terminal cabinets and luminaire arm connection. b. While delivering the poles and arms to the job site and before they are installed, they shall be transported and stored in a manner that will not inconvenience the public or damage the surface finish. Poles shall be inspected by the Transportation Maintenance Department prior to install. Poles shall be unwrapped for visual inspection by contractor prior to inspection. Once approved poles can be installed. Extreme care shall be taken by the Contractor during installation and pole erection to avoid damage to the finish. c. The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange with a minimum of two full threads extending beyond the locking nut. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Project Representative. Leveling nuts shall not be encased I concrete foundation. The space between the concrete base and the bottom of the pole flange shall be filled with dry pack mortar to completely fill the space under the flange and be neatly troweled to the contour of the pole flange. A barrier shall be placed around the anchor bolts to prevent grout from entering the conduits. A plastic drain hose (3/8-inch diameter) shall be inserted through the mortar to provide the drainage from the interior of the pole base and be trimmed flush with the interior and exterior surface of the mortar. Dry pack mortar shall consist of a 1 to 3 mixture of cement and fine sand. d. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). 34 41 00 - 103 DCR15 e. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. f. Hardened washers shall be used with all signal arm-connecting bolts instead of lock washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. g. Install a new ID tag on pole and in the foundation per City of Renton Standard Plan 139 (Signal Pole Foundation and Pole Identification Tag Detail). All pole shafts shall have nut covers or decorative plate over locking nuts. 3. Opticom Priority Control Systems a. Emergency preemption detectors shall be installed in a drilled and tapped hole in the top of the mast arm unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead-in cable back to the controller shall be GTT detector 138 cable, or equivalent, and shall have no splices. All lead-in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. A GPS opticom antenna shall be installed on top of the luminaire pole that is closest to the signal cabinet. 4. Terminal Cabinets a. The terminal cabinets shall be mounted on the pole using a 4 inch wide aluminum channel away from the traffic side, with the bottom of the cabinet above the pedestrian signal heads where present and in no case less than 8 feet above the ground level. Terminal cabinets shall be factory finish painted to match signal pole color per this document. 5. Pedestrian Push Button Assembly a. The Contractor shall furnish and field-install complete APS type pedestrian pushbutton assemblies and signs on the signal poles and all associated equipment in the signal cabinets. The position and orientation of the pedestrian push buttons shall be located as shown on Plans; however, final positioning for the optimum effectiveness shall be approved by the Project Representative or Transportation Maintenance Manager. 6. Grout a. After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 7. Reinstalling Salvaged Material a. Signal Standards i. Signal equipment and signs removed from existing signal standards shall be reinstalled on new decorative signal standards with the same mountings as existing mountings and at locations shown and noted on the Plans. ii. Wiring shall be fully restored to new decorative signal standards so that the signal, including all reinstalled salvage equipment, is fully functional. 8. “As Built” Plans 34 41 00 - 104 DCR15 a. Upon completion of the construction and prior to the turn-on of any traffic control equipment, the Contractor shall furnish an “as-built” plans of each intersection showing all signal heads, pole locations, detectors, junction boxes, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original Contract Drawings. All items shall be located within 1-foot horizontal distance and 6 inches vertical distance above, below, or at the surface. b. Fiber Optic “As Built” Records c. The Contractor shall provide the City of Renton Transportation Maintenance Manager (contact: Eric Cutshall at 425-430-7423) with a cable route diagram indicating the actual cable route and "foot marks" for all junction boxes, for the entrance and exit to slack points and at all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system "as-built" drawings showing the exact cable route to the Transportation Maintenance Manager. P. Video Detection System: 1. The permanent video detection system shall consist of the following: a. Video cameras, including camera enclosure, filter, sunshield and connector kit. b. Camera mount assemblies, including extensions as specified in the Plans. c. Video image processors d. Remote communications module e. 9-inch Video Monitor, including cable f. Programming devices and/or software g. Remote management software h. Camera lenses and lens adjustment modules i. Surge Suppressor j. Coaxial and power cables k. All other equipment necessary for a fully operational video detection system. 2. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall provide the camera mounts and cable per these Specifications. The Contractor shall install the cameras and controller cabinet video camera equipment under the presence of City of Renton Transportation Maintenance Representative and the Representative will program the cameras to provide detection. The Contractor shall notify the Project Representative 48 hours in advance of changes that will require reprogramming cameras. Q. Fiber Optic Networks: 1. The Contractor shall coordinate with City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425-430-7423) to coordinate fiber optic network work two weeks prior to commencing this work. Contractor shall be responsible for pulling all fiber, providing and installing patch panels in controller cabinets, splicing, and other work necessary to complete the working fiber optic system as outlined on the Plans. 34 41 00 - 105 DCR15 a. Install signal controller mounted patch panels for all fiber terminating applications. b. Patch panels installed in the main lower compartment of the traffic signal cabinet shall accept SC/UPC style connectors. Patch panels installed in the ITS upper compartment of the traffic signal cabinet shall accept LC/UPC style connectors. c. The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. d. A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the City of Renton Transportation Maintenance Manager with As-Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. 2. Fiber Optic Cable Splicing a. Field splices for mainline to lateral cables and for end-to-end mainline cables shall be located as shown in the Contract Drawings. The Contractor shall not cut the entire cable at splice locations unless it is specifically noted in the Contract Drawings. b. The Contractor shall provide and install all required brackets and other racking hardware required for the fiber optic cable racking operations as specified. c. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. d. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers for fiber optic disposal, removed from the job site, and disposed of in an environmentally acceptable manner. e. The Contractor shall use the fusion method with local injection and detection for all fiber optic splicing. The Contractor shall supply all consumable materials required for fiber optic splicing. f. The average splice loss of each fiber shall be 0.10 dB or less per splice. The average splice loss is defined as the summation of the attenuation as measured in both directions through the fusion splice, divided in half. g. No individual splice loss measured in a single direction shall exceed 0.20 dB. h. The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer’s recommendation with an approved blocking material. i. All splices shall be contained in splice trays utilizing strain relief, such as heat shrink wraps, as recommended by the splice tray manufacturer. j. Upon sealing the splice closure, the Contractor shall show that the closure maintains 10 psi of pressure for a 24-hour period. 3. Fiber Optic Terminations 34 41 00 - 106 DCR15 a. All fiber splices and terminations shall be made in the presence of the Project Representative. b. The Contractor shall splice fiber to pre-connectorized pigtails by corresponding color and number when terminating fibers into the fiber patch panels. 4. Fiber Optic Cable Labeling a. Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with the connector end labeled with the destination of the fiber on the other end of the fiber port and the port number. b. Each junction box, small cable vault and cabinet entered with the fiber optic cable shall have the cable labeled with a permanent plastic marking tag that is securely fastened to the cable. The labeling shall be of a consistent format that is approved by the Project Representative. At a minimum, the label shall indicate the cable owner, origin, destination (identified as a full cable termination location or trunk splice location), fiber count and the cable number. The labeling shall be permanent with legible manufactured labels. c. A yellow #14 AWG trace wire shall be installed in all conduit containing fiber optic cable. 