CCTV Camera Inspection System

expired opportunity(Expired)
From: O Fallon(City)
21-021

Basic Details

started - 12 Feb, 2021 (about 3 years ago)

Start Date

12 Feb, 2021 (about 3 years ago)
due - 25 Feb, 2021 (about 3 years ago)

Due Date

25 Feb, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
21-021

Identifier

21-021
City of O'Fallon

Customer / Agency

City of O'Fallon
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CITY OF O’FALLON, MISSOURI PURCHASING DEPARTMENT 100 North Main Street O’Fallon, MO 63366 T: (636) 379-5527 Fax: (636) 978-4144 1 FURNISH AND DELIVER BID INVITATION TO BID: 21-021 BID ISSUE DATE: 02/12/2021 BID DESCRIPTION: CCTV CAMERA INSPECTION SYSTEM BID OPENING DATE: 02/25/2021 BID OPENING TIME: 2:00 P.M. CST COPIES REQUIRED: 1 ORIGINAL BID BOND REQUIRED: NO BID RESPONSES MUST BE RECEIVED AND TIME STAMPED NO LATER THAN THE PUBLIC BID OPENING DATE AND TIME (LOCAL TIME) SPECIFIED ABOVE. BIDS WILL BE OPENED AND READ ALOUD AT THAT TIME IN THE COUNCILMEN’S CONFERENCE ROOM ON THE FIRST FLOOR OF THE MUNICIPAL CENTER. LATE BIDS WILL NOT BE OPENED OR CONSIDERED. TO ALL PROSPECTIVE BIDDERS: You are hereby invited to submit your bid for the item(s) to be furnished and delivered, shipped F.O.B. delivered, to the address specified herein on the forms supplied. Do not staple or submit bid in any type of binder; binder clips are acceptable. The original bid, along with the bid bond (if
applicable), must be received in a sealed envelope that has your company name and address in the upper left corner and the attached label filled in and pasted on the lower left corner. All bids are subject to staff analysis. The City of O’Fallon, Missouri reserves the right to accept or reject any and all bids received and waive any and all technicalities. QUESTIONS SHOULD BE SUBMITTED IN WRITING VIA E-MAIL OR FAX BY 12:00 P.M. on 02/18/2021 TO THE PURCHASING AGENT. QUESTIONS WILL ONLY BE ANSWERED VIA ADDENDUM BY END OF DAY ON 02/19/2021. Addendum information is available over the Internet at www.ofallon.mo.us. We strongly suggest that you check for any addenda a minimum forty-eight hours (48) in advance of the bid deadline. PURCHASING AGENT: JULIE MOELLERING PHONE: E-MAIL: FAX: 636.379.5527 jmoellering@ofallon.mo.us 636.978.4144 BIDS MUST BE DELIVERED AND TIME STAMPED, PRIOR TO THE PUBLIC BID OPENING DATE AND TIME, TO: CITY OF O’FALLON ATTN: JULIE MOELLERING, PURCHASING AGENT 100 NORTH MAIN STREET O’FALLON, MO 63366 FULL NAME OF BIDDER BID CONTACT PERSON TELEPHONE NUMBER FACSIMILE AND/OR E-MAIL TRANSMITTED BIDS WILL NOT BE ACCEPTED http://www.ofallon.mo.us/ mailto:jmoellering@ofallon.mo.us CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 2 of 37 INSTRUCTIONS TO BIDDERS BID REQUIREMENTS: The City of O’Fallon, Missouri (the “City”) requires all bids be submitted on the blank bid form furnished with these contract documents and shall conform to the terms and conditions set forth in the “Instructions to Bidders”, “General Conditions” and “Special Conditions” of the contract. Please make and retain a copy of this bid for your records. The bid must be enclosed in a sealed envelope bearing the bid number and the printed title of the bid. Bidders must sign, in ink, the bid form and all other documents where indicated. Where applicable, the Bidder shall furnish with the bid, one set of all available literature pertaining to the equipment and/or material to be furnished under the bid. Bidder shall acknowledge receipt of each addendum issued in the space provided on the bid form. The total price quoted by the Bidder must be the total cost delivered to the location(s) stated in the “Special Conditions” or “Specifications”. Bidder must not qualify his bid by stating a F.O.B. location other than such stated location(s). In the specifications, whenever an article or material is defined by brand name, the name and catalog number of a particular manufacturer, vendor or a limited description, the term "OR APPROVED EQUAL" is written. Any reference to a particular manufacturer's product either by brand name or limited description is only for purposes of setting a standard of performance, quality, composition, construction or size. If there is any deviation in the pack, source, quality, etc., of an item bid, from that prescribed in the specifications, the appropriate line in the specifications will be ruled out and the substitution clearly indicated. However, if "OR APPROVED EQUAL" is not written and you cannot bid the specified item, the Bidder may submit an alternate bid. The City will consider the bids covering the specified article or material first. The City, for cost effective measures, standardizes on specific items; those bids will contain the language "no substitution," and any alternative will not be considered. ALTERNATE/EQUAL BIDS: The City recognizes the expertise provided by many bidders and encourages creativity in bidding. Alternates may be considered if the bid submitted clearly indicates what will be furnished and how it will benefit the City. Alternates will be compared to the lowest responsive, responsible bid as specified. The City reserves the right to approve any material the Bidder proposes to furnish which contains variations from specification requirements but which may substantially comply. BONDS: No bonds are required to be submitted with this bid. CONTRACT AWARD INFORMATION: Award notification will be sent to the vendor receiving the award via mail or fax. Response summaries will be available at www.ofallon.mo.us under Bid Opportunities. This summary of information will include bids that were delivered by the required bid opening date and time. CONTRACT DOCUMENT COMPONENT PARTS: The contract documents herein named include all of the following component parts, all of which are fully a part of this contract as if herein set out verbatim, or, if not attached, as if hereto attached. 1) Instructions to Bidders 2) General Conditions 3) Special Conditions 4) Bid Form 5) References 6) Specifications 7) Pricing/Signatures http://www.ofallon.mo.us/ CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 3 of 37 8) Any and all addenda to the foregoing All documents are or will be on file in the office of the City Clerk, City of O’Fallon, MO, 100 North Main, O’Fallon, MO 63366. DEVIATIONS AND EXCEPTIONS: Deviations and exceptions shall be described fully, on the Bidder's letterhead, signed, and attached to the Bid Form. In the absence of such statement, the bid shall be considered as if submitted in strict compliance with all terms, conditions, and specifications; the Bidder shall be held liable. Bidders are cautioned to avoid making deviations and exceptions to the specifications, which may result in rejection of their bid. EXAMINATION BY BIDDER: The Bidder shall, before submitting his bid, carefully examine the bid, specifications and contract documents. If his bid is accepted, he will be responsible for all errors in his bid resulting from his failure or neglect to comply with these instructions. Unless otherwise provided in the SPECIAL CONDITIONS, when the specifications include information pertaining to preliminary investigations made by the City, such information represents only the opinion of the City as to the location, character or quantity of the materials encountered. That information is only included for the convenience of the Contractor. The City assumes no responsibility whatsoever with respect to the sufficiency or accuracy of the information. FACSIMILE/E-MAIL TRANSMITTALS: Facsimile and/or e-mail transmitted bids will not be accepted by the City. INDEMNITY: The Contractor shall, at all times, fully indemnify, hold harmless, and defend the City and its officers, members, agents, and employees from and against any and all claims and demands, actions, causes of action, and cost and fees of any character whatsoever made by anyone whomsoever on account of or in any way growing out of the performance of this contract by the Contractor and its employees, or because of any act or omission, neglect or misconduct of the Contractor, its employees and agents or its subcontractors including, but not limited to, any claims that may be made by the employees themselves for injuries to their person or property or otherwise. Such indemnity shall not be limited by reason of the enumeration of any insurance coverage herein provided. Nothing contained herein shall be construed as prohibiting the City, its directors, officers, agents, or its employees, from defending through the selection and use of their own agents, attorneys and experts, any claims, actions or suits brought against them. The Contractor shall likewise be liable for the cost, fees and expenses incurred in the City’s or the Contractor’s defense of any such claims, actions, or suits. INTERPRETATION OF CONTRACT DOCUMENTS: If a potential Bidder is uncertain as to the meaning of any part of the specifications or other contract documents, the bidder is expected to submit questions to the Purchasing Agent. The Purchasing Agent is the point of contact for this bid. All communications regarding this bid packet must be directed to the Purchasing Agent. All contact with the City should be channeled through the Purchasing Agent. No contact with other City employees, officials, or City Council members is to be made by responding proposers throughout the entire process. If a question can be answered by directing the questioner to a specific section of the bid packet, then the Purchasing Agent may answer the question over the telephone. Other questions may be more complex and may require a written amendment to the specifications. The Purchasing Agent will make this determination. Oral communication is considered unofficial and non-binding on the City. If an amendment to the specifications is issued, it will be provided to all offerors that were issued a copy of the bid packet and to those that have requested a copy of the bid packet from the Purchasing Agent. CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 4 of 37 Julie Moellering, Purchasing Agent Fax: 636-978-4144 E-mail: jmoellering@ofallon.mo.us Only questions answered by formal written addenda will