TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

Similar documents
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

City of Storm Lake Fire Department Heavy Rescue Specifications

TEXAS DEPARTMENT OF TRANSPORTATION DIVISION OF EQUIPMENT AND PROCUREMENT

013 : 2009 CEB SPECIFICATION MOULDED CASE CIRCUIT BREAKERS

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

City of Ottawa Street Lighting. HID Shoebox Style Luminaire

#2018-RFP-06. Utility Work Carts

CITY OF LOMPOC UTILITIES DEPARTMENT ELECTRICAL DIVISION SPECIFICATION NO. ELE-112 SUBSTATION CLASS VACUUM CIRCUIT BREAKERS OCTOBER 2008

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

020: 2013 CEB SPECIFICATION MINIATURE CIRCUIT BREAKER (MCB)

TEXAS DEPARTMENT OF TRANSPORTATION

BUCKEYE LEGACY POLISHED CONCRETE ENHANCER & PROTECTANT MODEL SPECIFICATION

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID. January 10, 2018

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

Compliance Test Results. of Independently Manufactured. Automotive Replacement Headlamps. to FMVSS 108. Study I. March 18, 2003

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

E/ECE/324/Rev.2/Add.102/Rev.1 E/ECE/TRANS/505/Rev.2/Add.102/Rev.1

PROCUREMENT SPECIFICATION FOR CNP19 CHERRY RIVETLESS NUT PLATE

PERFORMANCE SPECIFICATION

THE NETHERLANDS (N E D E R L A N D) COMMUNICATION. Approval number: E4-3R Extension number: 00

34-SDMS-01 SPECIFICATIONS FOR

Solid Waste Management Division Landfill Compactor Procurement 2/2/10

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

CITY OF CORALVILLE th Street, Coralville, IA

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

3. Customer shall provide space for metering equipment and meter base as per Springville City Power requirements.

DIVISION 311 MISCELLANEOUS ELECTRICAL RULES

DIVISION 14 CONVEYING EQUIPMENT

045 : 2000 CEB STANDARD

Economic and Social Council

TITLE: SPECIFICATION FOR BENCH VICE & BENCH GRINDER TABLE OF CONTENTS. 0.1 Circulation List. 0.2 Amendment Record

2. 0 Test Records - All records of analysis and tests shall be kept in suitable forms approved by the Bureau of Indian Standards.

ITEM 1 - FORKLIFT, 6000-LBS, LP, DUAL FRONT DRIVE WHEELS (1 each)

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

SFI SPECIFICATION 28.1 EFFECTIVE: AUGUST 25, 2017 *

Mini-Tech Lightbar. Installation Manual

NAU DESIGN GUIDELINES FOR DISABLED ACCESS PARKING AND ACCESSIBLE ROUTE AT VEHICULAR TRAFFIC AREAS

Centerwide System Level Procedure

7 The revised IS 8034:2002 and revised STI be implemented w.e.f. 1 Feb 2005.

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

CITY OF CHARLEVOIX REQUEST FOR BIDS WESTENBROEK SUBSTATION 48VDC BATTERY BANK

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION TRENTON, NEW JERSEY SPECIFICATIONS FOR HIGH PRESSURE SODIUM LUMINAIRES HIGH MAST TYPE

Technical Specification For Outdoor Substation Harmonic Filter Banks

Everything You Need! Phone , Ext. 229

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

CHAPTER 25. SUBSTANTIVE RULES APPLICABLE TO ELECTRIC SERVICE PROVIDERS.

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR A COLD PLANER TABLE OF CONTENTS

City of Glasgow Police Patrol Vehicle Lease/Purchase

REQUEST FOR BID For Trucks. Bid Notice

DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT. Solid and Hazardous Waste Commission. Hazardous Materials and Waste Management Division 6 CCR

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

Forensic Sciences Chapter ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER IGNITION INTERLOCK RULES

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT /

Challenger 60 & 70 Tow Series. Installation & User Manual

FEDERAL SPECIFICATION METHANOL (METHYL ALCOHOL) 1.1 Scope. This specification covers three grades and four unit quantities of methanol.

