Loading...
HomeMy WebLinkAboutAgenda Report - May 20, 1992 (79)CIN OF LORI AGENDA TITLE: Purchase of Sewer TV Equipment and Van for Water/Wastewater Division MEETING DATE: May 20, 1992 PREPARED BY: Public Works Director RECOMMENDED ACTION: That the City Council adopt the attached resolution awarding the purchase of the sewer TV equipment and van to Flexible Video Systems of Marina Del Rey. California in the amount $121,145.49. BACKGROUND 1 NF0FZ21kT I0P ; Funds to purchase the sewer TV equipment and van for the water/wastewater division were approved in the 1991-92 operating budget and specifications were approved by the City Council on March 18, 1992. Three bids were received and opened on April 1, 1992. IThe low bidder, 3-T Equipment Company, did not meet the specifications and attached is a list of deficiencies. The second lowest bidder, Flexible Video Systems, meets the specifications in full. This purchase does not include the portable radio and installation which will be completed after receiving the TV van and equipment. The following is a recap of the bids: 3-T Equipmk�,nt Company, Fetaluma, CA $102,435.10 Flexible Video Systems, M,r1na Del Rey, CA $121,145.49 CUES, Inc, Orlando, FL $138,329.68 FUNDING: Budgeted Fund Budgeted Amount 17.1-012.3 $153,1,50 ac L. Ronsko uhl Forks Direc,or A JLR/FB/sh Att,ichment Prepared by Frank Beeler, Assistant Wate=r/Wastewater Superintendent cc: City Attorney Purchasing Officer water/wastewater Suver,i.ntendent APPROVED /4W-a_•_� THOMAS A. PETERSON %, recvcW pepur Deviations of 3-T Specifications to the City of Lodi Specification for Sewer TV System and Van With 3 -T's bid, supplemental specifications of tars; i r equipment were provided and it is assumed 3-T is describing what they are intending on providing. 1. Electrical System: The specifications call for indirect fluorescent lighting and ground fault interrupt outlets. 3-T specifies fluorescent without any indirect lighting and standard three -prong household outlets. 2. Our specifications call for a rotary switch for switching from generator power to house power. 3-T specifies a three - prong electrical pigtail. 3. Our specifications call for a waterproof marine grade breaker box. 3-T provides a standard household breaker box which is not waterproof. 4. Our specifications call for one 6500 watt industrial generator with an internal charging system, 3-T specifies a "recreational vehicle" type 4000 watt generator with a separate external battery charger to maintain the charging system. 5. Our specifications also call for an extended generator crankshaft to allow for the attachment of a hydraulic pump. 3-T provides a generator that does not provide for the attachment of a hydraulic pump. 6. Our specifications call for a 3" diameter camera which would easily make it through a 6" sanitary sewer with a lot of offset joints. 3-T specifies a larger 3.5" diameter camera. 7. Our specifications call for the camera to be housed in 1/4" stainless steel, 3-T specifies only 1/8" lightweight aluminum housing. 8. Our specifications for lighting call for four 40 watt bulbs mounted with individual multi -faced reflectors to illuminate 12" to 42" diameter pipes. 3-T specifies two 35 watt bulbs internally mounted for lighting 6" to 36" diameter pipes and for pipes above 36" diameter, a single 85 watt bulb is specified. 9. Our specifications call for a separate stand alone fully regulated power supply. 3 -T's specs do not provide a separate power supply, instead 3-T houses a lower wattage power supply in the same housing with all other camera controls. 10 Our specifications call for permanently engraved labels on both the front and rear of the power supply unit. 3-T specified silk screen labr-1s. 0592wR.03 Deviations of 3-T Spe.,�fications Page 2 11. Our specifications call for a 20" high resolution color monitor to be incorporated with a digital converter. 3-T specifies a 12" color monitor without a digital video converter. 12. Our specifications call for a hydraulic power reel with ring and pinion gear assembly with a brass friction clutch. 3-T does not meet any portion of the hydraulic reel 3p-_,cif.ications, 3-T provides chain driven reel powered by a 3/4 HP electric motor with two -speed electric transmission. 13. Our specifications call for five days of training. 3-T specifies only three days of training. 14. 3-T does not offer and did not bid on transporter remote controls, optional bid addit"on number 5, which we are including in the bid prices shown on the Council communication. Suirnary: Staff talked with users of 3 -T's omnieye camera and transporter and they have been using the equipment for less than a year. We specified for user's of two years or more. We feel for that particular equipment it is insufficient time to evaluate whether the equipment will hold up over a period of time. Our staff has personally inspected working units from 3-T and Flexible and have observed a higher quality of workmanship and higher quality materials and equipment used ;.n Flexible units. 