be binding. Oral and interpretations or clarifications will be without legal affect. PREPARATION OF BIDS: The Bidder shall return his bid on the attached bid forms. Bids must be returned with all pages intact. Please make and retain a copy of this bid for your records. Unless otherwise stated, all blank spaces on the bid page or pages, applicable to the subject specification, shall be correctly filled in. Either a unit price or a lump sum price, or both as the case may be, shall be stated for each and every item, either typed in or printed in ink, in figures, and if required in words. Bidder shall acknowledge receipt of each addendum issued in the space provided on the bid form. All prices quoted by the Bidder shall be F.O.B. delivered and shall include any and all freight costs to the delivery location(s) specified. The Bidder must not qualify the bid by stating F.O.B. a location other than such stated location(s). When a bid consists of a number of items, prices must be submitted for all items, unless otherwise directed in the Special Conditions. Where unit prices are to be bid, and/or where bids are to be made on more than one item, the Bidder shall extend the unit price(s) bid in the places provided on the pricing pages for the approximate quantities, shall compute the total amount of the bid and shall indicate same on the bid page. The Bidder must bid in accordance with the unit(s) of measure called for. If an item is listed by each, the bid price must be entered by each, not dozen or hundred. All extensions and total sums are subject to verification by the City and the correct extensions and sums will be used in the comparison of bids. Where unit prices are requested, the quantities stated are approximate only. The quantities for all items on which bids are to be received on a unit price basis, will not be used in establishing final payment due the Contractor. Bids will be compared on the basis of number of units stated in the Bid Pricing Section. Contract payment for unit price items will be based on the actual number of units installed in the completed work within the proposed scope of work. All extensions and total sums are subject to verification by the City and the correct extensions and sums will be used in the comparison of bids. If a discrepancy exists between the unit prices and totals, the unit prices shall prevail. If a discrepancy exists between the total base bid and the true sum of the individual bid items, the true sum shall prevail. In certain cases, amounts are to be shown in both words and figures. When discrepancies occur between the "Written in Words" and the "In Figures" amounts for the total lump sum bid amount, the "Written in Words" shall govern. Bidders are warned against making any erasures or alterations of any kind, and bids, that contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. The bidder must fill in all blanks. Use "N/A" or "None" where applicable. The bid shall be signed by a company officer empowered to bind the company. Failure to sign the bid may cause the bid to be determined to be non-responsive and the bid may be rejected. SUBMISSION OF BIDS: All bids must be received in sealed envelopes that have your name and address in the UPPER left corner and the attached label filled in and pasted on the LOWER left corner. Bids mailed "EXPRESS MAIL" must have bid number and due date on the outside of the EXPRESS MAIL envelope. mailto:jmoellering@ofallon.mo.us CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 5 of 37 The Bidder shall be responsible for delivery of bids to the Purchasing Agent before the date and hour set for the opening of bids. The City assumes no responsibility for delays caused by any delivery service. Postmarking by due date will not substitute for actual receipt by the City. Late bids will not be opened or considered. BID OPENING PROCEDURE: In response to COVID-19, the City of O’Fallon is implementing special procedures for the bid opening. During these times, the City is committed to doing everything possible to minimize the risk of exposure to oneself, co- workers, bidders, and the public while continuing to provide services to the residents and visitors. To make deliveries (including deliveries of the bids for this project), the delivery vendor or bidder may hand deliver the bid during City Hall hours of Monday – Friday 9:00 am – 3:30 pm utilizing the East Entrance only. Mailed proposals are accepted with regular mail service each day. Any deliveries made during Monday – Friday 8:00 am – 9:00 am and 3:30 pm – 5:00 pm, the delivery vendor must call (636) 240-2000 when they arrive at City Hall. The delivery is to be left outside the building while City staff are inside watching. Once the bidder or delivery driver steps away from the package, City staff will open the door to take safe delivery of the package. Do not leave deliveries or bids at City Hall without confirmation from City staff. Due to COVID-19 concerns, members of the public, including Bidders, Contractors, Sub-Contractors, and others, may not appear in person for the bid opening at City Hall. The bid opening will be streamed live on the City’s website at: https://www.ofallon.mo.us/ofallontv. The City will make every effort to post the “as read” bid opening results on the City’s website by the close of business that same day. The “Bid Opportunities” page within the “Services” tab on the City website is where the bid results will be available. A link to the video may be obtained by contacting Julie Moellering, Purchasing Agent at jmoellering@ofallon.mo.us or (636) 379-5527. Please allow up to 48 hours to receive the link. END OF INSTRUCTIONS TO BIDDERS https://www.ofallon.mo.us/ofallontv mailto:jmoellering@ofallon.mo.us CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 6 of 37 GENERAL CONDITIONS ADDENDUM AND SUPPLEMENT TO REQUEST: If it becomes necessary to revise any part of this request or if additional data is necessary to enable the exact interpretation of provisions of this request, revisions will be provided in the form of an Addendum. If revisions are necessary after any mandatory Pre-Bid conference, the revisions will be provided only to those Contractors who will have attended the Pre-Bid conference. CHANGES: All changes to this Bid Document shall be amended in written form (Addenda). The Purchasing Agent prior to the scheduled bid opening shall issue such amendments. The City reserves the right to make any desired change in the specifications after the same shall have been put under contract; but the change so made, with the price to be added or deducted from the contract price, therefore, shall be agreed upon in advance between City and the successful Contractor. The City shall issue to the successful Contractor a written change order to the original contract; such change orders shall be binding upon both parties thereto and shall in no way invalidate or make void the terms of the original contract not modified by such change. No claim based on oral changes will be allowed. CONTRACTOR PERFORMANCE: The Instructions to Bidders, Bid Form, General Conditions, Special Conditions, contract specifications and attached exhibits shall together constitute the Contract. The Contractor hereby asserts that it has read the specifications, and that it is thoroughly informed and familiar as to their contents and requirements. All items shall be supplied in strict accordance with the specifications. The Contractor's performance under the terms of this Contract shall be to the satisfaction of the City. DISCLAIMER: RESERVED BY OWNER The City reserves the right to reject any or all bids failing to meet the City's specifications or requirements and to waive technicalities. If in the City's opinion, the lowest bid is not the most responsible bid, considering value received for monies expended, the right is reserved to make awards as determined solely by the judgment of the City. In determining the lowest responsible bidder, the City shall take into consideration the qualities of the articles supplied, their conformity with the specifications, and their suitability to the requirements of the City and the delivery terms. Intangible factors, such as the Contractor's reputation and past performance, will also be weighed. The Contractor's failure to meet the mandatory requirements will result in the disqualification of the Contractor's bid from further considerations. The City further reserves the right to reject all bids and obtain goods or services through intergovernmental or cooperative agreements. Submission of a bid confers no rights on the Contractor to a selection or to a subsequent contract. This Invitation to Bid process is for the City's benefit only and is intended to provide the City with competitive information to assist in selection of services. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City's discretion and shall be made to favor the City. DRUG FREE WORKPLACE: The Contractor (whether an individual or company) agrees to provide a drug free workplace. ENDORSEMENTS: Contractor shall not use the City in any form of endorsement to any third-party without the Buyer’s written permission. CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 7 of 37 EXECUTION OF CONTRACT: The bidder to whom the contract has been awarded shall sign one (1) copy of the contract and return it to the City within seven (7) calendar days after receipt of the contract. Failure to execute the contract and return it to the City within seven (7) calendar days after receipt of the contract shall be cause for the annulment of the contract award and the forfeiture of the bid security to the City. If circumstances beyond the Contractor's control prohibit a timely execution of this contract, prior written approval must be requested by the Contractor and receive approval from the City for an extension to the delivery date. SAFETY DATA SHEETS: If applicable, Contractor shall furnish and submit, to the City, Safety Data Sheets for their products upon award of Contract. F.O.B.: All goods are to be shipped prepaid, F.O.B. destination. Shipments sent C.O.D. without City's written consent will not be accepted and will at Contractor's risk and expense, be returned to Contractor. Unauthorized shipments are subject to rejection and return at Contractor's expense. HOLDING OF BIDS: Contractor may withdraw their bids at any time prior to the time specified as the closing time for the receipt of bids. However, no Contractor shall withdraw or cancel his bid for a period of ninety (90) calendar days after said closing time for the receipt of bids. LAW GOVERNING: All State of Missouri and/or Federal Laws shall be hereby specifically made a part of this contract as set forth herein. 