5. Fiber Optic Connectors a. The fiber optic connector shall be SC/UPC for the termination of individual fiber strands in the patch panels located in the Main lower compartment of the traffic signal cabinet. The SC/UPC connectors shall meet the following requirements: i. Insertion Loss (SM): <0.30 dB ii. Reflectance: < -55 dB iii. Fiber Height: ± 50 nm iv. Apex Offset: < 50 µm v. Return Loss: 55 dB b. The fiber optic connectors shall be LC/UPC connectors for the termination of the individual fiber optic strands for patch panels located in the ITS upper compartment of the traffic signal cabinet. The LC/UPC connectors shall meet the following requirements: i. Insertion Loss Change (SM): < 0.30 dB ii. Reflectance: < -40 dB iii. Fiber Height: ± 50 nm iv. Apex Offset: < 50 µm v. Return Loss: 55 dB 6. Fiber Optic Cable Pre-Installation Testing a. Pre-installation tests shall be conducted on the cable reels prior to installation. These tests shall be performed in accordance with EIA/TIA-455-78 for single- mode fibers using an optical time domain reflectometer (OTDR). Both ends of the cable shall be accessible for the tests, and it may be necessary to remove a portion of the protective wooden lagging on the reel. Measurements shall be made using the 1310 nm and 1550 nm wavelengths, and shall be compared to the factory test results. Test results shall be provided to the Project Representative and approved. 34 41 00 - 107 DCR15 7. Qualifications a. Qualifications shall be submitted to the Project Representative at least thirty (30) days prior to the splicing for approval of qualifications. When performing a splice, the fusion set must be on a stable surface and the splicing area must be relatively dust free. Therefore, it is required that the splicing should be done in a van or tent and not in the open air, in a manhole or vault. 8. System Acceptance Testing for Fiber Optic Networks a. Testing and Commissioning i. The Contractor is responsible for demonstrating the functionality of the installed system through testing. These tests shall be conducted in accordance with an approved test plan that shall cover the key functional requirements of the Work. ii. The Contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. iii. The Contractor shall provide sufficient notice of not less than five (5) days prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. b. Test Plans 9. Final Inspection a. Final Inspection will include the following activities: i. The ‘as-built’ drawings and manuals will be examined by the Project Representative’s engineering personnel and involved parties for conformance to the Drawings, Codes, Regulations, and General Accuracy. Any variation from specifications will be highlighted. ii. Acceptance test results will be reviewed. iii. All aspects of the Work will be physically inspected to ensure that all work has been completed in accordance with the Specifications. iv. Upon completion of all final inspection activities, any deficiencies will be recorded. Deficiencies will be corrected by the appropriate party and may be then re-inspected by the Project Representative. v. The Final Inspection shall not be deemed complete until all deficiencies are corrected. b. OTDR Testing i. Fiber Optic Testing that uses an Optical Time Domain Reflectometer (OTDR) shall adhere to the following specifications: a) Use an OTDR that is capable of storing traces electronically and save each final trace. b) The OTDR shall have suitable dynamic range and performance characteristics as determined by the Power Utility. c) Use a 1000’ fiber optic launch box to ensure that start of the fiber under test is not in the “dead zone” of the OTDR. The first connector of the link under test shall be visible on the trace. d) Prior to testing, all fiber optic connectors and bare fiber ends are to be properly cleaned using a residue free alcohol solution (better than 91% de-natured alcohol and distilled water) and compressed air. 34 41 00 - 108 DCR15 e) Expand the vertical and horizontal scales used on the OTDR to maximize the amount of detail shown on the OTDR trace, even if these parameters can be adjusted later using display software. f) OTDR traces shall be recorded in suitable electronic format. As applicable, the software and applicable licenses required to read the OTDR traces shall be provided to the City at no extra charge. g) Ensure that traces identify the end points of the fiber under test and the fiber designation. If this information is not provided by the trace itself, provide a cross-reference table between the stored trace file name and the fiber designation. c. OTDR Testing of Spliced Fiber Links i. This describes the testing to be completed on all sections of the fiber network after splicing is completed. For this section, a fiber link shall be defined as a continuous section of fiber from connector to connector that may pass through a number of intermediate splices. ii. OTDR testing shall be completed as follows: a) Test each fiber link in the cable at 1310 nm and 1550 nm, in each direction. iii. Verify that each completed fusion is less than 0.20 dB, measured as the average of splice loss measured in each direction through the link. iv. Re-make any fusions in excess of 0.20 dB, unless the Project Representative specifically approves such high loss fusions, and re-test any fiber links that have been re-fused. d. Attenuation Testing i. This describes the attenuation testing to be completed on all sections of the fiber network after splicing is completed. An optical power meter and light source shall be used to measure end-to-end attenuation that will include fiber patch panel assembly connector losses. Every spliced link with a connection at each end shall be tested at 1310 nm and 1550 nm. ii. Attenuation testing shall be completed as follows: a) Test each fiber link in the cable at 1310 nm and 1550 nm. b) Connect the optical source and meter together using a 10-foot patch cord. Record the optical power received by the optical meter as the reference reading. c) Without removing the patch cord from the optical source, measure the recorded light level at the other end of the fiber link. Actual cable loss will be the measured loss minus the initial power source reading. Record the actual cable loss on the Acceptance Test Results forms. d) Measure each fiber in both directions. (The loss over a fiber may not necessarily be the same in each direction). e) Re-measure the reference attenuation after every 200 measurements or every 4 hours, whichever occurs first. R. Submittals: 1. Provide one hard copy of the trace for every spliced fiber. Hard copy traces shall be organized and bound in a logical order. 34 41 00 - 109 DCR15 2. Submit, after approval of the hard copy traces, soft copies of all traces and appropriate software to allow reading the traces. 3. Submit the results of every attenuation test. 3.04 CITY OF KENT A. Description: 1. Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Project Representative. B. Materials: 1. Equipment List and Drawings a. Photometric curve data provided in electronic format IES format files provided on a 3 ½ inch diskette or CD-ROM disk. b. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. c. Catalog Cuts and/or ordering information clearly showing selected luminaire options. C. Construction Requirements: 1. Conduit a. The size of conduit used shall be that size shown on the Drawings. Conduits smaller than 2-inch electrical trade size shall not be used with the sole exception for grounding conductors at services points, which may be contained in ½-inch diameter conduit. b. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Project Representative. c. The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. D. Wiring: 1. All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of 2.03 to seal each splice individually, unless otherwise specified by the Project Representative. In no case shall epoxy splice kits be permitted. 34 41 00 - 110 DCR15 E. Service, Transformer, and Intelligent Transportation System (ITS) Cabinets: F. Induction Loop Vehicle Detectors: 1. Each additional loop installed in the lane shall be on 12 foot centers. 2. Loop sealant shall be CrafcoTM Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer’s recommendations. G. Test for Induction Loops and Lead-In Cable: 1. Test B – A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. 2. Test C – A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. H. Signal Standards: 1. All tenons shall be field installed using Astro-BracTM AB-3008 Clamp Kits, or pre- approved equal. I. Fiber Optic Networks 1. Fiber vaults shall be installed in accordance with the following: a. Excavation shall comply with the requirements of Section 31 00 00 - Earthwork. b. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the fiber vault manufacturers. c. Backfilling around the work shall not be allowed until the concrete or mortar has set. d. Upon acceptance of work, fiber vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. e. Fiber vaults shall be adjusted to final grade using risers or rings manufactured by the fiber vault and pull box manufacturer. Fiber vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. f. Fiber vaults shall be installed at the approximate location shown in the Contract Drawings. Where conflicts arise with the location of the vault and existing underground utilities, the Contractor shall follow the procedures as outlined in TSS Section 8-20.3(6). g. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2-inches within the vault walls. At the 2-inch mark, the excess conduit on the existing structure will need to be removed and all cables exposed. h. Once the conduits are located, excavate a hole large enough to install the fiber vault. The vault shall have a concrete floor as indicated on the Contract Drawings. The floor shall be installed on 6-inches of crushed surfacing top course, per TSS Section 9-03.9(3). Ensure that the existing conduits are at a minimum of 4-inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cables to be routed into the new vault. 34 41 00 - 111 DCR15 2. Fiber Optic Patch Panels a. Install wall mounted or pre-terminated patch panels for all fiber terminating applications. b. The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. c. A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the Project Representative with As-Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. 