TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION. FAX NO: (512) REVISED: FEBRUARY 2002 EOS Class Code:

Size: px
Start display at page:

Download "TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION. FAX NO: (512) REVISED: FEBRUARY 2002 EOS Class Code:"

Transcription

1 TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION PREPARED BY: LeGay Imler, CPPB SPECIFICATION NO. FAX NO: (512) EOS Class Code: DATA RECORDING SYSTEM, FALLING WEIGHT DEFLECTOMETER 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 nor accept 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 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 shall be completely assembled and adjusted, and all equipment including standard and supplemental equipment shall 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 vendor. All parts shall conform in strength, quality and workmanship to the accepted standards of the industry. 5. The unit 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, equipment and services 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 Automotive Engineers (SAE) Recommended Practice for marking of plastic parts per the latest revision of SAE J1344. All plastic components furnished to this specification should have an imprinted SAE symbol identifying the resin composition of the component 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 SAE plastic coding system. 8. TxDOT is committed to procuring quality goods and equipment. We encourage manufacturers to adopt the International Organization for Standardization (ISO) standards, technically equivalent to the American National Standards Institute/American Society for Quality Control (ANSI/ASQC Q ), and obtain certification. Adopting and implementing these standards is considered beneficial to the manufacturer, TxDOT, and the environment. It is TxDOT's position that the total quality management concepts contained within 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 system. 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. This Specification Supercedes Specification No., Dated May

2 PART II SPECIFICATIONS 1. SCOPE: This specification describes a Falling Weight Deflectometer, (FWD), Data Recording System, for the purpose of monitoring and structurally evaluating highway pavements. The data recording system shall be an automatic unit for recording pavement deflections. A hardware/software package for data processing in the field shall be included. The data recording system shall be easily controlled and operated by a technician from the vehicle, when towing an existing pavement loading device (purchased separately). A pavement loading device shall be provided for generating deflection data at a minimum of seven locations at the pavement surface. The main components of the data recording system are: Measuring System for Pavement Response Energy Supply Hardware/Software Package Control Panel Data Recording System and software package of the unit bid to these specifications shall be production items in use in the United States for at least two years. Units furnished to this specification shall meet or exceed the following requirements: EXAMPLE: Dynatest Model 8000 Falling Weight Deflectometer System NOTICE TO BIDDER: Any example shown is listed to show type and class of equipment desired. Bidder is 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. Bidder is cautioned that any unit delivered to the F.O.B. points which does not meet specifications in every aspect will not be accepted. 2. MEASURING SYSTEM FOR PAVEMENT RESPONSE 2.1. The FWD Data Recording System shall measure the deflection basin at seven points during each load pulse, under normal testing procedures. The maximum deflection occurring at each measurement point during the sampling interval shall be determined and stored by the system hardware and software Display of real-time data shall be provided for calibration of sensors. The frequency response curve of the sensors shall be provided The system shall accurately record, store, plot, and print the deflection time history data while testing The system shall measure deflections with an absolute accuracy of better than 2% + 2 microns, and with a typical relative accuracy of 0.5% + 1 micron. The resolution of the equipment shall be 1 micron The manufacturer shall provide documentation of the methodology, software, and hardware used to convert raw deflection sensor output to final deflections stored on the computer files. The documentation shall outline sources of possible error in the system and conditions, which contribute to this error (such as geophone drift). 3. DISTANCE MEASURING INSTRUMENT (DMI): The DMI shall: 3.1. Be equipped with a vehicle transmission or drive shaft sensor Have a Light Emitting Diode (LED) display. Liquid quartz displays may only be provided if the specifications cannot be met by any unit on the market currently having a LED display. The display shall have a minimum of six digits Automatically measure in feet, yards, miles, meters, or kilometers, as selected by the operator. When measuring in miles, the DMI display shall range from.001 mile (.0016 Km) to at least 999,999 miles (1,609,298 Km). The operator shall be able to convert the display back and forth between units, while measurements are in progress, without clearing the display or altering the accuracy of the measurement Count forward and backward from zero or some preset value, as desired by the operator. The DMI shall automatically reverse its counting mode when the direction of travel of the vehicle reverses Have resolution of plus or minus three feet (914 mm) at any speed from 0 to 60 miles per hour (0 to 97 kilometers per hour) Provide accuracy shall be plus or minus two feet (610 mm) per mile, with less than three feet (914 mm) per mile deviation for repeated measurements Allow the operator to enter an initial distance for measurements not beginning with zero Be equipped with the capability of distance display hold without losing accumulating distance Be dash mounted, but the display shall be a removable type with sufficient cable length so that the rear operator can hold the display while sitting in the rear passenger seat. 4. ENERGY SUPPLY 4.1. The operations of the FWD Data Recording System shall be designed for use with a 12 volt DC power supply so that the standard power source of the vehicle can be used to power the system, minimum 120 amps A 12 volt DC to 110 volt AC power inverter shall be furnished to power the microcomputer. A surge suppression/noise 2-9