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. MISCELLANEOUS REQUIREMENTS: The City will not be responsible for any expenses incurred by the Contractor in preparing and submitting a Bid. All Bids shall provide a straightforward, concise delineation of your capabilities to satisfy the requirements of this request. Emphasis should be on completeness and clarity of content. The Contractor is prohibited from assigning, transferring, conveying, subletting, or otherwise disposing of this agreement or its rights, title of interest therein or its power to execute such agreement to any other person, company or corporation without the previous consent and approval in writing by the City. NON-DISCRIMINATING: The Contractor, its employees and subcontractors, agree not to commit unlawful discrimination and agree to comply with applicable provisions of the, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. Firm shall comply with Section 285.525 – 285.550 RSMo regarding enrollment in a federal work authorization program. A signed, notarized affidavit (attached) and supporting documentation affirming enrollment in a federal work authorization program must be submitted with proposal. Failure to comply with this provision may result in rejection of proposal. E-VERIFY: Company shall be E-verify compliant and shall provide documentation to support this requirement within the proposal including the memorandum of understanding (MOU) and the electronic signature page completed in its entirety. NON-EXCLUSIVITY: Nothing herein is intended nor shall be construed as creating any exclusive arrangement with Vendor. CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 8 of 37 PATENTS: Contractor undertakes and agrees to defend at Contractor's own expense, all suits, actions, or proceedings against buyer, in which City, and of Contractor's suppliers, contractors, distributors or dealers, or the users of any of Contractor's products are made defendants for actual or alleged infringement of any U.S. or foreign letters patent resulting from the use or sale of the items purchased hereunder. Contractor shall inform the City whenever infringement will result from Contractor's adherence to specifications supplied by the City or by an authorized City Representative. Contractor further agrees to pay and discharge any and all judgments or decrees, which may be rendered in any such suit, action or proceedings against City therein. PAYMENT: The goal of the City is to pay properly submitted Contractor invoices within thirty (30) days of receipt, providing goods have been delivered, approved, and accepted by an authorized City Representative. Original invoices must be presented for payment in accordance with instructions contained on the Purchase Order including reference to Purchase Order number and submitted to the correct address for processing. TAX: The City is not responsible for and will not pay local, Federal Excise Tax or Missouri Sales Tax. A copy of the exemption letter is available upon written request. TERMS/CANCELLATION AND DAMAGES: This contract may be terminated by either or both parties upon thirty (30) days written notice or upon mutual agreement of both parties. If the City because of the Contractor’s breach terminates this Contract, the City shall have the right to purchase equipment elsewhere and to charge the Contractor with any additional cost incurred. Notwithstanding the above, the Contractor shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this contract by the Contractor and the City may withhold any payments to the Contractor until such time as the amount of such damages due the City from the Contractor shall be determined. TRANSFER OF OWNERSHIP OR ASSIGNMENT: The terms and conditions of this contract shall be binding upon and shall enure to the benefit of the parties hereto and their respective successors and assigns. Prior to any sales or assignments the City must be notified and approve same in writing. The City shall have right of first refusal. END OF GENERAL CONDITIONS CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 9 of 37 SPECIAL CONDITIONS DELIVERY REQUIREMENTS: In this contract, time is of the essence. All freight and delivery charges are to be included in the costs entered on the bid pricing page. Under no circumstances will the City be liable for additional delivery charges. The successful bidder’s performance under the terms and conditions of this contract shall be satisfactory to the City. All deliveries shall be made between the hours of 8:00 a.m. and 3:00 p.m. unless other arrangements have been made. PRICING: The pricing stated by the bidder in the bid documents shall remain firm for a one (1) year period from the start date of the contract. No price increases will be allowed for the duration of the contract. Price decreases are allowed at any time. END OF SPECIAL CONDITIONS BID #21-021 CCTV Camera Inspection System Page 10 of 37 INSURANCE REQUIREMENTS GENERAL: The Vendor shall respond to these specifications as an independent contractor and not as an employee of the City of O’Fallon. An original Certificate of Insurance from the company or authorized agent of record must be furnished to the City, provide that the City of O'Fallon is an “Additional Insured” on the Vendor’s Commercial General Liability policy during the Term of the Agreement, and a copy of such “Additional Insured” endorsement must accompany the insurance certificate. This requirement of insurance does not limit the Vendor’s liability under the Agreement in any manner. WORKER’S COMPENSATION INSURANCE: The Vendor shall procure and shall maintain during the Term of the Agreement, Worker’s Compensation Insurance for all of its employees to be engaged and perform work under the Agreement, and in case such work is sublet, the Concessionaire shall require the subcontractor similarly to provide Worker’s Compensation Insurance for all such employees to be engaged by the Vendor for such work unless such employees are covered by the protection afforded by the Vendor’s Worker’s Compensation Insurance. In the event any class of employees engaged in hazardous work under the Agreement is not protected under the Worker’s Compensation statute, the Vendor shall provide and shall cause such subcontractor to provide adequate Employer’s Liability insurance for the protection of its employees not otherwise protected. Commercial General Liability Insurance: The Vendor shall carry public and property damage insurance which shall include bodily injury and accidental death to any person and subject at the minimum limits set forth below: Liability Limits $1,000,000/Per Occurrence $3,000,000/General Aggregate $3,000,000 Products/Completed Operations aggregate Additional Insured status must be provided to the City and confirmed by copy of such endorsement. An umbrella/excess liability policy can be used to attain the required limits. Commercial Automobile Liability Insurance: The Vendor shall maintain Commercial Automobile Liability Insurance Coverage in the amounts not less than the minimum limits set forth below: Bodily Injury and Property Damage $3,000,000 Combined Single Liability Limit An umbrella/excess liability policy can be used to attain the required limits. CHANGES IN INSURANCE COVERAGE: The Contractor shall notify the City of changes in insurance coverage in writing within thirty (30) days. INDEMNITY: The Contractor shall, at all times, fully indemnify, hold harmless, and defend the City and its officers, members, agents, and employees from and against any and all claims and demands, actions, causes of action, and cost and fees of any character whatsoever made by anyone whomsoever on account of or in any way growing out of the performance of this contract by the Contractor and its employees, or because of any act or omission, neglect or misconduct of the Contractor, its employees and agents or its subcontractors including, but not limited to, any claims that may be made by the employees themselves for injuries to their person or property or otherwise. Such indemnity shall not be limited by reason of the enumeration of any insurance coverage herein provided. Nothing contained herein shall be construed as prohibiting the City, its directors, officers, agents, or its employees, from defending through the selection and use of their own agents, attorneys and experts, any claims, actions or suits brought against them. The Contractor shall likewise be liable for the cost, fees and expenses incurred in the City's or the Contractor's defense of any such claims, actions, or suits. The Contractor shall be responsible for any damages incurred as a result of its errors, omissions or negligent acts and for any losses or costs to repair or remedy construction as a result of its errors, omissions or negligent acts. INSURANCE RATING: All of the above-specified types of insurance shall be obtained from companies that have at least an A-VII rating in Best’s Guide or the equivalent. BID #21-021 CCTV Camera Inspection System Page 11 of 37 SURVIVAL OF INDEMNIFICATION: The indemnification described above shall not be limited by reason of the enumeration of any insurance coverage herein provided, and it shall survive the termination of the Contract for claims arising from events occurring while the Contract is in force. NOTICE OF LAWSUIT: Within sixty (60) days of service of process, the City shall notify the Contractor of any lawsuit involving the indemnification provided for above. Failure to provide such notice shall not relieve the Contractor of its obligation to provide indemnification. However, the