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