3. Fiber Optic Cable a. The Contractor shall prepare and submit joint use applications for fiber attachments to PSE wood poles on behalf of the City of Kent. Joint use applications shall be submitted and approved by PSE prior to completing any fiber and/or riser installations on PSE poles. b. The Contractor shall include all fiber cutovers and anticipated down time in their construction schedule. Any change in schedule for impacts to fiber shall be provided a minimum of two weeks in advance. The Contractor shall meet with City staff to discuss all cutovers to work out a plan to minimize down time. c. Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Contract Drawings. d. The Contractor shall comply with the cable manufacturer's specifications and recommended procedures including, but not limited to the following: e. Installation. i. Proper attachment to the cable strength elements for pulling during installation. ii. Bi-directional pulling. iii. Cable tensile limitations and the tension monitoring procedure. iv. Cable bending radius limitations. f. The Contractor shall protect the loops from tangling or kinking. At no time shall the cable’s minimum bending radius specification be violated. Any damaged cable sections shall be replaced from splice to splice by the Contractor at its expense. g. To accommodate long, continuous installation lengths, bi-directional pulling of the fiber optic cable will be permitted. h. At fiber vault and junction box locations indicated on the Contract Drawings, fiber optic cable slack of the length noted on the Contract Drawings shall be coiled and secured with tie wraps to racking hardware, or as directed by the Project Representative. i. At aerial locations as indicated on the Contract Drawings, 200 feet of surplus cable shall be coiled and fastened to an aerial cable storage rack. 34 41 00 - 112 DCR15 j. Installation shall involve the placement of fiber optic cables as defined in the Contract Drawings. The pulling eye/sheath termination hardware on the fiber optic cables shall not be pulled over any sheave blocks. k. When removing cable from the reel prior to installation, place it in a “figure-eight” configuration to prevent kinking or twisting. Take care to relieve the pressure on the cable at crossovers by placing cardboard shims (or equivalent method) or by creating additional “figure-eights.” l. When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed 30-meters per minute. The pulling tension limitation for fiber optic cables shall not be exceeded under any circumstances. m. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or load-cell instruments. 4. Fiber Optic Cable Splicing a. Field splices for mainline to lateral cables and for end-to-end mainline cables shall be located as shown in the Contract Drawings. The Contractor shall not cut the entire cable at splice locations unless it is specifically noted in the Contract Drawings. b. The Contractor shall provide and install all required brackets and other racking hardware required for the fiber optic cable racking operations as specified. c. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. d. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers for fiber optic disposal, removed from the job site, and disposed of in an environmentally acceptable manner. e. The Contractor shall use the fusion method with local injection and detection for all fiber optic splicing. The Contractor shall supply all consumable materials required for fiber optic splicing. f. The average splice loss of each fiber shall be 0.10 dB or less per splice. The average splice loss is defined as the summation of the attenuation as measured in both directions through the fusion splice, divided in half. g. No individual splice loss measured in a single direction shall exceed 0.20 dB. h. The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer’s recommendation with an approved blocking material. i. All splices shall be contained in splice trays utilizing strain relief, such as heat shrink wraps, as recommended by the splice tray manufacturer. j. Upon sealing the splice closure, the Contractor shall show that the closure maintains 10 psi of pressure for a 24-hour period. 5. Fiber Optic Terminations a. All fiber splices and terminations shall be made in the presence of the Project Representative. b. The Contractor shall splice fiber by corresponding color and number when terminating fibers into the fiber patch panels. 34 41 00 - 113 DCR15 6. Fiber Optic Cable Labeling a. Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with the connector end labeled with the destination of the fiber on the other end of the fiber port and the port number. b. Each junction box, fiber vault and cabinet entered with the fiber optic cable shall have the cable labeled with a permanent plastic marking tag that is securely fastened to the cable. The labeling shall be of a consistent format that is approved by the Project Representative. At a minimum, the label shall indicate the cable owner, origin, destination (identified as a full cable termination location or trunk splice location), fiber count and the cable number. The labeling shall be permanent with legible manufactured labels. 7. Cable Racking in Fiber Vaults a. Cables shall be racked and secured with nylon ties. Nylon ties shall not be over- tightened. Identification or warning tags shall be securely attached to the cables in at least two locations in each fiber vault. b. All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the fiber vault. 8. Fiber Optic Splice Enclosure a. Existing fiber splice enclosures shall be used for splicing all fiber segments and laterals off the main trunk line and for splicing to patch panels in the RapidRide and traffic signal controller cabinets. The Contractor shall make splices at locations shown on the Contract Drawings. The Contractor shall test all fiber optic cables, splices, and connectors as shown on the Contract Drawings and as specified in these Specifications. b. The splice enclosure shall be mounted to allow the cable to enter the enclosure without exceeding the cable manufacturer's minimum bending radius. Sufficient cable shall be coiled with the splice enclosure to allow the enclosure to be removed from the vault or aerial span for splicing. c. The unprotected fiber exposed for splicing within the enclosure shall be protected from mechanical damage using the fiber support tubes and shall be secured within the splice enclosure. The fibers shall be labeled with vinyl markers as directed by the County. d. The enclosure shall be sealed following the splicing procedure as recommended by the manufacturer to provide a moisture proof environment for the splices. Care shall be taken at the cable entry points to ensure a tight and waterproof seal is made which will not leak upon aging. 9. Fiber Optic Patch Cords a. Fiber optic patch cords shall be installed in each cabinet as noted in the Contract Drawings. 10. Fiber Optic Cable Testing a. The Contractor shall develop a test plan for approval prior to beginning testing. The test plan shall outline the procedures to be used, documentation for the test equipment, the expected results and samples of the final test result forms. The 34 41 00 - 114 DCR15 test plan shall be submitted for review twenty-one (21) days prior to beginning the testing. b. Pre-installation tests shall be conducted on the cable reels prior to installation. These tests shall be performed in accordance with EIA/TIA-455-78 for single- mode fibers using an OTDR. Both ends of the cable shall be accessible for the tests, and it may be necessary to remove a portion of the protective wooden lagging on the reel. Measurements shall be made using 1310 nm and 1550 nm wavelengths, and shall be compared to the factory test results. Test results shall be provided to the Project Representative and approved before cable installation begins. c. The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. d. Prior to commencing acceptance testing, the Contractor shall complete the installation of the fiber optic system. This includes sealing the splice closures, completing the splicing and dressing in the distribution panels, and racking the cables in the pull boxes and fiber vaults. e. All testing values shall be in metric. The testing shall be done with a Power Meter and an Optical Time Domain Reflectometer (OTDR). 11. Power Meter Testing a. Power meter testing shall be used to measure the end-to-end attenuation of each new fiber installed between a field device and a communications hub as well as between communications hubs. Power meter testing shall be performed at the 1310 and 1550 nanometer wavelength in both directions. b. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the test equipment along with certification that the power meter has been calibrated within 12 months of the proposed test dates. c. The following information shall be documented for each fiber test measurement: i. Fiber/Strand # ii. Fiber type (Singlemode) iii. Cable, tube, and fiber IDs iv. Near end and far end test locations v. End-to-end attenuation d. The following information shall be documented in each direction and the bidirectional average: i. Length of span being tested ii. Date, time, and operator iii. Wavelength 12. Optical Time Domain Reflectometer (OTDR) Testing a. An OTDR with recording capability shall be utilized to test the end-to-end transmission quality of each optical fiber. Quality tests shall consider attenuation, reflectance, and discontinuities. The OTDR shall be equipped with 1310 nanometer and 1550 nanometer light sources for singlemode optical fibers. The OTDR shall be capable of providing electronic and hard copy records of each test measurement. 