FEDERAL SPECIFICATION ETHER, PETROLEUM; TECHNICAL GRADE. 1.1 Scope. This specification covers technical grade petroleum ether to be used as a solvent.

Dakshin Gujarat Vij Company Limited

QC/T Translated English of Chinese Standard: QC/T AUTOMOTIVE INDUSTRY STANDARD

SFI SPECIFICATION 35.1 EFFECTIVE: AUGUST 26, 2008 *

RESOLUTION MEPC.205(62) Adopted on 15 July GUIDELINES AND SPECIFICATIONS FOR ADD-ON EQUIPMENT FOR UPGRADING RESOLUTION

ResQ 48 & 60. Installation & User Manual

Revised proposal to amend UN Global Technical Regulation No. 3 (Motorcycle brake systems) I. Statement of technical rationale and justification

TECHNICAL STANDARDS DOCUMENT No. 500, Revision 2 Low-Speed Vehicles

TEXAS DEPARTMENT OF TRANSPORTATION

Net Metering Program

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY

Central Florida Regional Transportation Authority d.b.a.

SFI SPECIFICATION 15.2 EFFECTIVE: MAY 1, 2008 *

S T A N D A R D. ASAE S FEB04 Front and Rear Power Take-Off for Agricultural Tractors

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

34-SDMS-02 SPECIFICATIONS FOR

SFI SPECIFICATION 39.2 EFFECTIVE: August 25, 2017 *

Practice Note on the Sourcing of Threaded Rod Used for Foundation Bolts

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

E/ECE/324/Rev.2/Add.108/Rev.1/Amend.3 E/ECE/TRANS/505/Rev.2/Add.108/Rev.1/Amend.3

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

REQUEST FOR BID For Trucks. Bid Notice

Model LA 4400 Time Delay OFF Controller

SERIES 80/81/82 STROBE AND HALOGEN PERIMETER LIGHT HEADS INSTALLATION & OPERATION MANUAL IMPORTANT: SERIES 80/81/82 STROBE AND HALOGEN

STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION TRENTON, NEW JERSEY 08625

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS

ENGINEERING MANUAL PRESSURE STEAM HUMIDIFIERS

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

CITY OF NIAGARA FALLS, NEW YORK

Plus SABRE LIGHTBARS

REQUEST FOR PROPOSAL

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

BUSWAY Low Voltage (Pow-R-Flex)

INCH-POUND MIL-DTL-24211D 25 February 2016 SUPERSEDING MIL-DTL-24211C 9 February 2011 DETAIL SPECIFICATION

Owner s Manual. Rigid Mount Weld-on Drawbars. XL-DB20016UM-en-US Rev

SECTION ENCLOSED SWITCHES AND CIRCUIT BREAKERS

Transcription:

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. AMENDED: NOVEMBER 2004** WARNING LIGHT SYSTEM, INCANDESCENT, LIGHTBAR PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is the practice of TxDOT to support other entities by making this specification available through the National Institute of Governmental Purchasing (NIGP). This specification may not be sold for profit or monetary gain. If this specification is altered in any way, the header, and any and all references to TxDOT must be removed. TxDOT does not assume any liability when this specification is used in the procurement process by any other entity. PART I GENERAL CLAUSES AND CONDITIONS 1. The equipment furnished under this specification shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. The bidder represents that all equipment offered under this specification shall be new. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE. 2. Bidder should submit with the bid, or have on file with the Texas Department of Transportation (TxDOT) Austin, Texas, the latest printed literature and detailed specifications on equipment the bidder proposes to furnish. This literature is for informational purposes only. 3. The unit(s) shall be completely assembled, adjusted, and all equipment including standard and supplemental equipment be installed and the unit made ready for continuous operation. 4. All parts not specifically mentioned which are necessary for the unit to be complete and ready for operation or which are normally furnished as standard equipment shall be furnished by the successful bidder. All parts shall conform in strength, quality and workmanship to the accepted standards of the industry. 5. The unit(s) provided shall meet or exceed all Federal and State of Texas safety, health, lighting and noise regulations and standards in effect and applicable to equipment furnished at the time of manufacture. 6. It is the intent of TxDOT to purchase goods and equipment having the least adverse environmental impact, within the constraints of statutory purchasing requirements, departmental need, availability, and sound economical considerations. Suggested changes and environmental enhancements for possible inclusion in future revisions of this specification are encouraged. 7. TxDOT encourages all manufacturers to comply voluntarily with the Society of the Plastics Industry, Inc. (SPI), plastic container coding system. All plastic containers furnished to this specification should have an imprinted SPI recycling code and symbol identifying the resin composition of the container so that the item can be recycled after its useful life. Manufacturers are encouraged to use recycled plastics and materials in the manufacture of their products in order to conserve natural resources, energy and landfill space. Bidders should note that future specification revisions may require mandatory compliance with the SPI plastic container coding system. 8. TxDOT is committed to procuring quality goods and equipment. To this end, we encourage manufacturers to adopt the International Organization for Standardization (ISO) 9001-9003 standards (Technically Equivalent to the American National Standard Institute/American Society for Quality Control (ANSI/ASQC Q91-93 1987) and obtain certification. Adopting and implementing these standards is viewed as being beneficial to the manufacturer, the department, and the environment. It is TxDOT's position that the total quality management concepts contained in these standards can result in reduced production costs, higher quality products, and more efficient use of energy and natural resources. Manufacturers should note that future revisions to this specification may require ISO certification. 9. Measurements will be given in both the English and metric systems. Where any conflict between the two stated measurements may occur, the measurements provided in the English system shall supersede those provided in the metric system. PART II SPECIFICATIONS 1. SCOPE: This specification describes a warning light system, incandescent, lightbar assembly to be used on various types of TxDOT passenger carrying vehicles to alert motorists of traffic hazards and/or emergency situations. The lightbar is subject to very rugged use under on and off road conditions and shall withstand extreme vibration, shock, humidity, rain, snow, ice, temperature, and dust. Only those warning lights designed, manufactured, and tested for such conditions will be considered. Lightbars furnished under this specification shall meet or exceed the following requirements: EXAMPLES: Star 9422 SVP Impulse 2000 or TxDOT approved equal. Supersedes Specification No., Dated March 1997 ** Amended date to remove contact information 1-5

NOTICE TO BIDDERS: Any example shown is included to show type and class of equipment desired. Bidders are cautioned to read the specifications carefully, as there may be special requirements not commonly offered by the equipment manufacturer. Do not assume your standard equipment meets all detailed specifications merely because it is listed as an example. Bidders are cautioned that any unit delivered to the FOB point which does not meet this specification in every aspect will not be accepted. 2. LIGHTBAR CONFIGURATION: The lightbar shall consist of two omni-directional lights, one mounted adjacent to the driver s side and one mounted adjacent to the passenger s side of the vehicle with four directional lights mounted in the center of the system. There shall be two v-shaped mirrors one mounted on each side of the directional lights with the point of the v directed at the center of the omni-directional lights. 3. PERFORMANCE REQUIREMENTS 3.1. The lightbar s source of light shall be from incandescent lamps. Halogen lamps are required. The lamps shall meet or exceed the requirements for a Class 1 warning device identified in the latest revision to SAE J845 (360 Degree Warning Devices for Authorized Emergency, Maintenance, and Service Vehicles). 3.2. The lightbar shall emit colored light in accordance with the requirements identified in the latest revision to SAE J578 (Color specification) for motor vehicle external lighting equipment. The color measured shall be the color emitted by the system and not the color of the system s lenses. 3.3. The omni-directional lights shall project light in a horizontal 270 degree arc from either side of the vehicle. Two directional lights shall be visible only from the front of the vehicle. The remaining two directional lights shall be visible only from the rear of the vehicle. 3.4. The lightbar shall be identified in accordance with the latest revision to SAE J759 (Lighting Identification Code). 3.5. Rotating incandescent lights shall provide from a minimum of 60 flashes per minute to a maximum of 120 flashes per minute. The flash patterns for the system shall be random in appearance. Any system with a rhythmic or Awig-wag@ type of pattern will not be considered. 3.6. Incandescent lamps shall be rated for a minimum of 300 hours of useful life. 3.7. The lightbar shall operate on 12V DC. 4. DESIGN REQUIREMENTS 4.1. LIGHTBAR 4.1.1. Shall be equipped with field replaceable incandescent lamps. 4.1.2. Shall be equipped with a field replaceable power module. 4.1.3. Shall be equipped with field replaceable motor and gear-drives. 4.1.4. Seals or gaskets shall be provided for all exposed mating surfaces. 4.1.5. Shall be equipped with an on/off switch for the entire system that provides the ability to switch the directional lights off while the omni-directional lights are still operating. 4.2. DIMENSIONS 4.2.1. Width: 42 In. (1.1 m) minimum, 50 In. (1.3 m) maximum. 4.2.2. Length: 12.5 In. (318 mm) maximum 4.2.3. Height: 7 In. (178 mm) maximum from the bottom center of the base to the top center of the lens. 4.3. BASE HOUSING 4.3.1. Shall be constructed of a non-corrosive type metal such as aluminum or stainless steel with a thickness sufficient to withstand extreme conditions such as those described in Part II, paragraph one. 4.3.2. Shall be designed and fabricated to give rigid support to any lamps, motors, drive trains and lenses. 4.4. COLOR SCHEME: The lightbar shall be offered in two color schemes. The type (or types) of color scheme required will be identified on the invitation for bid (IFB). 4.4.1. Color scheme A. All lights sources shall emit an amber-colored light. 4.4.2. Color scheme B. Omni-directional lights shall emit an amber-colored light. The front facing directional lights shall emit a blue-colored light on the driver s side and a white-colored light on the passenger s side. The rear facing directional lights shall emit a blue-colored light on the driver s side and a redcolored light on the passenger s side. 4.5. MOUNTING 4.5.1. The lightbar shall be supplied with clamp-on type mounting brackets which require no holes or screws through the roof of the vehicle. 2-5

