HomeMy WebLinkAbout4.496 Original Contract
'If>>
.
CONTRACT DOCUMENTS
for
Sewer Inspection Camera System
PURCHASE CONTRACT NO. 05-11
CITY OF PORT ANGELES
WASHINGTON
March 14, 2005
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
Reviewed by:
~#v.~
Fleet anager
Re4wedbY: ~
11~ -
City Attorney
~, </ tj~
't
'.
.
March 14, 2005
CITY OF PORT ANGELES
INVITATION TO BID
for
Sewer Inspection Camera System
Sealed bids will be received by the Director of Public Works & Utilities until 2:00 PM,
Tuesday, March 29, 2005 and will be opened and read in the Public Works conference
room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington
98362.
Bids will be taken for: (1) Sewer Inspection Camera System.
The equipment to be bid includes: (1) Sewer Inspection Camera System or approved
equal, hereinafter collectively called the "equipment." Bid documents may be obtained by
calling Kathy Trainor at (360) 417-4724. Technical questions regarding this bid should be
addressed to Ralph Hoffman at (360) 417-4835 or to rhoffman@cityofpa.us.
All bids must be on the form provided. Faxed bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive
informalities in the bidding process. The contract may be awarded to the lowest
responsible bidder.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race,
color, age, national origin or handicap in consideration of an award of any contract or
subcontract, and shall be actively solicited for participation in this project by direct mailing
of the invitation to bid to such businesses as have contacted the City for such notification.
Further, all bidders are directed to solicit and consider minority and women owned
businesses as potential subcontractors and material suppliers for this project.
Bids must be sealed with the outside of the envelope marked BID OPENING DATE March
29,2005, PURCHASE CONTRACT NO. 05-11. The name and address ofthe biddershall
also appear on the outside of the envelope. Bids shall be addressed to the Director of
Public Works & Utilities, PO Box 1150, 321 East Fifth Street, Port Angeles, Washington
98362.
Glenn A. Cutler, Director
PUBLISH: Peninsula Daily News: March 14, 2005
Daily Journal of Commerce: March 14,2005
,~
,
"
~
INSTRUCTIONS FOR BIDDERS
Equipment Bids
BID SUBMITTAL:
All bids must be sealed with the outside of the
envelope marked with the BID OPENING DATE and
EQUIPMENT PROJECT NUMBER or PROJECT
NAME. The name and address of the bidder shall
also appear on the outside of the envelope. Bids
shall be directed to the Director of Public Works &
Utilities, and mailed to PO Box 1150, or delivered to
321 East Fifth Street, Port Angeles, Washington
98362.
It is the intent of the attached specifications to
describe the minimum requirements for the
equipment requested in sufficient detail to secure
bids on comparable equipment. All parts for body or
chassis which are necessary in order to provide a
complete unit, meeting all safety requirements, and
ready for operation, shall be included in the bid and
shall conform in strength, quality of workmanship
and material to that which is usually provided the
trade in general. Any variance from the
specifications or standards of quality must be clearly
pointed out in writing by the bidder.
Do not make reference to brochures or supporting
literature on the bid sheet. All notations for bid
compliance or exceptions are to be made on the
bid sheet or on a plain piece of paper attached
and referenced to the bid item.
Bidders shall reply specifically to each item listed.
If bidders' equipment meets the stipulated
specification or requirement, place a check mark
under the column labeled "comply"; if not, enter any
exceptions under the column provided. If additional
space is required, exceptions may be listed on a
separate piece of plain paper with each comment
carefully referenced to the bid item.
If a bidder's corporate policy mandates use of an
official quotation form, it may be submitted.
However, the cost data must be duplicated on the
City's bid cost data and agreement sheet. The
City's bid sheet must be signed by the bidder or
its agent in order for the proposal to be
accepted. If alternate equipment is proposed,
bidders are required to submit a separate bid sheet
for each unit offered.
Project No. 05-11
All bids must be made on the required bid form and
in cases of errors in the extension of prices in the
bid, the unit prices will govern. All blank spaces for
bid prices must be filled in, with ink or typewritten,
and the bid form must be fully completed and
executed when submitted. Only one copy of the bid
form is required. Faxed bids will not be accepted.