City shall be responsible for any additional costs of defense incurred due to their failure to provide such notice within sixty (60) days. CHOICE OF LEGAL COUNSEL: The contractor shall provide coverage as stipulated in the contract. In the event of a proceeding, the City retains the right to approve legal counsel for claims brought against the City. DISPUTES: Any dispute arising out of this agreement will be resolved under the laws of the State of Missouri. END OF INSURANCE REQUIREMENTS BID #21-021 CCTV Camera Inspection System Page 12 of 37 BID FORM 21-021 CCTV CAMERA INSPECTION SYSTEM (PLEASE TYPE OR PRINT THE FOLLOWING INFORMATION) Full Name of Bidder Main Business Address City, State, Zip Code Telephone Number Fax Number Bid Contact Person Email Address TO: Julie Moellering, Purchasing Agent The undersigned, being duly sworn, certifies that he is: ❑ the Owner/Sole Proprietor ❑ a Member of the Partnership ❑ an Officer of the Corporation ❑ a Member of the Joint Venture BID #21-021 CCTV Camera Inspection System Page 13 of 37 herein after called the Bidder and that the members of the Partnership or Officers of the Corporation are as follows: (President or Partner) (Vice-President or Partner) (Secretary or Partner) (Treasurer or Partner) Further, as Contractor, declares that the only person or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any other person, firm or corporation; that he has fully examined the proposed forms of agreement and the contract specifications for the above designated purchase, all of which are on file in the office of the City Clerk, 100 North Main Street, O’Fallon, Missouri 63366, and all other documents referred to or mentioned in the contract documents, specifications and attached exhibits, including Addenda No. _______, __________, and ___________ issued thereto; Further, the Contractor proposes and agrees, if this bid is accepted, to provide all necessary machinery, tools, apparatus and other means of construction, including transportation services necessary to furnish all the materials and equipment specified or referred to in the contract documents in the manner and time therein prescribed. Further, the undersigned certifies and warrants that he is duly authorized to execute this certification/affidavit on behalf of the Bidder and in accordance with the Partnership Agreement or by-laws of the Corporation, and the laws of the State of Missouri and that this Certification is binding upon the Bidder and is true and accurate. Further, the undersigned certifies that the Bidder is not barred from bidding on this contract as a result of a violation of either bid rigging or bid-rotating. The affiant deposes and says that he has examined and carefully prepared this bid and has checked the same in detail before submitting this bid, and that the statements contained herein are true and correct. If a Corporation, the undersigned further certifies that the recitals and resolutions attached hereto and made a part hereof were properly adopted by the Board of Directors of the Corporation at a meeting of said Board of Directors duly called and held and have not been repealed, nor modified and that the same remain in full force and effect. (Attach a copy of the corporate resolution granting the individual executing the contract documents authority to do so.) Finally, the Contractor agrees to do all other things required of the Contractor by the contract documents, and that he will take in full payment therefore the sums set forth in the bidding schedule. Signature of Bidder authorizes the City to verify business references. BID #21-021 CCTV Camera Inspection System Page 14 of 37 SIGNATURE AND IDENTITY OF BIDDER The undersigned states that the correct LEGAL NAME and ADDRESS of (1) the individual Bidder, (2) each partner or joint venture (whether individuals or corporations, and whether doing business under a fictitious name), or (3) the corporation (with the City in which it is incorporated) are shown below; that (if not signing with the intention of binding himself to become the responsible and sole contractor) he is the agent of, and duly authorized in writing to sign for the Bidder or Bidders; and that he is signing and executing this (as indicated in the proper spaces below) as the proposal of a ( ) sole individual ( ) partnership ( ) joint venture ( ) corporation, incorporated under laws of State of ____________________________________________ Date Business Established: ____________ Dated: _____________________________ Name of individual, all partners, or joint ventures: Address of each: ___________________________________ _________________________________________________ ___________________________________ _________________________________________________ ___________________________________ _________________________________________________ ___________________________________ _________________________________________________ doing business under the name of: Address of principal place of business in Missouri ___________________________________ __________________________________________________ (If using a fictitious name, show this name above in addition to legal names) ___________________________________ __________________________________________________ (If a corporation, show its name above) ATTEST: (SEAL) ___________________________________ __________________________________________________ Secretary Title (NOTE: If the Bidder is doing business under a FICTITIOUS NAME, the Proposal shall be executed in the legal name of the individual, partners, joint ventures, or corporation, with the legal address shown, and REGISTRATION OF FICTITIOUS NAME filed with the Secretary of State, as required by Sections 417.200 to 417.230, RS Mo. If the Bidder is a CORPORATION NOT ORGANIZED UNDER THE LAWS OF MISSOURI, it shall procure a CERTIFICATE OF AUTHORITY TO DO BUSINESS IN MISSOURI, as required by Section 351.570 and following, RS Mo. A CERTIFIED COPY of such Registration of Fictitious Name or Certificate of Authority to do Business in Missouri shall be included with this bid. BID #21-021 CCTV Camera Inspection System Page 15 of 37 REFERENCES The bidder must list four (4) references, listing firm name, address, telephone number and contact person to whom they have provided similar equipment, material or services for a period of not less than six (6) months. The bidder verifies that they have provided equipment, material, or services described in this contract to the following parties with needs similar to that of City and authorizes the City to verify references of business and credit at its option. COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: State the number of years in business State the current number of personnel on staff BID #21-021 CCTV Camera Inspection System Page 16 of 37 ANTI-COLLUSION STATEMENT STATE OF MISSOURI CITY/COUNTY OF_____________ _____________________________________________________________________________ ____________________________ being first duly sworn, deposes and says that he is _____________________________________________________________________________ Title of Person Signing of ___________________________________________________________________________ _____________________________________________________________________________ Name of Bidder that all statements made and facts set out in the proposal for the above project are true and correct; and the bidder (The person, firm, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with said bid or any contract which may result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. BY_________________________________________________ BY_________________________________________________ BY_________________________________________________ SWORN to before me this _____________ day of ___________ 20 ___. _______________________________________________ Notary Public My Commission Expires______________________________________________________ BID #21-021 CCTV Camera Inspection System Page 17 of 37 PREFERENCE IN PURCHASING PRODUCTS DATE: _________________________ THE BIDDERS ATTENTION IS DIRECTED TO Section 34.076 RSMo 2000 which gives preference to Missouri corporations, firms, and individuals when letting contracts or purchasing products. Bids received will be evaluated on the basis of this legislation. All vendors submitting a bid must furnish all information requested below. FOR CORPORATIONS: State in which incorporated: ____________________________________ FOR OTHERS: State of domicile: ____________________________________ FOR ALL VENDORS: List address of Missouri offices or places of business: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ______________________________________________________________________ THIS SECTION MUST BE COMPLETED AND SIGNED: FIRM NAME: _______________________________________________________________ ADDRESS: _______________________________________________________________ CITY: __________________________ STATE: __________ ZIP: _______________ BY (signature required): ______________________________________________________ Federal Tax ID #: _________________ if no Federal Tax ID # list SS #: _________________ For bid to be considered, the Preference in Purchasing Products form must be filled out and submitted for each bid and dated in the current calendar year. BID #21-021 CCTV Camera Inspection System Page 18 of 37 MISSOURI DOMESTIC PRODUCTS PROCUREMENT ACT The bidder’s attention is directed to the Missouri Domestic Products Procurement Act, Sections 34.350 to 34/359, RsMO, which requires all manufactured goods or commodities used or supplied in the performance of this contract or any subcontract to be manufactured or produced in the United States. Section 34.355, RsMO, requires the vendor or contractor to certify his compliance with Section 34.353 and, if applicable, Section 34.359, RsMO, at the time of bidding and prior to payment. Failure to comply with Section 34.353, RsMO, during the performance of the contract and to provide certification of compliance prior to payment will result in nonpayment for those goods or commodities. Section 34.353.2, RsMO, specifies that it does