34 41 00 - 115 DCR15 b. The Contractor shall utilize a dead-zone box (a.k.a. launch reel) containing 1-km of optical fiber, when performing OTDR tests. The dead-zone box shall be located between the OTDR and the fiber optic connector of each strand tested. c. Each new fiber shall be tested in both directions at the 1310 and 1550 nanometer wavelengths. Existing fibers that are spliced to or re-spliced as part of this contract shall also be tested in both directions and at both wavelengths. d. The following information shall be documented for each fiber test measurement: i. Fiber/Strand # ii. Fiber type (Singlemode) iii. Cable and fiber IDs iv. X-Y plot scaled for fiber length: a) The X-axis (Distance) shall be scaled such that the beginning of the trace starts with the OTDR/dead-zone interface. The end of the trace shall extend no more than 1-km beyond the end of the test span. b) The Y-axis (dB) shall be set to maximize the trace. The bottom of the Y scale shall begin above the noise floor and the top of the scale shall be no more than 5 dB higher than the largest event. No events or reflections shall be cut off. v. Near end and far end test locations vi. Date, time, and operator vii. Wavelength viii. OTDR Settings: a) Index of Refraction b) Averaging time (Minimum of 30 seconds) c) Pulse Width (to provide a smooth trace, excluding events) i) Table of Events that includes: Event ID, Type, Location, Loss, and Reflection, where an event is described as: d) Any reflectance event in excess of -60 dB e) Any loss occurrence in excess of 0.05 dB f) Any splice location regardless of loss g) Beginning and end of span with: i) The beginning of the span shall be denoted by the “A-Marker”. This marker shall be placed just to the left of the spike of the dead-zone box / fiber interface. ii) The end of the span shall be denoted by the “B-marker”. This marker shall be placed just to the left of the end-of span reflection spike. 13. Fiber Optic Performance Requirements a. Splice Loss: i. Shall not exceed 0.20 dB in one direction. ii. Bidirectional Average shall not exceed 0.10 dB. b. Reflectance: Shall not exceed -55 dB. 14. Fiber Cable Testing Documentation a. The Contractor shall submit one hard copy and one electronic copy of the fiber test results to the Project Representative for approval. Only one OTDR test result 34 41 00 - 116 DCR15 shall be on each page. The Contractor shall take corrective actions on portions of the fiber installation determined to be out of compliance with these Specifications. b. Upon acceptance of the cable installation and test results, the Contractor shall submit three hard copies and three electronic copies of the fiber test results to the Project Representative. c. Hard copy submittals shall be bound in 3-ring binders. The electronic submittals shall be on compact discs and include licensed copies of the applicable OTDR reader program. Five copies of the electronic data shall be provided to the County. d. The following information shall be included in each test result submittal: i. Contract number, Contract name, Contractor’s name and address ii. Dates of cable manufacture, installation, and testing e. Cable specifications, including: i. Manufacturer data sheet ii. Helix Factor iii. Date of manufacture iv. Fiber (Glass) specifications, including: a) Manufacturer and Part # b) Index of Refraction c) Optical performance (loss/km) d) Mode Field Diameter v. As-Built Records in conformance with the requirements of Section 01 78 39 - Project Record Documents. vi. OTDR test results – No more than one test per page vii. Power Meter test results 15. Test Results Validation a. Within thirty (30) days of submitting the test results, the Contractor, in the presence of the Project Representative, shall re-test a minimum of 5% of the previously tested locations to validate the test results. A 5% sample will be selected randomly from the terminal device locations. 3.05 CITY OF AUBURN A. Regulations and Code 1. Safe-wiring labels required by Labor and Industries shall apply on this project. B. Permitting and Inspections 1. The Contractor shall obtain electrical permit(s) from Washington State Department of Labor and Industries. Electrical Service inspection(s) will be performed by Labor and Industries. Obtaining the permit, requesting inspections, making corrections, and securing L&I approval is the responsibility of the Contractor. C. Equipment List and Drawings 34 41 00 - 117 DCR15 1. Supplemental data for pole equipment, luminaries, splice kits, vehicle signal heads, pedestrian signal heads, pedestrian push button assemblies, video detectors, PTZ camera(s), junction boxes, conduit, conduit fittings, wiring, service/battery back-up cabinet, controller cabinet (including controller and all other associated equipment in the cabinet), preemption detectors and discriminators, and all other electrical materials to be used on this project shall be submitted for approval before being incorporated into the work. Quantity, pole height, davit arm length, and mast arm length shall be indicated and consistent with the Plans. 2. The Contractor shall submit supplemental data and material shop drawings for all structural items. The shop drawings and structural calculations shall clearly identify the type of equipment to be used and shall be stamped by a registered professional engineer registered. Shop drawings shall conform to the contract Plans. 3. All material to be reviewed for the signal system shall be submitted in a single package. 4. The City of Auburn reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the system. Approval to install materials and equipment must be obtained from the Project Representative at the job site, before installation. D. Order of Work 1. Each element of existing signal, illumination, communication and ITS systems shall remain in operation until modified systems to replace such are operational and accepted by the Contracting Agency. This includes, but is not limited to temporary vehicle detection which shall be provided by the Contractor during construction to replace the function of existing vehicle detection systems prior to any project work that adversely impacts the function of existing detection systems. Temporary vehicle detection equipment shall be compatible with City signal cabinet and installation shall be coordinated with City traffic signal technicians. Contractor shall be responsible for ensuring temporary vehicle detection systems function properly at all times while in use. 2. All existing illumination and traffic signal display and detection system equipment shall remain operational until the corresponding new equipment is constructed, tested, operational and accepted by the Project Representative. Temporary video detection equipment shall be fully operational and accepted by the Project Representative as a substitute for the function of any existing induction loop or video detection prior to any construction activities that render such existing traffic detection ineffective. E. Foundations 1. Before placing the concrete, the Contractor shall block out around any other underground utilities that may lie in the excavated base to prevent foundation adherence to the utility line. Concrete foundations shall be troweled, brushed, and edged. Exposed anchor bolts and conduits shall be promptly cleaned of any concrete after installation. 2. Where no sidewalk is planned or exists, the top of the foundation shall be a minimum of 12 inches above roadway centerline, unless otherwise noted on the Plans. 34 41 00 - 118 DCR15 3. The joint between traffic signal cabinet and its foundation shall be sealed using a clear, waterproof, silicone caulk. F. Conduit 1. Unless specified on the Plans, metal conduit shall not be used. 2. Location wire placed for conduit containing, or that are to contain, fiber optic cable shall be 12 AWG. 3. Conduit runs installed entirely under sidewalk, driveways, and landscape areas may be Schedule 40 PVC unless otherwise noted on the Plans. The same type and schedule of conduit shall be used for the entire length of the run from outlet to outlet and from Schedule 80 PVC conduit crossing the roadway to the nearest junction box. Bends for conduits serving existing or future interconnect and fiber optic cables shall be no less than 4 feet in diameter. All conduit ends shall have bell end PVC bushings. 4. Stubouts shall be installed as shown on the Plans. 5. A pull tape shall be installed in all spare conduits for future conductors. The pull tape shall have printed sequential measurement markings at least every 3 feet. At least 2 feet of pull tape shall be doubled back into the conduit at each termination. Conduits without conductors (spare conduits) shall be plugged on both ends with mechanical plugs. Locate wire shall be installed in all empty or spare conduits, not in joint trench with conductors. 6. Loop stubouts that are installed before the final lift of pavement shall be surrounded with a 6 inch PVC sleeve. This sleeve shall be extended below the top of the stubout and be flush with finished grade. All loop conduit shall be appropriately capped and sealed with a molded plug cap. Molded plug cap installation shall comply with manufacturer’s installation and recommendations. With the exception of connections to HDPE conduit, joints shall be connected with medium grade gray cement solvent applied per the manufacturer’s recommendations. The loop wires shall pass through a hole in the cap. The end of the conduit will also be sealed with moldable duct sealing compound. Sifted sand will be used to cover all exposed loop wires before final filling with loop sealant. 7. All conduit shall display the Underwriter Laboratories certification (UL Listed). G. Junction Boxes, Cable Vaults, and Pull Boxes 1. All lids shall open away from the traveled way. Prior to construction of finished grade, if cable vaults are installed or adjusted, pre-molded joint filler for expansion joints may be placed around the cable vaults. The joint filler shall be removed prior to adjustment to finished grade. 2. Junction Boxes shall be of the types indicated on the Plans. All Junction Boxes shall have slip-resistant surfaces, locking lids, and be equipped with Penta Head tamper resistant bolts as specified and detailed in the Plans. 3. 6 inches of washed drain rock shall be placed inside the junction box and be spread evenly around all conduits. 4. All three-way service connections leading to luminaires, including street crossings and service cabinet junction boxes shall be made with a SEC Model 1791-DP or approved equivalent. 