Failure to adhere to instructions may constitute
disqualification of proposal.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with the
specifications. Any variation proposed by the
successful bidder must be approved in writing by the
City prior to the change. Such variations, regardless
of whether there is any adjustment in the contract
amount, must be confirmed by a fully-signed
change order. Failure to follow this procedure can
result in nonacceptance of the equipment by the
City.
Failure on the Contractor's part to comply with any
specification herein, once the bid is accepted by the
City, will be grounds for disqualification of the bid
and termination of the contract.
All items called for in the specifications, including but
not limited to the equipment constructed as shown,
and the necessary manuals, must be complied with
before the final payment can be processed.
Where the description of an item includes both
specifications and a brand name and number, the
specifications shall govern in case of conflict. Brand
name and number are for reference as to the type
and quality required and do not preclude offers of a
comparable or better product, provIded full
specifications and descriptive literature accompany
the offer. Failure to include full descriptive literature
may be cause to reject the offer.
The term "approved equal" shall mean that the
quality of equipment must be equal to the named
reference and receive the approval of the City. The
City shall be the sole arbiter in the determination of
equality, and it reserves the right to reject any and
all bids and to accept the bid or bids which in its sole
and absolute judgment will, under all circumstances,
best serve the interest of the City.
Page 3 of 19
, .,
"
.
WARRANTY:
One vear. 100% parts and labor. The successful
bidder shall warranty all work performed under this
contract for a period of one (1) year from the date of
delivery. All manufacture warranty periods longer
than one (1) year take precedence.
If any failure to meet the foregoing warranty appears
within one (1) year after the date first placed in use,
Contractor will correct by repair or replacement and
provide that each repair or replacement will carry
this same warranty for two (2) full years starting
upon completion of said repairs or replacement.
The Contractor shall be responsible for all removal
costs into and out of the location(s) owner has
designated wherever a repair or replacement is
required.
The foregoing shall not negate any other warranties
of Contractor, expressed or implied by operation of
law.
Latent defects: Notwithstanding any other clause in
this contract, should a "latent defect" in the work be
discovered during the five (5) year period after the
work has been accepted by the City, it shall be the
Contractor's responsibility to repair or replace the
work. A "latent defecf' is defined as a defect which
reasonable careful inspection will not reveal, or a
defect which could not have been discovered by any
known or customary test.
Warranty work shall include both parts, labor, and
transportation to Contractor's facility when required.
Warranty work shall be performed in a timely and
professional manner to City satisfaction in a manner
best serving the interests of the City. Warrantywork
requiring more than three (3) days absence of the
equipment will require the bidder to provide
adequate back-up as a temporary replacement to
the equipment having warranty work done. This will
allow operational work to continue at the City of Port
Angeles.
Vendor agrees to these warranty provisions by
signing the bid proposal.
MANUALS and SCHEMATICS:
Vendor will provide two sets of manuals and
schematics for the following:
Service repair
Parts
Operator manual
Wiring
Lubrication
Project No. 05-11
Factory built sheets
Engine and hydraulic manual
SAFETY:
This unit shall completely comply with all State and
Federal laws, rules, regulations and codes in effect
at the time of delivery.
The unit shall be tested by the successful bidder for
compliance with all OSHAlWISHA regulations and
the State Department of Labor and Industries
Electrical Workers Safety Rules.
DELIVERY & ACCEPTANCE:
The successful bidder shall be responsible for
delivery to the City's garage in Port Angeles,
Washington, between the hours of 8:00 AM and
3:30 PM during the City's normal work day. Delivery
shall be made within the time period specified on the
bid.
Construction must be in accordance with the
specifications. Any variation proposed by the
successful bidder must be approved by the City prior
to the change. Such variations, regardless of
whether there is any adjustment in the contract
amount, must be confirmed by a fully-signed change
order. Failure to follow this procedure can result in
nonacceptance of the unit by the City.
All items called for in the specification, including but
not limited to the unit constructed as shown, and the
necessary manuals, must be complied with before
the final invoice can be processed.