not apply where the total contract is less than Twenty-Five Thousand Dollars ($25,000.00). If your total bid is Twenty-Five Thousand Dollars ($25,000.00) or more, you must complete this form as directed below. Failure to complete and return this document with this bid will cause the State to presume the manufactured goods or products listed in the bid are not manufactured or produced in the United States, and the bid will be evaluated on that basis. Please read the certification appearing below on this form. [ ] If all the goods or products specified in the attached bid which the bidder proposes to supply to the State shall be manufactured or produced in the “United States” as defined in Section 34.350, RsMO, check the box at left. [ ] If only one item of any particular goods or products specified in the attached bid is manufactured or produced in the “United States” as defined in Section 34.350, RsMO, check the box at left and list the items (or item number) here: ______________________________________________________________________________ ______________________________________________________________________________ [ ] If any or all of the goods or products specified in the attached bid which the bidder proposes to supply to the State are not manufactured or produced in the “United States” as defined in Section 34.350, RsMO, then: (a) check the box at left; (b) list below, by item (or item number), the country other than the United States where each good or product is manufactured or produced; and (c) check the boxes to the left of the paragraphs below if applicable and list the corresponding items (or item numbers) in the spaces provided. Item (or item number) Location Where Item Manufactured or Produced (attach an additional sheet if necessary) [ ] The following specified goods or products cannot be manufactured or produced in the United States in sufficient quantities or in time to met the contract specifications. Items (or item numbers): ______________________________ _______________________________________________________________________________________________ [ ] The following specified goods or products must be treated as manufactured or produced in the United States, in accordance with an existing treaty, law, agreement, or regulation of the United States, including a treaty between the United States and any foreign country regarding export-import restrictions or international trade. Items (or item numbers): _____________________________________________________________________________________ ______________________________________________________________________________________________ CERTIFICATION By submitting this document, completed as directed above, with a bid, the bidder certifies under penalty of making false declaration (Section 575.060, RsMO) that the information contained in this document if true, correct and complete, and may be relied upon by the City in determining the bidders qualifications under and in compliance with the Missouri Domestic Products Procurement Act. The bidder’s failure to complete and return this document with the bid as directed above will cause the City to presume the manufactured goods or products listed in the bid are not manufactured or produced in the United States, and the bid will be evaluated on that basis pursuant to Section 34.353.3(2), RsMO. BID #21-021 CCTV Camera Inspection System Page 19 of 37 WORKER ELIGIBILITY VERIFICATION AFFIDAVIT STATE OF __________________ ) ) ss COUNTY OF ________________ ) On the _____ day of _______________, 20____, before me appeared ________________________________, Affiant name personally known to me or proved to me on the basis of satisfactory evidence to be a person whose name is subscribed to this affidavit, who being by me duly sworn, stated as follows: • I, the Affiant, am of sound mind, capable of making this affidavit, and personally certify the facts herein stated, as required by Section 285.530, RSMo, to enter into any contract agreement with the City to perform any job, task, employment, labor, personal services, or any other activity for which compensation is provided, expected, or due, including but not limited to all activities conducted by business entities. • I, the Affiant, am the _______________ of ______________________________, and I am duly title business name authorized, directed, and/or empowered to act officially and properly on behalf of this business entity. • I, the Affiant, hereby affirm and warrant that the aforementioned business entity is enrolled in a federal work authorization program operated by the United States Department of Homeland Security, and the aforementioned business entity shall participate in said program to verify the employment eligibility of newly hired employees working in connection with any services contracted by the City of O’Fallon. I have attached documentation to this affidavit to evidence enrollment/participation by the aforementioned business entity in a federal work authorization program, as required by Section 285.530, RSMo. • I, the Affiant, also hereby affirm and warrant that the aforementioned business entity does not and shall not knowingly employ, in connection with any services contracted by the City, any alien who does not have the legal right or authorization under federal law to work in the United States, as defined in 8 U.S.C. § 1324a(h)(3). • I, the Affiant, am aware and recognize that, unless certain contract and affidavit conditions are satisfied pursuant to Section 285.530, RSMo, the aforementioned business entity may be held liable under Sections 285.525 through 285.550, RSMo, for subcontractors that knowingly employ or continue to employ any unauthorized alien to work within the state of Missouri. • I, the Affiant, acknowledge that I am signing this affidavit as a free act and deed of the aforementioned business entity and not under duress. ________________________________ Affiant Signature Subscribed and sworn to before me in ______________________, _____, the day and year first above-written. city (or county) state My commission expires: ______________________________________ Notary Public [Attach documentation of enrollment/participation in a federal work authorization program] BID #21-021 CCTV Camera Inspection System Page 20 of 37 SAMPLE AGREEMENT THIS AGREEMENT is made and entered into this day of , 20_____, by and between the City of O’Fallon, Missouri (CITY) and __________________ (VENDOR). The parties agree as follows: 1. VENDOR agrees to provide the CITY with products or services in accordance with the bid documents and specifications entitled _____________________ with a public bid opening held on ________. Said bid documents and specifications shall be incorporated into this contract by this reference. 2. The CITY in accordance with the attached Proposal will pay VENDOR an amount not to exceed $ _____________ upon completion of the work noted above. 3. VENDOR shall provide and bill for only those services associated with this project. No additional charges will be allowed without prior approval. All work performed shall be identified and quantified on each invoice. 4. VENDOR is an independent contractor and nothing contained herein shall constitute or designate VENDOR or any of its agents or employees as agents or employees of the CITY. 5. VENDOR agrees in the performance of this agreement that it will not discriminate against any employee of applicant for employment because of race, creed, color, age, sex, national origin, ancestry, religion or political opinion or affiliation. 6. VENDOR shall maintain during the life of this Agreement and furnish to the CITY the appropriate Professional Liability, Commercial General Liability, and Workers Compensation insurance certificates in amounts as detailed in the bid specifications. An original Certificate of Insurance from the company or authorized agent of record must be furnished to the City, provide that the City of O'Fallon is an “Additional Insured” on the Vendor’s Commercial General Liability policy during the Term of the Agreement, and a copy of such “Additional Insured” endorsement must accompany the insurance certificate. This requirement of insurance does not limit the Vendor’s liability under the Agreement in any manner. VENDOR shall provide 30 days written notice prior to any change in insurance. 7. VENDOR agrees to indemnify the CITY, its’ officials, and employees from any loss, damage, costs, charges or expenses to person or property by reason of any action or omission on the part of any person or company involved in this agreement. VENDOR: CITY OF O’FALLON, MISSOURI _________________________________ ____________________________________ Company Name Michael Snowden, City Administrator Date _________________________________ ATTEST: Signature Date ___________________________________ _________________________________ Pamela Clement, City Clerk Date Print Name BID #21-021 CCTV Camera Inspection System Page 21 of 37 Specifications The City of O’Fallon, Missouri is soliciting sealed bids to purchase one (1) pipeline television inspection system. The following specifications are minimum requirements, and the item(s) bid must meet or exceed the following specifications. Any deviation from the specifications shall be noted and submitted in writing on the “Exception Sheet” on page 35 of the bid documents. 