4.5.2. Mounting brackets shall be supplied with a rubber separator for any point of contact between the bracket and vehicle. 4.5.3. All hardware needed for normal mounting shall be furnished. The hardware shall include, but not be limited to, gaskets, stainless steel heavy duty nuts, bolts and washers. 4.5.4. All exterior mounting hardware shall be corrosion resistant. 4.5.5. A minimum of 15 feet (4.6 m) of electrical cable shall be provided for installation of each warning light system. The cable shall be minimum 14 gauge, shielded, shield grounded to the metal base, and insulated with a vinyl jacket. 4.6. ELECTRICAL CIRCUITRY/COMPONENTS 4.6.1. Shall be hermetically sealed (varnished or conformal coated). 4.6.2. Shall be solid state in design and construction. 4.7. MOTOR/ MECHANICAL PARTS shall be permanently lubricated. 5. INDEPENDENT LABORATORY TESTING 5.1. All lightbars bid shall be tested by an independent testing laboratory acceptable to TxDOT and in accordance with the latest revision to SAE J575 and SAE J578 and SAE J845, with all tests conducted on the same sample. Examples of approved independent testing laboratories are provided below: EXAMPLES: Calcoast Analytical-ITL ETL Testing Laboratories, Inc. 5.2. The lightbar shall operate satisfactorily during the tests specified below. The flash rate shall remain within the specified rate. A copy of the test results shall be furnished to TxDOT within ten days of request by TxDOT. Failure to provide this report within ten days may result in the rejection of a bid. The test report shall include, but not be limited to, the following: 5.2.1. Vibration Test 5.2.2. Moisture Test 5.2.3. Dust Test 5.2.4. Corrosion Test 5.2.5. Photometry Measurements with results for 12 volt operation 5.2.6. High Temperature Flash Rate Test with results for 12 volt operation 5.2.7. Low Temperature Flash Rate Test with results for12 volt operation 5.2.8. Durability Test with results for 12 volt operation 5.2.9. Color Test using either the Tristimulus method or the Spectrophotometric method. The color shall be that of the emitted light, not that of the material used for the lens. 5.3. If the approved lightbar is changed in design or by component substitution, TxDOT will not accept the changed lightbars until the new unit is approved in writing by the TxDOT General Services Division. 5.4. TxDOT may test any device received to assure compliance with these specifications. 6. ELECTRICAL INTERFERENCE PROTECTION: Lightbars are often installed on vehicles and equipment which contain two-way radios. Radio frequency interference protection shall be provided in accordance with Option No. 93 of the latest revision to State of Texas Specifications for Automobiles and Trucks No. 070-AT-99. 7. CONFLICT: In the event of a conflict between this specification and any SAE Recommended Practice, the provisions of this specification shall prevail. 8. WARRANTY: This lightbar shall be warranted against defective materials, workmanship and failure for at least 12 months. If the manufacturer's warranty is for a period in excess of 12 months, the standard warranty shall be in effect. The vendor shall furnish a warranty with the device indicating the terms and conditions of the warranty, and a list of names and addresses of servicing dealers in the state of Texas who shall perform warranty work. Provisions shall be made by the vendor to provide a delayed warranty start date for each device furnished from the specifications. Warranty start date shall be effective the day the device is placed into service. Instructions shall be included with each device delivered, advising TxDOT personnel of the procedures to be followed for obtaining the delayed warranty start date. 9. PACKAGING: Each lighbar shall be individually boxed including all hardware and documents. Each lightbar shall be permanently marked with an identification label or decal showing make, model, and operating voltage. 10. SAFETY PLAQUES OR DECALS: Safety plaques or decals shall be furnished and shall be affixed at any hazardous area. The safety plaques or decals shall describe the nature of the hazard, level of hazard seriousness, how to avoid the 3-5