GENERAL INFORMATION:
The City of Port Angeles reserves the right to
consider delivery time and may waive any
informalities or minor defects or reject any and all
bids. Any bid may be withdrawn prior to the above
scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the
time and date specified shall not be considered. No
Bidder will be permitted to withdraw its proposal
between the closing time for receipt of proposals
and the execution of contract, unless the award is
delayed for a period exceeding sixty (60) calendar
days. The City of Port Angeles may, at its option, in
awarding this purchase contract, take into
consideration the revenue it would receive from
purchasing the equipment from a supplier located
within its boundaries, in accordance with RCW
39.30.040.
Offers made in accordance with the Invitation to Bid
Page 4 of 19
, <,
shall be good and firm for the period specified in the
bid unless the Bidder specifically limits its offer to a
shorter period by written notification on the bid
document. However, bids so modified may be
declared non responsive.
Minority and women owned businesses shall be
afforded full opportunity to submit bids in response
to this invitation, shall not be discriminated against
on the grounds of sex, race, color, age, national
origin or handicap in consideration of an award of
any contract or subcontract, and shall be actively
solicited for participation in this project by direct
mailing of the invitation to bid to such businesses as
have contacted the City for such notification.
Further, all bidders are directed to solicit and
consider minority and women owned businesses as
potential subcontractors and material suppliers for
this project.
Signing of the bid sheet by Contractor and
subsequent acceptance by the City of the lowest
responsible bid will constitute a binding agreement
between the City and Contractor. Contractor
understands and agrees that no contract payment
will be made until the City certifies that all stated
specifications have been complied with and the
equipment is delivered and accepted by the City.
Bids will be evaluated and submitted to the City
Council for approval as soon as possible after bid
opening. All bidders will be notified of results in
writing.
Upon award of the contract to the successful bidder,
the City will send the Contractor duplicate, complete
sets of Contract Documents, which will include the
City's Purchase Order Requisition. The Purchase
Order Requisition will include the final agreed upon
price and the specific equipment and options being
purchased. The Contractor will then sign the
duplicate sets of Contract Documents and return
them for signing by the City. Each party will retain a
fully executed set of the Contract Documents.
The Invitation to Bid is released by the City of Port
Angeles Public Works and Utilities Department,
which shall act as sole point of contact for
administration of the bidding. Questions should be
directed to Ralph Hoffman, Fleet Manager, (360)
417-4835 or to rhoffman@cityofpa.us.
Project No. 05-11
Page 5 of 19
'1f,
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOllOWING TERMS AND CONDITIONS AND THE
PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE
OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or
specification will be effective without written consent of the appropriate representative of the
City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this
Contract, Contractor shall give prior notification and obtain written approval thereto from the
City. Time is of the essence and the Contract is subject to termination for failure to deliver as
specified and/or appropriate damages. The acceptance by the Purchaser of late performance
with or without objection or reservation shall not waive the right to claim damage for such
breach nor constitute a waiver of the req uirements for the timely performance of any obligation
remaining to be performed by Contractor.
The successful bidder shall be responsible for delivery to the City's garage in Port Angeles,
Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day.
Delivery shall be made within the time period specified on the bid.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational
duties, administration and supervision and in the form of replacement equipment rental.
Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted
the following to calculate liquidated and actual damages for failure to complete the delivery of
the equipment/material on time.
Accordingly, the Contractor agrees to the following:
a. To pay liquidated damages in the amount of $25 for each working day beyond the
number of working days established for physical delivery of the equipment/material.
b. To pay actual damages equal to the actual cost to the City for rental of equipment
necessary for the user Department to continue with its operations.
c. To authorize the City to deduct these liquidated and actual damages from any money due
or coming due to the Contractor.
5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed
for payment until receipt of a properly completed invoice or invoiced items, whichever is later.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid,
F.O.B. Destination.
Project No. 05-11
Page 6 of 19
, "
7. REJECTION: All goods or materials purchased herein are subject to approval by the
Purchaser. Any rejection of goods or material resulting because of non-conformity to the terms
and specifications of this Contract, whether held by the Purchaser or returned, will be at
Contractor's risk and expense.