3 filter device shall also be provided. The power inverter shall provide a minimum of 1,000 watts of continuous output. 5. SPECIAL SPECIFICATIONS, GENERAL: All hardware and software purchased to implement this specification shall be of the latest technology available or as recommended by the manufacturer to operate the system. All items shall include original manufacturer's warranty and documentation. 6. COMPUTER and MODULAR ELECTRONIC ENCLOSURE SPECIFICATIONS: The data acquisition computer hardware shall, as a minimum, consist of the following: 6.1. GENERAL: The following specifications are minimum requirements that apply to all components: All Industrial PC enclosures and Flat Panel Displays shall be free of defects in workmanship and materials and be warranted for a period of two years from date of shipment Other items furnished with the PC enclosures shall be covered by the original manufacturer s warranty, which shall be a minimum of one year All units shall be assembled, wired and tested for operation All PC units shall have a multi boot system installed with boot options for MS-DOS 6.22 and Windows XP All Industrial PC enclosures shall have the following items accessible from the front of the chassis: one each Power Switch, one each Reset switch, one each 3.5 inch Floppy Drive and one each DVD-RAM drive FWD power switch, system volts, system amps and hour meter shall be visible from the front panel of the modular cabinet TECHNICAL: Modular electronic enclosures, rack mount computer, printer, and accessories shall be in the amount specified Equipto Modular Electronic Enclosure: One (1) each - Modular Electronic Enclosure - Part No , with tapped zinc plated angles, Semi Gloss textured finish - color 101 Royal Blue. Dimensions: 19 inch wide X 24 inch deep One (1) each Top Panel: Internal Screw Mount- Part No One (1) each Rear Panel: External Screw Mount Part No Two (2) each - Side Panel: External Screw Mount Part No Four (4) each Tapped Panel Mounting Angles Zinc Plated Part No. 010:028: Two (2) each Pull-Out Shelves Part No One (1) each Recessed Equipment Drawer Part No Four (4) each 1/8 Thick Instrument Panel Part No Four (4) each Panel Shims Part No One (1) each Hinged Drawer Shelve Part No. 16:1920: One (1) each - Recessed Latch Type Equipment Drawer Part No Fifty (50) each Mar-Proof Machine Screws Part No. 80:0201: Twenty Four (24) each Rubber Spacers Part No. 260:018: Rack Mount Computer: Two (2) each Advantech 2U 6-slot Rackmount IPC Chassis Part No. IPC-602P3-25X Two (2) each Advantech PCA-6180-B Single Board Computer each with VGA/LAN/USB/Pentium III - 1 GHz Processor 512 MB ram Two (2) each 3.5 Floppy Disk Drive Two (2) each DVD-RAM Pioneer DVR-A Two (2) each - National Instruments PCI-MIO-16E-1 Data Acquisition Card Part No D Two (2) each 40 GB Ultra DMA Hard Drives WD Caviar EIDE WD400BB Two (2) each Roxio - Easy CD Creator Two (2) each Adaptec - GoBack. 3-9

