2012 Signal Controllers bid docs

advertisement
BID ITEM E-1
TRAFFIC SIGNAL CONTROLLER(S) WITH OPTICAL DETECTION
Estimated Quantity to be purchased during 2012:
3
This bid item shall consist of furnishing actuated, solid state digital microprocessor type traffic
signal controller(s) and all other accessories required to make the controllers completely
functional and operational. Each controller assembly shall include a NEMA TS-2 Type A2
controller unit, NEMA TS2 type 1 configuration 3 (12 position) terminals and facilities, a bus
interface unit (BIU) load switch bay, cabinet accessories as listed below, a NEMA TS-2 power
supply, a 4 channel video detection processor, and a NEMA TS2 malfunction management unit in
a NEMA Type TS2 cabinet assembly completely assembled, wired and tested. The controller unit
and cabinet shall meet or exceed the minimum requirements of ODOT Specifications as a
minimum except as modified by this specification.
The bidder shall furnish pricing per each complete controller assembly delivered with
documentation and manufacturers warranties. The bid price shall include shipping cost FOB
destination. The controllers will be ordered as needed during the year and may or may not all be
ordered at one time.
CONTROLLER
The controller unit shall be manufactured by Siemens/Eagle, model EPAC3108M-52.
The controller unit shall be 8 phase, shall meet all requirements for NEMA TS2 type 2, and shall
include an SDLC port, an RS-232 port, an Ethernet port and provisions only for an optional plugin multi-mode fiber optic module. MSA, MSB, and MSC, and 37 pin “D” connectors shall be
included for backward compatibility with existing Eagle traffic signal controller cabinets.
A removable hand held key pad with LCD alphanumeric backlit display shall be provided.
The controller shall have capabilities for six modes of coordination including fully actuated,
sequential omit, permissive omit, yield mode, and permissive yield mode, and shall have traffic
control preemption and time base control capabilities.
The controller shall have the ability to assign input or output function to any input or output pin
respectively.
The controller shall be capable of an additional 12 standard overlaps by assigning each phase
output to an overlap.
The controller shall be capable of preemption from an external preemption detection processor
(by others). Adequate space shall be provided for the shelf mounted preemption processor and
for the preemption wiring panel (to be furnished and installed by others).
Preemption capabilities shall include 6 railroad, fire and emergency vehicle high-priority
preemptors. The controller shall also be capable of 4 low-priority "bus-preemptors".
The controller shall be programmable to allow for flashing "Don't Walk" through the yellow signal
phase.
I:\BIDS\ANNUAL BIDS\Annual Bids 2012\Electric & Communications Bid 2012\E-1 Signal Controllers 2012 bid docs
FINAL.doc
02/07/12
Page 1 of 5
CABINET DETAILS
The traffic signal controller cabinet shall be a NEMA style aluminum cabinet with a natural satin
finish. The cabinet shall be Siemens/Eagle, size "P" with a 15 inch aluminum riser for mounting
on grade.
A set of main power terminals, a main circuit breaker, and separate feeder circuit breakers for
the controller, video camera, and cabinet accessories circuits shall be furnished. A copper neutral
connection bus bar (insulated from ground) for connection of external signal neutrals and a
separate copper grounded bus bar for external equipment bonding conductors shall be provided.
The grounded bus bar for external equipment bonding conductors shall be capable of
terminating up to seven #4 copper conductors. Provisions for a main bonding jumper between
the neutral bar and grounding bar shall be included.
A Police Panel with the following features shall be provided:
a. Signal on/off toggle switch
b. Flash control toggle switch
c. Automatic/manual transfer toggle switch
d. Manual pushbutton with a 10' coiled hand cord
The following switches shall be mounted on a technicians switch panel on the inside of the main
cabinet door:
a. Stop time, 3 position-center off, on/controller run/normal
b. Flash control
c. Timer power on/off
A GFI duplex 120VAC outlet shall be supplied connected to a separate circuit breaker from the
controller electronics circuit breakers.
An interior lamp shall be provided, wired to the load side of the GFI receptacle.