hazard, and the consequence of human interaction with the hazard. Permanent plaques are preferred to decals. Type, size, and location of product safety plaques or decals shall be in accordance with the latest revision to ANSI 535.4. 11. APPLICABLE REFERENCE: Shall be latest revisions to: 11.1. SAE J575, Tests for Motor Vehicle Lighting Device and Components. 11.2. SAE J576, Plastic Materials for Use in Optical Parts, Such As Lenses and Reflectors of Motor Vehicle Lighting Devices. 11.3. SAE J578, Color Specification For Electric Signal Lighting Division. 11.4. SAE J759, Lighting Identification Code 11.5. SAE J845, 360 Degree Warning Devices for Authorized Emergency, Maintenance, and Service Vehicles. 11.6. SAE J1330, Photometry Laboratory Accuracy Guidelines. 12. DATA SHEET: The attached data sheet should be completed and submitted in duplicate for informational purposes only. PART III OPTIONS 1. An optional width of lightbar ( Ref. Part II Para. 4.2.1), 36 In. (914 mm) minimum, 42 In. (1.1 m) maximum shall be provided if stipulated on the IFB. 4-5

WARNING LIGHT SYSTEM, INCANDESCENT, LIGHTBAR DATA SHEET This data sheet should be completed and furnished in duplicate with the bid for informational purposes only. Requisition No. Opening Date The following information is requested on the lightbar the bidder is offering: 1. Lightbar Make: Lightbar Model: 2. Does the lightbar meet all stated requirements of the specification? 3. Rotator speed is flashes per minute. 4. Power for the system is 12V DC?Yes No Max amps required, as configured. 5. Lightbar has on/off switch?yes No Separate control for directional lights?yes No 6. Lightbar has field replaceable: Lamps Yes No Power module Yes No Motor and gear drives Yes No 7. Lightbar Width Length Height 8. Base is constructed of 9. Mounting hardware is clamp-on type (requires no drilling)? Yes No 10. Length of power cable provided. 11. Has the lightbar been independently tested in accordance with the latest revision to SAE J578, J575, and J845?, Is a copy of the test results furnished with the bid? Verification Test Report Number Testing Facility Name and address of firm nearest the FOB point that will provide warranty service and repair parts. Firm Name Address Telephone Individual to Contact 12. Bidder should provide a complete parts list including, but not limited to, the following: Part name (type), quantity, size of gauge, manufacturer and part number. Bidders should also provide a schematic diagram of the electronic and electrical components of the lightbar. Name of Firm Bidder s Telephone Number Bidder s Signature Print or Type Bidder s Name Date NOTE: THIS PAGE SHOULD BE RETURNED FOR INFORMATIONAL PURPOSES ONLY. 1-1