4 Two (2) each Executive Software - Diskeeper Two (2) each IOLO Technologies -System Mechanic Two (2) each Super Simple Software Print Screen Two (2) each MS DOS Two (2) each Windows XP One (1) each Power Quest Partition Magic One (1) each Norton - Ghost Two (2) each IN Defense, Inc. Achilles Sheild Two (2) each 3B Software Sandra Pro One (1) each 15 inch LCD Color Monitor Viewsonic VE One (1) each Mini Keyboard One (1) each - Logitech Marble Mouse One (1) each Dot Matrix Printer Panasonic KPX HARDWARE/SOFTWARE PACKAGE FOR DATA PROCESSING: As a minimum, system shall include the following: 7.1. Necessary interfaces, connections, cables, etc., required to operate the microcomputer system Software to perform the FWD testing, record and store the test data, and output the data to the printer. Software shall be compatible with the microcomputer and operating system software provided. Software shall perform or provide the following: Be in menu form to guide the FWD operator during testing with appropriate prompts, messages, and visual and audio warnings. Warnings regarding equipment malfunction shall remain displayed until cleared by the operator Be written in a high level language and compiled to machine code for maximum execution speed Data files shall be created for the FWD tests. The data files shall be composed of 80 character records. A data file shall contain test results and descriptive information by roadway and roadway section. File names for deflection data files shall be in the following specific format: DDPNNNNS.FWD The format shown is standard PC DOS format where: DD = District number ranging from 1 to 25; P = Roadway prefix, I, U, S, F, or P; NNNN = Roadway number ranging from 0001 to 9999; S = Roadway suffix, A, T, S, E, W, or *; The file extension FWD labels the file as FWD data. The operator shall be prompted for the information, which comprises the eight character file name prior to the opening of the file. The extension shall be appended to the file name automatically by the microcomputer The data file shall contain the data in three "levels" The first level shall contain the following information: District (number, 0-99) Operator's name (80 character record) Roadway prefix, number, and suffix (2 characters, 4 digit number, followed by 1 character) FWD serial number The software shall be configured so that any change to level one information will require the opening of a new file The second level shall contain the following information: County (3 digit number) 4-9

5 Date Time Sensor locations (seven 2 digit numbers) Beginning milepost and displacement. Format: NNNN C N.N Where: NNNN = milepost (4 digit number) C =direction indicator, (plus or minus sign) N.N = displacement (2 digit number to one decimal place) Ending milepost and displacement (same as beginning milepost and displacement) Distance from right-hand edge of lane (2 digit number) Lane designation character (single letter) When any of the above information changes, a form feed shall be sent to the printer and a new header printed at the top of the next page. The header shall contain all level two information. In addition, if a change is made in level two information, the information shall be printed in the data file stored on the disk drive Third level information shall contain the following: Time (hhmmss) DMI reading in 1/1000 of mile (as measured from beginning of 2 mile section) Output from the drops (load, deflections, etc.) The time and DMI reading shall be printed on the hard copy and disk files for each series of drops at a particular location. When the loading plate is raised and the machine moved to a new location, the time and DMI output shall be printed and stored again, with the corresponding loads and deflections at that new location The software shall store and print comments on the disk files and hard copy output between a series of drops All software provided for the purpose of collecting, analyzing, or editing the data shall be compatible with the data file format outlined in Para All software shall be fully documented. Documentation shall include software user's guides, program listings, and a complete flow chart for each of the programs provided The latest version of the Elmod & Elcon software for analyzing pavements shall be provided. This software shall be compatible with the FWD field data collection software. 8. CONTROL PANELS 8.1. The computer and keyboard shall have several mounting positions so that control of operations and data processing is possible from either the driver's, front passenger's, or rear passenger's seat A trigger device shall be furnished which activates the sensing equipment immediately prior to initial impact of the falling weight in order to insure proper registration of the actual quantities of load and deflection. If any error is present or forthcoming to these values during testing, the error shall be detectable from either the CRT display prior to release of the weights, or from the data file (e.g., in the form of warning flags) subsequent to testing A panel with one green and one red light shall be mounted on the dashboard on the driver's side to indicate status of load plate. A green light shall indicate a plate up condition. Red light shall indicate plate down condition. Two digital volt meters shall be provided to monitor the truck and power supply battery on the trailer An hour meter to register time the FWD is used. 9. PARTS AND MANUALS 9.1. Equipment shall be delivered with a manual or manuals containing illustrated parts list, and operating, calibration, and service instructions. The manual(s) shall be as detailed as possible outlining all necessary service and operating instructions for the equipment delivered. Manual(s) shall include necessary warnings and safety precautions. It is requested, but not required, that the manuals be printed on recycled paper The manufacturer shall provide a complete set of drawings, parts list, and detailed schematic diagrams including all proprietary parts for the electrical systems, and any proprietary Printed Circuit Boards, for all equipment so that the operator will be able to operate and maintain the system properly. 5-9