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals,
and other written documents affecting this Contract shall contain the applicable purchase
contract number.
9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the Purchaser against all
claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising
from the purchase, installation, or use of goods and materials ordered, and to assume all
expenses and damages arising from such claims, suite or proceedings.
10.WARRANTIES: Contractor warrants that articles supplied under this Contract conform to
specifications herein and are fit for the purpose for which such goods are ordinarily employed,
except that if a particular purpose is stated, the material must then be fit for that particular
purpose.
11. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable
with prior written consent of the Purchaser.
12.T AXES: Unless otherwise indicated the Purchaser agrees to pay all State of Washington sales
or use tax. No charge by Contractor shall be made for federal excise taxes, and the Purchaser
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with
an exemption certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the
goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of
any kind.
14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury
or destruction of goods and materials ordered herein which occur prior to delivery. Such loss,
injury or destruction shall not release Contractor from any obligation hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser harmless
from and against any damage, cost or liability for any injuries to persons or property arising
from acts or omissions of Contractor, its employees, agents or subcontractors howsoever
caused.
16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor
and Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof. Copies
of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be
submitted to the City Clerk and Department of Labor and Industries.
17. ANTI-TRUST: Contractor and the Purchaser recognize that in actual economic practice
overcharges resulting from anti-trust violations are in fact borne by the Purchaser. Therefore,
Contractor hereby assigns to the Purchaser any and all claims for such overcharges.
Project No. 05-11
Page 7 of 19
18. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit
is instituted by the Purchaser for any default on the part of the Contractor, and the Contractor
is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the
Purchaser all costs, expended or incurred by the Purchaser in connection therewith, and
reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of
Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam
County.
19. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and model
and submits descriptive literature when available. Any bid containing a brand which is not of
equal quality, performance, or use specified must be represented as an alternate and not as
an equal, and failure to do so shall be sufficient reason to disregard the bid.
20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
The equipment shall be tested by the successful bidder for compliance with all OSHA! WISHA
regulations and the State Department of Labor and Industries Electrical Workers Safety Rules.
21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS
AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE
PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR
CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. 05-11
Page 8 of 19
'.
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into thieZL4ay of~~ ,201)5
between the City of Port Angeles (hereinafter called the "Purchas~o-Clean
Equipment, Inc. (hereinafter called the "Contractor", "Vendor", or "Bidder").
WITNESSETH: That the Purchaser and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE I
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order
Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be
called "Contract Documents" or "Contract". All obligations of the Purchaser and the
Contractor are fully set forth and described herein.
In the event of a discrepancy between any of the Contract Documents, as above
defined, the Purchaser shall give a written interpretation thereof, which interpretation shall
govern .
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the Purchaser, at the delivery point
specified in the Instructions to Bidders, and the Purchaser agrees to purchase and receive
from Contractor the equipment as described and set forth in the Contract Documents and
the provisions of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without
the express written consent of the Purchaser.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine the rights
and obligations of the parties hereunder shall be brought and heard in Clallam County
Superior Court.
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in
a mannerwhich assures fair, equal and nondiscriminatory treatment of all persons, without
respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition,
physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring an employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above-stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor or
the Contractor's subcontractors, the Purchaser may serve written notice of intention to
terminate such Contract upon the Contractor, which notice shall specify the reasons
therefore. Unless within thirty (30) days after serving such notice upon the Contractor such
violation shall cease and an arrangement for the correction thereof satisfactory to the
Purchaser be made, the Contract shall, upon the expiration of the said thirty (30) days,
cease and terminate. In the event of any such termination, the Purchaser may purchase
the materials necessary for complete performance of this Contract for the account and at
the expense of the Contractor, and the Contractor shall be liable to the Purchaser for any
excess cost thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions, or
applications which can be given effect without the invalid term, condition, or application.
To this end the terms and conditions of this Contract are declared severable.
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the parties
hereto.
ENVIRO-CLEAN EQUIPMENT, INC.