1. Trailer Enclosure: • The system components must be installed in a new 12’ trailer. The trailer must have the following construction specifications at a minimum: o 7,000lb gross vehicle weight rating o Tandem 3,500lb rated axles, with ITS and radial tires o Interior width of 80” minimum o Interior length of 144” minimum o Interior height of 83” minimum o Interior walls and ceiling insulated and finished in seamless white vinyl o Floor plywood construction o Electric braking system with breakaway safety switch o Extended triple tube tongue with Pintle Eye Hitch o Duel safety chains for hitch o Drop-down tongue jack, Electric Operated o Duel safety chains for hitch o Drop-down corner stabilizing posts, 1000lb rating each o Exterior aluminum panels painted White o Drivers side window into the Control Room o Curb side lockable swing opening 32” wide door with window forward of axle o Full opening rear swing doors with tie-down latches o Aluminum front stone guard o Front and rear roof mounted amber LED Strobe lights o (2) 12V rear facing LED floodlights and (1) 12V curb facing LED floodlight on separate switch. o Cone holding rack mounted on the outside of the trailer. • The trailer must contain all standard equipment and meet all current Federal DOT and State Highway Motor Vehicle standards. Trailer Enclosure: Meets All Bid Specs Does Not Meet All Bid Specs BID #21-021 CCTV Camera Inspection System Page 22 of 37 2. On-Board AC Power System, 4.5kW: • The system must include an on-board electrical power source rated for 4.5kW of alternating current output or greater. • All electrical fixtures must be appropriate for the complete electrical requirements of the system and are installed to NEC codes and local requirements. • All wiring must be run in protective conduits. • The electrical system must include an AC power distribution panel, with circuit breakers of appropriate size. • A connection feature must be provided for the on-board power supply. There must be a weatherproof housing on the front of the vehicle body at an appropriate power rating for the system. There must also be a house power cord provided with weatherproof plug and socket for attaching to house power. This will allow for the system to be connected to a commercial 120V AC house power supply through an exterior connection in the vehicle. • The electrical system must include a 12V system. This must include a 12V automotive battery with a minimum of 600CCA, in a protective case as well as a DC converter with a minimum of 45A. The 12V system must be for starting the generator as well as powering all 12V aftermarket equipment including emergency lighting and pumps. • Generator must be equipped to start from inside the control room. • The generator must have the following features: o Gas powered o Minimum 224cc V-twin engine, rated for 7.3hp o USDA-approved spark arrest muffler o Automatic shutdown for low oil pressure and high temperature o Sound attenuated housing with a rating at a maximum of 52dB o Internal 3.4-gallon fuel tank with gauge o Rated AC output of 120V 60Hz 3% total harmonic distortion o High quality sine wave output • The generator mounting system must include the following: o Located on the tongue of the trailer o Metal construction o Lockable, enclosure with ventilation grating On-Board AC Power System: _________Meets All Bid Specs ________ Does Not Meet All Bid Specs 3. Control Room: • The control room must be in the forward section of the trailer. It must be accessible through a curb side lockable access door and a swing door from the equipment room. • The walls must be insulated and finished with white non-porous laminate. • The ceiling must be insulated and finished with a non-porous laminate. • The room must include a low-profile roof-mounted air conditioning unit with a minimum rating of 11000btu of cooling. BID #21-021 CCTV Camera Inspection System Page 23 of 37 • The room must include a minimum 1500W heater with protective metal guard. • The floor must be constructed of ½” minimum AC-rated plywood. The plywood must then be covered with black diamond plate flooring, with caulked protection at wall joints. • A bulkhead wall must separate the control room from the equipment room and include the following: o Minimum 2x4 framing with ½” 7-ply Luan plywood laminated with non-porous laminate matching corresponding room wall surfaces o Swinging door of hollow core construction with non-locking handle o Minimum 16”h x 30”w tinted Plexiglas window, allowing operator to view rear of vehicle • The room must be lit by LED lighting. • The room must include a padded bench seat including: o Seating capacity for (2) people o Removable padded cushion constructed of foam and black vinyl, allowing storage within the seat • The room must include a closet, 60” tall minimum including: o Minimum of (5) removable or adjustable height shelves. o Swing-opening doors with hollow core construction, full-length stainless-steel hinge, and latching hasps to prevent opening in transit • The room must include a standard electronics rack for the secure mounting of the system’s electronic components. The rack shall include enough free space for future electronic upgrades to the system. • A countertop must be included with the following features: o Adequate space for specified system controls, possibly including camera controller, transporter controller, reel controller, lateral inspection controller, cutter controller, steerable transporter controller, keyboard, and mouse • An adjustable height, fabric covered, foam padded chair with 5-leg base and casters (minimum locking) must be supplied. A securing cord must also be supplied for in-transit storage. • There must be a minimum of (2) quad outlet boxes supplied in the room. At a minimum, (1) must be mounted above the counter and (1) must be mounted below the counter. Control Room: ________Meets All Bid Specs _______Does Not Meet All Bid Specs 4. Equipment Room: • The equipment room must be in the rearward section of the trailer. It must be accessible through the rear body door and a swing door from the control room • The walls must be finished with white non-porous laminate. • The ceiling must be finished with white non-porous laminate. • The floor must be covered with black tread plate flooring, with caulked protection at wall joints. • There must be a fire extinguisher securely mounted to a wall of the room in clear view of the operator. The fire extinguisher must be a dry chemical type, NFPA-Classified 3A-40BC. • The room must be lit by a minimum of (2) LED fixtures, with switches placed near entry points. • The back of the electronics rack equipment must be accessible from the equipment room through a sliding removable door. • A workbench area must be included with the following features: BID #21-021 CCTV Camera Inspection System Page 24 of 37 o Worktop o Vise with 5” jaws ▪ Aluminum trim protection at all corners o Overhead aluminum shelves • A lockable 7-drawer tool chest must be included. • There must be a minimum of (2) quad outlet boxes supplied in the room. • The TV cable reel system must be mounted at the rear of the room on the street side. • The TV cable reel system must be mounted on a slide to give it the ability to be slide out of the back of the trailer. It must also have the ability to rotate in both directions and lock when turned to give best reel angle for wire pull. • A set of vertical storage brackets and hooks must be included on the curb side of the vehicle at the rear of the room. • Down hole pole storage brackets must be included on the rear door of the vehicle, if applicable. Wash Down System: • A pressurized water system must be supplied in order to rinse down hole equipment after an inspection. The wash down system must conform to the following specifications: o The pump must operate from 12VDC with circuit breaker protection. The pump must supply a minimum of 1.4gpm at 60psi. Pump must be operated by an easily operated toggle switch. o The system must include a reservoir with the following features: ➢ Minimum 12-gallon capacity ➢ Fill port with breathing tube. ➢ Drain port • The system must include a spray nozzle. • The system must include a minimum 25’ length of 90psi-rated hose on a retractable reel. 19” LCD Monitor(s): • A minimum 19” LCD monitor must be supplied in the control room for viewing the inspection. • A minimum 19” LCD monitor must be supplied in the equipment room, facing rearward, for viewing the inspection at the rear of the vehicle. • The monitor(s) must meet these minimum specifications: o Resolution = 1280x1024 o Brightness = 270 cd/m2 o Viewing angle = 160˚ horizontal, 135˚ vertical o Contrast ratio = 700:1 o Power signal = 100 to 240V AC at 50 to 60Hz o Video input from PC and component sources o Internal speakers, qty.2, 1W + 1W o Adjustments for H-position, V-position, contrast, tint, brightness, and color 22” LCD Monitor(s): • A 22” LCD monitor must be supplied in the control room for viewing the data display system information. BID #21-021 CCTV Camera Inspection System Page 25 of 37 • The monitor(s) must meet these minimum specifications: o Native Resolution = 1680x1050 (WSXGA) o Brightness = 300 cd/m2 o Viewing angle = 170˚ horizontal, 170˚ vertical o Contrast ratio = 1000:1 o Power signal = 100 to 240V AC at 50 to 60Hz, 60W maximum o Video input from PC and component sources o Internal speakers, qty.2, 1.8W + 1.8W o Adjustments for H-position, V-position, contrast, tint, brightness, and color Input, Logging, and Report System: • System must be compatible with IT Pipes Equipment Room : Meets All Bid Specs Does Not Meet All Bid Specs 5. Data System Hardware: • A Getac S410 Computer must be supplied for the data inspection software. • Mfg. Part # SL2DZDDASDXX • The computer must include the most current features offered, and have the following features at a minimum: o Rugged o Core i5 8265U / 1.6 GHz o Win 10 Pro 64-bit o 8 GB RAM o 256 GB SSD o 14” touchscreen 1366 x 768 (HD) o UHD Graphics 620 o 802.11ac o Bluetooth o Kbd: US • The system must include a laser jet printer with 4800x1200dpi color resolution and 15ppm (color) output. • The data system hardware must also include a video overlay device. The device must place characters over the inspection video and be controlled through the computer. The data system software must be able to place characters in a 40-column x 21-row matrix, black or white, at a minimum. Data System Hardware: _________Meets All Bid Specs _________Does Not Meet All Bid Specs BID #21-021 CCTV Camera Inspection System Page 26 of 37 6. Data System Software: • The software for the inspection system must be ITpipes™ and have full editing and modifying capabilities for all video and data handling involved in pipeline inspection. • The data system software should include the following: o Core License o Overlay Module o Video Capture Module o H264 video streaming module • The software must include the following