6 9.3. All proprietary printed Circuit Boards shall be available within 48 hours from the manufacturer as well as replacement parts, and they shall be readily interchangeable. One manual for each unit shall also be provided for the computer/recording/printing equipment. Guidelines to debug/develop the system software shall also be provided for each unit. Also a detailed listing of software and associated flow charts shall be provided. A complete list of OEM parts and the manufacturer's serial numbers as well as part numbers for equipment not manufactured by the vendor shall be included. 10. DATA SHEET: The attached data sheet should be completed and submitted in duplicate for informational purposes only. 11. RADIO FREQUENCY INTERFERENCE (RFI): All electrical components, circuits, and associated parts shall meet the requirements of and pass the tests set forth in Option 93 of Texas Specification No. 070-AT-02 or latest revision thereto. 12. SPARE PART SET: THE FOLLOWING ADDITIONAL ITEMS SHALL BE FURNISHED FOR EACH UNIT ORDERED: 1. 2 EA SEAL 2. 2 EA SEAL 3. 1 EA RELAY 4. 2 EA A/B VALVE 5. 2 SETS RINGS 6. 4 EA PLUG 7. 4 EA C-VALVE 8. 4 EA PS2 SWITCH 9. 4 EA PS1 SWITCH EA RUBBER BOOTS SETS MOUNT KIT EA FLANGE EA D-VALVE SET RUBBER SUS EA SPANNER EA T-F BOLT EA TEN. SPRING EA CLAMP EA TOP GUIDE EA MEAS. ROD EA CONE EA BOLT EA RING EA BACK-RING EA SCRAPER-RING EA RING EA RING SETS RING KIT SETS PACKING EA RING EA SCREWS ONLY FOR PROX. SWITCH EA MAIN CYLINDER COMPLETE EA MULTI SIGNAL CABLE 8M EA DEFLECTOR W/17FT CABLE EA. LOADING PLATE COMPLETE EA MM DIAMETER PVC PLATE WITH RIBBED PAD EA MEASURING ROD EA CENTERING CONE EA ALLEN BOLT(M5 X 16MM) 1. OPTION 1: Global Positioning System. See Attachment A. PART III OPTIONS NOTE: Global Positioning System (GPS) shall be interfaced with the Falling Weight Deflectometer (FWD) System to provide location at the time the FWD drop information is stored. The GPS location shall be cross-referenced with the header information stored in FWD file described in Para. 7of this specification. 2. OPTION 2: Alternate Printer. Specified on the invitation for bid. 3. OPTION 3: Interior Layout for FWD. See Attachment B. 6-9