B~;lL ,--
Title: JA~~,~7
Dated: .s- /.y I / () .s-
.
,
'\, . ~, r
CITY OF PORT ANGELES
BY:~~
Dated: #a.:r-
ATTEST:
A~tl~. J.Jpm^
City Clerk
Appr'f'ed as to for~
1V~ r '
City Attorney
City of Port Angeles
Bid No. 05-11
Sewer Inspection Camera System
BID SUBMITTAL SHEET
(BID SUMMARY and SIGNATURES)
QUANTITY DESCRIPTION UNIT PRICE EACH TOTAL PRICE
I '\" tQ""\4);'l'\i.~\ \;..i kJi-"'-J TR.AJ:LhA. -B 8~,171.'D .j '8i.f .17/. If!
.
*foDtions or trade in?1* SEt PAtJi'~ ko-I-'
Washinoton State Sales Tax at 8~ , % j 7, 2.3tj,.'
TOTAL j {J, L/ 01.8/
\
Delivery time after receipt of order (calendar ~ays)
90 i-o I '20 [)1Y'1~ If ({O
Terms of payment
10'i.;"\ '3 0 f)t1-~.s
,y,v[[lj'Y:?U' seJI ,~pCl itiOH~? ~~if~, !~,1~?tb,~r"goY~fnrT1~ltf;~gi~ncie;~I,,~it~ i ~ ~~~~ 'S~~;t~~16t"%~,~r 1,~~~9,~;;8^it'ifie: b ki:,p'rfce;;
termS~~~;~,~~nClitj~ps until :f~~h~~;R!?tic~:2, Th~plt~t~f PG,!J, An g~!~,s:aC'91~p':s:~~,\~s,pons i? ility: fb,~t,r:rlP,aYrQ~Qt:
.of tl1e, urehase 'nce b otrier overnment a encles. Yesl8. ;No 0, :":;,, , ' '~:, ,',
ADDENDAACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda Number(s)
NON f. to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet
must be signed and dated by the bidder or a representative legally authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER { tJ JI fo - cJ~ tt fLl-1 (>fVI(,Nf 1: ,JL
?1 Corporation 0 Partnership (general) 0 Partnership (limited)
o Sole Proprietorship 0 Limited Liability Company
ADDRESS _~. o. 60XJ '4./~
CITY/STATE/ZIP tsrltc..1l-0A . Of..
I
PHONE --1;ffOO" 2.oo~ 8'1fO
l fJL-~ 1 L. Lowf
TYPE OF BUSINESS:
Cr702..3
FAX
503 -4;1-22(1'3
TITLE p,t fS:t; O(,,J'f
DATE 3/zS' / o,~
SIGNE
Project No. 05-11
Page 12 of 19
BID OR QUOTE SPECIFICATIONS
Sewer Inspection Camera System
Project. No. 05-11
DATE OF INVITATION: March 14,2005
GENERAL DESCRIPTION OF EQUIPMENT BEING BID:
Bidders may list variations to these minimum specifications in the "Exception" section of the bid sheets.
Bidders may also suggest alternatives to specified name brand products specified by the City of Port
Angeles in the "Exception" section as an "Approved Equal". To be considered as an "Approved Equal",
the specifications of the suggested alternative must be attached for our review. The City of Port Angeles
will be the sole judge for approving other brands offered as equals to the brand specified. Bidders are
also encouraged to list and price any options that are felt to enhance the use of item bid and/or would be
desirable. All standard equipment to be included, specified or not. When a Society of Automotive
Engineers (SAE), American National Standard Institute (ANSI), American Society for Testing and
Materials (ASTM), American Welding Society (AWS) "Reference" is cited, it is to establish an expected
level of oerformance, level of testina or desiQn basis.
The purpose of the specifications written for the purchase of a sewer video system is to benefit the purchaser
with necessary equipment and accessories to function as required by the City of Port Angeles. A detailed list
of components are specified and required by suppliers to list their own numbers and cost. All necessary items
which are not listed but are needed to operate the unit are presumed standard equipment. All equipment and
materials must be made of the highest quality in accordance with modern standards. All equipment bided
must be new and not used.