specifications and include initial implementation and year one (1) subscription for asset/inspection type: Sewer mainlines, CCTV. o Compatible with current license for ITpipes™ Web, 2 edit users and 2 read-only users. o Inspection view, unlimited users. o Online and on-site training. o Compatible with current license for Sync 2.0 setup and subscription. o Windows 10 operating system, 64-bit. o Customized Microsoft Access database or other open architecture, NASSCO format capable. o Design elements like Windows Desktop applications (scroll bars, sizing grips, menu bar, etc.). o Help function. o Continuous data storage so data is not lost in case of failure. o Still-photo capturing, user-selectable as automatic per observation. o Video capture with MPEG4 compression. o Any firmware or hardware required to achieve MPEG4 compression shall be included. • ITpipes™ software must have two modes of operation. Recording mode must be used to conduct new inspections. Review mode must be used to open and review existing inspections. Review mode must also have the ability to modify inspection data and add or remove observations. ITpipes™ will provide lifetime training for software as long as the City owns the equipment and maintains a subscription to ITpipes™ at no additional cost. o Compatible with current license for ITpipes™ Web, 2 users and 2 read-only users. o Inspection View, unlimited users o Compatible with current license for Sync 2.0 o Compatible with current license for Existing service agreement: for ITpipes™ o Compatible with current license for Cloud based storage system capable of storing .5TB per year plus backups. • The software user interface must include the following features at a minimum: o Information section, customizable via template o Asset information: ► Manhole numbers ► Pipe material ► Pipe size o Inspection information ► Date BID #21-021 CCTV Camera Inspection System Page 27 of 37 ► Time ► Operator ► Weather conditions ► Inspection direction o Observation section, governed by template selected o Distance o Defect ID o Clock location o Free form comment o Observation grid to scroll through inspection via observation list, indexed to video o Lateral grid to scroll through list of lateral inspections o Video Window displaying camera/overlay output in native aspect ratio o Snapshot reel to scroll through observation snapshots • The software must allow for an unlimited number of faults or observations per inspection. • Asset and inspection information must be importable from a previous inspection. • Overlay information must be displayed on any stored still images or videos. • Video quality must be selectable among three (3) levels. • Distance must be selectable between metric and imperial units of measure. • The list of fault codes must be editable by the operator. • Lateral inspections must be able to be categorized as stand-alone or tied to a mainline inspection. • Reports must be able to be generated through the software in either hard copy or PDF format. Report styles shall include at a minimum: o Top view report o Side view report o Detailed list report (tabular) o Snapshot report o Nassco-Standard report • The software must automatically save data as the inspection progresses. Project data, video, and still- frame pictures must be stored in a single file. The user must be able to determine where inspection data files and PDF reports will be stored on the PC. Data System Software: Meets All Bid Specs Does Not Meet All Bid Specs 7. Power Control Unit (PCU): • A power control unit (PCU) must be provided to control and distribute power to the TV system equipment specified. The PCU must include the following features at a minimum: o Housing for mounting in a standard 19” EIA electronics rack o All electrical connections to be plug-type, no “terminal block” wiring is allowed o All electrical connection plugs to be keyed and vibration proof BID #21-021 CCTV Camera Inspection System Page 28 of 37 o Power input capable of 90V-240V and 50-60Hz o Computer-based control software with user-friendly graphical interface Power Control Unit: Meets All Bid Specs Does Not Meet All Bid Specs 8. Pan and Tilt Zoom Camera: • A color pan and tilt view camera must be supplied. The camera must use directional long-life-rated LED light sources to provide adequate pipe wall illumination in sizes up to 36”. • The camera must have the following operational features: o Usable in 6” relined pipes and larger o Transmits a color video signal through at least 1200’ of multi-conductor cable o Designed with solid-state circuitry to withstand shock and vibration o Operates in climatic conditions from at least 0˚C to 50˚C with 100% RH • The camera module must have the following electronic features: o CMOS Sensor o Collection matrix of 1945h x 1097v pixels, total of 2.13MP o 720h TV lines of resolution o NTSC color image scanning - 525 lines a 60Hz, 2:1 interlaced o Minimum illumination sensitivity of 0.05lux, with (4) user-selectable preset shutter settings o Automatic light-compensating iris, with manual override o White balance optimization with minimum (4) user-selectable presets o Regulated DC power input range of 20-60V o Software resident on upgradeable EEPROM o 10x optical, 12x digital, 120:1 total zoom o Proportionally slowed camera movements when zooming o 12 ½” to ∞ automatic focus, with manual override o Minimum light sensitivity of 0.1lux or better o Camera software upgrades • The camera chassis must have the following electromechanical features: o Head diameter of 3-1/2” or less o Stainless steel and anodized aluminum construction o Infinite camera head axial rotation o Infinite camera head pan/tilt rotation o Pan and tilt angle to view backward a minimum of 45˚ o Scratchproof sapphire camera window o Sealed keyed military connector with gold plated contacts o DC motors with planetary gears, ball bearings, power all camera motions, with clutches to protect from overloads and impacts BID #21-021 CCTV Camera Inspection System Page 29 of 37 o Redundant dirt and pressure seals at all moving joints o Automatic home feature to upright forward viewing • The camera lighting system must have the following features: o Light emitting diode (LED) light sources, lifetime rated for minimum 10,000 hours of use o A maintenance-free directional true color warm white LED module for operation up to 24” pipelines o Maintenance-free forward facing true color warm white LED modules, positioned in the arms of the camera o Field-replaceable polycarbonate LED windows • The City of O’Fallon has evaluated different cameras and has determined that a 10,000-hour life rated LED light source is the only acceptable light source. Cameras that offer lighting through any style incandescent bulb with substantially shorter life ratings will be deemed unacceptable. o The camera must be equipped with the following diagnostic and safety features: ► Internally pressurized with dry nitrogen to a minimum of 15psi ► A set of diagnostic telemetry, including: ❖ Camera module regulated Voltage ❖ Light head current ❖ Camera model, serial number, and software revision level ❖ Internal camera head pressure ❖ Operating hours • The City of O’Fallon has evaluated different cameras and has determined that only cameras with the aforementioned safety devices are acceptable. • The camera must include a field pressurization kit including: o Dry nitrogen pressurized container o Pressure delivery regulator o Pressure meter for system o Pressure delivery trigger • The camera must be shipped with a damage-resistant case. The case must have foam lining, allowing shipping on commercial carriers. Pan & Tilt Zoom Camera: Meets All Bid Specs Does Not Meet All Bid Specs 9. Wheel Drive Steerable Transporter: • A remotely controlled steerable wheeled transporter must be supplied. The transporter system must be able to propel an inspection camera through relined 6” to 24” pipes up to 1000’ from point of entry. • The transporter must have the following operational features: o Usable in 6” relined pipes and larger o Capable of remotely lifting the camera head a minimum of 4” o Capable of free-wheeling, allowing retrieval by cable and reel combination o Capable of driving around debris or other obstacles in a pipeline o Capable of transporting a standard pan and tilt or mini-mainline camera BID #21-021 CCTV Camera Inspection System Page 30 of 37 • The transporter must have the following electronic features: o Continuous duty rated brushless drive motors, (1) motor per side o Transporter shall accept controls from system power control unit transmitted through a maximum of 1000’ of cable o Complete solid-state design o No exposed wires shall be acceptable for the light head, camera, or lift operation o Articulated rear cable connector for added cable strain relief o Rearward viewing color camera with LED lighting, for viewing behind tractor during and inspection o Integral 512 Hz transmitting beacon o Auxiliary LED lighthead for use in large pipes • The transporter must have the following mechanical features: o Replaceable O-ring seals at all field-serviceable joint locations o Remotely-operated camera lifting mechanism with minimum 4” lift and integral design to tractor body o A transmission that includes: ➢ Gears in oil bath for maximum cooling and lubrication ➢ Neutral position to freewheel during retrieval ➢ Heavy duty worm drive gear to absorb drive line shock o An enclosed drive train that includes: ➢ (Qty.6) 3” wheels for use in 6” relined pipe ➢ (Qty.4) 4” wheels for use in 8” to 18” un-relined lines ➢ (Qty.4) 4” wheels with extended hubs for use in 12” pipes and larger ➢ (Qty.4) 5” wheels with extended hubs for use in larger pipes ➢ (Qty.4) 5” extended hub double wide “dually” wheels with extended hubs ➢ (Qty.2) 4” wheels with carbide grit impregnation • The City of O’Fallon has evaluated different transporters and has determined that the following characteristics must be present in the transporter mechanisms to be acceptable: o Articulated rear cable connector o Rear viewing camera to prevent cable entanglements o Free-wheeling capability during retrieval • The transporter must include a