A thermostat controlled ventilation fan with a washable wire mesh air filter element shall be
furnished. The fan thermostat setpoint shall be set at approximately 85 degrees F. An
approximately 100 - 200 watt low watt density 120VAC cabinet strip heater mounted in the
lower part of the cabinet with a separate thermostat shall be supplied. The strip heater shall
employ a guard to prevent accidental contact by cables or personnel. The heater thermostat
setpoint shall be approximately 35 degrees F. The fan and thermostat may be connected to the
circuit breaker serving the GFI receptacle and cabinet light.
The main power surge protector shall be a plug-in type with failure indicator LEDs. The unit shall
be an EDCO model SHA1250 including base.
Four flash transfer relays and two spare sockets shall be supplied in traffic signal controller load
bay. The flash transfer relay contacts shall be rated for both LED and incandescent loads.
Eight load switches shall be supplied with each controller. Load switches not needed for the
initial intersection configuration will serve as system spares.
The field terminals for signal hook-up shall be mounted to the back-panel facing the door of the
controller cabinet. No internal wiring lugged or otherwise, shall be permitted on the signal hookup side of the field terminal blocks.
Internal wiring connections to the 16 position load switch bay back panel shall be made with
I:\BIDS\ANNUAL BIDS\Annual Bids 2012\Electric & Communications Bid 2012\E-1 Signal Controllers 2012 bid docs
FINAL.doc
02/07/12
Page 2 of 5
crimp terminals and threaded fasteners or with solder connections on the backside of a panel
that utilizes feed-thru style terminal blocks, load switch, flash transfer relay and flasher socket
wiring.
POWER SUPPLY
A NEMA TS-2 120VAC – 24VDC -12VAC – 12VDC power supply shall be furnished with
sufficient capacity to supply all equipment furnished with the controller plus a Sonem 2000
preemption processor (24VDC) (furnished by others). Furnish Eagle model CPS-102/CPS -105 or
equal as required to serve connected equipment.
VIDEO DETECTION PROCESSOR
Furnish a video detection system will detect vehicles on a roadway using only video images of
traffic. The video detection system shall be manufactured by ITERIS, and shall be Vantage 4
channel EDGE 2 designed to operate as a complete video detection system which is fully
compatible with the controller and controller system software. As a minimum furnish equipment
which can process four (4) video cameras for detection purposes and is equipped with input
cards for four cameras. The video processor shall be compatible with NEMA TS2 architecture. All
necessary video BNC cables, power cables, surge arresters, and mounting hardware shall be
installed to furnish a fully functional system.
The video processor shall process video from up to four video sources simultaneously with up to
a total of 24 detection zones per camera minimum. Detection zones shall be programmed by a
menu displayed on a graphical interface built into the processor or on by a laptop computer
(supplied by others) connected to the video processor. Detection zones shall be capable of being
logically combined as “AND” or “OR” functions.
The video processor shall have an RS232 port for communications with an external computer,
however the unit shall be capable of being setup and maintained without a computer. The video
processor shall accept new detector patterns from an external computer through the RS232 port.
A USB port shall be furnished for a pointing device.
The video processor shall include four front mounted BNC video inputs and one BNC video
output. Each video input shall include a switch selectable 75-ohm or high impedance
termination to allow video to be routed to other devices, as well as input to the video processor
for vehicle detection. Any one of the video inputs shall be selectable for output on a BNC
connector via a USB pointing device or through software and a personal computer connected to
the RS232 port via a full duplex modem link or remotely using the operator interface unit for
surveillance. The video inputs to the video processor shall include transient voltage suppression
and isolation amplification that shall assure the 1-volt peak-to-peak video signal integrity is
maintained despite video cabling losses and externally induced transients. The video processor
shall be bonded to the cabinet grounding system.
Camera power supply wires and video cables are to be terminated on dedicated surge arresters.
Power for the cameras shall be fed from a dedicated circuit breaker.