General Reauirements:
1. The system is capable of color video inspection of pipelines from 6" to 24" diameter, and able to operate
in wet and corrosive environment.
2. Electronic components to be of the latest technical solid-state circuitry.
3. Power supply from camera and control unit must have an over voltage protection devise to keep operator
safe from an electrical short circuit.
4. All equipment shall be mounted inside an enclosed trailer or van style vehicle (provide specs).
5. All components furnished must have a one-year manufacture warranty.
Eauipment List:
1. Steerable motorized pipe crawler for 6" to 24" pipes
2. Pan and tilt color camera
3. Auxiliary lighting
4. Control unit
5. Text generation system (supply two computers and monitors)
6. Automatic cable reel
7. Protective system cases
8. Training
9. Warranty
10. Options
Project No. 05-11
Page 13 of 19
t,>~/~!~; ~j. v '1!fif
~:,S~ERABbt
"~'i -.. " ~jC -..~ikiW>-
1. Tractor must be steerable and accommodate 6" to 24" X
pipes.
2. Tractor/camera length not to be over 25" in total length.
r 3. Tractor to have speed control switches along with on/off.
4. Tractor assembly to weigh less than 37 pounds with 6" 1-1'2 LbS
setup.
5. Tractor not to exceed 75 pounds at any time.
6. Voltage and amp meters shall be supplied to the monitor. X
7. Tractor motor shall be sealed and watertight. X
a. Tractor to be assembled with wheels instead of tracks. ~
Camera assembly to provide close-up viewing of pipes.
2. Camera must supply color pictures to viewing monitor. X
3. Camera must be designed to handle vibration and shock. )<
4. Camera to hold up from -10 degrees to + 50 degrees. X
5. Camera to rotate 360 degrees for optimum viewing. )(
6. Camera to have reverse angle viewing capability. X
7. Camera lens shall be watertight. ~
8. Camera not to exceed 17" in length.
9. Camera to have home control and zoom. X
/ ~v > <.' A":-~ ~ < 1Y)1f/~Q~
,&-' 'E''"'>'*'''' "t'{&'\g" ,
\!!t(l\l xg~~,lo,n0'"
-'( 1>1 "~ Bf'"B4.fOQ ,,&i~,.? ;/ (fJ,,,.,.......Q
1. Two lamps (20 watt) to mount to tractor for large pipe X
inspections.
2. All mounting and connections shall be watertight. ~
3. All lights must be mounted on top of tractor. 't..
4. Low light capabilities. )<
Project No. 05-11
Page 14 of 19
;, !h~}Y < N@:;r~%;ff-' ~Tg ~
:,Exc~ ^*ti:oil~:
v / :"}L" ' ~"p \ff6t" ,>
1. Tractor and camera assembly to be operated from control X
unit.
2. Control unit to operate tractor/camera from a joystick. X
3. Joystick must operate forward, reverse, and left/right. X
4. Tractor must have a variable speed control. X
5. Control unit to be housed in a damage resistant housing. X
6. Control unit to operate on 120 volt AC power source. X
7. Camera voltage supply to be 12 volt DC. X
8. Camera cable to supply voltage up to 1,000 feet of cable X
length.
9. Camera power to be supplied by separate wire through X
cable.
10. Control unit to supply a DVD to record inspections. y:.
1. System to display alphanumeric text on monitor. X
2. Gathered information and pictures to be in memory for X
thirty days.
3. System to give cable extension reading. X
4. System to give time/date using real time. X
5. Computer to be 2.0 GHz or greater, with 17" monitor. X
6. Win can software or equivalent with four licenses. X
7. Report writing module to accompany software. 'f..
8. Supply all cables and mark all connections. )(
9. System shall be menu driven with a help screen.
10. Ability to store, edit or print inspections or reports. X
11. Inkjet printer to be supplied for printing Jobs. X.
12. System must use a multi-conductor cable. X
13. System able to display degree of grade in pipes.
Project No. 05-11
Page 15 of 19
Multi-conductor TV cable 1,000 feet in length.