field pressurization kit including: o Dry nitrogen pressurized container o Pressure delivery regulator o Pressure meter for system o Pressure delivery trigger • A spare parts kit must be included with the unit that includes all parts that are expected to be replaced in the field. The kit must also include any tools that are regularly needed in the servicing of the transporter. • The transporter must be shipped with a damage-resistant case. The case must include a foam cradle, with solid exterior construction. Wheel Drive Steerable Transporter: Meets All Bid Specs Does Not Meet All Bid Specs BID #21-021 CCTV Camera Inspection System Page 31 of 37 10. Transmission Cable and Reel System: • A portable reel with multi-conductor cable must be supplied. The cable must be used for closed circuit video transmission as well as retrieval of the downhole equipment. The reel must be capable of providing adequate force to the cable for equipment retrieval. • The reel must have the following features: o Aluminum and steel construction o Cable storage drum and frame handles o Overall dimensions 16” x 22” x 21” maximum in any direction o 120V AC motor o Clutch system with freewheeling capability and manual override o Mechanical drive chain between clutch and drum o All chains and linkages enclosed and safety labeled o Low friction greased bearings to minimize drag o Cable level wind that automatically lays cable evenly across drum with manual override o Mechanical footage meter mounted on level wind o Footage encoder to send electronic footage data to display system, ±2% accuracy minimum o Sealed continuous gold contact slip ring assembly with the following features: o Voltage range from 1µV to 460V o Current range from 1nA to 25A o Pulse DC frequencies to 100MHz o Corrosion proof and maintenance free o 12 circuits minimum o Control panel with speed and direction controls o Drop down cable guide with directional roller and locking positions o Mounting kit with elevated reel stand • The City of O’Fallon has evaluated different reels and has determined that the following characteristics must be present in the camera electronics to be acceptable: o Gold contact slip rings o All mechanical drive mechanism (drives with solenoids are deemed unacceptable) o Enclosed drive assembly o Free-wheeling capability o 180 feet per minute minimum retrieval speed • The cable must have the following features: o Continuous length of 1000’ minimum o Diameter of 0.28” minimum o Rated breaking strength of 1200 lbs. minimum o Outer jacket of low-friction abrasion-resistant material o Termination to field-replaceable resin-free sealed tapered connector • The cable must also include a repair kit for repairing the termination. BID #21-021 CCTV Camera Inspection System Page 32 of 37 Transmission Cable & Reel System: Meets All Bid Specs Does Not Meet All Bid Specs 11. Downhole Guide System: • A downhole guide system must be supplied for guiding and protecting the cable between the inspection system and the pipe. The system must include the following devices at a minimum: o Topside roller with aluminum roller and steel frame o Durable plastic “tiger tail” ribbed downhole cable protector with tie rope o (Qty. 24’) of fiberglass poles for attaching to downhole roller, quick-lock detachable sections o Hook for attaching to poles allowing for roller to be hung from manhole ring o Extraction pole assembly for lifting equipment from manhole or culvert, including: o Tractor lifting eye with attachment hardware o (Qty. 3) quick-lock detachable reinforced fiberglass poles Downhole Guide System: Meets All Bid Specs Does Not Meet All Bid Specs 12. Training: • Within 14 days of delivery, a qualified factory representative must fully instruct appointed personnel in the operation and maintenance of the sewer inspection equipment specified. At a minimum, this instructional course must be two (2) days in duration. Topics covered must include operational procedures, maintenance procedures, and safety procedures. Data handling procedures must also be discussed, tailored to the data system specified. Training: Meets All Bid Specs Does Not Meet All Bid Specs 13. Instructional Materials: • The following instructional materials must be delivered with the system: o Master set of equipment manuals, matched to specified system equipment, including any aftermarket equipment installed o Copy set of equipment manuals, TV system only, matched to specified system equipment o Manufacturer’s parts catalog Instructional Materials: Meets All Bid Specs Does Not Meet All Bid Specs 14. Maintenance Kit: • A maintenance kit must be included with delivery of the system. This kit must include all the necessary common tools needed in the normal course of maintenance of the TV system equipment specified. Tools should include at a minimum: o Adjustable wrench o Combination wrench set o Allen wrench set BID #21-021 CCTV Camera Inspection System Page 33 of 37 o Side cutter pliers o Long nose pliers o Channel lock pliers o Vise-Grip pliers o Screwdriver set including flat blade and Phillips o 5/16 nutdriver o Soldering iron o Roll of 60/40 resin core solder o Multimeter with AC and DC voltage, resistance, and continuity signal o Wire cutter with terminal crimper o Utility knife o Electrical tape Maintenance Kit: Meets All Bid Specs Does Not Meet All Bid Specs 15. Warranty: • The TV inspection system must be warranted against manufacturing defects for a period of (12) months from the date of delivery at a minimum. Any installed equipment warranties that extend beyond this period (e.g. a vehicle 36 month / 36,000 mile warranty) must be passed on to the City of O’Fallon by the TV system manufacturer. • A loaner camera or transporter will be provided at no additional charge if system is down due to a warranty covered problem. Warranty: Meets All Bid Specs Does Not Meet All Bid Specs 16. Delivery: • The system must be delivered to the City of O’Fallon in first-class operating condition. Acceptance of the system will be subject to inspection and approval by City personnel. Delivery: Meets All Bid Specs Does Not Meet All Bid Specs 17. Additional Vendor Information that must be provided in the Bid Package: • Certificate/License showing that you are an authorized Missouri Dealer and service repair facility for the manufacturer of equipment bid. The City will only accept bids from licensed dealers. Failure to provide proof of dealer registration may be cause for rejection of bid. • State number of factory certified repair technicians at your facility authorized to repair equipment being bid. • Provide picture of your repair facility for the City to inspect facilities and interview service technicians and Service Manager. • List of 5 cities and contact names within Missouri who have purchased the same model of equipment that is being bid. • Bidder will provide lifetime training of equipment being bid for as long as the City owns the equipment at no additional cost to the City. Training must be completed within 14 days of request by the City. CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 34 of 37 PRICING CONTRACTOR NAME: _____________________________________________ Proposed Equipment (make/model) Total for items #1 - #17 $ CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 35 of 37 Exception Sheet If the item(s) and/or services proposed in the response to this bid is in any way different from that contained in this proposal or bid, the bidder is responsible to clearly identify all such differences in the space provided below. Otherwise, it will be assumed that the bidder’s offer is in total compliance with all aspects of the proposal or bid. Below are the exceptions or differences to the stated specifications (attach additional sheets as needed): Item # Brief Explanation Date: ________________________________ Print Name: ________________________________ Signature: ________________________________ Title: ________________________________ Company: ________________________________ CITY OF O’FALLON, MISSOURI BID #21-021 CCTV Camera Inspection System Page 36 of 37 Signature of bidder indicates that bidder understands and will comply with all terms and conditions and all other specifications made a part of this invitation to bid and any subsequent award of contract. All terms, conditions and representations made in the invitation will become an integral part of the contract. Acknowledge the receipt of addenda by checking below as appropriate: Addendum 1 ______ Addendum 2 ______ Addendum 3 ______ Addendum 4 ______ BID AWARD CRITERIA: This bid will be awarded to the lowest responsive, responsible bidder meeting specifications based upon the total lump sum bid amount. The Contractor agrees to provide the equipment, service and supplies described above and in the contract specifications under the conditions outlined in attached documents for the amount stated above. X CORPORATE SEAL (Signature and Title) (If available) BID MUST BE SIGNED FOR CONSIDERATION Subscribed and Sworn to before me this _______day of ___________________________ AD, 2021 ___________________________________________ My Commission Expires: ______________________ (Notary Public) CITY OF O’FALLON, MISSOURI PURCHASING DEPARTMENT 100 North Main Street O’Fallon, MO 63366 T: (636) 379-5527 Fax: (636) 978-4144 BID #21-021 CCTV Camera Inspection System Page 37 of 37 LATE BIDS CANNOT BE ACCEPTED! SEALED BID INVITATION #: 21-021 OPENING DATE: 02/25/2021 OPENING TIME: 2:00 P.M. CST DESCRIPTION: CCTV CAMERA INSPECTION SYSTEM DATED MATERIAL-DELIVER IMMEDIATELY PLEASE CUT OUT AND AFFIX THIS BID LABEL (ABOVE) TO THE OUTERMOST ENVELOPE OF YOUR BID TO HELP ENSURE PROPER DELIVERY! LATE BIDS CANNOT BE ACCEPTED!

100 N Main St O Fallon, MOLocation

Address: 100 N Main St O Fallon, MO

Country : United StatesState : Missouri

You may also like

Alarm System Equipment

Due: 09 May, 2024 (in 10 days)Agency: STATE, DEPARTMENT OF

CCTV OVERHAUL

Due: 19 Sep, 2024 (in 4 months)Agency: US GEOLOGICAL SURVEY

CCTV PURCHASE & INSTALLATION FOR FAIRFIELD, CA POD

Due: 21 Aug, 2024 (in 3 months)Agency: INTERNAL REVENUE SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.