7 PART IV ACCEPTANCE & PAYMENT 1. ACCEPTANCE INSPECTION: All equipment ordered will be subject to acceptance inspection and performance testing upon receipt. Acceptance inspection and performance testing will not take more than ten working days, weather permitting. The vendor will be notified within this time frame of any units not delivered in full compliance with the purchase order specifications. 2. PAYMENT: Payment will be made within thirty days after the acceptance inspection and performance testing has been completed and TxDOT determines that the equipment delivered meets specifications, or the day on which the invoice for the goods or materials was received, whichever is later. 3. WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, or regularly observed State and Federal holidays. PART V WARRANTY 1. WARRANTY: The vehicle shall be warranted against all defects in material and workmanship for a period of not less than 12 months or 1,200 hours, whichever comes first, and shall cover 100 percent parts and labor for the unit. If manufacturer's standard warranty exceeds 12 months or 1,200 hours, then the standard warranty period shall be in effect INTENT: During the stated warranty periods the vendor shall be responsible for labor, materials, and other costs as outlined below associated with required warranty repair for vehicle and all components. It is the intent of this warranty that the vendor perform warranty repair work. At TxDOT's option, TxDOT may perform minor warranty repairs to the unit at the vendor's expense EXCLUSIONS: TxDOT will assume the expense for replacement tires and tubes, tire repairs, lubricating oil, hydraulic fluids, greases, filters, batteries, lights, hoses, belts, cleaning, painting, and other minor items normally consumed in day-to-day operations. TxDOT will assume responsibility for cost of repairs resulting from collision, theft, vandalism, operator negligence, and/or acts of God EQUIPMENT MAINTENANCE: It is TxDOT's policy to maintain the equipment in accordance with the manufacturer's published recommendations MINOR WARRANTY REPAIRS: It is the intent of this warranty that the vendor perform minor warranty repairs; however, at TxDOT's option, warranty repairs deemed by TxDOT as being minor in nature may be performed by TxDOT at the vendor's expense. Parts required for repairs which are to be made by TxDOT will be OEM parts and obtained at no cost to (or through reimbursement to) TxDOT. Only the actual time required for repairs shall be reimbursed. Mechanic's travel time, diagnosis time, etc., will not be included. Reimbursement by the vendor to TxDOT for the cost of warranty repairs will be computed as follows: Labor: Labor for warranty repairs will be calculated at the composite rate for the mechanic in effect at the time of the warranty repairs. Labor rate will not exceed $20 per hour. The time allowed for each repair will be determined by the manufacturer's standard time schedule. Manufacturer's time schedule shall be furnished to the receiving district with the unit at the time of delivery (if applicable). If a manufacturer's time schedule is not available, the actual time for repairs, as noted above, will be used Warranty Repair Claims: Warranty repairs will be accumulated on TxDOT repair orders (TxDOT Form No. 1614) and will be billed from same, unless the vendor prefers to have claims processed on the vendor's standard forms Parts: Replaced parts will be held thirty days and will be available for inspection by the vendor or authorized representative. Copies of the invoices for all parts will be provided to the vendor. The cost of parts other than those furnished to TxDOT at no cost by the vendor will be billed at actual cost Billing & Payment for Warranty Repair Expenses: Costs for minor warranty repairs will be accumulated, including labor and replacement parts (if not provided). Reimbursement payment shall be made by the vendor within thirty calendar days of the billing date MAJOR WARRANTY REPAIRS: When major warranty repairs are required, TxDOT will notify a representative of the vendor's Texas dealer by telephone at the location and the telephone number designated by the vendor on the data sheet as the point of contact. Major warranty repair work for the purpose of this specification means major repairs to the hydraulic and electrical systems and major repairs to any other components of the unit. Diagnosis of the actual repairs required will be the responsibility of the vendor. The unit will be made available at a TxDOT department facility within a 100 mile (161 km) radius of Austin, Texas. The repair work may be performed by the vendor or the vendor's authorized representative At the vendor's option, the unit may be transported by trailer, by the vendor, to a commercial repair facility. If so, the vendor will be responsible for the cost of the round trip transportation of the unit to and from that location If mutually agreed upon between the vendor and TxDOT, TxDOT may transport the unit to the vendor's location or authorized repair facility (within the boundaries of the State of Texas). The cost of equipment and manpower necessary to haul the unit for the round trip will be billed back to the vendor at the rental rate of the equipment and composite hourly rate for the driver in effect at the time for the equipment 7-9

8 required. The composite hourly rate for the driver will not exceed $20 per hour. Rental rate for the truck and trailer will not exceed $0.50 per mile for the truck and $6 per hour for the trailer Response Time: Warranty repair action shall begin within two working days after notification is made to the vendor for need of warranty repairs. A representative of the vendor's Texas dealer will be notified by telephone at the location and telephone number designated by the vendor on the data sheet as the point of contact. The vendor shall notify TxDOT immediately of any changes in this location and/or telephone number. The warranty repairs should be completed and the unit returned to TxDOT (or picked up by TxDOT at the vendor's expense as outlined above) within a reasonable period of time. For the purpose of this specification eight working days is defined as a reasonable period of time. Excessive delays incurred for the performance of warranty repairs by the vendor may adversely affect the vendor's status as a qualified bidder Billing & Payment for Warranty Repair Expenses: Costs will be accumulated for transportation of the unit by TxDOT to the vendor's location or authorized repair facility. Payment for transportation costs as provided for in this section must be made by the vendor within thirty calendar days of the billing date PARTS & SERVICE: The manufacturer of the equipment furnished shall have an authorized dealer within the state of Texas. The authorized dealer shall have factory-trained personnel available for warranty repairs and the performance of service. The dealer shall also maintain an inventory of high-usage parts and a quick source for lowusage parts. 8-9