1 ��'il-��Y L 1�i�41- V - � 1� {� �.ti 114 ✓� drank Beeler Martin Jones Assistant Water/WW Superintendent Water/wastewater supervisor MJ/FB/sh PESOL[ST 10f1 NC. 92-89 A RESOLUTION OF THE L00! CITY COUK! L AWARDING THE BID FOR THE PURCHASE OF SEWER TV CW PMEMI AND VAii FOR MATER/WASTEWATCR DIVISION WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on April 1, 1992 at 11:00 a.m. for the bid for the purchase of sewer Ti equipment and van for the beater/Wastewater Division, described in the specifications therefor approved by the City Council on March 18, 1992; and WHEREAS. said bids have been compared, checked, and tabulated and a report thereof filed with the City Manager as follows: • 3-T Equipment Company, Petaluma, CA 5102,435.10 Flexible Video Systems. Marina Del Rey, CA 5121,145.49 CUES, Inc., Orlando, FL $138,329.58 • Does not meet specifications WHEREAS. the City Manager recommends that award of the bid for Sewer TV equipment and van be made to the second lowest bidder, Flexible Video Systems; NOW, THEREFORE, BE IT RESOLVED by the Lodi City Council that award of bid for Sewer TV equipment and van be and the same is hereby aw"rded to Flexible Video Systems, the second lowest bidder, 'n tht amount of 5121,145.49. Dated: May 20, 1992 I hereby certify that Resolution No. 92-89 was passed and adopted by the City Council of the City of Lodi in a regular meeting held May 20, 1992 by the following vote: Ayes: Noes: Absent: RES9289/TXTA.01V Council Members - Council Members Council Members Alice M. rte imche City Clerk 92-89 Deviations of 3-T Specifications to the City cE Lcdl Specification for Sewer TV System and Van (Revised May 18, 1991 ) 1. Our specifications call for engraved labels on the front and rear of all the panels. 3-T provides silk screened labels that are epoxyed on. 2. Our specifications call for a 3" diameter camera which would give maximuri clearance to avoid protruding taps and offset joints and negotiate 45 degree turns in a 6" sanitary sewer. 3-T specifies a larger 3.5" diameter camera. 3. Our specifications call for the camera to be housed in 1/4" stainless steel, 3-T specifies only 1/8" lightweight anodized aluminum, our specifications state using anodized aluminum will not be considered equal. 4. Our specifications for lighting call for four 40 watt bulbs mounted with individual multi -faced reflectors to illuminate 12" to 42' diameter pipes, with four 40 watt bulbs providing 16n watts. 3-T specifies two 35 watt bulbs internally mounted for lighting 6" to 36" diameter pipes providing only 70 watts. For pipes above 36" diameter, a single 85 watt bulb is provided. 5. Our specifications call for the TV mcnitor to have a color bar generator. This feature permits the operator to do a system performance test, hue adjustment, white balance nest, and system diagnostic test. 3-T doe not provide a color bar generator. 6. Our specifications call for the footage counter display to have a + or - sign. 3-T does not supply this feature and without this feature while recording it will not appear on film. 7. Our specifications call for a hydraulic power reel to be powered by a hydraulic motor and :a have a ring and pinion gear assembly, along with a rotary brass friction clutch to adjust reel tension. Our specifications also caII for the follo,,aer block made from case hardened steel with spring loaded manual connect/disconnect to allow the operator to make field adjustments for proper cable alignment. 3-T provides a 3/4 HP electric constant torque motor and a two speed electric transmission. Tt;: follower block does not have connect/(isconnect capabilities. 8. Our spccif Lc•ati Deviations of 3-T Spe,.Lficatiors Page 2 (Revised way 18, 1992) maximum speed. 3-T offers three forward speeds and a neutral for pulling backwards. 10. 3-T does not offer and did not bid on transporter remote controls, optional bid addition number five, which we are including in the bid prices shown on the Council Cormiunication . In speaking with the users of both 3-T and Flexible equipment, we have had no negative remarks about the equipment, other than one agency stating 3-T was late with their delivery time. our staff has personally inspected working units from 3-T and Flexible. We feel that Flexible has the highest quality materials, e N i Pyne n t , and workmanship of any units in the industry which we have seen. t•�. Frank Beeler Martin Jones Assistant waterlW.4 Superintendent water/Wastewater supervisor M3/FB/sh 0592WR.07 RESOLUTION NG. 92-89 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE BID FOR THE PURCHASE OF SEWER TV EQUIPMENT AND VAN FOR WATER/WASTEWATER DIVISION aa=isxit====== WHEREAS. in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on April 1, 1992 at 11:00 a.m. for the bid for the purchase of sewer TV equipment and van for the Water/Wastewater Division. described in the specifications therefor approved by the City Council on March 18, 1992; and WHEREAS, said bids have been compared, checked, and tabulated and a report thereof filed with the City Manager as follows: * 3-T Equipment Company, Petaluma, CA $102,435.10 Flexible Video Systems, Marina Del Rey, CA $121,145.49 CUES, Inc., Orlando, FL $138,329.68 • Does not meet specifications WHEREAS, the City Manager recommends that award of the bid for Sewer TV equipment and van be made to the second lowest bidder. Flexible Video Systems; NOW,, THEREFORE, BE IT RESOLVED by the Lodi City Council that award of bid for Sewer TV equipment and van be and the same is hereby awarded to Flexible Video Systems, the second lowest bidder, i n the amount of S121,145.49. Dated: May 20. 1992 xaai7iXzAx==C;caaaa;aaaarrasaararrr.-srsaara====r-=rarrs=s===5==�==i====a 1 hereby certify that Resolution No. 52-69 wa passed and adopted by the City Council of the City of Lodi in a reqular meeting held May 20, 1992 by the following vote: Ayes: Council Members - Hinchman, Pennino, Sieglock, Snider and Pinkerton (Mayor) Noes: Council Members - None Absent: Council hembers - None Alice M. Reimche City Clerk 92-89 RES928(:/TXTA.02J