34 41 00 - 119 DCR15 5. Box and vault lids shall be inscribed with a welded bead message with each letter being 4 inches tall and 3 inches wide as follows: 6. “LT” if used exclusively for lighting 7. “TS” if used exclusively for Traffic Signals 8. “TS” “LT” if jointly used for lighting and traffic signals 9. “COA COMM” if used for City of Auburn communications and/or for traffic signal interconnect. The lids and frames shall be hot dipped galvanized after the welded bead legend is installed. H. Wiring 1. All cable entering cabinets shall be neatly bundled and wrapped. 2. The Contractor shall pull out and dispose of wire for the existing illumination system that is no longer needed. All costs for removal and disposal of wire shall be included in the unit contract price for “Illumination System Complete”. I. Bonding, Grounding 1. The Contractor shall provide junction boxes or other Project Representative approved cover over all grounding rods. 2. All junction boxes containing conductors carrying 120 volts or higher will have the lid and frame bonded to the system ground. The connections to the lid and frame will be made with approved compression type ring terminals. The braid will be of sufficient length so that the lid may be easily removed and placed next to the junction box. It will be routed around all cables so that it does not pass thorough any cable loops. In the case of Type 8 junction boxes, both lids shall be bonded. 3. When loop lead-in wires or interconnect wires are the only wires in the junction box, bonding is not required. J. Cabinets 1. A three-wire electrical service shall be used at 120/240 volts. Electrical service cabinets shall be installed where shown on the Plans. 2. Power service cabinets shall be labeled by the Contractor go meet PSE Construction meter requirements: The label shall indicate the “City of Auburn” identification, the specific use of the service, and the general site address (example: City of Auburn, Street Lighting – 123 E Main St). The label shall be a permanent engraved phenolic nameplate or die-cut adhesive label at least 1 inch high. PSE will not provide the power meter without this permanent label. 3. Where underground power service is not utilized, overhead electrical service shall be brought to the power service cabinet through a conduit riser with a weather head on the service pole. The service shall be split in the load center into a 120 VAC/240 VAC circuit for the traffic signal and street lighting systems. 4. The Contractor shall provide and install service wire and PVC conduit between the service cabinet and the point of power service location as shown in the Plans. K. Testing 34 41 00 - 120 DCR15 1. Unless otherwise approved by the Project Representative, signal turn-on will only be allowed Monday through Thursday (except for holidays or the day before a holiday), between the hours of 9:00 a.m. and 2:00 p.m. 2. For traffic signal turn-on, City personnel will put the signal into operation. The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies of signal operation. 3. All newly installed signal and pedestrian heads and pedestrian pushbuttons shall be fully covered with black plastic or yellow nylon cloth that is firmly attached, until such time for the signal turn-on. L. Illumination Systems 1. The poles shall be plumb with no shims. The poles shall be plumbed on leveling nuts secured to the anchor bolts and locking nuts on top of the base flange. The side of the shaft opposite the load shall be plumbed using the leveling nuts. 2. The void between the foundation and the pole flange shall be no larger than 2 inches and shall be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A ¼ inch weep hole shall be installed on the downward slope side of the pad. 3. The dry pack mortar consists of 1:2 cement to fine sand mixture with enough water to allow the mixture to stick together when molded into a ball by hand, but which will not exude water when pressed. M. Luminaires 1. All luminaires shall be installed according to the manufacturer's recommendations and as specified herein. Contractor shall furnish man-lift truck for use in final inspection of luminaire system. 2. Luminaires shall be leveled in 2 planes. One plane perpendicular to the curb (parallel to davit arm), the other plane parallel to the roadway surface. 3. The luminaire shall be bolted to the davit arm by means of cast-in inserts and this detail shall be coordinated with the standard manufacturer to ensure proper fit. The terminal board shall have lugs of a 240-volt 3-wire power source. Terminals shall be labeled line-neutral-line. The neutral terminal shall be grounded to the metal housing of the luminaire. 4. All luminaires shall be provided with markers for positive identification of light source and wattage. N. Luminaire Fusing 1. Luminaire fusing and electrical connections at lighting standard bases shall be provided with 2 in-line fuse holders, with the fuses mounted inside the pole and readily accessible from the access hole, electrical splices shall be in the junction box near each pole in accordance with the applicable City of Auburn Standard Details.. All luminaries shall be fused in the pole base with a “Y” type quick disconnect fuse system. O. Signal Systems 1. Vehicular Signal Heads 34 41 00 - 121 DCR15 a. Lens sizes shall be as shown in Contract Plans, Signal Head Type Details. b. Overhead mounted signals shall be adjusted in the field such that a person standing on the pavement can see the brightest image of all vehicle signal sections from a distance complying with current MUTCD standards. Signal heads shall be plumbed, and aiming shall be by reference to the RED signal section. c. Masking of optically programmed signal heads shall take place just before “turn- on” and after all field adjustments have been made. After masking, no further head position adjustments shall be made without the approval of the Project Representative. Any final adjustments required shall be made in the Project Representative’s presence. 2. Pedestrian Signal Heads a. Pedestrian signal heads shall be mounted with the bottom of the signal housing 8 feet above the sidewalk or ground surface. 3. Induction Loop Vehicle Detectors a. Loops shall be wound clockwise and consist of 4 turns of loop conductor. b. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in the Plans. A 3/8-inch saw cut will be required for the twisted pair. c. Loop wires shall be connected to the lead-in cable using compression sleeves and sealed with 2-inch-wide rubber mastic tape. An extra 10 feet of both loop wires and lead-in cable shall be coiled neatly in the junction boxes for future work. Loops shall be round and saw cuts shall be 6-foot diameter and shall be constructed using equipment designed for cutting round loops. The equipment shall use a concave, diamond-segmented blade. The saw cuts shall be vertical and shall be a minimum of 0.25 inches wide. The saw cut depth shall be minimum of 2 ½ inches and maximum of 3 inches measured at any point along the perimeter. The bottom of the saw cut shall be smooth. No edges created by differences in saw cut depths will be allowed. d. Unless shown otherwise shown on the Plans, the stop bar loops shall be spliced in series per lane, mid and advance loop wires shall be spliced in parallel per lane and system loops shall be spliced into individual home runs per lane. 4. Signal Standards a. The poles shall be installed on leveling nuts secured to the anchor bolts and locking nuts on top of the base flange. The side of the shaft opposite the load shall be plumbed using the leveling nuts. b. The void between the foundation and the pole flange shall be completely filled around the conduit(s) with dry pack mortar and neatly troweled. The distance between the foundation and the bottom of pole flange shall be less than 2 inches except for poles located within sloping portion of curb ramps where the distance may be up to 3 inches. c. The dry pack mortar consists of 1:2 cement to fine sand mixture with enough water to allow the mixture to stick together when molded into a ball by hand but will not exude water when pressed. d. The lower handhole cover shall be fastened with a tamperproof bolt. 5. Emergency Vehicle Pre-Emption a. Detector 34 41 00 - 122 DCR15 i. The Contractor shall provide and install 3M Company 700 Series preemption detectors at locations as shown in the Plans. The emergency preemption detectors shall be solid-state devices in weather resistant housing. The detectors shall be capable of detecting an optical signal generated by an Opticom brand emitter (3M Company). The detectors shall detect the optical signals from the emitter, amplify the signal, and transmit it to the phase selector. The detectors shall have a range control capable of being adjusted up to a maximum of 1/3 mile. Detectors shall be installed in compliance with manufacturer installation instructions and recommendations. b. Phase Selector i. The Contractor shall provide phase discriminator units as required to obtain the necessary number of channels for each leg of the intersection. The phase discriminator shall be a solid state, rack mounted device which shall provide power to the detectors. The phase selector shall receive the amplified signal from the detector, verify it as valid, and send an input to the controller. This input shall be for the duration of the detected signal plus 8 to 10 seconds additional time after the signal is lost. Four channels shall be provided. ii. The phase selector shall also include the following features: a) High and low priority discrimination, b) Settable signal intensity threshold for up to at least 2,500 feet, c) Computer based user interface, d) Front panel switches and indicators for testing, and e) 20,000 priority/ vehicle class/ vehicle code ID combinations. 6. Interconnect Network a. Traffic signal interconnect cable shall be installed as shown in the Plans. All cable shall be installed in compliance with the manufacturer’s installations and recommendations. 