9 FALLING WEIGHT DEFLECTOMETER SYSTEM DATA SHEET Bidder should insert the requested information and return two copies for informational purposes only. Requisition Number FWD System Make Opening Date Model Falling Weight Buffer Configuration Impact Load Duration: to Milliseconds at a Peak Load Magnitude Range: to lb. Force Peak Loads are Reproducible in Range of to lb. Force Load Measuring Device is + lb. Force Resolution System will Provide Separate Deflection Measurements per Drop Deflection Sensors Accommodate a Surface Irregularity of at least inch Depth FWD Power Supply: Volt AC/DC Digital Recording/Playback Instrument Make Model Printer Make Model Interface Warranty Period is Months Name and address of firm nearest the F.O.B. point that will provide warranty service and repair parts. FIRM NAME: ADDRESS: TELEPHONE NUMBER POINT OF CONTACT If servicing dealer furnishes parts for minor repairs by TxDOT personnel, will this affect the warranty? If answer is "yes" please attach explanation. Name of Firm Print or Type Bidder's Name Bidder's Signature Bidder's Telephone Number NOTE: THIS PAGE SHOULD BE RETURNED FOR INFORMATIONAL PURPOSES ONLY. 1-1

10 ATTACHMENT A TEXAS DEPARTMENT OF TRANSPORTATION SPECIAL SPECIFICATIONS FOR DIFFERENTIAL GLOBAL POSITIONING SYSTEM 1. GENERAL 1.1. The following are minimum requirements for GPS: Unit shall: 1.2. Provide State wide coverage of Differential Global Positioning (DGPS) correction data Be able to be mounted on vehicles and collect data while vehicles are in motion at highway speeds Delivered with all equipment (antenna, firmware, software, subscription, etc.) necessary to receive, capture and output (via serial port) DGPS data to customers computer Be unaffected by weather conditions Provide at least an internal eight (8) channel GPS engine Have display and provide operator interface Include operator s manual. 2. TECHNICAL Unit shall have: 2.1. Receiver frequency through automatic scanning Operating Temperature: -20 o to 65 o C Vibration: 3G/3D Hz./ x,y,z axes Shock: Max. 7G, 5-20 msec. zero rebound Data Inputs and Outputs: 3 ea. RS-232-C serial ports with baud rates of 300,600,1200,2400, Message Rate: 1-2 seconds Power: 10 to 32 Vdc, ma at 12 Vdc Program Memory: 640 kb Expansion Memory: 512 kb to 2 MB Output Format: Must be as a minimum the NEMA GGA string format Accuracy: The static accuracy shall be within three meters of an established reference location and the dynamic accuracy must fall within five meters of an established reference line. These accuracy s must be established for individual readings and not the average of several readings. 3. WARRANTY 3.1. The unit of equipment shall be warranted against all defects in material and workmanship for a period of two years, and shall cover 100 percent parts and labor for the unit Replacement units shall be shipped to the customer within 24 hours, when requested Monday through Thursday, or the next business day when requested on a Friday or holiday. 4. CUSTOMER SERVICE Example Vendors: 4.1. Vendor shall provide the telephone number, or digital pager number of a qualified service technician who shall be available to provide customer service and facilitate warranty repairs 24 hours per day seven days per week The service technicians employed by the vendor or its subcontractors shall be fully qualified to work on the equipment. OmniSTAR, Inc Westglen Houston, Tx OMNISTAR (713) (713) (FAX) Attn: Mike Huff or Harold Foster GSC Catalogue Vendor ID: ITEM Model 3000LR8 w/ 1 year subscription 1-2

11 ATTACHMENT A 2 nd year subscription Trimble Navigation Limited 749 North Mary Avenue Sunnyvale, CA (408) (408) (FAX) ITEM Model AG132 w/ 1 year OmniStar subscription 2 nd year OmniStar subscription 2-2

12 ATTACHMENT B 1-1