2. Cable strain relief assembly to be supplied.
3. Strain shall be Kevlar and break strength at 2,000 pounds.
4. Cable assembly to be automated. IX
5. Assembly to have manual override crank function. X.
6. Complete cable must be water and corrosive resistant. X
7. Cable reel must have a tension braking function. X
8. Cable assembly must be mounted on a wheeled cart. X
9. Assembly must have an electronic footage counter. Xi
10. Assembly to also have auto reverse counter.
1.
2.
All components must have molded shipping cases.
Control unit must be housed in a protective shock
absorbent case.
x
X
1.
2.
~, ''0''';r--. p', <<'It k
~it ....~t; ,~ sy" 'i;:,>;;it.. ::::0/'>:,,-
:~ ~;J~t'll:l<t, "
Training to be provided by manufacture rep.
Win can software or equivalent software added to bid.
x
X
1. All components to have at least a one-year warranty. X
2. Vehicle warranty to meet standard 3 year/36,OOO miles. /(
3. Warranty items sent to manufacture will be paid by X
manufacture.
4. Manufacture shall provide loaners if needed. ~
5. Upgrades on system shall be passed on within the first X
year.
6. System shall not become obsolete within the first two X
years.
7. All operator and parts manuals to be supplied. X
Project No. 05-11
Page 16 of 19
1. 6' X 12' enclosed trailer to house all ()C(~ € ~ I ; $ gL/ , 7 J .' 0
components (submit specs). 7 Xfz..
2. Vehicle van style (submit specs). Cf ~ 35"'"0.00
3. Insulated walls, storage cabinets, and X;
operator's desk/chair.
4. All wires, cables, and components to )(
be stored in a neat fashion.
5. 4,000-watt generator installed with i.x(,ee~ ~iOOO v} AT\'
proper ventilation.
6. Service breaker panel box installed. X
7. Interior fluorescent working lights. X
8. Roof mount AlC system to be installed. X
9. Non-skid flooring (state material). X AtP\'$"~ "+ ~1
\Jr.rJi 51tF! T''1
10. Wash down station and equipment. X IS' b-~\lo.v Tt>>J)(..
11. Trailer to have rear awning for a dry Xi -# 41./0.00
working area.
12. Heating system installed (submit X /76." -7
specs ).
STIJ'-~ S,AL$S lAX tJor J:.fUU~~ (T,J 11 bQt)-e f/l3.G~~
c'
Any Questions:
Contact
Ralph V. Hoffman
Fleet Manager
City of Port Angeles
Phone: (360) 417-4835
Fax: (360) 417-4839
E-mail: rhoffman@cityofpa.us
Project No. 05-11
Page 17 of 19
NON-COLLUSION AFFIDAVIT
STATE OF WJSt1(~OVl )
)
COUNTY OF Cl a " <^.li'1.. )
The undersigned, being first duly sworn on oath, says that the bid herewith submitted
is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any
person not therein named; and (s)he further says that the said bidder has not directly or
indirectly induced or solicited any bidder on the above work or supplies to put in a sham
bid, or any other person or corporation to refrain from bidding; and that said bidder has not
in any manner sought by collusion to secure to him/her self an advantage over any other
bidder or bidders.
g;~~. ,-
Signature f Bidder/Contractor
Subscribed and sworn to before me this ~ '5 day of rn 8-rc-h.
,20 05.
_ OFFICIAL SEAL
RACHEL D CAIN
) NOTARY PUBLIC - OREGON '
'" " COMMISSION NO. 352640
MY COMMISSION EXPIRES DECEMBER 11,2005 (,.
~~B~~.-
Notary Public in and for the
State of 0 re'/t Yl
Residing at JLlLl u~ '//It) /M.aJ,. Ct;.
My Comm. Exp.: I:L -11-D5
,J
Project No. 05-11
Page 18 of 19
r
". !!J
BIDDER'S CHECKLIST
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if
applicable?
2. Has the Non-Collusion Affidavit been properly executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. Bid must be submitted by the time and date specified in order to be
considered a valid bid.
If I'
, .
Project No. 05-11
Page 19 of 19