7. Pedestrian Push Buttons and Signs a. Push buttons shall be installed per the manufacturer’s directions and recommendations. b. Pedestrian push button assemblies shall be securely fastened to the signal standard or pedestrian pole using stainless steel fasteners. Signal standards shall be drilled and tapped for mounting push buttons. Push buttons shall be installed between 42-inches and 46-inches measured from the centerline of push buttons to the adjacent level landing. The push button must be reachable within 10 inches from the level landing. Braille is required on push button placards and the contractor is responsible to make sure they are placed in the correct locations. 8. Video Detection System a. When video detection is shown in the Plans, the Contractor shall provide and install a fully functional Trafficon by Kar-Gor or Econolite Vision video detection camera system, as called out in the plans including all auxiliary equipment, cameras, housings, and mounts, and all required mounting hardware, cables, connectors, and wiring. b. The Contractor shall allow two weeks to schedule a Kar-Gor or Econolite representative to assist with the system installation and turn on. 34 41 00 - 123 DCR15 c. Final adjustment of the cameras shall be done by the Contractor in the presence and at the direction of the City of Auburn Traffic Signal Technician. 9. Closed Circuit Television (CCTV) Camera System a. Description i. This work consists of providing a television surveillance camera system to include provision and installation of camera assemblies (camera, lens, and housing), pan and tilt drives, Ethernet switch, cables, patch cords and other equipment necessary to provide a complete and operable fiber optic-based closed circuit television (CCTV) system. The CCTV camera or camera’s shall be delivered to the City of Auburn Maintenance and Operations building for setup and testing. b. Materials i. The CCTV camera shall be an Axis M5535-E 2 MP Mini PTZ Dome with Axis Ethernet 15 watt POE injector. Unless otherwise indicated in the Plans or specified in the Special Provisions, all materials shall be new. c. Mounting i. Mounting of the camera on luminaire or signal mast arms shall use a custom 1- 1/2” threaded pipe painted Signal Black, T94A01D Pendant mounting kit and Pelco AstroBrac 90 degree pole mount and other equipment and hardware as shown on the Drawings and as required for a complete and operational CCTV camera system. d. Construction Requirements i. For each new CCTV camera shown in the Plans, the Contractor shall furnish, install, and setup a CCTV camera system that includes the camera, mounting materials, cables, cable splices, Ethernet switch, and any additional equipment and hardware required for a complete and operational CCTV camera system. e. General Cable Installation i. The Contractor shall submit to the Project Representative the method that is intended to be used to install the various cables. Any cable runs which have damaged jackets or do not pass the appropriate test will be rejected and shall be replaced by the Contractor at no additional cost to the City of Auburn. ii. Shielded cables terminated at a cabinet shall have their shields grounded at the cabinet at one end and insulated at the other. Insulated spade type terminals shall be used when connecting wire to terminal blocks. iii. Cables at the camera end shall be soldered to the connectors provided with the equipment using established techniques. iv. The rear connection area shall be filled with silicone rubber compound. The cables to the camera shall be encased in a flexible sheath to form one cable between the camera and the local control cabinet. v. All cables shall be supported so that there is no weight being transferred from the camera cable to the entry points through poles or extrusions. All holes through poles shall be sealed with outdoor rated watertight grips. vi. All cables shall be tagged with permanent markers of PVC identifying their use. Cables shall be tagged at both ends and at every junction box location. f. Camera Cable 34 41 00 - 124 DCR15 i. Camera cables shall extend from the camera control receiver to the camera and pan/ tilt drive unit. These cables shall provide camera power, environmental housing heater power, pan/ tilt drive power and controls, camera lens controls, and additional wires for preset positioning of pan/ tilt and lens. The number and size of wires required in the camera cable is dependent upon the vendor selected for pan/tilt drives. The Contractor shall provide and install camera cables with the proper type and quantity of conductors to enable connection as recommended by the selected vendors and as required to provide for proper operation of the closed circuit television system. ii. Camera cables shall be as per the manufacturer’s specifications and designed for long life operation under adverse weather conditions. Cable connectors at the camera housing and pan/tilt drive shall be waterproofed in accordance with vendor recommendations. Camera cables shall be terminated on terminals in the camera control cabinet. g. CCTV System Test i. The Contractor shall allow the City 2 weeks to setup and test the PTZ camera(s). If problems are found by the City during each testing phase, the Contractor shall repair, replace, or reconfigure each CCTV camera installation as necessary, at no additional cost to the Contracting Agency. 10. Wireless Broadband Communications System a. Description i. The work specified shall include the furnishing and installation of wireless interconnect communication system devices, cables, outdoor hardened Ethernet hub or switch, patch cords and associated components in accordance with the Plans and specifications. ii. The Contractor shall provide materials, equipment, labor and the expertise required for the construction of a traffic signal/ITS wireless broadband communication system to interconnect the proposed traffic signal and ITS equipment with the City of Auburn’s existing ITS system infrastructure as shown in the Plans and in accordance with these Special Provisions. All equipment shall be installed in compliance with the manufacturer’s installations and recommendations. b. Wireless Broadband System Materials i. The Contractor shall provide all products and materials required for the installation and splicing of the specified communications cables and associated interface devices. c. Testing, Mounting and Wiring i. Broadband radio/panel antenna units shall be mounted on signal mast-arms or signal poles as indicated in the Plans. All units shall be installed utilizing Pelco Products, Inc. Astro-Brac or approved equivalent mounts per the wireless equipment manufacturer’s recommendations for outdoor pole- mounted applications. All mountings shall have stainless steel hardware and provide a weather-tight cable passage between the wireless unit and the pole. ii. All wireless AP, and Ethernet setup, configurations and testing shall be done in consultation with the City’s IT department and the Project Representative. 34 41 00 - 125 DCR15 iii. The Contractor shall drill a 1-inch-diameter hole in the pole, deburr and provide rubber grommet prior to pulling cables. Cables shall be routed through traffic signal system conduits and junction boxes as shown in the Plans and terminated in the local signal controller cabinet. iv. Sufficient cable, 10 feet where bending radius permits, shall be left in each cabinet to properly terminate the cables. No splicing of communication cables shall be allowed. v. Ethernet cables shall be routed in the cabinet and be plugged into a RUGGEDCOM RS900 Ethernet switch. P. Fiber Optic Networks 1. Contractor Qualifications a. Installation and testing of fiber optic communications is a specialized trade that requires specific skills that can only be gained by experience. The City of Auburn has determined that the successful completion of the fiber optic communications work specified in the Contract Documents require the Contractor or is subcontractor, whichever shall be completing the fiber optic communications work, meet the following minimum qualification requirements: 5-years’ experience installing fiber optic systems, including cable and splices, and fiber optic systems of similar type and size to those specified in the Contract Documents, ability to provide three (3), non-City of Auburn, public agency references that can provide verification of the Contractor’s or subcontractor’s experience and confirm that the Contractor or subcontractor successfully completed the installation and testing of fiber optic systems of similar type and size to those specified in the Contract Documents. The Contractor or its subcontractor will not be allowed to begin work on fiber optic communications until the City of Auburn has verified that the Contractor or its subcontractor satisfies these qualifications requirements. 2. Quality Assurance a. All work described in this section shall meet or exceed the applicatle provision of the following documents: i. ANSI/EIA/TIA-455, Standard Test Procedures for Fiber Optic Fibers, Cables, Transducers, Connecting and Terminating Devices, and Other Fiber Optic Components. ii. ANSI/TIA/EIA-526-7, Measurement of Optical Power loss of Installed Single- Mode Fiber Cable Plant. iii. ANSI/TIA/EIA-568-B, Commercial Building Telecommunications Cabling Standard iv. ANSI/TIA/EIA-569-A, Commercial Building Standard for Telecommunication Pathways and Spaces. v. ANSI/TIA/EIA-598, Optical Fiber Cable Color Coding. vi. ANSI/TIA/EIA-607, Commercial Building Grounding and Bonding Requirements for Telecommunications. vii. ANSI/TIA/EIA-758, Customer-Owned Outside Plant Telecommunications Cabling Standard. viii. BICSI: BICSI Telecommunications Cabling Installation Manual (TCIM). ix. BICSI: BICSI Telecommunications Distribution Methods Manual. 34 41 00 - 126 DCR15 x. BISCI: BICSI Customer-Owned Outside Plant Design Manual. 3. Fiber Cable Vaults a. Fiber cable vaults shall be installed in accordance with the following: i. Excavation shall comply with the requirements of Section 31 00 00 - Earthwork. ii. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the fiber vault manufacturers. iii. Backfilling around the work shall not be allowed until the concrete or mortar has set. iv. Upon acceptance of work, fiber vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. v. Fiber vaults shall be adjusted to final grade using risers or rings manufactured by the fiber vault and pull box manufacturer. Fiber vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. vi. Fiber vaults shall be installed at the approximate location shown in the Contract Drawings. Where conflicts arise with the location of the vault and existing underground utilities, the Contractor shall follow the procedures as outlined in TSS Section 8-20.3(6). vii. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2-inches within the vault walls. At the 2-inch mark, the excess conduit on the existing structure will need to be removed and all cables exposed. viii. Once the conduits are located, excavate a hole large enough to install the fiber vault. The vault shall have a concrete floor as indicated on the Contract Drawings. The floor shall be installed on 6-inches of crushed surfacing top course, per TSS Section 9-03.9(3). Ensure that the existing conduits are at a minimum of 4-inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cables to be routed into the new vault. 4. Fiber Optic Cable Installation a. The Contractor shall prepare and submit joint use applications for fiber attachments to PSE wood poles on behalf of the City of Auburn. Joint use applications shall be submitted and approved by PSE prior to completing any fiber and/or riser installations on PSE poles. b. The Contractor shall include all fiber cutovers and anticipated down time in their construction schedule. Any change in schedule for impacts to fiber shall be provided a minimum of two weeks in advance. The Contractor shall meet with City staff to discuss all cutovers to work out a plan to minimize down time. c. Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the entire project, except at the location(s) specified in the Plans. The cable installation personnel shall be familiar with the cable manufacturer’s recommended procedures including but not limited to the following: 34 41 00 - 127 DCR15 i. Proper attachment to the cable strength elements for pulling during installation. ii. Cable tensile limitations and the tension monitoring procedure. iii. Cable bending radius limitations. d. The Contractor shall comply with the cable manufacturer’s specifications. e. To accommodate long continuous installation lengths, bi-directional pulling of the fiber optic cable is approved and shall be implemented as follows: From the midpoint, pull the fiber optic cable into the conduit from the shipping reel. When this portion of the pull is complete, the remainder of the cable must be removed from the reel to make the inside end available for pulling in the opposite direction. This is accomplished by hand pulling the cable from the reel and laying into large figure eight loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. The loops must be laid carefully one upon the other (to prevent subsequent tangling) and must be in a protected area. The inside reel end of the cable is then available for installation. In some cases, it may be necessary to set up the winch at an intermediate cable vault. The required length of cable is pulled to that point, and brought out of the cable vault and coiled into a figure eight. The figure eight is then turned over to gain access to the free cable end which can then be reinserted into the duct system for installation into the next section. f. Installation shall involve the placement of the fiber optic cables in a specified innerduct or conduit as defined in the Drawings. The Contractor shall ensure that innerducts are secured to prevent movement during the cable installation. g. Prior to pulling fiber optic cables through existing conduits, the Contractor shall verify that the conduits are clear of any debris and that the conduits have enough room to accommodate the new fiber and any existing conductors (where present and not specified for removal). Where noted on the Drawings, the Contractor shall remove the existing copper interconnect cable prior to installing the new fiber optic cable. h. The pulling eye/sheath termination hardware on the fiber optic cables shall not be pulled over any sheaves. i. When power equipment is used to install the fiber optic cables, it must be designed to be used with fiber optic cable. Low speeds shall be used, not to exceed 100 feet per minute. The equipment must show the rate of pull, tension and automatically shut down if any cable pulling parameters are exceeded. The tensile and bending limitation for fiber optic cables shall not be exceeded under any circumstances. The use of large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or load-cell instruments. 5. Fiber Optic Patch Cords a. Fiber optic patch cords shall be installed in each cabinet as noted in the Contract Drawings. 6. Fiber Optic Cable Splicing a. This section describes minimum requirements for splicing and connecting of the specified fiber optic cables. Field splices for mainline to lateral cables and for 34 41 00 - 128 DCR15 end-to-end mainline cables shall be located as shown in the Plans. No additional splices shall be allowed without the approval of the Project Representative. b. All fusion splicing equipment shall be in good working order, properly calibrated, and meet all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. c. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job-site, and disposed of in an environmentally acceptable manner. d. The Contractor shall use the fusion method with local injection and detection for all fiber optic splicing. e. The average splice loss of each fiber shall be 0.10 dB or less. The average splice loss is defined as the summation of the attenuation as measured in both directions through the fusion splice, divided in half. f. No individual splice loss measured in a single direction shall exceed 0.15 dB. g. The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer’s recommendation with an approved blocking material. h. All below ground splices shall be contained in re-enterable waterproof splice enclosures. i. All splices shall be contained in splice trays utilizing strain relief, such as heat shrink wraps, as recommended by the splice tray manufacturer. j. Upon sealing the splice closure, the Contractor shall show that the closure maintains 100 psi of pressure for a 24-hour period. k. At all fiber optic splice locations, the Contractor shall neatly coil and secure a slack loop of fiber optic cable in a manner that is consistent with optical fiber specifications, including minimum bend radius. 7. Fiber Optic Terminations a. All fiber splices and terminations shall be made in the presence of the Project Representative. b. The Contractor shall splice fiber by corresponding color and number when terminating fibers into the fiber patch panels. 8. Fiber Optic Cable Labeling a. Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with identification showing the cable segment, and the far end of the cable. The cable shall be labeled with non-fading permanent ink. Fiber Optic Cable shall have custom City of Auburn labels in Vaults and at aerial attachment points. 9. Fiber Optic Cable Racking in Cable Vaults a. After the cables are installed and spliced, cables, and innerducts shall be racked with spare conduits and innerducts sealed. Since there is substantial risk of damage to optical fibers by careless handling of the cables, much care shall be exercised, especially with regard to observing the minimum bending limitations. Cables shall be racked in vertical figure eight loops, which shall permit pulling slack from the vault without introducing twist to the cable. 34 41 00 - 129 DCR15 b. Lateral cables shall be placed behind the main cables when changing levels. Cables or innerducts shall be secured in racked position with outdoor rated cable ties. c. City of Auburn identification/warning tags shall be securely attached to the cables or innerducts in at least two locations in each cable vault or pull box and once in every J-box passed through. The Identification Tag shall be a custom orange label saying “COA Fiber Optic Cable, If Damaged Call 911” and label origin and destination of the fiber identified. d. All coiled cable shall be suitably protected to prevent damage to the cable and fibers. Racking shall include securing cables or innerducts to brackets (racking hardware) that extend from the side walls of the cable vault or pull box. The Contractor shall provide all required brackets and other racking hardware required for the fiber optic cable racking operations as specified. All racking hardware shall be stainless steel. 10. Fiber Optic Patch Panels a. A fiber optic patch panel shall be installed in every signal controller cabinet where a new fiber optic connection is shown in the Drawings. b. The patch panel shall be attached to Contractor supplied ¼-inch aluminum plate attached to the signal cabinet side rails with spring nuts. c. The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. d. A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the Project Representative with As-Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. 