Each traffic signal controller under this bid item shall be provided with four (4) cameras. The
video cameras used for traffic detection shall be furnished by Iteris, model RZ4C. The minimum
camera sensitivity shall be 1.0 lux and the camera shall include automatic gain control to
produce a usable video image of vehicles under all roadway lighting conditions. The camera shall
use a CCD sensing element and shall output video with resolution of not less than 470 lines.
The camera shall include a fixed iris lens with variable focal length and focus that can be
adjusted at the deployment site without opening up the camera housing to suit the site
I:\BIDS\ANNUAL BIDS\Annual Bids 2012\Electric & Communications Bid 2012\E-1 Signal Controllers 2012 bid docs
FINAL.doc
02/07/12
Page 3 of 5
geometry. The camera shall employ a proportional power controlled internal anticondensation/anti-icing heater.
MALFUNCTION MANAGEMENT UNIT
A NEMA TS2 -2003 compliant malfunction management unit (MMU) with a 10/100Mbps Ethernet
port shall be provided. An SDLC cable assembly shall be provided to connect the controller to the
MMU. This will enable the advanced error checking, event reporting and logging features as
defined by NEMA. The MMU shall pass all tests as performed by an automatic monitor tester.
Test results shall be printed and supplied with each cabinet. The MMU shall be manufactured by
EDI, type MMU-16LEip or approved equal.
TESTING AND TEST REPORTS
The cabinet assembly shall be fully tested, with all components installed, at the supplier’s facility
prior to shipment. The City will furnish intersection programming information for each controller
purchased under this bid. The controller, video detection, and malfunction management unit
functions shall be programmed and tested by a trained factory representative for a minimum of
24 hours, prior to shipment. The supplier shall certify in writing that the tests have been
successfully performed prior to shipment. Three copies of certified test reports shall be supplied
to the City, to the attention of the Communications/Substation Superintendent.
WARRANTY
During the warranty period, provide technical support from the supplier via telephone. The
support must be available from factory certified personnel. During the warranty period, provide
all updates and corrections to controller and video processor software from the supplier without
additional charge.
Revisions and updates to the software shall be provided at no cost to the City for a period of five
(5) years from the date of installation of the system.
DOCUMENTATION
Furnish 3 sets of complete documentation describing installation requirements and operating
procedures for the controller, cabinet and accessories. The documentation shall include a
description of all required cabling, mounting, cabinet space, and power requirements as well as
internal wiring diagrams and spare/replacement parts lists. The documentation shall reflect the
intersection programming information supplied by the City. The required documentation shall be
supplied to the City, to the attention of the Communications /Substation Superintendent.
The signer of this Proposal as Bidder declares that he has carefully examined this
advertisement and specifications herein contained and he proposes and agrees that if
this Proposal is accepted, he will Contract with the City of Wadsworth, Ohio, to furnish
and deliver the material bid in accordance with the advertisement and specifications as
set forth herein.
Signature of Bidder
By ______________________________________
________________________________
Name
Title
_______________________________________ ________________________________
Printed Name
Printed Business Name
I:\BIDS\ANNUAL BIDS\Annual Bids 2012\Electric & Communications Bid 2012\E-1 Signal Controllers 2012 bid docs
FINAL.doc
02/07/12
Page 4 of 5
Business Address of Bidder
___________________________________________________
___________________________________________________
Contact name for future bid requests
_____________________________________________
Contact e-mail for future bid requests
_____________________________________________
Phone number ____________________
Dated at
Fax Number ________________________________
___________________________ this ________ day of _________________, 2012
NOTE: This Proposal sheet must be signed by the Bidder. If firm or corporation, name, followed
by the name of person authorized to sign said bid, stating his title or position with the firm or
corporation; if partnership, sign partnership name by one of partners.
** NO E-MAILED OR FAXED BIDS / QUOTES / PROPOSALS WILL BE ACCEPTED **
I:\BIDS\ANNUAL BIDS\Annual Bids 2012\Electric & Communications Bid 2012\E-1 Signal Controllers 2012 bid docs
FINAL.doc
02/07/12
Page 5 of 5
Download