11. Fiber Optic Splice Case a. Splice enclosures shall be supplied and installed where shown the Drawings that specify installation of a new fiber optic connection in a Vault or Pull box. b. The splice closures shall be available in canister (butt) and in-line styles to fit most applications. All end-caps feature two express ports for uncut feeder cables. QUICK-SEAL™ Mechanical Seal drop ports shall be utilized because they allow for rapid and easy installation during initial build or future expansions. c. The Splice Closure Housing shall be non-metallic. It shall be resistant to solvents, stress cracking and creep. The housing materials shall also be compatible with chemicals and other materials to which they might be exposed in normal applications. The optical fiber closure shall be capable of accepting any optical fiber cable commonly used in interoffice, outside plant and building entrance facilities. As an option, the ability to double the cable capacity of an installed canister splice closure by use of a kit shall be available. Such a conversion shall not disturb existing cables or splices. d. Encapsulation shall not be required to resist water penetration. The splice closure shall be re-enterable. The closure end-cap shall be capable of accepting 34 41 00 - 130 DCR15 additional cables without removal of the sheath retention or strength-member- clamping hardware on previously installed cables or disturbing existing splices. The optical fiber splice closure shall provide a clamping mechanism to prevent pistoning of the central member or strength members and to prevent cable sheath slip or pullout. The splice closure shall have appropriate hardware and installation procedures to facilitate the bonding and grounding of metal components in the closure and the armored cable sheath. The cable bonding hardware shall be able to accommodate a copper conductor equivalent to or larger than 6 AWG. 12. Fiber Optic Cable Testing a. The Contractor shall develop a test plan for approval prior to beginning testing. The test plan shall outline the procedures to be used, documentation for the test equipment, the expected results and samples of the final test result forms. The test plan shall be submitted for review twenty-one (21) days prior to beginning the testing. b. Pre-installation tests shall be conducted on the cable reels prior to installation. These tests shall be performed in accordance with EIA/TIA-455-78 for single- mode fibers using an OTDR. Both ends of the cable shall be accessible for the tests, and it may be necessary to remove a portion of the protective wooden lagging on the reel. Measurements shall be made using 1310 nm and 1550 nm wavelengths, and shall be compared to the factory test results. Test results shall be provided to the Project Representative and approved before cable installation begins. c. The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. d. Prior to commencing acceptance testing, the Contractor shall complete the installation of the fiber optic system. This includes sealing the splice closures, completing the splicing and dressing in the distribution panels, and racking the cables in the pull boxes and fiber vaults. e. All testing values shall be in metric. The testing shall be done with a Power Meter and an Optical Time Domain Reflectometer (OTDR). f. The Contractor shall provide certified documentation or test results that demonstrate that all fiber optic cables meet the specified optical and mechanical performance criteria before and after installation. g. Upon completion of the fiber optic cable installation (and splicing) the Contractor shall perform testing specified herein. The Contractor shall provide the Engineer with a minimum of 7 days prior notice of the start of testing. The installed optical fiber cable shall comply with the transmission requirements of this specification, the cable and hardware manufacturer’s specifications, and prescribed industry standards and practices. h. All backbone and horizontal cabling, which is terminated by the contractor, shall be tested to applicable EIA/TIA Standards. i. Upon completion of the tests all fiber optic cable coils shall be secured with ends capped to prevent intrusion of dirt and water. 13. Insertion Loss Testing 34 41 00 - 131 DCR15 a. Insertion loss testing shall be used to measure end-to-end attenuation on each new fiber installed between a field device and the City control facility. b. The insertion loss for each mated fiber optic connector pair shall be <= 0.75 dB Reflectance for single-mode single fiber UPC cable assemblies shall be <= -55 dB Mated connector pair loss testing shall be based on one unidirectional optical time domain reflectometer (OTDR) inspection in accordance with the OTDR operating manual for systems greater than 300 feet. c. In addition to connector insertion loss for each mated pair, the contractor shall perform end-to-end insertion loss testing for each multimode fiber at 850 nm and 1300 nm from one direction for each terminated fiber span in accordance with EIA/TIA-526-14A (OFSTP 14) and single-mode fibers at 1310 nm and 1550 nm from one direction for each terminated fiber span in accordance with TIA/EIA- 526-7 (OFSTP 7). For spans greater than 300 feet, each tested span must test to a value less than or equal to the value determined by calculating a link loss budget. For horizontal spans less than or equal to 300 feet, each tested span must be < 2.0 dB. d. The Contractor shall inspect each terminated multimode fiber span for continuity and anomalies with an OTDR at 1300 nm from one direction in accordance with the OTDR operating manual for systems greater than 300 feet. The Contractor shall inspect each terminated single-mode fiber span for continuity and anomalies with an OTDR at 1550 nm from one direction in accordance with OTDR operating manual for systems greater than 300 feet. e. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the test equipment along with certification that it has been calibrated within 6 months of the proposed test dates. f. The following information shall be documented for each fiber test measurement: i. Wavelength ii. Fiber type iii. Cable, tube and fiber IDs iv. Near end and far end test locations v. End-to-End Insertion Loss Data vi. Individual Splice Loss Data vii. Date, time, and operator 14. Optical Time Domain Reflectometer (OTDR) Testing a. A recording optical time domain reflectometer (OTDR) shall be utilized to test for end-to-end continuity and attenuation of each optical fiber. The OTDR shall be equipped with a 1,310 nm and 1,550 nm light source for single-mode optical fibers. The OTDR shall have an X-Y plotter to provide a hard copy record of each test measurement. b. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy X- Y plot shall be provided for all fiber optic attenuation tests. c. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the OTDR test unit along with certification that it has been calibrated within 6 months of the proposed test dates. 34 41 00 - 132 DCR15 d. Each new mainline and lateral fiber shall be tested in both directions at the 1310 and 1550 nanometer wavelengths. Existing mainline and lateral fibers that are spliced to or re-spliced as part of this contract shall also be tested in both directions and at both wavelengths. Splices to existing fibers shall also be measured and recorded. e. The following information shall be documented for each fiber test measurement: i. X-Y plot scaled for fiber length a) The X-axis (Distance) shall be scaled such that the beginning of the trace starts with the OTDR/dead-zone interface. The end of the trace shall extend no more than 1-km beyond the end of the test span. b) The Y-axis (dB) shall be set to maximize the trace. The bottom of the Y scale shall begin above the noise floor and the top of the scale shall be no more than 5 dB higher than the largest event. No events or reflections shall be cut off. ii. Wavelength iii. Refraction index iv. Fiber type v. Averaging time vi. Pulse width vii. Cable and fiber IDs viii. Near end and far end test locations ix. Date, time, and operator x. Event table that includes: event ID, type, location, loss and reflection xi. OTDR Settings: a) Index of Refraction b) Averaging time (Minimum of 30 seconds) c) Pulse Width (to provide a smooth trace, excluding events) i) Table of Events that includes: Event ID, Type, Location, Loss, and Reflection, where an event is described as: d) Any reflectance event in excess of -60 dB e) Any loss occurrence in excess of 0.05 dB f) Any splice location regardless of loss g) Beginning and end of span with: i) The beginning of the span shall be denoted by the “A-Marker”. This marker shall be placed just to the left of the spike of the dead-zone box / fiber interface. ii) The end of the span shall be denoted by the “B-marker”. This marker shall be placed just to the left of the end-of span reflection spike. 15. Fiber Cable Testing Documentation a. The Contractor shall submit one hard copy and one electronic copy of the fiber test results to the Project Representative for approval. Only one OTDR test result shall be on each page. The Contractor shall take corrective actions on portions of the fiber installation determined to be out of compliance with these Specifications. 34 41 00 - 133 DCR15 b. Upon acceptance of the cable installation and test results, the Contractor shall submit three hard copies and three electronic copies of the fiber test results to the Project Representative. c. Hard copy submittals shall be bound in 3-ring binders. The Contractor shall submit the fiber test results to the Project Representative for approval. One (1) licensed copy if the OTDR manufacturers software shall be provided to the City of Auburn at the time the fiber test results are provided, for viewing and printing the OTDR results, and four (4) licensed copies of the OTDR manufacturers software shall be provided to the County at the time the fiber test results are provided, for viewing OTDR results. The Contractor shall take corrective actions on portions of the fiber installation determined to be out of compliance with these specifications. d. The following information shall be included in each test result submittal: i. Contract number, contract name, contractor name and address. ii. Dates of cable manufacture, installation, and testing. iii. Manufacturer’s test results of the cable as shipped. iv. Location of all splices. v. OTDR test results. vi. End-to-End Insertion Loss Data. vii. Individual Splice Loss Data. viii. Connector Insertion Loss Data ix. “As Installed” Diagram 16. Test Results Validation: a. Within thirty (30) days of submitting the test results, the Contractor, in the presence of the Project Representative, shall re-test a minimum of 5% of the previously tested locations to validate the test results. A 5% sample will be selected randomly from the terminal device locations. END OF SECTION